Contractor Executive Engineer
For Authorised Use Only.
CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN CHIEF ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Management ThanePRADHIKARAN Water Management ThanePRADHIKARAN Water Management ThanePRADHIKARAN Water Management Thane
SUPERINTENDING ENGINEER MAHARASHTRA JEEVAN PRADHIKARAN Water Water Water Water
Management ThaneManagement ThaneManagement ThaneManagement Thane.
B – 1 TENDER
For
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping
machinery for Raw Water & Pure Water Isbavi Head
Works & Shirbhavi WTP & Manegaon Sump.
Tender Notice, Detailed Tender Notice, B-1 Form,
Schedule ‘A’, Schedule ‘B’ Additional Specifications & Conditions
OFFICE OF THE
EXECUTIVE ENGINEER,
MAHARASHTRA JEEVAN PRADHIKARAN Water Management DIVISION, KOLHAPUR
MAHARASHTRA JEEVAN PRADHIKARAN
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
TENDER NOTICE NO. 02 FOR 2012-2013
I N D E X
Sr. No.
Description Page No
Form To 1. Check List 1 3
2. Press Tender Notice 4 5
3. Detailed Tender Notice 6 14
4. Instructions to Tenderer 15 17
5. General Conditions of Contractor 18 27
6. Additional Conditions of Contract 28 34
7. Form B-1 & Clauses 35 96
8 Material Schedules –A 97 98
9 Recapulation Sheet 99 100
10. Scheduled B of B-1 tender 101 113
11 Specification of Pumping Machinery 114 144
12 Detailed Specifications 145 147
13 Upto date list of approved make Raw Water
Pump & Pure Water Pump, Foot Mounted
Motors
148 167
14 Undertaking 168 169
15 Declaration 170 172
1
Contractor Executive Engineer
CHECK LIST
2
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
CHECK LIST
List of all documents, forms, statements, specifications, conditions, schedules,
drawings etc. to be submitted with tender.
The tender submission shall contain the following documents particularly without which
the tender shall not be finally decided.
1. Term deposit receipt of FDR for minimum six months, issued by any nationalized
bank towards payment of earnest money.
2. Brief details of the works of similar type and magnitude carried out by the
tenderer.
3. Details of other works tendered for and works in hand along with the value of
work remaining unfinished as on the date of submission of tender.
4. Details of plant and machinery proposed to be used, immediately available and
the manner in which it is proposed to be procured.
5. Details of technical personnel with tenderer.
6. Attested copies of certificates, if any.
7. Full names of all partners of the tenderer, if offered by partnership firm and copy
of partnership deed and power of attorney.
8. The Contractor should fill in the percentage in B-I Form in figures and words. The
Contractor should sign all pages of tender including drawings etc.
9. Attested copy of valid income tax clearance certificate.
10. Attested copy of Registration certificate.
3
Contractor Executive Engineer
11. Attested Copy of electrical contractors license.
12. Other documents as mentioned in the tender, such as W.C. Tax Registration
Certificate., etc.
NOTE : All the above mentioned documents and this list must be signed by the
tenderer.
4
Contractor Executive Engineer
Press Tender Notice
5
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Parent portal : http://maharashtra.etenders.in MJP portal : http://mjp.maharashtra.etenders.in
TENDER NOTICE No. 02 FOR 2012-13
Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli invites the tender from the contractors who are registered with MJP in class “A” (Elect & Mech) and above who fulfill the pre-qualification criteria, for the work of . The estimated cost put to tender is Rs. 1,55,44,207/- ( Rs. One crore fifty five lakh forty four thousand two hundred seven only) To view the tender notice, details time scheduled, pre-qualification criteria for this tender and subsequently to download pre-qualification document kindly visit following e-Tendering Website of Government of Maharashtra.http://maharashtra.etender.in
i) It is essential that the documents required as per pre-qualification criteria
should be duly signed by an officer not below the rank of the Superintending
Engineer or equivalent officer of any other organization. The documents
submitted by the contractor as per pre-qualification criteria will be evaluated
before main tender document to be downloaded.
ii) The dates of download and upload of pre-qualification criteria document and
main tender documents are given below : a) Pre-qualification documents download : 21-05-2012 16:01 To 26-05-2012 17:00 b) Pre-qualification Bid upload : 28-05-2012 16:01 To 2-06-2012 14:00 c) Download of main tender document : 7-06-2012 16:01 To 13-06-2012 17:00 d) Upload of main tender Bid: 15-06-2012 16:01 To 18-06-2012 14:00
Right to reject any or all the tenders without assigning reason thereof is reserved.
Save water, every drop counts.
Sd/- Executive Engineer M.J.P.W.M.Dn. Sangli.
6
Contractor Executive Engineer
Detail Tender Notice
7
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
DETAILED TENDER NO. 02 OF 2012-13
Online percentage rate basis in B.1 Form in two envelopes system is invited for the
following works from the Contractors registered in Class- A ( Elect / Mech) with
Maharashtra Jeevan Pradhikaran, Mumbai and pre-qualified by the Chief Engineer,
Maharashtra Jeevan Pradhikaran, Water Management, Administrative Building,
Kanhaiya Nagar, Thane (E). The prequalification criteria are as per Clause 8 of the
Detailed Tender Notice. The application for pre-qualification shall be submitted online
on MJP e-Tendering Portal : http://mjp.maharashtra.etenders.in.
Note : In order to participate in e-tendering process, it is mandatory for new
contractors (first time users of this website) to complete the Online Registration Process for the e-Tendering website. For guidelines, kindly refer to Bidders Tool Kit documents provided on the website.
1. NAME OF WORK : Providing, installing & commissioning of pumping
machinery for Shirbhavi and 81 villages R.W.S.S., Taluka Sangola Dist. Solapur.
2. ESTIMATED COST : Rs. 1,55,44,207/-
3. EARNEST MONEY DEPOSIT : Rs.116582/- ( Rs. One lakh Sixteen thousand
five hundred eighty two Only ) in the form Fixed Deposit Receipt in the name of
Executive Engineer, Maharashtra Water Management Division, Sangli payable
at Sangli from any Nationalized/Scheduled Bank for a minimum 180 days from
the date prescribed for submission of the Tender.
4. SECURITY DEPOSIT
A) 4% of the Estimated cost or Accepted Tender cost whichever is higher
i) Initial Security Deposit.
8
Contractor Executive Engineer
2% of estimated cost or accepted tender cost whichever is higher in the form of Fixed Receipt or Bank Guarantee.
ii) Deductions through R.A. Bills.
Balance 2% amount will be recovered through each running bill at 5% of the gross amount of R.A. Bill to the extent that total required security deposit is to be recovered.
B) Additional Security Deposit.
If the accepted offer of the contract is below 10% of the cost put to tender,
the additional security deposit shall be furnished by the agency as below
before issue of work order. This security deposit is in addition to initial
Security Deposit.
i) If offer is up to 10% below - Nil
ii) If offer is more than 10% and
up to 15% below - 2%
iii) If offer is more than 15% below - 4%
The initial Security Deposit and additional security deposit may be in the
form of Bank Guarantee issued by a Nationalized/Scheduled Bank or fixed
deposit in the name of “Executive Engineer, Maharashtra Jeevan
Pradhikaran Water Management Division, Sangli and shall be for a
minimum period of 24 months and shall be extended suitably if the work is
not completed within the time limit. The tenderer shall have to furnish this
security deposit with initial security deposit.
5. STAMP DUTY
The contractor shall bear the revenue stamp duty on total security deposit of
the agreement and/or Additional Security Deposit (payable as per tender
condition), as per the Indian Stamp Duty (1985) (latest revision) provision
applicable during contract period.
6. TIME OF COMPLETION
Sixty days including Monsoon. This will be counted from the date of issue of
the work order.
9
Contractor Executive Engineer
7. NOTICE DETAILS
Tender Reference no. TENDER NOTICE No. _2__ FOR 2012-13
Cost of blank tender document
Rs. 10000/- per set (4% VAT will be charged extra). To be paid by Demand Draft of Scheduled Bank payable at Sangli in the name of “Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli.”
EMD Amount
Rs.116582/- ( Rs. One lakh Sixteen thousand five hundred eighty two Only ) in the form of Fixed Deposit Receipt in the name of Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division Sangli payable at Sangli from any Nationalized/Scheduled Bank for a minimum 180 days from the date prescribed for submission of the Tender.
Last Date and Time of Submission of Demand Draft for Tender Document Fees
_11_-_06_-2012 up to 14:00
Last Date and Time of Submission of Demand Draft for EMD
_13_-06_-2012 up to 14:00
Date ,Time and Place of Pre Bid Meeting
11_-06__-2012 at 15.30 hours in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management Circle, New Administrative Building, Kanhaiya Nagar, Thane (East) in presence of the Superintending Engineer,(M).
Venue of online opening of tender
In the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management, New Administrative Building, Kanhaiya Nagar, Thane (East).
Address for Communication
Executive Engineer, Maharashtra Jeeva Pradhikaran, Water Management Division, Road No. 82, Sai Section, Sangli
10
Contractor Executive Engineer
Contact Telephone & Fax Numbers
0233-2322884, 0233-2322449
e-Tendering Helpline Support: Monday to Friday - 10:30 AM – 5:30 PM Saturday - 10:30 AM – 4:30 PM
Telephone:
020 - 253 155 55 / 56
022 - 266 111 17 (Ext 25 / 26)
Email:
8. DETAILED TENDER SCHEDULE
Sr. No.
Activities Start Date & Time Expiry Date & Time
1 Online Tender Release 20_05_-2012 10:00 _28-05-2012 16:00
2 Online Pre-qualification Document Purchase
21-05-2012 16:01 26-05-2012 17:00
3 Online Pre-qualification Document Download & Online preparation
21-_05-2012 16:01
28-05-2012 14:00
4 Online Super Hash Generation For Pre-qualification
28-05-2012 14:01 _28-05-012 18:00
5 Online Submission of Pre-qualification
28-05-2012 18:01 02-06-2012 17:00
6 Online Pre-qualification Opening and Short – listing.
02-06-2012 11:00 02-06-2012 17.00
7 Online Main Tender Preparation 02-06-2012 17:01 07-06-2012 16:00
8 Online Tender Document Purchase & Download
07-06-2012 16:01 11-06-2012 17:00
9 Online Tender Document Purchase & Download
07-06-2012 16:01 11-06-2012 17:00
10 Online Technical Bid Preparation 07-06-2012 16:01 13-06-2012 14:00
11 Online Commercial Bid Preparation
13-06-2012 16:01 15-06-2012 14:00
12 Online Bid Closing 15-06-2012 14:01 17-06-2012 18:00
13 Online Submission of Bid 15-06-2012 18:01 17-06-2012 17:00
14 Online Tender Opening (Envelope 1)
18-06-2012 12:00 18-06-2012 17:00
14 Online Tender Opening (Commercial)(Envelope 2)
18-06-2012 12:00 18-06-2012 17:00
Departmental Activity
Bidders Activity
9. PRE-QUALIFICATION
11
Contractor Executive Engineer
Pre-qualification Documents are available at free of cost, on the MJP portal of
e-Tendering website of Govt. of Maharashtra
http://mjp.maharashtra.etenders.in for aspiring bidders to be downloaded as
per online schedule given above. The bidders have to prepare and upload fill in
/ scanned documents regarding Pre-Qualification online as per online schedule
given above.
Scanned copy of following documents shall be uploaded to fulfilled pre-
qualification criteria. These documents need to be digitally signed by individual
contractor’s digital signature and uploaded during online pre-qualification
preparation stage.
10. PRE QUALIFICATION CRITERIA
The firm/contractor should have successfully completed commissioned at least
one work of the type as mentioned below under one contract in its own name.
1. Providing, erecting & commissioning of V.T. pumping machinery having minimum capacity of 250 HP ( Individual ) and 500 HP ( Total ) & Providing, erecting, & commissioning of centrifugal pump motor set having capacity of 120 HP (individual ) and 550 HP ( Total )
2. The firms registered with MJP in appropriate class and who have independently completed the work satisfactorily.
3. The firm should have to produce the document of VAT Registration No. OR Tin No.
4. The firm should have to produce the document of PAN No.
5. The firm /contractor should have been registered in Class –A (Elect
/Mech) and above with MJP. The firm should produce all the experience
certificates towards the proof of above experience duly certified by the
officer not below the rank of Executive Engineer or equivalent officer of
any other Govt. / Semi Govt. organization. The above five documents
need to be submitted separately online in a folder provided for
prequalification.
12
Contractor Executive Engineer
11. COST OF BLANK TENDER FORM
a) 10000/- per set (4% VAT will be charged extra). Cost Blank Tender form will be accepted only by Demand Draft of Scheduled Bank payable at Sangli in the name of “Executive Engineer, Maharashtra Jeevan Pradhikaran Water Management Division, Sangli.”
b) Blank Tender documents will not be sold by this office. Interested
contractors have to download tender documents from the website. Blank tender form will not be sent by post.
c) Cost of blank tender form shall not be accepted in the form of cash or
cheque. The cost of the tender documents will not be refunded under any circumstances.
12. ISSUE OF BLANK TENDER FORM
The blank tender forms will have to be downloaded, only by the bidders who
have been pre-qualified by the Chief Engineer, Maharashtra Jeevan
Pradhikaran Water Management, New Administrative Building, Kanhaiya
Nagar, Kopari. Colony, Thane (East), from the website http://mjp.maharashtra
.etenders. in as per online schedule.
The contractors have to prepare & upload Pre-qualification Document online on
or before schedule date and again submit (encryption / decryption) on
scheduled period. The same procedure should be repeated for main Tender
document.
13. PRE-TENDER CONFERENCE
Pre-Tender conference is open to all prospective tenderers and will be held on 15-06-2012 at 15.30 hours in the office of the Chief Engineer, Maharashtra Jeevan Pradhikaran Water Management, New Administrative Building, Kanhaiya Nagar, Thane (East), in presence of the Superintending Engineer,(M). wherein the prospective tenderers will have opportunity to obtain clarifications
regarding the work and the tender conditions.
a) The prospective tenderers are free to ask for any additional information
or clarification either in writing or orally and the reply to the same will be given in writing and this clarification referred to as common set of conditions, shall also be common and applicable to all tenderers. The minutes of this meeting along with the letters of tenderers will form the part and parcel of the tender documents.
13
Contractor Executive Engineer
14. VALIDITY OF THE OFFER
120 days from the date opening of tender.
15. LAST DATE & TIME OF ONLINE SUBMISSION OF TENDER FORM
Dated. 17-06-2012 up to 17:00 Hrs.
16. DATE & TIME OF ONLINE OPENING OF TENDER
_18-06-2012 at 12:00 in the office of the Chief Engineer, Maharashtra Jeevan
Pradhikaran Water Management, New Administrative Building, Kanhaiya
Nagar, Thane (East).
17. SUBMISSION OF TENDER
17.1 The interested contractors / bidders will have to make online payment (using credit card / debit card /net banking) of 1024/- (including service tax) per bid, per tender to online service provider of e-Tendering system at the time of entering online Bid Submission stage of the tender schedule.
17.2 The two envelopes No. 1 & 2 shall be digitally sealed and signed and submitted
online as per the online tender schedule. 17.3 The date and time for online submission of envelopes shall strictly apply in all
cases. The tenderers should ensure that their tender is prepared online before the expiry of the scheduled date and time and then submitted online before the expiry of the scheduled date and time Offers not submitted online will not be entrained.
17.4 If for any reason, any interested bidder fails to complete any of online stages
during the complete tender cycle, department shall not be responsible and any grievance regarding that shall not be entertained.
18. OPENING OF TENDER
The tenders will be opened on the date specified in the tender. Notice in the
presence of the intending bidders or their authorized representative to whom
they may choose to remain present along with the copy of the original
14
Contractor Executive Engineer
documents submitted for Pre Qualification. Following procedure will be
adopted for opening of the tender.
Envelope No. I
First of all, Envelope No. 1 of the tenderer will be opened online through e-Tendering procedure to verify its as per requirements. Scanned copies of following documents shall be in Envelope No. 1. (1) Earnest Money Deposit Receipt as explained above. (2) Scan copy of Demand Draft for Tender Document Fees (3) Minutes of Pre-bid meeting duly signed by contractor. (4) Copy of Pre-qualification letter (5) Declaration of Contractor in prescribed form. If the various documents contained in this Envelope do not meet the requirements of the MJP as stated above, a note will be recorded accordingly by the tender opening authority and the envelope No. II of such tenderers will not be considered for further action and the same will be rejected.
Envelope No. II
This envelope shall be opened online through e-Tendering procedure immediately after opening of envelope No. 1 only, if the contents of Envelope No. 1 are found to be acceptable to the MJP. The tendered rate shall then be read out by the tender opening authority.
19. RIGHT RESERVED
a) Right to reject any or all tenders without assigning any reason thereof is reserved by the competent authority whose decision will be final and legally binding on all the tenderers.
b) Tender with stipulations for settlement of a dispute by reference to
Arbitration will not be entertained.
Sd/- Executive Engineer
Maharashtra Jeevan Pradhikaran W. M. Division, Sangli.
15
Contractor Executive Engineer
Instructions of Tenderer
16
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
INSTRUCTIONS TO TENDERER
1 Source of Funds
Maharashtra Jeevan Pradhikaran has taken up this work through funds made available
by Govt. of Maharastra for scarcity of water in the state.
2 For Special Attention of Tenderer
The tenderer is expected to visit the site before quoting the tender and get him
acquainted with the site conditions and site requirement.
Acquaintance with site and work conditions etc.
The contractor shall study all the site and general conditions in respect of approached,
labours, water supply, climate, quarries and the data included in the tender papers and
get it verified from the actual inspection of the entire site etc. before submitting the
tender. In case or doubt about any item or data included in the tender or otherwise, it
shall be got clarified in pre-tender conference. Once the tender is accepted, it shall be
concluded that the details required for completing the work as per conditions given.
3 Power Supply
Power supply is available at site location and contractor shall be given free power
supply for execution work such as dewatering, welding, lighting etc. However,
Maharashtra Jeevan Pradhikaran does not take any guarantee for continuance power
supply and causes for extension of time limit due to interruption in power supply will not
be entertained. In this case the Contractor may use his own D.G.set. No full fabrication
17
Contractor Executive Engineer
work shall be allowed at site by using power supply from Maharashtra Jeevan
Pradhikaran.
4 Rates inclusive or all taxes and duties octroi etc
All the taxes and duties such as S.T./C.S.T. Octroi, excise duty, turn over tax on works
contract etc. whatsoever applicable time to time levied by the State and Central
Government and local body shall be fully borne by the contractor and shall not be
reimbursed to him on any account. The tender rates quoted by the contractor for the
items shall be taken as inclusive of all such taxes & duties. Tax concession/ exemption
from will not be issued by the MJP. The term over tax will be deducted from each R.A.
Bill @ appropriate rate and will be remitted to sales tax department and certificate to
that effect will be issued by Executive Engineer.
Statutory changes in taxes shall not be payable to the contractor by the MJP and
hence the offer shall be firm for entire period of operation of the contract.
5 Scope of Contract
Equipment furnished shall be complete in every respect with all mountings fittings,
fixtures and standards accessories, normally provided with such equipments and/or
needed for erection, completion and safe operation of the equipments as required by
applicable codes.
6 Engineering Data
The contractor shall furnish complete engineering data of each set of equipment such
as name of manufacturer, the type of model of each principal item of equipment
proposed to be furnished and erected in the annexure. Standard catalogues and other
documents may be used in the tender to provide additional information and data as
deemed necessary by the tenderer.
18
Contractor Executive Engineer
General Conditions of Contractor
19
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
GENERAL CONDITIONS OF CONTRACT
GC1 Contract Documents
The contract document consists of the contract agreement, the notices, the
instruction, the contractor’s tender the tender security, work order, the bonds, the
drawings, the specifications and the agenda.
GC2 Store Shed and Temporary Office
This shall be arranged by contractor at his own cost, with adequate safety for
watching/guarding till handling over the entire works with specified test and trial to
department or as directed by Engineer-in-Charge.
The store shed shall have raised platform and shall have double locking arrangement.
GC3 Supervisory Staff
The contractor shall have a well qualified experienced resident Engineer, who will be
well versed with design and installation aspect of heavy duty electrical pumping
machinery and all allied electrical and mechanical works, to be in, day charge of the
work and he shall be authorized to receive instructions from the Engineer-in-Charge or
the Deputy Engineer-in-Charge of the work. Instructions and orders given to the
resident Engineer shall be deemed to have been given to the contractor.
For the purpose the contractor shall communicate to the department, name
qualifications and experience of such Engineer to be appointed for execution of the
work.
20
Contractor Executive Engineer
GC4 Programme of Execution of work
The contractor shall furnish in duplicate to the Engineer-in-charge and the SDO within
one week from the date of issue of work order a programme indicating close progress of
work to be achieved for completion within tendered time limit. The progress schedule
shall be in the form of bar charts, statement, forms, periodical out turn of quantities.
Should the programme be found defective in any respect or impracticable, the same
shall be modified as required. Should the actual progress of work lay behind at any
stage, revised programme by accelerating the progress to be achieved shall be drawn
up keeping the target of completing the scheme unaltered.
GC5 Work Order Book
A bound half sheet size order book shall be provided by the contractor and handed over
to the department for maintaining records and instructions the work site. This shall be a
permanent record. The contractor or his resident Engineer shall sign below the orders
recorded by the Engineer-in-Charge in token of having received them. He may take out
a copy thereof if necessary. He shall carry out the orders promptly and report
compliance.
GC6 Drawings and Design submitted with the tender
Acceptance of the tender shall not mean approval to design or drawing, enclosed by the
tenderer while submitting his offer. All tender, drawings will be treated as tentative.
Deficiencies if any found from functional, technical and departmental obligatory
requirements, points of view shall have to be rectified and made good in detailed
working drawing as pointed out by the department without any extra claim.
Detailed hydraulic design, mathematical calculations, flow diagram layout plan and
detailed working drawings as under shall be furnished.
6.1 The Contractor shall submit the detailed calculations for total dynamic load of pump
motor set including all components and accessories. Reference of IS and/or other
authoritative literature with extract of relevant parts signed by the tenderer shall be
submitted by the tenderer in support of dynamic and other factors considered in
calculations. He shall submit detailed working drawings showing plan, elevation,
section etc. for each unit. Detailed calculations for pumping machinery and
equipments such as pumps, motor, electrical hoist, capacitors, sub-station, control
21
Contractor Executive Engineer
panels, relays, cables, foundations and mounting details etc. in triplicate shall be
submitted to the Executive Engineer (Mech.)
6.2 The design of the various components of work shall be based on prevailing latest
and relevant IS and if there are no such standards then as per equivalent British,
German or American Standards, recognized reference books and shall be as per
standard Engineering Code of Practice and shall be such as to meet functional,
technical, structural and aesthetic requirements.
6.3 Any modification, alteration in design, calculations and detailed drawings, to be
carried out as a result of compliance of scrutiny, remarks of the competent authority,
shall be carried out and submitted afresh by the contractor, if called upon by all
above concerned authorities in the manner indicated above claiming any extra cost.
6.4 The actual execution of work shall be started by the contractor only after recipt of
the technical approval to the above detailed design calculations and detailed
drawings from the competent authority.
6.5 Normally a period of about 15 days would be required for scrutiny of and getting
approval of the competent authority, to the design and detailed drawings from the
date of receipt from the contractor.
The contractor shall be fully responsible for the delay that would be caused in
scrutiny of and giving approval to the design and drawings due to their being
incomplete, shabby and haphazard manner, without illustrative dimensioned
sketches in the design and due to non-submission of extracts of reference books
(duly signed by tenderer) called for. No extra time limit shall be granted on account
of reasonable time required in carrying out the scrutiny as mentioned above by the
department and due to improper designs and drawings submitted by the contractor.
GC7 Responsibility of contractor for design drawing and work
Even though the design and drawings are approved by the competent authority, the
contractor shall be fully responsible for the technical and arithmetical correctness and
soundness of the design and drawings and for the safely of works executed on the basis of
such approved design and drawings and to the damages or failure of the works. It shall
have to be done by the contractor entirely at his cost.
GC8 Discrepancies and Omissions
22
Contractor Executive Engineer
The tender drawings and specifications shall be considered as explanatory of each other
and together shall form the technical requirements and stipulations of tender documents.
Detailed drawings shall have preference over small scale drawings. Similarly detailed
specifications shall have preference over general specifications. Should any discrepancy
arise as to the meaning, intent or interpretation of any specification of drawing the decision
of the Engineer-In-Charge shall be final and binding equipments shall be furnished.
GC9 Inspection and Testing
All equipments, irrespective, whether specified or not, shall be tested at manufacturer’s
works laboratory and test certificates for all equipments shall be furnished.
Cost for all such tests including all incidental expenses shall be borne by the contractor and
cost for all such test shall be deemed to have been included in the tendered rates.
Inspection fee payable to the third party inspecting agency, if required shall be borne by the
contractor. Where the tests are to be carried out in presence of the MJP Engineer, tour
expenses of the inspecting officer shall be borne by the Department. However, the
equipments shall have to be tested for requirements as specified and field test result as
shall be the deciding factor, wherever specified of relevant items.
GC10 Quality of material and equipments
All materials of construction shall be of best quality confirming to relevant Indian Standards.
All mechanical, electrical and other equipments shall be of approved makes, best quality
and of ISI mark only, where available and acceptable. These shall be got approved from
the Engineer-in-Charge before erection and use. Any provision in B-1 form which is in
contravention of this stipulation shall be treated as superseded.
GC11 Change in site alignment or orientation or Modification
No compensation shall be paid on account of change in site, alignment or orientation of the
proposed work. The department reserves the right to modify the layout, design and any part
thereof, if considered necessary.
GC12 Electric Power Supply
Electric power supply required by the contractor for the purpose of execution of work and
erection of pumping machinery and equipment is available at site and will made available to
agency free of cost. Required power for the purpose of trial run of the machinery would be
23
Contractor Executive Engineer
arranged free of cost by the department after receipt of necessary test report for electrical
installations.
GC13 Work to be strictly according to tender conditions and specifications and minutes
of pre-tender conference
It should be clearly noted that the tenderer has to strictly comply with the conditions and
specifications laid down in the tender and no variation or deviations are permissible. The
basis principles mentioned in the specifications and conditions of the tender shall be
retained. On no account variations in conditions and specifications shall be carried out
without prior approval of the competent authority of MJP.
GC14 Electrical Installations
All electrical installations shall be carried out as per the provisions of Indian Electricity Act,
Indian Electricity Rules, instructions and requirement of statutory authorities i.e. Electrical
Inspector and Maharashtra State Electricity Board. Necessary test reports shall be given by
the contractor.
GC15 Accidents of the work
The Contractor shall be fully responsible for any accident that may occur to the labour on
his work on duty and report the same to the Engineer-In-Charge and concerned
Government Authority and shall pay all necessary and the same shall be recovered from
the contractor with interest.
GC 16 Income tax
Income Tax as applicable on gross value of each bill shall be deducted towards income tax
and a certificate to that extent shall be issued by Engineer-In-Charge.
GC17 No Interest on dues
No interest shall be payable by the department on the amount, due to contractor’s pending
final settlement of claim.
GC18 Guarantee period and final certificate
24
Contractor Executive Engineer
Guarantee period shall be of twelve calendar months from the date of issue of final
certificate by the Engineer-In-Charge. Any provisions regarding period in B.1 Form in
contravention of 12 months guarantee period stipulations above shall be ignored. Final
certificate shall be issued only after all works are completed in accordance with contract
agreement and commissioned, site is cleared and specified performance during field test is
obtained. Final certificate will be issued only for the entire works and not for the part works.
Guarantee covers all replacement of defective items free of charge. During the guarantee
period any failure of defects, attributable to manufactures design shall be expeditiously
attended by the contractor free of charge. If such attendance is unduly delayed the
Engineer-In-Charge shall rectify the failure/defects at eh risk and cost of the contractor.
GC19 Record Drawings and designs
After satisfactory completion of the work in all respect the contractor shall submit Three
sets of designs and completions record drawings of each and every work as actually
constructed with all dimensions and levels with the stamp ‘Record Drawings’ along with the
specifications, operation manual and instructions etc. before finalization of the final bill
without claiming any extra cost, failure of which the final bill shall not be paid. The circuit
diagrams of panels, layout details of spares, makes, addresses, phone numbers of firms
shall also be given with illustrative technical literature of manufacturers.
GC20 Loss or Damaged Indemnity Bond
The contractor shall be responsible during the progress as well as maintenance for any
liability imposed by law for any damage to the work or any part thereof or to any of the
materials or other things used in performing the work or for injury to any person or persons
or for any property damaged in or outside the work limit. The contractor shall indemnify &
hold the owner and engineer harmless against any and all liability, claims, loss or injury,
including costs, expenses & attorney’s fees incurred in the defense of same, arising from
any allegation, whether groundless or not, of damage or injury to any person or property
resulting from the performance of the work or from any material used in the work or from
25
Contractor Executive Engineer
any condition of the work or work site, or from any cause whatsoever during the progress
and maintenance of the work.
GC21 Supervision and Superintendence
Contractors Supervision
The contractor shall supervision amend direct the works efficiently and with his best skill
and attention. He shall be solely responsible for means, methods, techniques, procedures
and sequence of construction. The Contractor shall co-ordinate all parts of the work and
shall be responsible to see that the finished work complies fully with the contract
documents, and such instructions and variation orders as the Engineer may issue during
the progress of the works.
GC22 Care and use of Site
The contractor shall not commence operations on land allotted for work except without prior
approval of the Engineer. If these lands are not adequate the Contractor may have to make
his own arrangements for additional lands required for his use.
The Contractor shall not demolish, remove or alter any of the structure trees or other
facilities on the site without prior approval of the Engineer. All the area of contractors
operation shall be cleared before returning them to the Engineer.
GC23 Overloading
No part of the work or new and existing structures, scaffolding, shoring, strutting,
construction machinery and equipment, or other permanent and temporary facilities shall
be loaded more than its capacity. The Contractor shall bear the cost of correcting damage
caused by loading of abnormal stresses or pressures.
GC24 Manufacturing Instructions
The Contractor shall compare the requirements of the various manufacturer’s instruction
with requirements of the contract documents, shall promptly notify to the Engineer in writing
of any difference between such requirements and shall not proceed with any of the works
affected by such difference shall until an interpretation or clarification is issued pursuant to
article.
26
Contractor Executive Engineer
The contractor shall bear all costs for any error in the work resulting from his failure to the
various requirements and notify the owner of any such difference.
GC25 Protection
The contractor shall take all precautions and furnish and maintain protection to prevent
damage, injury or loss to other persons who may be affected thereby, all the works and all
materials and equipment to be incorporated therein whether in storage on or off the site,
under the care, custody or control of the contractor or any of his sub-contractors and other
improvements and property at the site or where work is to be performed including building,
trees and plants, pole lines, fences, guard rails, guide posts, culvert and project markers,
sign structures, conduits, pipelines and improvements within or adjacent to streets, right of
way, or easements, except those items required to be removed by the Contractor in the
contract documents. The Contractors protection shall include all the safety precautions and
other necessary forms of protection, and the notification of the owners of utilities and
adjacent property.
The contractor shall protect adjoining site against structural, decorative and other damages
that could be caused by the execution of works and make good at his cost any such
damages that could be caused by the execution of works and make good at his cost any
such damages.
GC26 Utilities and Sub Structures
Before commencing any excavations, the Contractor shall investigate determine the actual
locations, and protect the indicated utilities and structures, shall determine the existence,
position and ownership of other utilities and substructures in the site or before the work is
performed by communication with such property owners, search of records, or otherwise
and shall protect all such utilities and substructures.
GC27 Restoration and repair
Except for those improvements and facilities required to be permanently removed by the
contractor, the contractor shall make satisfactory and acceptable arrangements with the
appropriate owners, and at his expense, shall repair and restore all improvements,
structures, private and public roads, property, utilities and facilities disturbed, disconnected,
or damaged as a result or consequence of his work or the operations of those for whom he
27
Contractor Executive Engineer
is responsible or liable, including that caused by trespass of any of them, with or without his
knowledge or consent, or by the transporting of workmen, material or equipment to or from
the site.
GC28 Workmen
The contractor shall at all times enforce strict discipline and good order among his
employees and shall not employ on the works any unfit person or anyone not skilled and
experienced in the assigned task. The Contractor shall in respect of labour employed by
him comply with or cause to be complied with the provisions of various labor law and rules
and regulations as applicable to them in regard to all matters provided therein and shall
indemnify the owner in respect of all claims that may be made against the owner for non-
compliance thereof by the Contractor.
GC29 Mode of Payment
Payment towards the work will be made as under for each Sub-work.
1. 80% payment after supply of material at site with submission of test reports
wherever applicable.
2. 10% payment after erection and commissioning.
3. 5% payment after satisfactory test and trial for 30 days from the date of
commissioning.
4. Balance 5% payment after performing discharge test after 60 days from the date of
commissioning and obtaining results as laid in specifications.
28
Contractor Executive Engineer
Additional Conditions of Contract
29
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
ADDITIONAL CONDITIONS OF CONTRACT This part covers conditions pursuant of the Contract and will form an integral part of the Contract. AC1 All engineering data submitted by the contractor after final including review and
approval by the Engineer shall form part of the contract document and the entire work covered under these specifications shall be performed in strict conformity, unless otherwise expressly requested by the in writing.
AC2 Drawing
Each drawing submitted by the contractor shall be clearly marked with the name of the owner, the unit designation, the specification number and the name of the project. The contractor may make any changes in the provisions and intent of the contract and such change will be subject to the approval by the Engineer. Approval of contractor’s drawings of work, by the Engineer, shall not relieve the contractor of any of the responsibilities and liabilities under the contract. Drawing shall include all instructions and detailed piping drawing wherever applicable.
AC3 Protection to plant equipment’s in store All coated surface be protected against abrasions, impact discoloration and any other damages. All exposed threaded portion shall be suitably protected with either a metallic protection device. All ends of valves and piping and conduit equipment connections shall be properly sealed with suitable devices to protect from damage. The parts which are likely to get rusted due to exposure to weather, should also be properly treated and protected in a suitable manner.
30
Contractor Executive Engineer
AC4 Preservative Shop Coating Preservative metallic surface subject to corrosion shall be protected by shop application of suitable coatings. All surfaces which will not be easily accessible after the shop assembly shall be treated and protected before the lift of the equipment. Electrical equipments shall be shop finished one or more coats of primer and two coats of high grade resistance enamel. The finished colors shall be as per manufacturer’s standard, to be selected and specified by the Engineer at a later date.
AC5 Material Handling Storage All the equipment furnished under the contract ands arriving at site shall be promptly received unloaded and transported and stored in the storage spaces by the contractor. The contractor shall be solely responsible for any shortage or damage in transit, handling and/or in storage and erection of the equipment at the site. All electrical, control gears, motor and such other devices shall be properly dried by heating before they are installed and energized. Motor bearings and other exposed parts shall be protected against moisture ingress and corrosion during storage and periodically checked to prevent corrosion due to prolonged storage. The motors, electrical switchgear control panel, etc. shall be tested for insulation resistance at least one in 3 months from the date of receipt till the date of commissioning. The consumable and other supplies likely to deteriorate due to storage must be deterioration in quality by storage. The contractor shall be responsible for making suitable indoor storage facilities to store all equipments which require storage. Normally all the electrical equipment such as motors, control gears, generators, exciters and consumable like electrodes, lubricants etc shall be stored in the closed storage space. AC6 Contractor’s Material brought on to site The contractor shall bring to site all equipments, components, parts, materials, including construction equipments, tools and tackles for the purpose of the worked under intimation to the Engineer, but may not on any account be removed or taken away by the contractor or his sub contractors without the written permission of the Engineer. The contractor shall nevertheless be solely liable and responsible for any loss or destruction thereof and damage thereto. After the completion of the works, the contractor shall remove all the materials from the site under direction of the Engineer-in-Charge. AC7 Maintenance Tools and Tackles The contractor shall supply with the one complete set of all special tools, and tackles for the erection, assembly, disassembly and maintenance of the equipment. However, these tools and tackles shall be separately packed and brought on to site. The tenderer shall indicate all the above items in the Annexure. AC8 Facilities to be provided by the owner The contractor shall advise the owner within 30 days from the date of acceptance of the letter of indent, about his exact requirement of space of his office and store and
31
Contractor Executive Engineer
space will be allotted to the contractor for construction of his temporary structure, like office and storage sheds. AC9 Facilities to be provided by the contractor 9.1 Communication The contractor will make his own arrangement for all his communication needs such as telephone, telex etc at site office and his residential area. 9.2 Cleanliness In area where equipment might drip oil and cause damage to the floor surface, a suitable protective cover of a flame resistant, oil proof sheet shall be provided to protect the floor from such damage. AC10 Construction Management Time is essence of the contract and the contractor shall be responsible for performance of his works in accordance with the specified construction schedule. AC11 Contractors Co-operation with the owner
In cases where the performance of the erection work by the contractor affects the operation of the system facilities of the owner, such erection work of the contractor shall be scheduled to be performed only in the manner stipulated by the Engineer and the same shall be acceptable at all timed to the contractor. The Engineer may impose such restrictions on the facilities provided to the contractor such as electricity, water etc. and strictly adhere to such restrictions and co-operate with the Engineer. The contractor shall also be responsible for flushing and initial of all the oil and lubricants required for the equipment furnished and erected by him, so as to make such equipment ready for operation.
AC12 Co-operation with other contractors and consulting engineer The contractor shall agree to co-operate with the owner’s other contractors and consulting Engineer’s and freely exchange with them such technical information as in necessary to obtain the most efficient and economical design and to avoid un- necessary duplication of efforts. AC13 Field Office Records The contractor shall maintain at his site office up to date copies of all drawings, specifications and other contract documents and any other supplementary data complete with all the latest revisions thereto. The contractor shall also maintain in addition, the continuous record of all changes to the above contract documents drawing specifications supplementary data etc. AC14 Design Co-ordination The contractor shall be responsible for the selection and design of appropriate equipments to provide the best co-ordinate performance of the entire system. All the rotating component shall be so selected that the natural frequency of the complete unit is not critical at our close to the operation range of the unit. AC15 In the work of other contractor
32
Contractor Executive Engineer
The Engineer shall be notified promptly by the contractor of any defects in the other contractor’s works. The Engineer shall determine the corrective measures, if any, required to rectify this situation after inspection of the works and such decision by the Engineer shall be binding on the contractor AC16 Protective Guards Suitable guards shall be provided for protection of personnel on all exposed rotating and/or moving machine parts. All such guards with necessary space and accessories shall be designed for easy installation and removal for maintenance purpose. AC17 Noise and Vibrations The equipment supplied and erected by the tenderer will comply with best design and erection practice and its working shall be within permissible noise and vibration levels. AC18 Equipment Bases A cast or welding steel plate shall be provided for all rotating equipment which, it to be installed on a concrete base unless otherwise agreed to by the Engineer. Each base plate shall support the unit and its drive assembly shall be neat design with pedestal anchoring the units. AC19 Rating Plates, Name Plates and Labels Each main and auxiliary item of plant is to have permanently attached to it in a conspicuous position a rating plate showing all details of the equipment. AC20 Training of Owners Personnel The contractor shall undertake to train, free of cost, Engineering Personnel selected and sent by the owner at the works of the contractor wherever specified in the technical specifications, to enable those personnel to become familiar with the equipment being furnished by the contractor. All traveling and living expenses of the Engineering Personnel to be trained during the total of training will be borned by the owner. The contractor shall undertake to train free of cost Engineering Personnel selected by the owner for operation and maintenance of the plant during commissioning period. AC21 Foundation Dressing and grouting The surface of foundations shall be dressed to bring the top surface of the foundations to the required level, prior to placement of equipments based on the foundation. The concrete foundation surface shall be properly prepared by chipping, grinding as required to bring the type of such foundation to the required level, to provide the necessary roughness for bondage and to ensure enough bearing strength. AC22 Lubrication Equipment shall be lubricated by systems suitable for duty of the equipment. Lubricant level indicators, wherever provided shall be furnished and marked to indicate proper levels under both stand still and operating conditions.
33
Contractor Executive Engineer
AC23 Guarantee The cost of any specials or general overhaul rendered during the maintenance period due to defects in the plant of defective work carried out by the contractor, the same shall be borne by the contractor. In the case those parts which are not repairable at site but are essential for the commercial operation of the equipment, the contractor and the Engineer shall mutually agree to a programme of replacement or renewal which will minimize interruption to the minimum extent, in the operation of the equipment. At the end of guarantee period, the contractor’s liability ceases except for latent defects in respect of goods supplied by sub-contractors to the contractor, where a longer guarantee (more than 12 months) is provided by such sub-contract, the owners shall be entitled to the benefit of longer guarantee. AC24 Pre-Commissioning Trials Test Start-up On completion of erection work each time of equipment shall be thoroughly inspected by the Engineer and the contractor for correctness and acceptability for start-up. On completion of inspection, checking and after the pre-commissioning tests are satisfactory over, the complete equipment shall be placed on initial operation during which period the complete equipment shall be operating integral with sub-system and supporting equipments as a complete plant. AC25 Operation Submersible pumping machinery and all allied electrical and mechanical equipments shall then be on trial operation during which period necessary adjustment shall be while operating over the full load enabling the switches to be made ready for performance and guarantee test. The duration of trial operation of the complete equipment shall be 14 day out of which at least 72 hours shall be continuous operation on full load or any other duration as agreed to, between the Engineer and the contractor. The trial operation shall be considered successful, provided that each item of the equipment can operate continuously at the specified characteristics for the period of trial operation. A trial operation report comprising of observations and recordings of various parameters to be measured in respect of the above trail operation. This report includes the date of start and finish of the operation. Based on these observations, necessary modifications/repairs to the plant shall be carried out by the contractor to the full satisfaction of the Engineer to enable the letter to accord permission to carry out performance & guarantee tests on the plant. The commissioning and trial period generally will be continuous, unless otherwise specifically mentioned during the commissioning and trial period, the contractor shall depute his personnel full time to operate maintenance and repair the equipment. During this period, the owner shall make electricity to the contractor all other consumable materials (lubricants and other requirements) shall be provided by the contractor at his cost.
34
Contractor Executive Engineer
AC26 Performance and guarantee test The final test as to the performance and guarantee shall be conducted at site, by the owner. The contractor will assist owner in conducted such tests free of cost. The specific tests to be conducted on equipments have been brought out in the technical specifications. Performance and guarantee test shall make allowance for instrumentation errors may be decided by the Engineer-in-charge. AC27 Commissioning Spares He contractor shall make arrangements for an adequate inventory at site, of necessary commissioning spares prior to commuting of the equipments furnished and erected. So that any damage or loss during these commissioning activities necessitating the requirements of spares will not come in the way of timely completion of the works under the contract. AC28 Registration and statutory Inspection All registration & statutory inspection feed, in respect of this work pursuant to this contract shall be the account of the contractor. If any such inspection or registration need to be re-arranged due to the fault of the contractor or his sub-contractors, the additions fees for such inspection and/or registration shall be borned by the contractor. AC29 Progress reports and photographs During the various stages of the works in the pursuance of the contract, the contractor shall at his own cost submit periodic progress reports as may reasonably required by the Engineer with such materials as charts, work, photographs, test certificates etc. AC30 Work and safety Regulations The contractor will notify the Engineer of his intention to bring on to site any equipment or any contractor, with liquid or gaseous fuel or other substances which may create hazard. No electric cable in use by the contractor/owner will be disturbed without prior permission. No weight of any destruction will be imposed on any such cable. No work will be carried out on any alive equipment. The equipment must be made safe by the Engineer and a permit to work issued before work is to be carried out. The contractor shall employ the necessary number of qualified, full time electrical to maintain his temporary electrical installations.
35
Contractor Executive Engineer
FROM B-1
36
Contractor Executive Engineer
FORM B – 1
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
PERCENTAGE RATE TENDER AND CONTRACT FOR WORK
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
General Rules and Directions for the Guidance of Contractor.
1. All the works proposed to be executed by contract shall be notified in a form of
invitation to tender pasted on a notice M.J.P. hung up in the office of the
Executive Engineer and signed by the Executive Engineer.
This form will state the works to be carried out as well as the date for submitting
and opening tenders, and the time allowed for carrying out the work, also the
amount of earnest money to be deposited with the tender and amount of the
security deposit to be deposited by the successful tenderer and the percentage, if
any, to be deducted from bills. It will also state whether a refund of quarry fees,
royalties, dues and ground rents will be granted. Copies of the specifications,
designs and drawings, estimated rates, scheduled rates by any other documents
required in connection with the work shall signed by the Executive Engineer for
the purpose of identification and shall also be open for inspection by the
Contractors at the office of the Executive Engineer during office hours.
Where the works are proposed to be executed according to the specifications
recommended to a Contractor and approved by a competent authority on behalf
of the Maharashtra Jeevan pradhikaran, such specifications with designs and
drawings shall form part of the accepted tender.
37
Contractor Executive Engineer
2. In the event of the tender being submitted by a firm, it must be signed by each
partner thereof and in the event of the absence of any partner, it shall be signed
on his behalf by a person holding a Power of Attorney authorizing him to do so.
The bidder shall study he tender carefully and quote their firm and reasonable
offer. The offer quoted by the bidder shall be treated as final and no negotiation
will be held. The decision will be taken as per rules of Maharashtra Jeevan
Pradhikaran and decision will be binding on he contractor. The Contractor shall
pay along with the tender the sum of Rs. 1,16,582/- (Rs. One Lack Sixteen
Thousand Five Hundred Eighty Two only.) as and by way of earnest money. The
contractor pay the said amount by forwarding along with tender a blank challan
for the said amount or call deposit receipt for the like amount in favour of the
Executive Engineer. The said amount of earnest money shall not carry any
interest whatsoever.
i) In the event of his tender being accepted, subject to the provisions of sub-
clause (iii) below the said amount of earnest money shall be appropriated
towards the amount of security deposit payable by him under conditions of
General Conditions of Contract.
ii) If after submitting the tender, the Contractor withdraws his offer or modifies
the same, or if, after the acceptance of his tender, the Contractor neglects
to furnish the balance amount of security deposit without prejudice to any
other rights and powers of the MJP hereunder or in law MJP shall can be
entitled to forfeit the full amount of the earnest money deposited by him.
iii) In the even of his tender not being accepted, the amount of earnest money
deposited by the Contractor shall, unless it is prior thereto forfeited under
the provision of sub-clause (iii) above, be refunded to him on his passing
receipt therefore.
3. Receipt for payments made on account of any work, when executed by a firm
should also be signed all the partners except where the Contractors are
described in their tender as firm, in which case the receipt shall be signed in the
name of the firm by one of the partners, or by some other person having authority
to give effectual receipts of the firm.
38
Contractor Executive Engineer
4. Any person who submits a tender shall fill up the usual printed form starting at
what rate below or above the rates specified in Schedule ‘B’ (Memorandum
showing items of work to be carried out) he is willing to undertake the work. Only
one rate or such percentage on all the estimated rates / scheduled rates shall be
named. Tenders which propose any alteration in the work specified in the said
form of invitation to tender, or in the time allowed for carrying out the work, or
which contain any other conditions of any sort will be liable to rejection. No
printed form of tender shall include a tender for more then one work but if the
contractors who wish to tender for two or more works they shall have the name
and the number of work to which they refer written outside the envelope.
5. The Executive Engineer on his duly authorized assistant shall open tenders in
the presence of the Contractors who have submitted their tender or their
representatives who may be present at the time and he will enter the amounts of
the several tenders in a comparative statement in a suitable form. In the event of
a tender being accepted, the Contractor shall for the purpose of identification,
sign copies of the specifications and other documents mentioned in Rule 1. In the
event of tender being rejected, the Divisional Officer shall authorise to refund the
amount of earnest money deposited to the Contractor making the tender, on his
giving a receipt for the return of the money.
6. The officer competent to dispose off the tender shall have the right of rejecting all
or any of the tenders.
7. No receipt for any payment alleged to have been made by a Contractor in regard
to any matter relating to this tender or the contract shall be valid and binding on
the MJP unless it is signed by the Executive Engineer.
8. The memorandum of work to be tendered for and the Schedule of Materials to be
Supplied by the MJP and their rates shall be filled in and completed by the office
of the Executive Engineer before the tender form is issued if a form issued to an
intending tendered has not been so filled in and completed, he shall request the
said office to have this done before he completes and delivers his tender.
39
Contractor Executive Engineer
9. All works shall be measured net by standard measure and according to the rules
and customs of the M.J.P. and without reference to any local custom.
10. Under no circumstances shall any Contractor be entitled to claim enhanced rates
for items in this contract.
11. Every registered Contractor should produce along with his tender, Certificate of
Registration as approved Contractor in the appropriate class and renewal of such
registration with date of expiry.
12. All corrections and additions or pasted slips be initialed.
13. The Measurements of work will be taken according to the usual methods in use
the M.J.P. and no proposals to adopt alternative methods will be accepted. The
Executive Engineer’s decision as to is “What is the usual method in use in the
M.J.P.” will be final.
14. A tendering Contractor shall furnish a declaration along with a tender showing all
works for which he has already entered into contract and the value of the work
that remains to be executed in each case on the date of submitting the tender.
15. Every Contractor shall furnish along with the tender, information regarding the
Income Tax Circle or Ward of the District in which he is assessed to income tax,
the reference to the number of the assessment and the assessment year and a
valid Income Tax Clearance Certificate.
16. In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the M.J.P. for the purpose of plant and
machinery required for the execution of the work contracted for.
(CGM/PWD/CFM/1058/62517 of 26/05/1959)
17. The Contractor will have to construct shed for storing controlled and valuable
materials issued to him under Schedule ‘A’ of the agreement, at work site, having
double locking arrangement. The materials will be taken for use in the present of
the M.J.P.’s person. No materials will be allowed to be removed from the site of
works.
40
Contractor Executive Engineer
18. The Contractor shall also give a list of machinery in their possession which they
propose to use on the work.
19. Successful tenderer will have to produce to the satisfaction of the accepting
authority a valid and current license issued in this favour under the provisions of
Contract Labour (Regulation and Abolition) Act, 1973 before starting work failing
which acceptance of the tender will be liable for withdrawal and earnest money
will be forfeited to the M.J.P.
20. The Contractor shall comply with the provisions of Apprentices Act, 1961 and the
rules and orders issued there under from time to time. If he fails to do so, his
failure will be breach of the contract and the Superintending Engineer, may, in
this discretion cancel the contract. The Contractor shall also be liable for any
pecuniary liability arising on account of any violation by him of the provision of
the Act.
41
Contractor Executive Engineer
TENDER FOR WORKS
I/we hereby tender for the execution, for the Maharashtra Jeevan Pradhikaran
(hereinbefore and hereinafter referred to as ‘M.J.P.’) of the work specified in
the underwritten memorandum within the time specified in such memorandum
at* % ( Percent). . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ) (In
figure as well as in words) percent below/above the estimated rates entered in
Schedule ‘B’(memorandum showing items of work to be carried out) and in
accordance with all respects with the specifications, designs, drawings and
instructions in writing referred to in Rule I hereof and in Clause 12 of the
annexed conditions of the contract and agree that what materials for the work
are provided and agree that what materials for the work are provided by the
M.J.P., such materials and the rates to be paid for them shall be as provided in
Schedule ‘A’ hereto.
If Several sub-works are included, same should be detailed in a separate list.
MEMORANDUM
1. a. General Description
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
b. Estimate Cost
c. Earnest money
Rs. 1,55,44,207/-
Rs. 1,16,582/-
c) The amount of earnest money to be
deposited shall be in accordance with
the provisions of para 206 and 207 of
M.P.W. Manual.
d. Security Deposit d) This deposit shall be in accordance with
paras 213, 214 of the M.P.W. Manual. i. In the form of
TDR/FDR
ii. To be deducted
from the current
bills.
2,33,200/-
2,33,200/-
Total 4,66,400/-
e. Percentage, if any, to
be deducted from bills
so as to make up the
total amount required
as security deposit by
the time, half the work,
as percent measured by
4(Four) Percent
e) This percentage where no
security deposit is taken will
vary from 5% to 10%
according to the
requirement of the case,
where security deposit is
taken. See note to clause I of
* In figures as
well as in words
42
Contractor Executive Engineer
the costs, is done. conditions of contract.
f. Time allowed for the
work from date of
written order to
commence
2
(Two) Calendar
months including
monsoon.
f) Give schedule where
necessary showing dates by
which the various items are
to be completed.
2. I / We agree that the offer shall remain open for acceptance for a minimum
period of 120 days from the date fixed for opening the same and thereafter
unit it is withdrawn by me/us by notice in writing duly addressed to the
authority opening the tenders and sent by registered post A.D. or otherwise
delivered at office of such authority. Bank Challan No. and date of Deposit at
Call Receipt No. and date in respect of the sum of Rs.
3. Representing the earnest money is herewith forwarded. The amount of earnest money shall not
bear interest and shall be liable to be forfeited to the M.J.P. should I / We fail to (i) abide by the
stipulation to keep the offer open for the period mentioned above or (ii) sign and complete the
contract documents as required by the Engineer and furnish the Security Deposit specified in item
(d) of the memorandum contained in paragraph (I) above within the time limit laid down in clause
(i) of the annexed General conditions of the Contract, the amount of earnest money may be
adjusted towards the security deposit or refunded to me/us if so desired by me/us in writing unless
the same or any part thereof has been forfeited as aforesaid.
* Amount to be
specified in words
and figures
43
Contractor Executive Engineer
4. Should this tender be accepted. I/We, agree to abide by and fulfil all the terms and
provisions of the conditions of Contract annexed hereto so far as applicable and in
default thereof to forfeit and pay to the M.J.P. the sums of money mentioned in the
said conditions.
Receipt No. Dated at From the M.J.P. in respect
or Bank of the sum of Rs.
is herewith forwarded representing the earnest money (a) the full value of which is
to be absolutely forfeited to the M.J.P. should, I / We, do not deposit in full amount
of security deposit specified in the above memorandum in accordance with (d) of
clause (1) of the tender for works shall be refunded.
Contractor Signature of Contractor before Submission of tender
Day of 2012
Address
Witness
Address
Signature of Witness to Contractor’ Signature
Occupation
The above tender is hereby accepted by me for and on behalf of Maharashtra Jeevan
Pradhikaran.
Executive Engineer
( or his duly authorized Assistant )
44
Contractor Executive Engineer
CLAUSES
45
Contractor Executive Engineer
CONDITIONS OF CONTRACT
Clause I : Security Deposit
(Modification as per the GR PWD No. CAT-1087 / CR-74 /
Bldg – 2 Dated 14/06/1989)
The person / persons whose tender may be accepted
(hereinafter called the Contractor), which expression shall
unless excluded by or repugnant to the context include his hers,
executors, administrators and assigns) shall (A) within ten days
(which may be extended by the Superintending Engineer
concerned up to 15 days if the Superintending Engineer thinks
fit to do so) of the receipt by him of the notification of the
acceptance of his tender deposit with the Executive Engineer in
cash or Government securities endorsed to the Executive
Engineer (if deposited for more than 12 Months) of sum
sufficient which will make-up the full security deposit
specified in the tender or (B) (permit M.J.P. at the time of
making any payment to him for work done under the contract
to deduct such sum as will amount to 4% of all money so
payable; such deduction to be held by M.J.P. by way of
security deposit). Provided always that in the event of the
Contractor depositing a lump sum by way of security deposit as
contemplated at (A) above, then and in such case, if the sum so
deposited shall not amount to 4% of the total estimated cost of
the work, it shall be lawful for M.J.P. at the time of making
any payment to the Contractor for the work done under the
contract to make up the full amount (4%) by deducting
sufficient sum from every such payment as last aforesaid until
the full amount of the security deposit is make up all
46
Contractor Executive Engineer
compensation or other sum of money payable by the Contractor
to M.J.P. under terms of this contract may be deducted from or
paid by the sale of sufficient part of his security deposit or
from the interest arising therefrom, or from any sums which
may be due or may become due by M.J.P. to the Contractor
under any other contract or transaction of any nature on any
account whatsoever and in the event of his security deposit
being reduced by reason of any such deduction or sale as
aforesaid, the Contractor shall within ten days thereafter make
good in cash or Government securities endorsed as aforesaid
any sum or sums which may have been deducted from or raised
by sale of his security deposit or any part thereof. The security
deposit referred to when paid in cash may the cost may at the
cost of the depositor be converted into interest being securities
provided that the depositor has expressly desired this in
writing.
If the amount of the security deposit to the paid in a lump sum
within the period specified at (A) above is not paid the tender /
contract already accepted shall be considered as cancelled and
legal steps taken against the Contractor for recovery of the
amounts. The amount of security deposit lodged by a
Contractor shall be refunded along with the payment of the
final bill, if the date up to which the Contractor has agreed to
maintain the work in good order is over. If such date is not
over only 90% amount of security deposit shall be refunded
along with the payment of the final bill. The amount of security
deposit retained by the M.J.P. shall be released after expiry of
period up to which the Contractor has agreed to maintain the
work in
47
Contractor Executive Engineer
Good order is over. In the event of the Contractor failing or
neglecting to complete rectification work within the period up
to which the Contractor has agreed to maintain the work in
good order then subject to provision of Clause 17 to 20 hereof
the amount of security deposit retained by M.J.P. shall be
adjusted towards the excess cost incurred by the M.J.P. on
rectification work.
Clause 2
The time allowed for carrying out the work as entered in the
tender shall be strictly observed by the Contractor and shall be
reckoned from the date on which the order to commence work
is given to the Contractor. The work shall throughout the
stipulated period of the contract be proceeded with all due
diligence time being deemed to be essence of the Contract on
the part of the Contractor. And further to ensure good progress
during execution of the work, the contractor shall be bound in
all cases in which the time allowed for any work as per Mile
stone stipulated vide special conditions.
1) ¼ of the work in ¼ of the time
2) ½ of the work in ½ of the time
3) ¾ of the work in ¾ of the time
Note : The quantity of the work to be done within a particular time to be
specified above shall be fixed and inserted in the blank space kept for the
purpose by Officer competent to accept the contract after taking into
consideration the circumstances of each case.
48
Contractor Executive Engineer
The following proportion will usually be found
suitable in ¼, ½, ¾ of the time
Reasonable progress of earth of work 1/6, 1/10, 8/10
of the total value of the work to be done. In the event
of the Contractor failing to comply with this
conditions he shall be liable to pay as compensation an
amount equal to 1% of the estimated cost put to tender
or such smaller amount as Superintending Engineer
(Whose decision is in writing shall be final), may
decide of the said estimated cost of the whole work for
every day that the due quantity of work remaining in
complete provide always that the total amount of
compensation to be paid under the provision of these
clause shall not exceed to 10% (Ten Percent) of the
estimated cost of work as shown in the tender.
Superintending Engineer shall be final authority in this
respect irrespective of the fact that the tender is
accepted by Chief Engineer / Superintending Engineer
/ Executive Engineer.
Clause 3
In any case in which under any clause of this contract
the Contractor shall have rendered himself liable to
pay compensation amounting to the whole of his
security deposit (whether paid in one sum or deducted
by installment) or in the case of abandonment of the
work owing to serious illness or death of the
Contractor or any other cause, the Executive Engineer
on behalf of the M.J.P. shall have power to adopt any
Action when whole
of security deposit is
forfeited.
49
Contractor Executive Engineer
of the following courses, as he may deem best suited
to the interest of the M.J.P.
a) To rescind the contract (for which rescission
notice in writing the Contractor under the hand
of Executive Engineer shall be conclusive
evidence) and in that case the security deposit of
the Contractor shall stand forfeited and be
absolutely at the disposal of the M.J.P.
b) To carry out the work or any part of the work
departmentally debiting the Contractor with the
cost of the work, expenditure incurred on tools,
plant and charges on additional supervisory staff
including the cost of work charged establishment
employed for getting unexecuted part of the
work completed and crediting him with the value
of the work done departmentally in all respects
in the same manner and at the same rates as if it
has been carried out by the Contractor under the
terms of his contract. The certificate of the
Executive Engineer as to the cost and other allied
expenses so incurred and as to have value of the
work so done departmentally shall be final and
conclusive against the Contractor.
c) The order that work of the Contractor be
measured up and to take such part thereof as
shall be unexecuted out of his hands and to give
it to another contractor to complete in which case
all expenses incurred on advertisement for fixing
a new contracting agency, additional supervisory
50
Contractor Executive Engineer
staff including the cost of work charges
establishment and the cost of the work executed
by the new contract agency will be debited to
other contractors and the value of the work done
or executed through the new contractor shall be
credited to the Contractor in all respects and in
the same manner and at the same rates as if it had
been carried out by the Contractor under the
terms of his contract. The certificate of the
Executive Engineer as to all the costs of the work
and other expenses incurred as aforesaid for
getting the unexecuted work done by the new
contractor and as to the value of the work so
done shall be final and conclusive against the
Contractor. In case the contract shall be
rescinded under Clause (a) above, the Contractor
shall not be entitled to recover or be paid any
sum for any work there for actually performed by
him under this contract unless and until the
Executive Engineer shall have certified in
writing the performance of such work and the
amount payable to him in respect thereof and he
shall only be entitled to be paid the amount so
certified. In the event of either of the courses
referred to in clause (b) or (c) being adopted and
the cost of work executed departmentally or
through a new contractor and other allied
expenses exceeding the value of such work
credited to the Contractor the amount of excess
shall be deducted from any money due to the
Contractor by M.J.P. under the contract or
51
Contractor Executive Engineer
otherwise howsoever, or from his security
deposit or the sale proceeds thereof,
provided however, that the Contractor shall have no
claim against M.J.P. even if the certified value of the
work done, allied expenses , provided always that
whichever of the three courses mentioned in clause (a),
(b) or (c) is adopted by the Executive Engineer, the
Contractor shall have no claim to compensation for
any loss sustained by him by reason of not having
purchased or procured any materials or entered into
any engagements or made any advance on account of
or with a view to the execution of the work or the
performance of the contract.
Clause 4
If the progress of any particular portion of the work is
unsatisfactory, the Executive Engineer shall not
withstanding that the general progress of the work is in
accordance with the conditions mentioned in Clause 2
be entitled to take action under Clause 3(b) after
giving the Contractor 10 days notice in writing. The
Contractor will have no claim for compensation for
any loss sustained by him owing to such action.
Action when the
progress of any
particular portion of
the work is
unsatisfactory.
Clause 5
In any case in which any of the powers conferred upon
the Executive Engineer by Clause 3 and 4 hereof shall
have become exercisable and the same shall not have
been exercised the non-exercise there of shall not
Power to take
possession of or sell
contractor’s plant.
52
Contractor Executive Engineer
constitute a waiving of any of the condition hereof and
such powers shall notwithstanding be exercisable in
the event of any futer case of default by the Contractor
for which under any clauses hereof he is declared
liable to pay compensation amounting to the whole of
his security deposit and liability of the Contractor of
past and future compensation shall remain unaffected.
In the event of the Executive Engineer taking action
under Sub-Clause (a) or (c) of Clause3, he may if he
so desires take possession of all or any tools and plant,
materials and stores in or upon the work or the site
thereof or belonging to the Contractor or procured by
him and intended to be used for the execution of the
work or any part thereof paying or allowing for the
same in account at the contract rates or in case of
contract rates not being applicable at current market
rates to be certified by the Executive Engineer whose
giving notice in writing to the Contractor or his clerk
of the work, foreman or other authorized agent require
him to remove such tools, plant, materials or stores
from the premises within a time to be specified in such
notice and in the event of the Contractor failing to
comply with any
such requisition the Executive Engineer may remove
them at the Contractor’s expenses or sell them by
auction or private sale on account of the Contractor at
his risk in all respects and the certificate of the
Executive Engineer as to the expense of any such
removal and the amount of the proceeds and expenses
of any such sale shall be final and conclusive against
53
Contractor Executive Engineer
the Contractor.
Clause 6
If the Contractor shall desires an extension of the time
for completion of work on the ground he shall apply in
writing to the Executive Engineer before the expiration
of the period stipulated in the tender or before the
expiration of 30 days from the date on which he was
hindered as aforesaid or which the cause for asking for
extension occurred, whichever is earlier and the
Executive Engineer in his opinion, or the opinion of
Superintending Engineer or Chief Engineer as the case
may be, if there were reasonable grounds for granting
an extension, grant such extension as he thinks
necessary or proper. The decision of the Executive
Engineer in this matter shall be final.
Extension of Time
Clause 7
On the completion of the work the Contractor shall be
furnished with a certificate by the Executive Engineer
(hereinafter called the Engineer-in-charge) of such
completion, but no such certificate shall be given nor
shall the work be considered to be complete until the
Contractor shall have removed from the premises on
which the work shall have been executed, all
scaffolding, surplus materials and rubbish and shall
have cleaned off the dirt from all wood-work, doors,
windows, walls, floor or other parts of any building in
or upon which the work has been executed or of which
he may have had possession for the Engineer-in-
Final Certificate
54
Contractor Executive Engineer
charge or where the measurements have been taken by
his subordinates until they have received approval of
the Engineer-in-charge, the said measurements being
binding and conclusive against the Contractor. If the
Contractor fails to comply with requirements of this
clause as to the removal of scaffolding, surplus
materials and rubbish and cleaning off dirt on or
before the date fixed for the completion of the work.
The Engineer-in-charge may at the expense of the
contractor remove such scaffolding, surplus materials
and rubbish and dispose of the same as he think fit and
clean of such dirt as aforesaid and the Contractor shall
forthwith pay the amount of all expenses so incurred
but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for
any sum actually realized by the sale thereof.
Clause 8
No payment shall be made for any work estimated to
cost less than Rupees One Thousand till the whole of
work shall have been completed and a certificate of
completion given. But in the case of works estimated
to cost more than Rupees One Thousand, the
Contractor shall, on submitting a monthly bill
therefore, be entitled to receive proportionate to the
part of the work then approved and passed by the
Engineer-in-charge, whose certificate of such approval
and passing of the sum so payable shall be final and
conclusive against the Contractor. All such
intermediate payments only and not as payments for
55
Contractor Executive Engineer
work actually done and completed, and shall not
preclude the Engineer-in-charge from requiring any
bad, unsound imperfect or unskillful work to be
removed or taken away and reconstructed or re-erected
nor shall any such payment be considered as an
admission of the due performance of the contract or
any part thereof in any respect or the occurring of any
claim nor shall it conclude, determine or affect in any
other way the powers of the Engineer-in-charge as to
the final settlement and adjustment of the accounts or
otherwise, or in any way vary or affect the contract.
The final bill shall be submitted by the Contractor
within one Month of the date fixed for the completion
of the work; otherwise the Engineer-in-charge in the
Engineer-in-charge’s certificate of the measurements
and of the total amount payable for the work shall be
final and binding on all parties.
Clause 9
The rate for several items of work estimated to cost
more than Rs. 1000/- agreed to shall be valid only
when the items concerned are accepted as having been
completed fully in accordance with the sanctioned
specifications. In case where the items of work are no
accepted as so completed in the Engineer-in-charge
may make payment no account of such items at such
reduced rated as he may consider reasonable in the
preparation of final or on account bills.
Payment of reduced
rates on account of
items of work not
accepted as
completed to be at
the discretion of the
Engineer-in-charge.
56
Contractor Executive Engineer
Clause 10
A bill shall be submitted by the Contractor in each
month on or before the date fixed by the Engineer-in-
charge for all works executed in the previous month
and the Engineer-in-charge shall take or cause to be
taken the requisite measurements for the purpose of
having the same verified and the claim, so far as it is
admissible, shall be adjusted, if possible, within ten
days from the presentation of the bill. If the Contractor
does not submit the bill within the time fixed as
aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the
presence of the Contractor or his duly authorized agent
whose counter signature to the measurement list shall
be sufficient warrant and the Engineer-in-charge may
prepare a bill from such list which shall be binding on
the Contractor in all respect.
Bills to be submitted
monthly.
Clause 11
The Contractor shall submit all bills on the printed
forms to be had on application at the office of the
Engineer-in-charge. The charges to be made in the
bills shall always be entered at the rates specified in
the tender or in the case of any extra work ordered in
pursuance of these conditions and not mentioned or
provided for in the tender, at the rates hereinafter
provided for such work.
Bills to be on printed
forms.
Clause 12
57
Contractor Executive Engineer
If the specification or estimate of the work provides
for the use of any special description of materials to be
supplied from the stores of the M.J.P. or if it is
required that the Contractor shall use certain stores to
be provided by the Engineer-in-charge (such material
and stores and the prices to be charges therefore as
hereinafter mentioned being so far as practicable for
the convenience of the Contractor but not so as in any
way to control the meaning or effect of this contract
specified in the schedule or memorandum hereto
annexed) the Contractor shall be supplied with such
materials and stores, as may be required from time to
time to be used by him for the purpose of contract only
and the value of full quantity of the material and stores
so supplied, shall be set off or deducted from any sums
then due, or thereafter to become due to the Contractor
under the contract or otherwise or from the security
deposit or the proposals of sale thereof if the security
deposit is held in Government securities. The same on
a sufficient portion thereof shall in that case be sold
for the purpose. All materials supplied to the
Contractor shall remain the absolute property of the
M.J.P. and shall on no account be removed from the
site of the work, and shall at all times be open for
inspection by the Engineer-in-charge.
Stores supplied by
M.J.P.
Any such materials unused and in perfectly good
condition at the time of completion or determination of
the contract shall be returned to the M.J.P. stores if the
Engineer-in-charge so requires by a notice in writing
in given under his hand, but the Contractor shall not be
58
Contractor Executive Engineer
entitled to return any such materials except with such
consent and he shall have no claim for compensation
on account of any such material supplied to him as
aforesaid but remaining unused by him or for any
wastage or damage thereto.
Clause 12(A)
All stores of control material such as cement, steel etc.
to be supplied by the M.J.P. to the Contractor should
be kept by the Contractor under lock and key and will
be accessible for inspection by the Executive Engineer
or his agent at all times.
Clause 13
The Contractor shall execute the whole and every part
of the work in the most substantial and workmanlike
manner, and both as regards materials and every other
respect in strict accordance with specifications. As per
norms of the M.J.P., after ascertaining the recuperation
test of the percolation well and potability of water, the
work of percolation well shall be continued and
completed. The further sub works shall be taken up as
under.
Works to be
executed in
accordance with
specifications,
drawings, orders
etc.
1. ESR GSR
2. Gravity Main, Rising Main, Switch House,
Installation of Pumping Machinery after
80% work of storage tank is completed.
3. Distribution System
59
Contractor Executive Engineer
4. Stand Posts
The Contractor shall also confirm exactly, fully and
faithfully to the designs, drawings and instructions in
writing relating to the work signed by the Engineer-in-
charge and lodged in his office and the Contractor
shall be entitled to receive three sets of contract
drawings and working drawings as well as one
certified copy of the accepted tender along with the
work order free of cost. Further copies of the contract
drawings and working drawings if required by him
shall be supplied at the rate of Rs. 10/- per set of
contract drawing and Rs.1/- per working drawing
except where otherwise specified.
Clause 14
The Engineer-in-charge shall have power to make any
alterations in or additions to the original
specifications, drawings, designs and instructions that
may appear to him to be necessary or advisable during
the progress of the work and the Contractor shall be
bound to carry out the work in accordance with any
instructions in this connections which may be given to
him in writing signed by the Engineer-in-charge and
such alternation shall not in validate the contract and
any additional work which the Contractor may be
directed to do in the manner above specified as part of
the work shall be carried out by the Contractor on the
same conditions in all respects on which agreed to do
the main work, and at the same rates as are specified in
Alteration in
specifications and
designs not to invalid
contract.
Rates for work not
entered in estimate
or schedule of rates
of the district.
60
Contractor Executive Engineer
the tender for the main work and if the additional and
altered work includes any class of work for which no
rate is specified in this contract and then such class of
work shall be carried out at the rates entered in the
Schedule of Rates of the Division or at rates mutually
agreed upon between the Engineer-in-charge and the
Contractor, whichever are lower. If the additional or
altered work for which no rate is entered in the
Schedule of Rate of the Division is ordered to be
carried out before the rates are agreed upon then the
Contractor shall within seven days of the date of
receipt by him of the order to carryout the work,
inform the Engineer-in-charge in change of the rate
which is his intention to charge for such class of work
and if the Engineer-in-charge does not agree to this
rate, he shall by notice in writing be at liberty to
cancel his order to carry out such class of work and
arrange to carry it out in such manner as he may
consider advisable provided always that if the
Contractor shall commence work or incur any
expenditure in regard thereto before the rates shall
have been determined as lastly here in before
mentioned, then in such case he shall only be entitled
to be paid in respect of the work carried out or
expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to
such rate or rates as shall be fixed by the Engineer-in-
charge. In the event of dispute, the decision of the
Superintending Engineer of the Circle will be final.
Where however, the work is to be executed according
61
Contractor Executive Engineer
to designs, drawings and specifications recommended
by the Contractor and accepted by the Competent
Authority, the alternatives above referred to shall be
within the scope of such design, drawings and
specifications appended to the tenders.
The time limit for the completion of the work shall be
extended in the proportion that the increase in its cost
occasioned by alternations or additions bear to the cost
of the original contract work and certificate of the
Engineer-in-charge as to such proportion shall be
conclusive.
Clause 15
1. If any time after the execution of the contract
documents the Engineer-in-charge shall for
reason whatsoever to other (then default on the
part of the Contractor for which the M.J.P. is
entitled to rescind the contract) desire that the
whole or any part of the work specified in the
tender should be suspended for any period or
that the whole or part of the work should not be
carried out at all he shall give to the Contractor
a notice in writing of such desire and upon the
receipt of such notice the
Contractor shall forthwith suspend or stop the
work wholly or in part as required, after having
due regard to the appropriate stage at which the
work should be stopped or suspended so as not
to cause any damage or injury to the work or
No claim to any
payment or
compensation for
alteration or
restriction of work.
62
Contractor Executive Engineer
any part of it could be or could have been safely
stopped or suspended shall be final and
conclusive against the Contractor. The
Contractor shall have no claim to any payment
or compensation whatsoever by reason of or in
pursuance of any notice as aforesaid on account
of any suspension, stoppage or curtailment
except to the extent specified hereinafter.
2. Where the total suspension of work ordered as
aforesaid continued for a continuous period
exceeding 90 days the Contractor shall be at
liberty to withdraw from the contractual
obligations under the contract so far as it
pertains to the unexecuted part of the work by
giving a 10 days prior notice in writing to the
Engineer within 30 days of the expiry of the
said period of 90 days of such intention and
requiring the Engineer to record the final
measurements of the work already done and to
pay final bill. Upon giving such notice the
Contractor shall be deemed to have been
discharged from his obligations to complete the
remaining unexecuted work under his contract.
On receipt of such notice the Engineer shall
proceed to complete the measurements and
make such payment as may be finally due to the
Contractor within a period of 90 days from the
receipt of such notice in respect of the work
already done by the Contractor. Such payment
shall not in any manner prejudice the right of
63
Contractor Executive Engineer
the Contractor to any further compensation
under the remaining provisions of this clause.
3. Where the Engineer required the Contractor to
suspend the work for a period in excess of 30
days at any time or 60 days in the aggregate, the
Contractor shall be entitled to apply to the
Engineer within 30 days of the resumption of
work after such suspension for payment of
compensation to the extent of peculiary loss
suffered by him in respect of working
machinery rendered idle on the site or on the
account of his having had to pay the salary or
wages of labour engaged by him during the said
period of suspension, provided always that the
Contractor shall not be entitled to any claim in
respect of any such working machinery or such
suspension or in respect of any suspension
whatsoever occasioned by unsatisfactory work
or other default on his part. The decision of the
Engineer in this regard shall be final and
conclusive against the Contractor.
4. In the event of,
i) Any total stoppage of work on notice from
the Engineer under sub-clause (1) in that
behalf.
ii) Withdrawal by the Contractor from the
contractual obligation to complete the
remaining unexecuted work under sub-
64
Contractor Executive Engineer
clause (2) on account of continued
suspension of work for a period exceeding
90 days.
iii) Curtailment in the quantity of items
originally tendered on account of any
alteration, omission or substitutions in the
specifications, drawings, designs or
instructions under Clause15(1) where such
curtailment exceeds 25% in quantity and the
value of the quantity curtailed beyond 25%
at the rates for the item specified in the
tender is more than Rs. 5,000/-.
It shall be open to the Contractor within 90 days from
the service of (i) the notice of stoppage of work or (ii)
the notice of withdrawal from the contractual
obligations under the contract on account of the
continued suspension of work or (iii) notice under
Clause 15(1) resulting in such curtailment to produce
to the Engineer satisfactory documentary evidence that
he had purchased or agreed to purchase material for
use in the contracted work before receipt by him of the
notice of stoppage, suspension or curtailment and
require the M.J.P. to take over on payment such
material at the rates determined by the Engineer,
provided, however, that such rated shall in no case
exceed the rates at which the same was acquired by the
Contractor. The M.J.P. shall thereafter take over the
material so offered, provided the quantities offered are
not in excess of the requirements of the unexecuted
65
Contractor Executive Engineer
work as specified in the accepted tender and are of
quality and specification approved by the Engineer.
Clause 15(A)
The Contractor shall not be entitled to claim any
compensation from M.J.P. for the loss suffered by him
on account of delay by M.J.P. in the supply of
materials entered in Schedule ‘A’ where such delay is
caused by
No claim to
compensation on
account of loss due
to delay in supply of
material by M.J.P.
i) Difficulties relating to the supply of railway
wagons.
ii) Force major.
iii) Act of God.
iv) Act of enemies of the State or any other
reasonable cause beyond the control of M.J.P.
In the case of such delay in the supply of materials,
M.J.P. shall grant such extension of time for the
completion of the works as shall appear to the
Executive Engineer to be reasonable in accordance
with the circumstances of the case. The decision of the
Executive Engineer as to the extension of time shall be
accepted as final by the Contractor.
Time limit for
unforeseen claims.
Clause 16
Under no circumstances whatsoever shall the
Contractor be entitled to any compensation from
M.J.P. on any account unless the Contractor shall have
Action of
compensation
payable in case of
66
Contractor Executive Engineer
subtitled claim in writing to the Engineer-in-charge
within one month of the case of such claim occurring.
bad work.
Clause 17
If at the any time the security deposit or any part of
thereof is refunded to the contractor it shall appear to
the Engineer-in-charge or his subordinate in charge of
the work that any work has been executed with
unsound, imperfect or unskilled workmanship or with
materials of inferior quality, or that any materials or
articles provided by him for the execution of the work
are unsound or of a quality inferior to that contracted
for, or are otherwise not in accordance with the
contract, it shall be lawful for the Engineer-in-charge
to intimate this fact in writing to the Contractor and
then notwithstanding the fact that the work, materials
or articles complained of may have been inadvertently
passed, certified and paid for, the Contractor shall be
bound forthwith to rectify, or remove and reconstruct
the work so specified in whole or in part, as the case
may require or if so required shall remove the
materials or articles so specified and provided other
proper and suitable materials or articles at his own
charge and cost and in the event of his failing to do so
within a period to be specified by the Engineer-in-
charge in the written intimation aforesaid, the
Contractor shall be liable to pay compensation at the
rate of one percent on the amount of the estimate for
everyday not exceeding 10 days during which the
failure so continues and in the event of any such
67
Contractor Executive Engineer
failure the Engineer-in-charge may rectify or remove
and re-execute the work or remove, and replace the
materials or articles complained of as the case may be
at the risk and expense in all respects of the
Contractor. Should the Engineer-in-charge consider
that any such inferior work or materials as prescribed
above may be accepted or made use of, it shall be
within his discretion to accept the same at such
reduced rates as he may fix therefor.
Clause 18
All works under or in course of execution or executed
in pursuance of the contract shall at all times be open
to inspection and supervision of the Engineer-in-
charge and his subordinates and the Contractor shall at
all times during the usual working hours, and at all
other times at which reasonable notice of the intention
of the Engineer-in-charge and his subordinates to visit
the work shall have been given to the Contractor,
either himself be present to receive orders and
instructions or have responsible agent duly accredited
in writing present for that purpose. Orders given to the
Contractor’s duly authorized agent shall be considered
to have the same force and effect as if they had been
given to the Contractor himself.
Work to be open to
inspection
Contractor or
responsible agent to
be present.
Clause 19
The Contractor shall give not less than five day’s
notice in writing to the Engineer-in-charge or his
subordinate in-charge of the work before covering up
Notice to be given
before work is
covered.
68
Contractor Executive Engineer
or otherwise placing beyond the reach of measurement
any work in order that the same may be measured and
correct dimensions thereof taken before the same is so
covered up or placed beyond the reach of measurement
and shall not cover up and place beyond the reach of
measurement any work without the consent in writing
of the Engineer-in-charge or his subordinate in-charge
of the work, and if any work shall be covered up or
placed beyond the reach of measurement. Without
such notice having been given or consent obtained the
same shall be uncovered at the Contractor’s expense,
and in default thereof no payment or allowance shall
be made for such work or for the materials with which
the same was executed.
Clause 20
If during the period as listed below, from the date of
completion as certified by the Engineer-in-charge
pursuant to Clause 7 of the contract or for the period
as mentioned below after commissioning the work
whichever is earlier in the opinion of the Executive
Engineer the said work is defective in any manner
what so ever the Contractor shall forthwith on receipt
of notice in that behalf from the Executive Engineer,
duly commence execution and completely carry out at
his cost in every respect all the work that may be
necessary for rectifying and setting right the defects
specified therein including dismantling and
reconstruction of unsafe portion strictly in accordance
with and in the manner prescribed and under the
Contractor liable for
damage done and for
imperfection for
three months after
certificate.
69
Contractor Executive Engineer
supervision of Executive Engineer. In the event of the
Contractor failing or neglecting to commence
execution of the said rectification work within the
period prescribed therefore in the said notice and / or
to complete the same as aforesaid as required by the
same notice, the Executive Engineer may get same
executed and carried out departmentally or by any
other agency at the risk, on account and at the cost of
the Contractor. The Contractor shall forth with on
demand pay to the M.J.P. the amount of such costs,
charges and expenses sustained or incurred by the
M.J.P. of which the certificate of the Executive
Engineer shall be final and binding on the Contractor.
Such costs, charges and expenses shall be deemed to
be arrears of land revenue and in the event of the
Contractor failing or neglecting to pay the same on
demand as aforesaid without prejudice to any other
rights and remedies of the M.J.P., the same may be
recovered from the Contractor as arrears of land
revenue. The M.J.P. shall also be entitled to deduct the
same from any amount which may then be payable or
which may thereafter become payable by the M.J.P. to
the Contractor either in respect of the said work or any
other work whatsoever or from the amount of security
deposit retained by the M.J.P. During defect liability
period, the work of delay maintenance and general
repairs and expenses thereon would be out of scope of
the tender. However, if any defects in the sub work or
in the material are found, the same will be rectified by
the Contractor at his cost and will be binding on him,
failing to which legal action would be taken as per
70
Contractor Executive Engineer
tender clauses. Ten percent amount will be withheld
from security deposit depending upon the nature of
work, till the defect liability period is over.
ANNEXURE :A:
1. Head Works
a) River head work including those at storage
dams, infiltration galleries, trench galleries, bank
pitching, intake works, connecting pipes,
approach bridges etc.
b) Anicuts or weir, earthen / masonry dams and
ancillary works.
c) Nalla / canal head works inclusive of infiltration
wells, connecting pipes, production and
percolation wells, etc.
d) Tube wells, bore wells etc.
e) Repairs to the works at (a) to (d) above
Five years
Five years
Three years
One years
One year.
H. Treatment Plants.
a) Water treatment plant and sewage, treatment
plant based on Contractor's design.
b) Water treatment plant and sewage,
treatment plant based on Departmental designs.
c) Repairs to the treatment plants at (a) and
(b) above.
III. ESR / GSR / BPT, Sump and Pump House etc.
a) Based on Contractor's own design.
b) Based on Departmental design.
Five years
Three years
Two years
Five years.
Three years
Two years
71
Contractor Executive Engineer
c) Special repairs to ESR/GSR/BPT
d) Ordinary repairs to ESR/GSR/BPT
Sump and Pump House etc.
One year.
IV. Pipe Lines.
a) Pumping Mains, Gravity Mains, Leading
Mains including intercepting outfall sewer in case of
sewerage scheme.
b) Distribution system, laterals, branch sewers of sewerage
system etc.
c) Repairs to pipe lines under the works at (a) and (b)
above.
Two years
One year.
Two years,
The instructions contained in the Government of
Maharashtra (Public Works Department) Resolution dated
14th June, 1989 shall henceforth be applicable to all the
works for which defect liability periods have been specified
as above.
Clause 21
The Contractor shall supply at his own cost all material
(except such special materials, if any, as may in accordance
with the contract be supplied from the M.J.P. stores), plant,
tools, appliances, implements, ladders, cordage's, tackles,
scaffolding and temporary works requisite or proper for the
proper execution of the work, in the original, altered or
substituted form and whether included in the specification
or other documents forming part of the contract or referred
to in these conditions or not and which may be necessary for
the purpose of satisfying or complying with the requirements
Contractor to
supply plant
ladders, scaffoldings
etc.
72
Contractor Executive Engineer
of the Engineer- in-charge as to any matter as to which
under these conditions he is entitled to be satisfied or
which he is entitled to require together with the carriage
there for to and from the work. The Contractor shall also
supply without charge the requisite number of persons
with the means and materials necessary for the purpose of
setting out works and counting, weighing and assisting in the
measurement or examination at any time and from time to
time of the work or the materials.
Failing this the same may be provided by the Engineer-in-
charge at the expense of the Contractor and expenses may be
deducted from any money due to the Contractor under the
contract or from his security deposit or the proceeds of sale
thereof or a sufficient portion thereof. The Contractor shall
provide all necessary fencing and And lights required to
protect the public from accident and shall also be bound to
bear the expenses of defense of every suit, action or other
legal proceedings at law that may be brought by any person
for injury sustained owing to neglect of the above
precautions and to pay any damages and costs which may
be awarded in any such suit action or proceedings to any such
person, or which may with consent of the Contractor be paid
for compromising any claim by any such person. List of
machinery in Contractor's possession and which he
proposes to use on the work should be submitted along
with the tender.
And is liable for
Damages arising from
non provision of
tights* fencing etc.
Clause 21 A
The Contractor shall provide suitable scaffolds and working
platforms, gangways and stairways and shall comply with
73
Contractor Executive Engineer
the following regulations in connection therewith.
a) Suitable scaffolds shall be provided for workmen for all
works that cannot be safely done from a ladder or by
other means,
b) A scaffold shall not be constructed, taken down or
substantially altered except.
i) Under the supervision of a competent and
responsible person, and
ii) as far as possible by competent workers
possessing adequate experience in this kind of
work.
c) All scaffolds and appliances connected therewith and
ladders shall :-
i) be of sound material
ii) be of adequate strength having regard to the
loads and ^ strains to which they will be
subjected, and
iii) Be maintained in proper condition.
d) Scaffolds shall be so constructed no part thereof can
be displaced in consequence of normal use.
e) Scaffolds shall not be over loaded and so far as
practicable the load in consequence of normal use.
f) Before installing lifting gear on scaffolds special
precautions shall be taken to ensure the strength and
stability of the scaffolds.
g) Scaffolds shall be periodically inspected by a
74
Contractor Executive Engineer
competent person.
h) Before allowing a scaffold to be used by his workmen
the Contractor shall, whether the scaffold has been
erected by his workmen or not, take steps to ensure
that it complies fully with the regulations herein
specified.
i) Working platform, gangway, stairways shall :-
ii) be so constructed that no part thereof can sag
unduly or unequally,
iii) be so constructed and maintained, having regard
to the prevailing conditions as to reduce as far as
practicable risks of persons tripping or slipping,
and
iv) be kept free from any unnecessary
obstruction.
j) In the case of working platform, gangways, working
places and stairways at a height exceeding 3 meters (to
be specified).
i) every working platform, gangways shall be
closely boarded unless other adequate measures
are taken to ensure safety.
ii) every working platform, gangway shall have
adequate width, and
iii) every working platform, gangway, working place
and stairway shall be suitably fenced.
k) Every opening in the floor of a building or in a
working platform shall except for the time and so the
extent required to allow the excess of persons or the
transport or shifting of material be provided with
75
Contractor Executive Engineer
suitable means of prevent the fell of persons or material.
1) When persons are employed on a roof where there is a
danger of falling from a height exceeding 3 meters (to
be specified) suitable precautions shall be taken to
prevent the fell of persons or materials.
m) Suitable precautions shall be taken to prevent
persons being struck by articles which might fall
from scaffolds or other working places.
n) Safe means of access shall be provided to all working
platform and other working places.
o) The Contractor will have to make payments to labourers
as per Minimum Wages Act.
Clause 21 (B).
The Contractor shall comply with the following
regulations as regards the Hoisting Appliances to be used by
him. a) Hoisting machines and tackles including their
attachments anchorage's and supports shall,
i) be of good mechanical construction, sound
material and adequate strength and free from
patent defect; and
ii) be kept in good repair and in good working order.
b) Every rope used in hoisting or lowering materials
or as a means of suspension shall be of suitable
quality and adequate strength and free from patent
defect.
c) Hoisting machines and tackles shall be examined and
adequately tested after erection on the site and before
76
Contractor Executive Engineer
use and be re-examined in position at intervals to be
prescribed by the M.J.P.
d) Every chain, ring, hook, shackle, swivel and pulley
block used in hoisting or lowering materials or as a
means of suspension shall be periodically examined.
e) Every crane driver or hoisting appliance operator
shall be properly qualified.
i) No person who is below the age of 18 years shall be in
control of any hoisting machine, including any
scaffold which gives signals to the operator.
g) In case of every hoisting machine and every chain, ring,
hook, shackle, swivel and pulley block used in
hoisting or lowering or as a means of suspension, the
safe working load shall be ascertained by adequate
means.
h) Every hoisting machine and all gear referred to in
proceeding regulation shall be plainly marked with the
safe working load.
i) In case of hoisting machine having a variable safe
working load, each sale working load and the
conditions under which it is applicable shall be clearly
indicated.
j) No pact of any hoisting machine or any gear referred to
in regulation (g) above shall be loaded beyond the safe
working load except for the purpose of testing.
k) Motors, gearing, transmissions, electric wiring and
other dangerous parts of hoisting appliances shall be
provided with efficient safeguards,
77
Contractor Executive Engineer
1) Hoisting appliances shall be provided with such means
as will reduce to minimum and the risk of the
accidental descent of load.
m) Adequate precautions shall be taken to reduce to a
minimum the risk of any part of suspended load
becoming accidentally displaced.
Clause 22
The Contractor shall not set fire to any standing jungle,
trees, brushwood or grass without a written permission from
the Executive Engineer.
When such permission is given and also in all cases when
destroying, cut or dug up trees, brushwood, grass etc. by
fire, the Contractor shall take necessary measures to
prevent such fire spreading to or otherwise damaging
surrounding property.
The Contractor shall make his own arrangements for
drinking water for the labour employed by him.
Clause 23
Compensation for all damages done intentionally or
unintentionally by Contractor's labour whether in or beyond
the limits of the M.J.P. property including any damage
caused by the spreading of fire mentioned Clause 22 shall
be estimated by the Engineer-in-charge or such other officer
as he may appoint and the estimate of the Engineer-in-
charge subject to the decision of the Superintending
Engineer on appeal shall be final and the Contractor shall be
bound to pay the amount of the assessed compensation on
demand, failing which the same will be recovered from the
Measures for
prevention of fire.
Liability of
Contractor for any
damage done in or
outside work/area
78
Contractor Executive Engineer
Contractor as damage in the manner prescribed in Clause 1
or deducted by the Engineer-in-charge from any sums that
may be due or become due from M.J.P. to Contractor under
this contract or otherwise.
The Contractor shall bear the expenses of defending any
action or other legal proceedings that may be brought by any
person for injury sustained by him owing to neglect of
precautions to prevent the spread of fire and he shall pay
any damages and cost that may be awarded by the court in
consequence.
Clause 24
The employment of female labourers on works in
neighborhood of soldiers barracks should be avoided as far
as possible
Clause 25
No work shall be done on Sunday without the sanction in
writing of Engineer-in-charge.
Work on Sunday the
Clause 26
The contract shall not be assigned or sublet without the
written approval of the Engineer-in-charge, and if the
Contractor shall assign or sublet his contract or attempt to do
so, or become insolvent or commence any proceedings to
get himself adjudicated and insolvent or make any
composition with his creditors or attempt so to do or if bribe,
gratuity, gift, loan, perquisite, reward of advantage,
pecuniary or otherwise shall either directly or indirectly be
given, promised or offered by the Contractor or any of his
servants or agents to any public officer or person in the
Contract may be
rescinded and security
deposit forfeited for
subletting it without
approval or for bribing
a Public Officer or if
Contractor becomes
insolvent.
79
Contractor Executive Engineer
employment of M.J.P. in any way relating to his office or
employment or if any such officer or person shall become in
any way directly or indirectly interested in the contract, and
the security deposit of the Contractor shall thereupon stand
forfeited and be absolutely at the disposal of M.J.P. and the
same consequences shall ensure as if the contract had been
rescinded under Clause 3 hereof and in addition the
Contractor shall not be entitled to recover or be paid for any
work thereof actually performed under the contract.
Clause 27
All sums payable by a Contractor by way of compensation
under any of conditions shall be considered as a reasonable
compensation to be applied to the use of M.J.P. without
reference to the actual loss or damage sustained, and
whether any damage has or has not been sustained.
Sum payable by way of
compensation to be
considered as reasonable
compensation without
reference to actual loss
Clause 28
In the case of tender by partners, any change in the
constitution of a firm shall be forthwith notified by the
Contractor to the Engineer-in-charge for his information.
Changes in the
constitution of the firm
to be notified
Clause 29
All works to be executed under the contract shall be
executed under the direction and subject to the approval in
all respects of the Superintending Engineer of the Circle,
for the time being, who shall be entitled to direct at what
point or points and in what manner they are to be
commenced and from time to time carried out.
Directions and
control of the
Superintending
Engineer.
Clause 30.1
80
Contractor Executive Engineer
Except where otherwise specified in the contract and
subject to the powers delegated to him by M.J.P. under the
code, rules then in force, the decision of the Superintending
Engineer of the Circle for the time being shall be final,
conclusive and binding on all parties of the Contract, upon
all questions relating to the meaning of the specifications,
designs, drawings and instruction herein be for mentioned
and as to the quality of workmanship, or materials used on
the work or as to any other question, claim right matter or
things whatsoever in any way arising out of or releasing to
the contact designs drawing, specifications, estimates,
instructions, orders, or these conditions, or otherwise
concerning the works, or the execution, or failure to execute
the same, whether arising during the progress of work, or after
the completion or abandonment thereof.
Clause 30.2
The Contractor may within thirty days of receipt by him or
any order passed by the Superintending Engineer of the
Circle as aforesaid appeal against it to the Chief Engineer,
concerned with the contract work or project provided that
a) the accepted value of the contract exceeds Rs.10
lakhs
(Rupees Ten Lakhs)
b) amount of claim is not less than Rs.lO lakhs
(Rupees Ten Lakhs)
Clause 30.3
If the Contractor is not satisfied with the order passed by the
Chief Engineer as aforesaid, the Contractor, may within
81
Contractor Executive Engineer
thirty days of receipt by him of any such order, appeal
against it to the Member Secretary, Maharashtra Jeevan
Pradhikaran, who, if convinced that prima-facie the
Contractor's claim rejected by Superintending
Engineer/Chief Engineer is not frivolous-and that there is
some substance in the claim of the Contractor as would
merit a detailed examination and decision by the M.J.P. shall
put up to the M.J.P. for suitable decision.
Clause 31
The Contractor shall obtain from M.J.P.'s stores all stores
and articles of European and American manufacture
which may be required for the work, or any part thereof
or in making up any articles required therefor or in
connection therewith unless he has obtained permission in
writing from the Engineer-in-charge to obtain such stores and
articles elsewhere. The value of stores and articles as may be
supplied to the Contractor will be debited to his account at the
rates shown in the Schedule *A' attached to the contract
and if they are not entered in the said Schedule, they shall
be debited to him at cost price which for the purpose of this
contract shall include the cost of carriage and all other
expenses whatsoever, which shall have been incurred in
obtaining delivery of the same at the stores aforesaid.
Stores of European
or American
manufacture to be
obtained from the
M.J.P.
Clause 32
When the estimate on which a tender is made includes lump
sums in respect of parts of the work, the Contractor shall
be entitled to payment in respect of the items of work
involved or the part of the work in question at the same rates
as are payable under this contract for each item, or if the
Lump sums in
estimates
82
Contractor Executive Engineer
part of the work in question is not in the opinion of the
Engineer-in-charge capable of measurement, the
Engineer-in-charge may at his discretion pay the lump sum
amount entered in the estimate and the certificate in writing
of the Engineer-in-charge shall be final and conclusive
against the Contractor with regard to any sum or sums
payable to him under the provisions of this clause.
Clause 33
In the case of any class of work for which there is no such
as is mentioned in Rule 1 of Form B-l, such work shall
specifications. be carried out in accordance with the
Divisional Specifications, and in the event of there being no
Divisional specifications, the work shall be carried out in all
respect in accordance with all instructions and requirements
of the Engineer-in-charge.
Action where no
specifications.
Clause 34
The expression 'Work' or 'Works' where used in these
conditions, shall unless there be something in the subject or
context repugnant to such construction, be constructed to
mean the work or work contracted to be executed under or
in virtue of the contract, whether temporary or permanent
and whether original, altered, substituted or additional.
Definition of work.
Clause 35 The percentage referred to in the tender shall be deducted
from/ added to the gross amount of the bill before
deducting the value of any stock issued.
Contractor's percentage
whether applied to net
or gross amount of
Clause 36
All quarry fees, royalties and ground rent for stacking
materials, if any, should be paid by Contractor instructions
as per circular dated 11/08/2003 should be followed by the
Refund of quarry
fees and royalties.
83
Contractor Executive Engineer
contractor.
Clause 37
The Contractor shall be responsible for and shall pay any
compensation to his workmen payable under the
Workmen's Compensation Act. 1923 (VIII of 1923),
(hereinafter called the said Act for injuries caused to the
workmen, If such compensation is payable/paid by the
MJ.P. as principal under sub-section (1) of Section 12 of
the said Act on behalf of the Contractor, it shall be
recoverable by the MJ.P. from the Contractor under sub-
section (2) of the said section. Such compensation shall be
recovered in the manner laid down in Clause 1 above.
Clause 37 (A)
The Contractor shall be responsible for and shall pay the
expenses of providing medical aid to any workman who
may suffer a bodily injury as a result of an accident. If
such expenses are incurred by M.J.P. the same shall be
recoverable from the Contractor forthwith and be deducted
without prejudice to any other remedy of the M.J.P. from any
amount due or that may become due to the Contractor
Clause 37 (B)
The Contractor shall provide all necessary personal safety
equipment and first aid apparatus available for the use of the
persons employed on the site and shall maintain the same
in condition suitable for immediate use at any time and
shall comply with the following regulations in connection
therewith.
a) The workers shall be required to use the equipment's
84
Contractor Executive Engineer
so provided by the Contractor and the Contractor
shall take adequate steps to ensure proper use of the
equipment by those concerned.
b) When work is carried on in proximity to any place
where there is a risk of drowning, all necessary
equipment shall be provided and kept ready for use
and all necessary steps shall be taken for the prompt
rescue of any person in danger,
c) Adequate provision shall be made for prompt first-aid
treatment of all injuries likely to be sustained
during the course of the work.
Clause 37 (C)
The Contractor shall duly comply with the provisions of
'The Apprentices Act, 1961' (of 1961), the rules made there
under and the orders that may be issued from time to time
under the said Act and the said Rules and on his failure or
neglect to do so he shall be subjected to all the liabilities
and penalties provided by said Act and said Rules.
Clause 38
1. Quantities shown in the tender are approximate and no
claim shall be entertained for quantities of work
executed being either more or less than those entered in
the tender or estimate.
Claim for quantities
entered in the tender or
estimates.
2. Quantities in respect of the several items shown in the tender are approximate
and no revision in the tendered rate shall be any special provisions contained
in the specifications prescribing a different percentage of permissible variation
in the quantity of the item does not exceed the tender quantity by beyond this
85
Contractor Executive Engineer
limit at the rate of the items specified in the tender is not more than Rs. 10,000/-.
3. The Contractor shall if ordered-in writing by the Engineer so to do, also carry out
any quantities in excess of the limit mentioned above in Sub-Clause (1)
hereof on the same conditions and in accordance with the specification in the
tender and the rates (i) derived from the rates entered in Current Schedule of
Rates and in the absence of such rates (ii) at the rates prevailing the market.
The said rates being increased or decreased as the case may be the
percentage which the total tendered amount bears to the estimated cost of the
works as put to tender based upon the Schedule of rates applicable to the year in
which the tenders were invited (for the purpose of the operation of this
Clause, this cost shall be taken as Rs. 1,55,44,207- (Rs. One Crore Fifty Five
Lacks Forty Four Thousands Two Hundred Seven only) for the year 2011 -
2012.
4. This clause is not applicable to extra items, claims arising out of reduction in
the tendered quantity of any item beyond 25% will be governed by the
provisions of Clause 15 only when the amount of such reduction beyond 25%
at the rate of the item specified in the tender is more than Rs. 5,000/-. This
reduction is exclusively the reduction in clause numbers 2, 1,4, of work and
site condition.
5. There is no change in the rate if the excess is less than or equal to 25%. Also
there Is no change in the rate if the quantity of work done is more than 25% of
the tendered quantity. But the value of the excess work at the tendered rates
does not exceed Rs. 5,000/-.
6. The quantities to be paid at the tendered rates shall include : a. a.
Tendered quantity plus.
b. 25% excess of tendered quantity or the excess quantity of the value of Rs.
5,000/- at tendered rate whichever is more.
7. a. Unless authorized by the Executive Engineer in charge in writing the
86
Contractor Executive Engineer
contractor should not execute the excess quantity beyond the quantities
specified in the tender.
b. Even after written instructions of the Executive Engineer, whenever the
excess quantities beyond those specified in the tender are executed, the
payment in excess of the quantities specified in the tender will be
made by the Executive Engineer upto Rs.3.00 lakh, Superintending
Engineer upto Rs. 10.00 lakh, Chief Engineer upto Rs.30.00 lakh and
more than Rs.30.00 lakh approval from Member Secretary is essential
(No limit) or it may be payable as per existence of orders of payments at
the time of excess quantities cropped up.
c. Till the approval from appropriate authority is received the Executive
Engineer can make payment to the extent of 50% of the value of the
work (for quantities beyond quantities payable at tender rates) subject
to the condition that the proposal for approval of payment of excess
quantities is at least submitted by him to the competent authority
before making such payment. Such payment released by the Executive
Engineer to the contractor for excess quantities shall be treated as
advance payment against the total payment due after approval from the
competent authority.
Clause 39
The Contractor shall employ any famine, convent or other
labour of a particular kind or class if ordered in writing to
do so by the Engineer-in-charge.
Employment of famine
Labour etc.
Clause 40
No compensation shall be allowed for any delay caused in the
starting of the work on account of acquisition of land or, in the
case of clearance works, on account of any delay in accordance
to sanction of estimates.
Claim for
compensation for
delay in starting the
work.
Clause 41
87
Contractor Executive Engineer
No compensation shall be allowed for any delay in the execution
of the work on account of water standing in borrow
pits or rates are inclusive for hard or cracked soil, the work
excavation in mud, sub soil, water standing in borrow pits and
no, claim for an extra rate shall be entertained unless
otherwise expressly specified.
Claim for
compensation for
delay in execution of
compartments.
Clause 42
The Contractor shall not enter upon or commence any
portion of work except with written authority and
instructions of the Engineer-in-charge or of his subordinate
in charge of the work. Failing such authority the Contractor
shall have no claim to ask for measurements of or payment
for work.
Entering upon or
commencing any
portion of work
Clause 43
i) No Contractor shall employ any person who is under the
age of 12 years.
ii) No Contractor shall employ donkeys or other animals
with breaching of string or thin rope. The breaching
must be at least three inches wide and should be of
tape (Newer).
iii) No animal suffering from sores, lameness or
emaciation or which is immature shall be employed
on the work.
Minimum age of
persons employed,
the employment of
donkeys and other
animals and the
payment of fair
wages.
iv) The Engineer-in-charge or his agent is authorized to remove from the work,
any person or animal found working which does not satisfy these conditions
and no responsibility shall be accepted by the M.J.P. for any delay caused in the
completion of the work by such removal.
v) The Contractor shall pay fair and reasonable wages to the workmen
88
Contractor Executive Engineer
employed by him in the contract undertaken by him. In the event of the
dispute arising between the Contractor and his workmen on the -grounds
that the wages paid are not fair and reasonable, the dispute shall be referred
without delay to the Executive Engineer who shall decide the same. The
decision of the Executive Engineer shall be conclusive and binding on the
Contractor but such decision shall not in any way affect the conditions in
the contract regarding the payment to be made by the M.J.P. at the
sanctioned tender rates.
vi) Contractor shall provide drinking water facilities to the workers. Similar
amenities shall be provide to the workers engaged on large work in urban
areas.
vii) Contractor to take precautions against accidents which take place on account
of labour using loose garments while working near machinery.
Clause 44.
Payment to Contractor shall be make by cheque drawn on
any treasury within the division convenient to them, provided
the amount exceeds Rs.10/-. Amounts not exceeding
Rs.lO/- will be paid in cash.
Method of payment.
Clause 45.
Any Contractor who does not accept these conditions shall
not be llowed to tender for work.
Acceptance of
conditions
compulsory before
tendering for work.
Clause 46.
If Government declares a site of scarcity or famine to exist
in any villages situated within 16 Kms of the work, the
Contractor shall employ upon such parts of the work, as
are suitable for unskilled labour, any person certified to
him by the Executive Engineer, or by
Employment of arcity
labour.
89
Contractor Executive Engineer
any person to whom the Executive Engineer may have
delegated this duty in writing to be in need of relief and
shall be bound to pay to such person wages not below
the minimum wages which Government may have fixed
in this behalf. Any disputes which may
arise in connection with the implementation of this clause
shall be decided by the Executive Engineer whose decision
shall be final and binding on the Contractor.
Clause 47.
The Price quoted by the Contractor shall not in any case
exceed the control price, if any, fixed by Government or
reasonable price which is permissible for him to charge a
private purchaser for the same class and description the
control price or the price permissible under the provisions of
Hoarding and Profiteering Preventing Ordinance, 1948 as
amended from time to time. If the price quoted exceeds the
controlled price or the price permissible under Hoarding
and Profiteering Preventing Ordinance, the Contractor will
specifically mention this fact in his tender along with the
reasons for quoting such higher prices. The purchaser at his
discretion will in such case exercise the right of revising the
price at any stage so as to conform with the controlled price
as permissible under the Hoarding and Profiteering
Prevention Ordinance. This discretion will be exercised
without pre4judice to any other action that may be taken
against the Contractor.
Clause 48.
In case of materials that may remain surplus with the
90
Contractor Executive Engineer
Contractor from those issued, the date of ascertainment of
the materials being surplus will be taken as the date of sale
for the purpose of Sales Tax and the Sales Tax will be
recovered on such sale.
Clause 49.
The Contractor shall employ at least 80 percent of the total
number of unskilled labour to be employed by him on the said
work from out of the persons ordinarily residing in the
district in which site of the said work is located. Provided,
however, that if the required number of unskilled labour
from that district is not available, the Contractor shall in
the first instance employ such number of persons as is
available and there after may with the previous permission
in writing of the Executive Engineer-in-charge of the said
work obtain the rest of the requirement of unskilled labour
from outside of district.
Clause 50.
The Contractor shall pay the labourers skilled and unskilled
according to the wages prescribed by Minimum Wages Act
applicable to the area in which the work of the Contractor is
located. The Contractor shall comply with the provision of
the Apprentices Act, 1961 and the Rules and Orders issued
thereunder from time to time. If he fails to do so his failure
will be a breach of the contract and the Superintending
Engineer may in his discretion cancel the contract. The
Contractor shall also be liable for any pecuniary liability
arising on account of any violation by him of the provision
of the Act. The Contractor shall pay the laborers skilled
and unskilled according to wages prescribed by Minimum
Wages to be paid to the
skilled and unskilled
labourers engaged by
the Contractor.
91
Contractor Executive Engineer
wages Act applicable for the area in which the work lies.
Clause 51.
All amounts whatsoever which the Contractor is liable to pay to the M.J.P. in
connection with the execution of the work including the amount payable in respect
of (i) materials and / or stores supplied / issued hereunder by the M.J.P. to the
Contractor (ii) hie charges in respect of heavy plant, machinery and equipment
given on hire by the M.J.P. to the Contractor for execution by him of the work and /
or for which advances have been given by the M.J.P. to the contractor shall be
deemed to be arrears of land revenue and the M.J.P. may without prejudice to any
other rights and remedies of the M.J.P. recover the same from the contractor as
arrears of land revenue.
Clause 52
The successful tenderers will be required to produce to the satisfaction of the
specified concerned authority valid and consequent license issued in favour of the
contractor under the provisions of the contract labour (regulation and Abolition )
Act 1970 before starting the work. On failure to do so the acceptance of the
tender should be liable to be withdrawn and also the earnest money. The
contractor shall duly comply with all the provisions of the contract Labour
(Regulation and Abolition) Act. 1970(37 of 1970) and the maharashtra contract
Labour (Regulation and Abolition) Rules 1971 as amended from time to time
and all other relevant states and statutory provisions concerning payment of wages
particularly to workmen employed by the contractor and working on the site of
work. In particularly the contractor shall pay wages to each worker employed by
him on the site of work at the rates prescribed under Maharashtra Contract Labour
(Regulation and Abolition) Rules 1971. If the Contractor fails or neglects
to pay wages at the said rates or makes short payment and the MJ.P. makes such
payment of wages in full or part thereof less paid by the
Contractor, as the case may be, the amount so paid by the MJ.P. to such workers
92
Contractor Executive Engineer
shall be deemed to be arrears of land revenue and the MJ.P. shall be entitled to
recover the same as such from the Contractor or deduct the same from the amount
payable by the MJ.P. to the Contractor hereunder or from any other amounts
payable to him by the Maharashtra Jeevan Pradhikaran.
Clause 53
Where the workers are required to work near machines and are liable to accidents,
they should not be allowed to wear loose clothes like dhoti, Jhabba etc.
Clause 54
The Contractor shall comply with the provision of the Apprentices Act, 1961 and
the Rules and Orders issued thereunder from time to time; if he fails to do so, his
failure will be a beach of the contract and the Superintending Engineer may in his
discretion cancel the contract. The Contractor shall pay the labourers skilled and
unskilled according to wages prescribed by Minimum Wages Act applicable to the
area in which the work lies.
Clause 55
In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange be released by the MJ.P. for the purchase of the plant and
machinery required for the execution of the contract work.
Clause 56
Price variation Clause ……….. to be delated. ……….
Clause 57
In case of dispute regarding the provision of any items precedence to
decide the provisions will be as below: Provision in Schedule ‘B' Specifications
Drawings Points quoted in the Memorandum of understanding.
93
Contractor Executive Engineer
Clause 58
Insurance policy — Government of Maharashtra Marathi Resolution No. dated
19/08/1998.
1. Contractor shall take out necessary Insurance policy/policies so as to provide
adequate insurance cover for execution of the awarded contract work from the
Director of Insurance, Maharashtra state, Mumbai-51 only. Its postal address for
correspondence is "264,
1st floor. Mhada. Opp. Kalanagar, Bandra ( F), Mumbai 51". (Tel. No.
6438461/16438690) Insurance policy / policies taken out from any other company
will not be accepted. However, if the contractor desire to effect insurance with
local office of any insurance company, the same should be under the co -
insurance -cum servicing arrangements approved by the director of Insurance. The
policy taken.
out by the contractors is not on co-insurance basis ( G. I. F. 60% and Insurance
company 40% ) the same will not be accepted and the amount of premium
calculated by the Director of Insurance will be recovered directly from the
amount payable to the contractors for the executed contract work which shall be
noted by the contractor, from the date of work order for the following events
which are due to the contractor's risk.
a) Loans of or damage to the civil and mechanical and electrical equipment
supplied / installed including the materials such as pipes, valves, specials etc.
brought on site.
b) Loss of or damage to contractor's equipment including his vehicles..
c) Loss of or damage to property ( except the work, plant material and
equipment) in connection with the contractor and ;
d) Personal injury or death due to vehicles of the contractor and / or due to any
accident that may arise at or around site to the contractor personal to the M.J.P.
94
Contractor Executive Engineer
staffer to any other person not connected with M.J.P. / contractor.
2. Policies and certificates for Insurance shall be delivered by the contractor to
the Engineer for the Engineer's approval before the date of actual starting of
work. All such Insurance shall provide for compensation to be payable in the types
of proportions of currencies required to rectify the loss of damage incurred.
3. If the contractor does not produced any of the policies and certificates
required, the Engineer may effect the Insurance for which the contractor should
have produced the policies and certificates and recover the premiums it has paid
from payments otherwise due to the contractor or, if no payment is due, the
payment of the premiums shall be of debt due.
4. Alteration to the terms of an Insurance shall not be made without the approval
of the Engineer.
5. The minimum Insurance cover for loss and damages to physical property,
injury and death shall be 10% of the contract cost per occurrence with No. of
occurrences as 4 (four). After each occurrence the contractor shall pay additional
premium necessary so as to keep the insurance policy valid always till the defect
liability period is over.
6. No payment will be released to the contractor until the insurance coverage
with the Government Insurance fund, Maharashtra State is provided and unless
the proof of Insurance coverage is produced by the contractor to the Engineer-
in-charge.
C.A.R. (contractor's all risk policy ) Insurance will have to be done before start of
the work.
CLAUSE 59
The contractor shall provide and maintain barricades, guards, guard rails,
temporary bridges and walkways, watchmen, headlights and appliance and
safeguards to protect the work, life, property, the public, excavations,
equipment's and materials, Barricades shall be substantial construction and shall
95
Contractor Executive Engineer
be painted such as to increase their visibility at night. For any accident arising
out f the neglect of above instructions, the contractor shall be bound to bear the
expenses of defense of every suit, action or other legal proceedings, at law, that
may be brought by any person for injury sustained owning to neglect of the above
precautions and to pay all damages and costs which may be awarded in any such
suite, action or proceedings to any such person or which may with consent of the
contractor be paid in compromising any claim by any such person.
CLAUSE 60 :
All equipment's / materials shall be supplied and work should be carried out as
per tender specifications, terms and conditions only. If any defects observed during
defect liability period should be attended immediately and shall be rectified as per
the instructions of Engineer-in-charge, otherwise the agency's name will be
reported to the higher authorities for black listing the agency.
Executive Engineer
Maharashtra Jeevan Pradhikaran
Water Management Division,
Sangli.
96
Contractor Executive Engineer
Material Schedule - A
97
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
MATERIAL SCHEDULE – A
Sr. No.
Particulars Approximate Quantity
Unit Rate at which material will be
supplied
Place of Delivery
NIL
Executive Engineer
Maharashtra Jeevan Pradhikaran
Water Management Division,
Sangli.
98
Contractor Executive Engineer
Recapulation Sheet
99
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
RECAPITULATION SHEET Sr. No Description of Sub
work Cost
A Raw Water Pumping Machinery @ Isbavi
Head Works
84,34,862.00
B Pure Water Pumping Machinery for
Katphal, Mahud, Wanichinchale, MBR @ W.T.P. Shirbhavi & Kole M.B.R> @ Manegaon Pump
House
26,54,401.00
C Pure Water Pumping Machinery for
Manegaon MBR @ WTP Shirbhavi
43,60,958.00
D Pure Water Pumping Machinery fo
Kidbisari ESR @ Kole Pump House
93,986.00
Total Rs. 1,55,44,207.00
Executive Engineer
Maharashtra Jeevan Pradhikaran
W M Division, Sangli.
100
Contractor Executive Engineer
Schedule “B” of B-1 Tender
101
Contractor Executive Engineer
102
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI
Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme, Tal - Sangola, Dist -Solapur.
Providing, erecting, commissioning with satisfactory test & trial of Vertical Turbine Pumping Machinery, At Isbavi Head Works
SCHEDULE " B " of B-1 TENDER
Memorandam showing the items of works to be carried out by the Contractor
SUB WORK NO- A ) Estimated Cost Rs.- 84,34,862.00
Qty Unit Description Rate Per Amount
In Fig In Words
1 2 3 4 5 6 7
Item No-1 ) Removing of 475 HP Motor
2 No Removing of Vertical Solid Shaft 3.3 kV Motor from Vertical Turbine Pump set from Motor Stool as per detailed specifications enclosed.
2,464.00 Rs. Two thousand four hundred sixty four only.
No 4,928.00
Item No-2 ) Removing of 475 HP V.T. Pump Set
2 No Removing of existing 475 HP Vertical Turbine Pump set with all Column Pipes, Line Shaft, discharge head etc complete as per detailed specifications enclosed
13,167.00 Rs. Thirteen thousand one hundred sixty seven only.
No 26,334.00
103
Contractor Executive Engineer
Qty Unit Description Rate Per Amount
In Fig In Words
1 2 3 4 5 6 7
Item N0- 3 ) Vertical Turbine Pump Set
2 Nos Supply & providing, installing, commissioning & giving satisfactory test and trial @ of V.T. Pump multistage Water lubricated complete with bowl assembly, column pipe & discharge head ,strainer, on provided / RSJ / RCC beam including erecting on sole plate with RSJ base frame blue matching. The pump shall be capable of discharging 131 LPS. against at a total head of 185 M , ERW Colum Pipe of 300 mm diameter. length of column pipe 22.5 Mtr. including bowl assembly & Cast steel bowl, Impeller of CF 8 M, Impeller & Line shaft of AISI 410 , Line shaft bearing of rubber line in bronze shell & SS strainer ,all fasteners shall be of SS only having at a speed of 1500 R.P.M. synchronous suitable for existing 475 HP, 3.3 kW VSS Motor as per detailed specifications enclosed.
41,98,104.00 Rs. Forty one Lacs & ninety eight thousand one hundred & four only.
No 83,96,208.00
Item No-4 ) Re-erection of 475 HP VSS Motor
2 Nos Re-erection of existing 475 HP Vertical Solid Shaft Motor on above Pump & commissioning of Vertical Turbine Pump set & giving satisfactory test & trial as per detailed specifications enclosed.
3,696.00 Rs. Three thousand six hundred ninety six only.
No 7,392.00
Total 84,34,862.00
104
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI
Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,
Tal - Sangola, Dist -Solapur.
Providing, erecting, commissioning with satisfactory test & trial of Centrifugal Multistage Pumping Machinery, At Shirbhavi WTP
for Katphal, Wanichinchale, Mahud & Manegaon to Kola.
SCHEDULE " B " of B-1 TENDER
Memorandam showing the items of works to be carried out by the Contractor
SUB WORK – B ) Estimated Cost Rs.- 26,54,401.00
Qty Unit Description Rate Per Amount
In Fig In Words
1 2 3 4 5 6 7
I ) CENTRIFUGAL PUMP SET FOR KATPHAL MBR
Item No-1 ) Removing of 100 HP Motor 1 No Removing & Re-eretion of 100 HP,Horizontal foot Mounted 415V Motor
from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.
1,584.00 Rs. One thousand five hundred eighty four only.
No 1,584.00
Item No-2 ) Centrifugal Multistage Pump Set
1 No Supply & Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 28 LPS against a total head of 153 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 130 to 164 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.
4,98,400.00 Rs. Four Lacs ninty eight thousand four hundred only.
No 4,98,400.00
105
Contractor Executive Engineer
II )CENTRIFUGAL PUMP SET FOR WANICHINCHALE MBR
Item No-1 ) Removing of 170 HP Motor 1 No Removing & Re-eretion of Horizontal foot Mounted 170 HP,415V Motor
from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.
2,376.00 Rs. Two thousand three hundred seventy six only.
No 2,376.00
Item No-2 ) Centrifugal Multistage Pump Set
1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 41 LPS against a total head of 175 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 148 to 187 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.
5,94,196.00 Rs. Five Lacs ninety four thousand one hundred ninety six only.
No 5,94,196.00
III ) CENTRIFUGAL PUMP SET FOR MAHUD MBR
Item No-1 ) Removing of 110 HP Motor
1 No Removing & Re-erection of Horizontal foot Mounted 170 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.
1,584.00 Rs. One thousand five hundred eighty four only.
No 1,584.00
106
Contractor Executive Engineer
Item No-2 ) Centrifugal Multistage Pump Set
1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pumpset set capable of discharging 30 LPS against a total head of 158 Mtr. from all causes alon with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 134 to 169 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.
4,99,275.00 Rs. Four Lacs ninety nine thousand two hundred & seventy five only.
No 4,99,275.00
IV ) CENTRIFUGAL PUMP SET FOR KOLE MBR ( AT
MANEGAON SUMP )
Item No-1 ) Removing of 180 HP Motor
1 No Removing of existing Horizontal foot Mounted 180 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.
1,056.00 Rs. One thousand fifty Six only.
No 1,056.00
Item No-2 ) Removing of 180 HP C / F Pump
1 No Removing of existing 180 HP Centrifugal Pump Set from base frame as per detailed specifications enclosed.
647.00 Rs. Six hundred forty seven only.
No 647.00
Item No-3 ) Centrifugal Multistage Pump Set
1 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set set capable of discharging 43 LPS against a total head of 181 Mtr. from all causes alon with base frame, coupling, coupling guard, foundation bolt,Casing shall be of Cast Iron, Impeller shall be of Bronze, Pump shaft shall be of SS 410 suitable for working in head range of 154 to 194 M etc. & running @ normal speed of 1500 RPM (Syncrous) as per detailed specifications enclosed.
5,94,195.00 Rs. Five Lacs ninety ninty four thousand one hundred & ninety five only.
No 5,94,195.00
Item No 4 ) SPDP Foot Mounted Motor ( 180 HP )
107
Contractor Executive Engineer
1 Nos Providing, erecting & giving satisfactorily test & trial of Foot Mounted SPDP Motor, 1500 RPM squirrel cage Induction Motor, confirming to IS 325 having continuous rating suitable for operation at 415 Volts, + / - 10 % , 3 Phase, 50 Hz, + / - 3 % with " F " class insulation temperature rise limited to " B " class isulation
4,61,288.00 Rs. Four lacs sixty one thousand two hundred eighty eight only.
No 4,61,288.00
Total 26,54,401.00
Contractor No. of corrections
108
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI
Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,
Tal - Sangola, Dist -Solapur. Providing, erecting, commissioning with satisfactory test & trial of Centrifugal Multistage Pumping Machinery, At Shirbhavi WTP for Manegaon
SCHEDULE " B " of B-1 TENDER Memorandam showing the items of works to be carried out by the Contractor
SUB WORK NO- C ) Estimated Cost Rs.- 43,60,958.00
Qty Unit Description Rate Per Amount
In Fig In Words
1 2 3 4 5 6 7
I ) CENTRIFUGAL PUMP SET FOR MANEGAON MBR
( AT SHIRBHAVI WTP )
Item No-1 ) Removing & Re-erection of 240 HP Motor 1 No Removing & Re-erection of existing Horizontal foot Mounted
240 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame & also Re-erection as per detailed specifications enclosed.
3,168.00 Rs. Three thousand one hundred sixty eight only.
No 3,168.00
Item No-2 ) Removing of 240 HP Motor
1 No Removing of existing Horizontal foot Mounted 240 HP,415V Motor from existing Centrifugal Multistage Pump set from base frame as per detailed specifications enclosed.
1,408.00 Rs. One thousand four hundred eight only.
No 1,408.00
109
Contractor Executive Engineer
Item No-3 ) Removing of 240 HP C / F Pump
2 No Removing of existing 240 HP Centrifugal Pump Set from base frame as per detailed specifications enclosed.
740.00 Rs. Seven hundred forty only.
No 1,480.00
Item No-4 ) Centrifugal Multistage Pump Set
2 No Designing, Providing, Installing, Commissioning & giving test & trial @ site of work Centrifugal Multistage type Pump set capable of discharging 66 LPS against a total head of 153 Mtr. from all causes along with base frame, coupling, coupling guard, foundation bolt, Casing shall be of Cast steel, Impeller shall be of CF 8 M ( SS ), Pump shaft shall be of SS 410 suitable for working in head range of 130 to 164 M etc. & running @ normal speed of 1500 RPM (Synchronous) as per detailed specifications enclosed.
14,90,337.00 Rs. Fourteen Lacs ninety thousand three hundred thirty seven only.
No 29,80,674.00
Item No 5 ) SPDP Foot Mounted Motor ( 240 HP ) 2 No Providing, erecting & giving satisfactorily test & trial of Foot
Mounted SPDP Motor, 1500 RPM squirrel cage Induction Motor, confirming to IS 325 having continuous rating suitable for operation at 415 Volts, + / - 10 % , 3 Phase, 50 Hz, + / - 3 % with " F " class insulation temperature rise limited to " B " class isolation
6,87,114.00 Rs. Six lacs eighty seven thousand one hundred fourteen only.
No 13,74,228.00
Total 43,60,958.00
Contractor No. of corrections Executive Engineer
110
Contractor Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN WATER MANAGEMENT DIVISION SANGLI
Name of Work- M & R To R.R. Shirbhavi & Other 81 Villages Water Supply Scheme,
Tal - Sangola, Dist -Solapur. Providing, erecting, commissioning with satisfactory test & trial of Submersible Pumping Machinery,For filling Kidbisari ESR, At Kole Pump House
SCHEDULE " B " of B-1 TENDER Memorandam showing the items of works to be carried out by the Contractor
SUB WORK- D Estimated Cost Rs.- 93986.00
Qty Unit Description Rate Per Amount
In Fig In Words
1 2 3 4 5 6 7
Item No-1I ) SUBMERSIBLE PUMP SET ( 150 mm Dia.)
1 No Providing, Commissioning & giving test & trial of @ site of work Submersible Pump set Con to IS 8034 & motor confirming to IS 9283, with Waterproof winding. Pump shall be suitable for 137 Mtr head & having a discharge of 3.1 LPS with Stainless steel shaft. Motor suitable for working on 415 V + / - 10 %, 3 pase, 50 Hz. A.C. Supply, with cable guard, thrust carbon / fibre bearing to withstand entire hydraulic thrust. The pump set shall be suitable for direct coupling, with suitable suction strainer. Pump should have suitable discharge outlet as per manufacturer's design. Anti thrust streamlined non return valve shall be provided with the pump. 3 m submersible copper conductor cable in single / double run & 2 pairs of suitable size erection clamp 10 mm thick shall be provided as per detailed specifications attached.
35,028.00 Rs. Thirty five thousand Twenty Eight only.
No 70,056.00
111
Contractor Executive Engineer
20 Mtr I /T No- 2 ) G.I. PIPES
Providing erecting 80 MM dia "B" class G.I. Pipe in pieces of 1.5 Mtr both end flanged for suction & delivery with all jointing materials etc as per detailed specifications enclosed.
366.00 Rs. Three Hundred Sixty six only.
No 7,320.00
80 Mtr Item No-3 ) Submersible Cable
Designing, providing & laying commissioning with satisfactory test & trial of 1 X 3 X 2.5 sqmm PVC sheathed copper conductor flat submersible cable for Motor etc complete as per detailed specifications enclosed..
96.00 Rs. Ninety Six only.
No 7,680.00
Item No-4 ) PVC Pipe
40 Mtr Providing, laying 40 mm dia. PVC pipe underground cable with excavation & refilling etc complete as per detailed specifications enclosed.
40.00 Rs. Forty only.
No 1,600.00
Item No- 5 ) Pressure Gauge 3 No Designing, providing erecting commissioning with satisfactory test
& trial of Pressure gauge of 0 to 10 Kg complete with syphon tube, isolating cock suitable for 12 mm dia. G.I.Pipe. as per detailed specifications enclosed.
659.00 Rs. Six hundred fifty nine only.
No 1,318.00
Item No 6 ) GI / MS Specials
50 kG Providing & erecting M.S. specials of required thickness with 3 coats of approved make epoxy paint from inside & outside including all taxes, transportation to site & stacking etc complete
66.00 Rs. Sixty six only.
No 3,300.00
112
Contractor Executive Engineer
Item No- 7 ) EARTHING
1 No Designing, Providing, & commissioning with satisfactory test & trial earthing for electric motor, starters, panel boards & capacitors with Galvanized cast iron earth plate size 60 X 60 X 0.6 cms as per I.E. Rule etc complete as per detailed specification attached.
2053.00 Rs Two thousand fifty three only.
No 2053.00
Total 93986.00
113
Contractor Executive Engineer
Specification of Pumping Machinery
114
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
Specification of Pumping Machinery
Item No. 1 : Vertical turbine pump set for raw water pumping station (at Isbavi
Head Works) (Water Lubricated) – 2.00 Nos (2 working + 1
Standby)
1) Removing of 475 HP VSS Motor : -
This job includes removing of 3.3 KV, 355 KW VSS Motor from VT pump
set and keeping up safely on the frame as per direction of engineer-in-
charge at HW site at Isbavi, Pandharpur, The details of existing VSS
Motor is as below. The same has to be used for providing and executing
of new V.T. Pump under item.
KW/HP 355/475
Make ALSTOM
Ref BSEM. 60034-1-1995
Volts 3300
Phase Three
Amp 77
RPM 1480
Direction of Rotation Anticlockwise viewed from top of motor.
115
2) Removing of 475 HP Pump Set :
This job includes removing of existing VT pump set with its discharge
head, column assembly, bowl assembly and stacking up safely as per direction
of engineer-in-charge at HW site at Isbavi, Pandharpur. The details of existing
VT Pump Set is as below.
Make M & P
Discharge 131 LPS, (471.60 m3/Hr.)
Head 184 Meter
Stages Seven
RPM 1480
3) VT Pump Set (Water Lubricated) :
The pumps shall be suitable for operation for worst condition in
countered necessary NPSH curve shall be submitted and minimum
submergence required shall be stated. The system head curve and
performance curve for all level conditions is to be enclosed with the tender
documents by the tenderer for solo operation and parallel operation of two
pumps.
The pumps shall be suitable for satisfactory operation at the duty
conditions. The head range stipulated below includes solo operation and
parallel operation of two pumps at a time under all water level conditions. The
combined discharge of two pumps should not be less than 262 LPS. The pump
shall have following technical parameters.
The pump discharge head shall be designed such a way that the same is
suitable to fix on sole plate of pump and suitable to match the alignment of
header main. It desire contractor may use the existing sole plate of pumps.
This job includes to connect the pump set with required modifications to
connect the existing rising main with MS specials etc with jointing material etc
complete.
116
150 mm Dia. suitable capacity pressure gauge shall be provided with
pump set.
The pump set shall be suitable for existing 355-KW / 475-HP, 3.3 KV
V.S.S. motor with its existing rotational direction & non-reversible ratchet
alignment. The details of motor given herein above under item No. 1.
Make M & P
Ref BSEM. 60034-1-1995
Volts 3300
Phase Three
Amp 77
RPM 1480
Pump set with following specification and as per IS-1710, IS-5720 & IS-9173
Type Water Lubricated
Discharge 131 Lps (471.60 m3/Hr.) individual.
Head 185.00 Mtr.
Head Range 138 to 204 in M
Shut of head Not less than 224 Mtr. min.
Efficiency 80% Minimum (At duty point)
No of Stages 6 Maximum
Speed 1500 RPM synchronous
Total Suspension Length 22.5 Mtr.
Flanged column Pipe dia 300 mm
Thinkness 10 mm
Dia. of Shaft 70 mm (Not less than 70 mm at rest of
thread)
117
Thrust bearing and Non In discharge head
Reverse ratchet arrangement
Erection clamps 2 Pairs for each pump
No. of Pumps 2 Nos.
Continuous base frame Existing frame can be used.
Material Construction
Suction / Bowl assembly Cast Steel (WCB)
Discharge Head CS/MS – Suitable for existing sole plate
and alignment of existing mani fold.
Impeller / Bowl Bearing SS (CF8 M)
Line shaft bearing Rubber Lined Bronze shell.
Line shaft coupling & S.S. 410
Discharge head bush
Line Shaft AISI. 410
Pump Shaft AISI. 410
Shaft Sleeve AISI. 410
Fasteners S.S.
Strainer Basket type S.S.
Column Pipe M.S. ERW flanged in 1.5 Mtr. length with
lifting arrangement (M.S. plate welded to
the bottom of the flange)
118
V.T. Pumps Set :
The vertical Turbine pump sets shall be (self-water lubricated) suitable
for following conditions and specifications.
The pump shall be of MJP approved make and shall conform to IS 1710
& shall satisfy test and trial as per IS 5120 with latest modifications
from time to time.
The pump efficiency shall not be less than 80% at duty point.
Constructional and design details of the set shall be as follows.
a) Impeller
Impellers shall be CF8 M only confirming to Relevant IS shall be
statically and dynamically balanced. Balancing holes in impeller are not
acceptable.
b) Wearing Rings
It shall be of SS conforming to IS : 318 and suitable Grade and shall be
of renewable type. It shall be held in place against rotation by screw in or
locking with pins press fitted locked with pins. The wearing rings shall
be provided on both impeller and casing.
c) Pump Shaft
Pump shaft be of stainless Steel AISI 410 and diameter shall not be less
than 70 mm. @ root of thread
d) Line Shaft
Line shaft with coupling shall be in length specified above with each
pump sets. Each shaft be of S.S. 410. The diameter of shaft shall not be
less than 70 mm. or nearest commercial size @ root of thread. The
coupling shall be stainless steel screwed / muff type. Composite design
of line shaft material and diameter and bearing centers shall ensure that
the entire rotating assembly is brought from stand still to full speed
119
without any vibration, whipping and shaft deflection and to ensure that
first critical speed is not within 75% to 125% of full speed.
e) Column Pipe Assembly
Column pipe shall be of M.S. ERW Fabricated heavy-duty flanged type.
The column pipe shall not be less than 10 mm thick and length should
not be more than 1.5 m with lifting arrangement (M.S. plate welded to
the bottom of the flange). Each length of column pipe shall be deigned to
accommodate guide-bearing holders and in standard length of 1.5 Mt.
and matching pipe required for the total length of 22.5 Mt. column
length. The top column pipe should be as per actual size shall be as per
actual size shall be provided.
f ) Suction Bell Mouth
Entrance dia of Bell shall be such that the section velocity shall not
exceed 1.5 m/sec. and shall be of Cast Steel heavy duty. The shape and
curvature of the bell mouth shall be deigned for streamlined flow of bowl
suction, the thickness of bell mouth shall not be less than 10 mm.
g) Strainer
Suction strainer basket type shall be of flanged type heavy duty made
from S.S. AISI 410 plate of thickness not less than 10 mm. Total area of
perforations shall not be less than 300% of entrance area of bell mouth.
Stainless steel hardware shall be provided.
h) Bowl Assembly
The pump bowl / bowls shall be flanged type with machined matching of
faces. The suction bell mouth, bowls assembly, column pipe and all joint
shall be of flange joints. The bowls shall be capable of withstanding a
hydrostatic pressure equal to twice the duty-head or 1.5 times shutoff
head whichever is greater.
120
i) Discharge Head
Discharge head shall be fully flanged type M.S. Cast Steel. It shall
incorporate full diameter redial branch (same as that of column Pipe)
stuffing box with renewable busing and taping for pressure gauge. It
shall be of robust construction and shall be designed to support VSS
motor & entire loading of pump assembly, water column etc. and shall
with stand all static, dynamic, tensional loads hydraulic thrust imposed
during operation from shutoff to stipulated operating conditions and
thrust due to change in direction of flow without any vibration. The
discharge head shall be capable of withstanding hydrostatic pressure
equal to twice the duty head or 1.50 times shut off head whichever is
greater. The discharge head shall be properly supported to eliminate
vibration. An air cock of 25 mm dia with same size of “B” Class GI Pipes
shall be suspended vertically in the well with adequate length to release
air. The discharge head shall be designed in such a way that it shall be
matched for housing on sole plate and suitable for maching the desired
manifold.
j) Thrust Bearing
The thrust bearing shall be antifriction spherical taper roller bearing
type. It shall be capable of withstanding entire weight of rotating parts of
the pump assembly and maximum hydraulic thrust, encountered at
stipulated operating conditions. The bearing shall also be suitable for all
dynamic and static loads imposed during reverse rotation. Mitchell type
thrust bearing will not be accepted. The bearing shall be designed for
minimum operating life of 30000 working hours. Dial type temperature
indicator shall be provided with alarm and trip contacts. The full details
of hydraulic axial thrust and thrust bearing shall be submitted with
detailed design calculations prior ordering the pumps.
The necessary external water cooling arrangement shall be provided with
suitable heavy-duty copper tube coil inside the oil bath. The copper tube
shall be suitable to withstand the pump shut off.
121
k) Motor stool
Motor stool of robust construction and suitable height shall be designed
to accommodate the thrust bearing and pump motor coupling. The line
shaft of pump shall be coupled to the motor shaft through flexible
coupling, each half of the flexible coupling shall be statically and
dynamically balanced for transmission of power without vibration and
shall be keyed to the respective shaft. The coupling shall consist of
hardness treated steel pin and rubber bush.
l) Sole Plates
M.S. Sole Plate of 40 mm. thickness machined from both the side shall
be provided. The size of sole plate shall cover entire pump supporting
girders (base frame) Suitable opening shall be provided at the center,
considering diameter of bell mouth howl assembly and strainer.
The Sole plate shall be fixed with nut bolts on required size of ISMB
frame and shall be machined finish. The sole plate shall be kept on
girders and blue matched to the extent of least 60% of contact area. If
necessary uneven surface shall be smoothened with polish paper smooth
file. The sole plate shall be perfectly leveled with polish Paper smooth
file. The Sole plate shall be perfectly leveled with straight edge and
precision level. The sole plate shall have tapped holes to receive
discharge head. The bottom and top of sloe plate shall be blue matched
to have at-least 60% contact area.
m) The pump shall be driven by vertical solid shaft motor and shall be
provided with non-reversible ratchet, check nut, flexible coupling etc.
complete.
n) Special tools i.e. two pairs of erection clamps for the column and line
shaft as recommended by manufacturer, adjusting nut spanner &
impeller collate hammer shall be supplied with each pump set.
122
o) Pre Lubrication Tank & Other Accessories
In order to lubricate line shaft bearing of the pump, lubrication
arrangement comprising the following shall be provided.
i) Lubrication tanks 2 Nos. interconnected with each other common
for all pumps fabricated from M.S. sheet metal of thickness not
less than 5 mm and of capacity not less than 1.5 times of column
pipe volume. The tank shall be cylindrical and shall be installed on
pump mounting floor with concrete saddles or as directed during
execution by / Engineer-in-charge.
ii) Each lubrication tank shall be equipped with the following :
a) W.L. sight gauge.
b) Over-flow lead to sump.
c) Drain valve lead to sump.
d) “B” Class G.I.Pipe connection with isolating valve and
non-return valve to each pump column assembly for
lubrication. The valve shall be located near the tank. the
size of individual pipe and valve to pump shall be 40 mm
diameter.
e) Inlet connection with solenoid operated valve and
suitable removable strainer by suitable tapping from
common leader.
f) Float valve in the tank for control of overflow.
g) Any other item necessarily required for proper
functioning of water lubrication arrangement.
1.3 Testing
All the pumps shall be subject to factory test in presence of Engineer-in-
charge SE ( M ) & Ex. Engr (Mech.) or his representative and third party
123
inspection agency approved by MJP and bear all expenses including
testing fee etc.
1.4 Factory Test
A) Hydrostatic Test
Following item shall be tested at hydrostatic pressure equal to
twice duty head or 1.5 times shut off head of bowl assembly
whichever is higher as per IS : 5120.
Bowl assembly Each.
Discharge Head Each.
Column Pipes At least 20% of total quantity
B) Performance Test.
Performance test of each pump should be carried out. The test
shall generally be carried out as per IS:9137 of acceptance test for
pumps Class B. The test shall be carried out at full load at
manufacturers work. The test shall cover six points i.e.
i) Duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shut-off head.
v) Power consumption at all above points.
The test at reduced speed will not he accepted.
C) Strip inspection.
Two pump sets of raw water after completion of’ its performance
test and as selected by the Engineer or inspector at random one
pump will be offered for strip-inspection and dimensional
checking. The manufactures / Contractor shall submit all required
124
dimensional drawings. Minimum points as under shall be
checked.
1) Original dimensions of impeller, neck ring etc.
2) Condition of all components particularly bushes, bearing
and wearing ring to examine for undue rubbing, wear etc.
and verification of dimension after performance test.
3) Dynamic balancing of (a) impeller, (b) Flexible coupling,
Maximum unbalance shah not exceed 32 mm. per kg.
4) Verification of clearance and tolerance between :
a) Wearing rings.
b) Impeller shaft and bearings.
c) Impeller shaft and key.
d) Shaft and flexible coupling.
e) Key and keyway on shaft at (d)
5) Finish of water passage in impeller and diffuser.
6) Review of raw material test certificate and quality control
procedure.
Any’ deviation from tenders specification related IS shall be
pointed out in inspection report.
Material test certificate to the various pump components,
shall be furnished.
1.5 Field performance Test.
Field test shall be witnessed by at least two Engineers of M.J.P. i.e. not
below the rank of Executive Engineer.
The test shall be carried out as per IS 9137 code of acceptance test of
pump class-C, in general and stated below in particular. The purpose of
125
field test is not to ensure whether pump performance as regards
acceptance limit as per IS 9137, the purpose is to ensure that the pump
performance is generally acceptable or otherwise. Final acceptance shall
he as per following criteria
I) Verification of guarantee for H and Q specified in clause
9.4.1of IS:9137 shall be based on following Liberalized
tolerances.
XHV +0.006
XQV +0.09
ii) As regards P-Q characteristics for acceptance, it shall be
checked whether motor is not getting overloaded within
specified head range.
a) Volumetric.
Volumetric measurement shall be taken on the basis of level in
sump. In addition one ultrasonic calibrated flow meter shall be
arranged by the Contractor at his cost.
b) The head shall be measure with calibrated pressure gauge of
accuracy 1% or better. At least three pressure gauges shall be
used duly calibrated from two different institutions with prior
approved of the Engineer. The calibration shall be point to point
and not mere for percentage error. The gauge shall be fitted at
suitable place on the discharge nozzle. It may be noted that the
stipulated that pressure gauge shall be installed at least two times
diameter away from discharge nozzle and delivery valve be placed
at least four times diameter away from discharge nozzle cannot be
simulated at site conditioned no allowance for this deficiency shall
he considered. The decision of Engineer-in-charge shall be final.
c) The input power to motor shall he measured with 2 Nos. class 0.5
accuracy single phase watt meters with suitable CTs test lid and
126
PTs provided in panel. The wattmeter CTs and PTs shall be got
calibrated from approved institutions, The calibration shall be for
point to point and not mere for percentage error.
d) The speed shall be measured by at least two numbers. non contact
tachometer with digital display and calibrated from two
institutions, approved by the Engineer.
e) The field test shall be taken with entire head range in such a
manner that it would cover at least 6 points (i.e. duty point. two
above. 2 below and shut off). The guarantees for head and
discharge shall be deemed to be fulfilled a per clause 9.4.1 of
IS:9137.
f) The field performance test at site is absolutely essential as above
(a to (e).
The Contractor shall arrange third party inspection as per MJP approved
norm and MJP approved agencies in presence of MJP Superintending
Engineer ( M ) & Executive Engineer (MECH) and his representative and
bear all expense including testing fee etc. complete.
4) Re erection of 475 HP VSS Motor :
This job including re erection of 3.3 KV, 355 KW VSS Motor stool. &
Making cable connections with motor and panel, run the motor attest half an
hour on no load, connect the motor with pump and taken on load. The pump
sets shall be operated for at level one month period in presence of contractors
representative with the help of departmental staff at present at site of work.
VT pump and cable connections as per direction of engineer-in-charge at HW
site at Isbavi, Pandharpur. The details of existing VSS Motor is given here in
above under item no.1.
127
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
Specification of Pumping Machinery
Centrifugal Multistage pump set for Pure water pumping station (at Shribhavi
WTP) & also @ Manegaon Sump.
Item No. 1 : Removing & Re-erection of 100 HP / 170 Hp / 110 Hp / 180 Hp
Horizontal Motor :
This job including removing of 415V, 3ph, 50cps, 1500 rpm syn. SPDP
pump set and keeping up safely as per direction of engineer-in-charge at WTP,
Shirbhavi site & also re-erection after installation of provided Centrifugal
Multistage Pump set. The details of existing horizontal Motor is as below : The
motor of 180 HP shall be removed and kept as directed by engineer-in-charge.
HP 100 170 110 180
Make ALSTOM ALSTOM ALSTOM ALSTOM
Ref BSEM.60034-1-1995
Volts 415 415 415 415
Phase Three Three Three Three
PRM 1470
I
128
Item No. 2 : Pure Water Pump for Katphal, Wanichinchale, Mahud &
Kole MBR.
2.1 Design data
Each pump shall be designed to give a discharge as mentioned below
during solo operation. The pump shall have preferably best efficiency point
when operating at duty point. The pumps shall have a stable characteristic
within the operating head range specified. The speed shall not exceed 1500
rpm (syn),
Sr. No.
Pump duty for Duty head (M)
Design discharge
Head range Shutoff head
01 Katphal MBR 153 28 lps 130-164 m 180 m
02 Wanichinchaale MBR 175 41 lps 148-187 m 206 m
03 Mahud MBR 158 30 lps 134-169 m 186 m
04 Kole MBR 181 43 lps 154 – 194 m 213 m
2.2 Constructional Features of Centrifugal Pump :
The pump shall be single suction horizontal centrifugal multi stage
pump. The suction and delivery nozzle of pump shall be provided with a 12
mm tapping for mounting the pressure/vacuum gauge. The make of pump
shall be of approved make by MJP.
The impellers shall be shrouded type and shall balanced both statically
and dynamically to withstand axial thrust load. The interior surfaces and
passage shall be smooth finished.
The shaft shall be of solid type and manufactured from stainless steel
AISI-410. The shaft sleeves shall be of AISI Gr. 410 and shall be securely keyed
to the shaft. The bearing shall be heavy duty, antifriction ring oiled bush
bearing.
The stuffing boxes shall be of such design as to enable replacing without
removal of any part except gland and lantern ring. The lantern ring shall be
axially split grease lubricated type and shall be easily removable. The stuffing
boxes shall be provided with drain hole for connecting drain pipe to drain the
leaked water through gland.
129
The pump shall be provided with a common bad plate of fabricated steel
for mounting of pump and motor. Bad-plate of fabricated steel shall be
sufficiently rigid and design shall be got approved prior to fabrication. The
fabricated bed plate shall not be acceptable if shims plate is required for
alignment of pump and motor set.
The coupling between pump and motor shall be steel pin and rubber
bush type flexible coupling of adequate size. The coupling shall be dynamically
balanced after being keyed to the shaft.
The suction and delivery connections shall be integrally cast with the
casing, the flanges being flat faces and drilled to IS : 1538.
Each pump shall be provided with suitable capacity 150 mm φ pressure
gauge and 150 mm φ vacuum gauge with siphon tube, isolating cock suitable
for 12 mm φ GI pipe and suitably calibrated to indicate pressure suitable for
shutoff head of pump and vacuum of 0 to 760 mm of Hg.
All other accessories e.g. funnel air vent etc. shall be provided.
Suitable foundation shall be provided to withstand the static and
dynamic load of the pump with due consideration of bearing capacity of
structure/soil. Foundation bolt shall be anchored properly to match and give
rigidity to bed plate.
2.3 Material construction
Pump Casing & diffusers C.I. confirming to Grade 200 of IS:210
Base plate M.S. Channel
Impeller Bronze confirming to IS 318 Gr.-II
Shaft Stainless steel Gr. 410
Shaft Sleeves Stainless steel Gr. 410
Wearing Ring Bronze IS 318 Gr-II or superior
Gland C.I.
130
Flexible coupling Forged steel confirming to IS : 3445
2.4 Testing
All the pump shall be subject to factory test in presence of Engineer in
charge or his representative and third party inspecting agency approved by
MJP. All expenses shall be borne by the contractor.
2.5 Factory Test
A) Hydrostatic Test
Each pump shall be tested at hydrostatic pressure equal to twice
the duty head of 1.5 times the shut off head whichever is greater
as per IS : 5120
B) Performance Test.
Performance test of each pump should be carried out. The test
shall generally be carried out in as per IS:9137 of acceptance test
for pumps Class B. The test shall be carried out at full load at
manufacturers work. The test shall cover six points i.e.
i) Duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shut-off head.
v) Power consumption at all above points.
The test at reduced speed will not he accepted.
Three certified copies of test records for each pump shall be
submitted to the Engineer in charge immediately upon completion of the
shop test.
131
C) Field Test.
Field test shall be taken after a period of minimum six months the
date of commissioning the work and witnessed by at least two Engineers
of M.J.P. not below the rank of Executive Engineer.
The test shall be carried out as per IS 9137 code of acceptance test
of pump class-C, in general and stated below in particular. The purpose
of field test is not to ensure whether pump performance as regards
acceptance limit as per IS 9137, the purpose is to ensure that the pump
performance is generally acceptable or otherwise. Final acceptance shall
he as per following criteria
I) Verification of guarantee for H and Q specified in clause
9.4.1 shall be based on following Liberalized tolerances.
XHV +0.006
XQV +0.09
ii) As regards P-Q characteristics for acceptance, it shall be
checked whether motor is not getting overloaded within
specified head range.
a) Volumetric.
Volumetric measurement shall be taken on the basis of level in
clariflocculator. In addition, one ultrasonic calibrated flow meter
shall be arranged by the Contractor at his cost.
b) The head shall be measure with calibrated pressure gauge of
accuracy 1% or better. At least three pressure gauges shall be
used duly calibrated from two different institutions with prior
approved of the Engineer. The calibration shall be point to point
and not mere for percentage error. The gauge shall be fitted at
suitable place on the discharge nozzle. It may be noted that the
stipulated that pressure gauge shall be installed at two times
132
diameter away from discharge nozzle and delivery valve be placed
at least four times diameter away from discharge nozzle cannot be
simulated at site conditioned no allowance for this deficiency shall
he considered. The decision of Engineer-in-charge shall be final.
c) The input power to motor shall he measured with 2 Nos. class 0.5
accuracy single phase watt meters with suitable CTs test lid and
PTs provided in panel. The wattmeter CTs and PTs shall be got
calibrated from approved institutions, The calibration shall be for
point to point and not mere for percentage error.
d) The speed shall be measured by at least two numbers. non contact
tachometer with digital display and calibrated from two
institutions, approved by the Engineer.
e) The field test shall be taken with entire head range in such a
manner that it would cover at least 6 points (i.e. duty point. 2
above 2 below and shut off). The guarantees for head and
discharge shall be deemed to be fulfilled a per clause 9.4.1 of
IS:9137.
f) The field performance test at site is absolutely essential as above
(a to (e).
Pressure gauge for each pump set delivery pipeline 150 mm dia.
A pressure gauge having range of 0 to 240 Mtr. with heavy duty
S.S. syphon tube, isolating S.s. cock, S.S. Dampner, G.I. pipe etc.
shall be supplied & erected on pump manifold or near to pump.
The meter scale shall be either in Kg/cm2 or in meter of water or
with both. The pressure gauge shall be of 150 mm dia. and should
be capable to with stand 0 to 24 Kg/cm2 pressure.
Approved make : As per list Enclosed, However M & P centrifugal pumps will
also be considered for acceptance as the existing pumps as of M & P make.
This will be applicable for all centrifugal pumps it this tender.
133
Item No. 3: Horizontal foot mounted motor for Kole MBR pump
The motor shall be designed to drive the pump and to perform under all
conditions described herein to accommodate all loads and stresses during
start-up running and shut down arising from specific operating characteristic
of the pump. The motors should be completely manufactured, assembled,
checked and tested at the factory in accordance with IS – 325 and IS – 1231.
Testing should be carried out in presence of the Engineer in charge or his
representative. Test certificate in triplicate shall be submitted.
The rated horse power of the motor shall be at least 15% more than the
power requirements of the pumps at any point of head range. Motors shall be
designed for high power factor and efficiency.
The motors shall be suitable for operation with the voltage variation of ±
3% with combined variation of ± 10%. The motor shall be screen protected drip
proof. And having degree of protection to IP-23. Motor shall operate
continuously and satisfactorily in an ambient temperature of 50° C.
The amplitude of vibration of each motor shall not exceed as specified in
IS-4729. The rotor of each motor shall be statically and dynamically balanced
and the critical speed of the rotor shall not be within a range of ± 20% of the
rated speed of the motor.
The bearings shall be provided with 90% survival life of more than 30000
working hours for the given conditions of load, speed, mounting etc. specified.
The bearing chamber shall be coated with antirust inhibiting grease. The end
brackets shall include lube fill and relief plugs, which allow re greasing while
motor is running.
The motors shall be suitable for starting with auto transformer starter
and motor must be able to accelerate the driven equipment from zero to rated
speed without overheating at 90% rated voltage.
The rated hose power of the motor shall not be less than 180 HP.
Approved make : As per List Enclosed.
134
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
Specification of Pumping Machinery
Centrifugal Multistage pump set for Pure water pumping station (at Shribhavi
WTP) & also @ Manegaon Sump.
Item No. 1 : Removing & Re-erection of 240 HP Horizontal Motor :
This job including removing of 415V, horizontal foot mounted Motor from
Centrifugal pump set and keeping up safely on the frame as per direction of
engineer-in-charge at WTP, Shirbhavi site & also re-erection after installation
of Centrifugal Multistage Pump set. The details of existing horizontal Motor is
as below :
HP 240
Make ALSTOM
Ref BSEM.60034-1-1995
Volts 415
Phase Three
PRM 1470
Item No. 2 : Removing of 240 HP Horizontal Motor :
This job including removing of 415V, horizontal foot mounted Motor from
Centrifugal pump set and keeping up safely on the frame as per direction of
135
engineer-in-charge at WTP, Shirbhavi site. The details of existing horizontal
Motor is as below :
HP 240
Make ALSTOM
Ref BSEM.60034-1-1995
Volts 415
Phase Three
PRM 1470
Item No. 3 : Removing of 240 HP Multistage Motor :
This job including removing of existing 240 HP Centrifugal Multistage e
pump set and keeping up safely at store as per direction of engineer-in-charge
at WTP, Shirbhavi site. The details of Centrifugal Pump is as below :
Make M & P
Discharge 66 LPS
Head 153 M
Stages 3
RPM 1450
Item No. 4 : Centrifugal Multistage Pump.
1.3.0 Centrifugal coupled Pump set. (I/T – 6B )
Pump Duties : - This item includes the Centrifugal Pump for cold clear water
for the following duty conditions for pure water
One working, one standby.
Pump shall be designed to give a total discharge of as follows against total
head as given below. The tenderer shall furnish along with his tender the
characteristic curve for the pumps offered. The pump shall be suitable for
136
operating range between below & shut off head shall be as follows. The pump
speed shall not exceed 1500 RPM (Synchronous) efficiency of pump shall not
be less 72% at duty point. The pump shall be as per IS-5120.
Head Discharge Head Range Shut-off-Head
1 For Manegaon H = 153M Q-66LPS 130-164m 176M
Construction ‘Features’.
The pump shall be double suction horizontal Multistage centrifugal
pump. The pump shall be confirm to I.S. 5120 and I.S. 1520. The casting shall
be provided with tapping and bronze collared plug for draining and air release
cock shall be provided. Suitable size G.I. piping shall provided as directed for
draining of collected water. The impeller shall be shrouded double suction type
and shall balanced with statically and dynamically. The interior surfaces and
passage shall be smooth finished.
The stuffing boxes shall be of such designed so as to enable replacing
without removal of any part except gland and lantern ring. The lantern ring
shall be axially split grease lubricated type and shall be easily removable. The
stuffing boxes shall be provided with drain hole for connecting the drain pipe
to drain the leaked water through gland.
The pump shall be provided with a common base plate of fabricated mild
steel for mounting of pump and motor.
The coupling between pump and motor shall be steel pined and rubber
bush type flexible of adequate size. The coupling shall be dynamically balanced
after being keyed to the shaft.
The suction and delivery flanges shall be flat faced and drilled to I.S.
1538. Both suction and delivery ends of the casing shall be provided with a 12
mm tapping for mounting to pressure gauges.
137
Common base plate shall be installed on Concrete block beam on slab
with required foundation bolts fully grouted if required foundation block as
directed at the time of actual erection shall be casted.
Cement shall be brought by the contractor at his own cost. Suitable
coupling guard shall be provided and nut bolted to the base frame firmly.
Material construction
Pump Casing Cast steel (WCB)
Impeller SS (CF8 M)
Shaft Stainless steel Gr. 410
Shaft Sleeves Stainless steel Gr. 410
Flexible coupling Forged steel confirming to IS 3445.
(Pin-bush type)
Wearing Ring S.S.
lantern Ring S.S.
Gland C.S.
Casting
Horizontal centrifugal multistage for suction and discharge nozzle and
supporting feet cast integral with lower half casing.
Impeller
Enclosed type accurately statically and dynamically balanced to balance axial
thrust load.
Shaft
Stainless steel shaft of Gr. 410 solid type accurately machined and ground is
supported by anti friction bearing. The shaft should be protected by shaft
sleeves form wear in stuffing box area, it should be designed to bear all type of
loads such as bending dynamic etc.
138
Stuffing Box
It should be sealed by gland packing and should suitable for liquid having
temp up to 90° C.
Flexible Coupling
The pump shaft shall be coupled to motor through flexible coupling.
Bearing
Ring oiled Bush bearings shall be provided.
Drive
Pump shall be suitable for coupling with provided electric motor.
Foundation
Pump shall be provided on existing foundation is provided a dutiable base
frame shall be provided to with stand the static and dynamic load of pump
with due consideration of bearing capacity of structure / soil. Foundation bolts
shall be anchored properly to match and give rigidity to the base frame.
Make : Make of the pump shall be accepted as per approved list of MJP.
Item No. 5: SPDP Foot Mounted Motor.
1. General.
The electric motors shall he of 1500 rpm (synchronous) squirrel cage
induction suitable Foot mounted for Pure Water. Motors shall be
suitable for pump under at Item No.3 for Manegaon driving on 415 V, 3
Ph, 50 Hz A.C. supply. The motor shall conform to I.S. 325. The torque
speed and current speed characteristics of motor shall be suitable for
pump starting characteristics and to accelerate the- driven equipment
to full speed without exiting the limit of the starting current at 6 times
full load current.
139
2. Design.
Rated power of motors shall be such that there shall be margin of 15%
power over maximum power required by the pump in specifically entire
head range specified. The motor shall he of continuous duty I.S. The
class of insulation of the motor shall be minimum ‘F’ class temperature
rise restricted to class B with IP-23 or superior. The motor shall be
suitable for voltage variation of ±10% of rated voltage and frequency
variation of ±3% and combined variation of ± 10%. HP of motor shall not
be less than 240 HP.
3. Construction.
The motors shall be Foot mounted & shall be statically and dynamically
balanced and critical speed shall be ± 20% away from the motor speed.
The motors shall be of screen protected, drip proof construction with
degree of enclosure protection confirming to IP 23 or superior. The motor
shall be provided with heavy duty, Boll/Roller bearings, and friction
bearings, grease lubricated type. The additional big size terminal box
shall be suitable for termination of 3 aluminum armoured cable.
4. Test and Specification.
The motor shall be tested for routine test in factory. The certificates are
to be furnished to the Engineer, to that effect.
5. Documents.
After the award of contract, the following documents shall be
progressively furnished.
1. General arrangement drawing.
2. Instructions manuals for erection, commissioning, operation and
regular maintenance.
3. Test reports.
4. Torque speed curves of motors.
140
Factory Test
All the pumps & Motor shall be subject to factory test in presence
Superintending Engineer ( Mech ) & Ex. Engr (Mech.) or his authorised
representative and third party inspection agency approved by MJP, The
contactor shall arrange all required test equipments duly calibrated.
The contactor shall arrange third party inspection as per MJP approved
norms & approved by MJP agencies in presence of MJP Engineer &
Engineer-in-charge & bear all expenses including testing fee etc
complete.
A) Hydrostatic Test
The casing shall be tested at hydrostatic pressure equal to 1.5 times of
shut off head or two times working head which ever is higher.
a) Performance Test.
Performance test of each pump should be carried out. The test
shall generally be carried out as per IS:9137 of acceptance test for
pumps Class B. The test shall be carried out at full load at
manufacturers work. The test shall cover six points i.e.
i) Duty point.
ii) Two points above duty point.
iii) Two points below duty point.
iv) Shut-off head.
v) Power consumption at all above points.
The test at reduced speed will not he accepted.
141
b) Strip inspection.
Three pump sets of raw water after completion of its performance
test and as selected by the Engineer or inspector at random will be
offered for strip-inspection and dimensional checking. The
manufactures / Contractor shall submit all required dimensional
drawings. Minimum points as under shall be checked.
1) Original dimensions of impeller, neck ring etc.
2) Condition of all components particularly bushes, bearing
and wearing ring to examine for undue rubbing, wear etc.
and verification of dimension after performance test.
3) Dynamic balancing of (a) impeller, (b) Flexible coupling,
Maximum unbalance shah not exceed 32 mm. per kg.
4) Verification of clearance and tolerance between :
a) Wearing rings.
b) Impeller shaft and bearings.
c) Impeller shaft and key.
d) Shaft and flexible coupling.
e) Key and keyway on shaft at (d)
5) Finish of water passage in impeller and diffuser.
6) Review of raw material test certificate and quality control
procedure.
Any’ deviation from tenders specification related IS shall be
pointed out in inspection report.
Material test certificate to the various pump components,
shall be furnished.
142
Motor :
1) Review of raw material test certificates and quality control
procedures.
2) Routine test for all.
Field performance Test.
Field test shall be witnessed by at least two Engineers of M.J.P. i.e.
Superintending Engineer (mech.) & one Executive Engineer
(Mech.)/Civil.
The test shall be carried out as per IS 9137 code of acceptance test of
pump class-B, in general and stated below in particular. The purpose of
field test is not to ensure whether pump performance as regards
acceptance limit as per IS 9137, the purpose is to ensure that the pump
performance is generally acceptable or otherwise. Final acceptance shall
he as per following criteria
I) Verification of guarantee for H and Q specified in clause 9.4.1of
IS:9137 shall be based on following Liberalized tolerances.
XHV +0.006
XQV +0.09
ii) As regards P-Q characteristics for acceptance, it shall be checked
whether motor is not getting overloaded within specified head
range.
a) Volumetric.
Volumetric measurement shall be taken on the basis of Rise or draw
down level in sump. In addition one ultrasonic calibrated flow meter
shall be arranged by the Contractor at his cost.
b) The head shall be measure with calibrated pressure gauge of accuracy
1% or better. At least three pressure gauges shall be used dully
calibrated from two different institutions with prior approved of the
143
Engineer. The calibration shall be point to point and not mere for
percentage error. The gauge shall be fitted at suitable place on the
discharge nozzle. It may be noted that the stipulated that pressure gauge
shall be installed at least two times diameter away from discharge nozzle
and delivery valve be placed at least four times diameter away from
discharge nozzle cannot be simulated at site conditioned no allowance
for this deficiency shall he considered. The decision of Engineer-in-
charge shall be final.
c) The input power to motor shall he measured with 2 Nos. class 0.5
accuracy single phase watt meters with suitable CTs test lid and PTs
provided in panel. The wattmeter CTs and PTs shall be got calibrated
from approved institutions, The calibration shall be for point to point
and not mere for percentage error.
d) The speed shall be measured by at least two numbers. non contact
tachometer with digital display and calibrated from two institutions,
approved by the Engineer.
e) The field test shall be taken with entire head range in such a manner
that it would cover at least 6 points (i.e. duty point. two above. 2 below
and shut off). The guarantees for head and discharge shall be deemed to
be fulfilled a per clause 9.4.1 of IS:9137.
f) The field performance test at site is absolutely essential as above (a to
(e).
144
Detailed Specifications
145
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
DETAILED SPECIFICATIONS
Item No. 1 : - Submersible pump set
Submersible pump set with following specification and conforming to IS
8034 and IS 9283, voltage variation +/- 6%, frequency variation +/- 3%,
Discharge 3.1 LPS (individual), Head – 137 m,. Head range 102 m. to 151 m.,
performance curve shall be furnished. The motor shall work on 415 Volts,
50Hz. The pump set shall be erected on sump at kole Taluka Sangola, Dist.
Solapur with 5m. submersible cable channel frame and 50 mm. dia. Clamps
etc. as per direction of Engineer-in-charge.
This job includes erecting the submersible pump on the sump at Kole
pumping station making holes to the sump on top side and removing existing
sluice valve, non return valve etc from the pump house and connecting the
same to this pump manifold and rising main with jointing material etc
complete. Necessary blank flange to be fixed to the end of the rising main.
50 mm GI nipple 200 mm in length with MS flange shall be fixed the
delivery side of the submersible shall be provided with pump set for removing
the pump.
Item No. 2 : G.I. Pipe
The G.I. pipes 50 mm. dia. shall be medium duty ‘B’ class with M.S.
welded flanges in 3m and 1.5 m length with jointing material such as nut bolts
rubber packing etc. complete.
146
Item No. 3 : Submersible Cable
Submersible cable shall be 1 x 3 x 2.5 sq.m. flat flexible with copper
conductor 1.1 KV grade PVC insulated and PVC sheathed from existing starter
to motor through provided PVC pipe etc. complete.
Item No. 4 : PVC Pipe
40 mm PVC pipe shall be laid in ground for fixing the cable with
excavation refilling etc complete.
Item No. 5 : Pressure gauge
Pressure gauge shall be 100 mm. dia., bourbon type with siphon tube
and cock, with 0-21 kg/ sq.cm. 2.00 No. for submersible pump set and 1.00
No next to radial tee on rising main shall be provided. The arrangement for
fixing pressure gauge either on bend or on pipe shall be made.
Item No. 6 : G.I. / M.S. Specials
GI/MS flanged specials for submersible pump set with jointing material
such as nut bolts, rubber packing and washers etc complete as under.
50 mm. dia. 90 degree G.I. flanged bends.
50 mm. dia. flanged Radial Tee.
50 x 50 x 25 mm Tee for Air valve with 25 mm. dia. G.I. pipe and flange
etc as per requirement.
Item No. 7 : Earthing
G.I. pipe type earthing shall be carried out as per IE rule and connected
with double run & SWG G.I. earth wire to pump set and L.T. panel board etc
complete.
147
Upto date list of approved make
148
MAHARASHTRA JEEVAN PRADHIKARN
Updated list of approved makes (Elect. /Mech.) as on Nov-2011
1) PUMPS
Sr.
No.
Pumps Valid
Upto
Name of Co /Brand Manufactured at
I) Submersible Pumps
a) For 100 mm (4”) pumps with
Polypropylene Impellers
Amrut Visnagar (Gujarat) 31-5-14
Waterman Ahmedabad 31-5-14
Falcon Rajkot (upto 5 HP Only) 19-1-14
b) For 150 mm (6”) and above
with bronze impellers only.
Category ‘A’ No limit
Falcon Rajkot 19-1-14
Waterman Ahmedabad 31-5-14
Amrut Visnagar (Gujarat) 31-5-14
Shakti Pithampur ( M.P.) 31-5-14
Unnati (U-Neel) Ahmedabad 19-1-14
MBH Ahamedabad 31-9-12
Unnati (Unnati brand.) Ahamedabad 18-1-13
KSB Pune 31-9-12
La Gajjar ( Varuna ) Ahamedabad 31-5-14
Category ‘B’ HP 30, Q – 1000 LPM, head 100 mtrs
Taro Coimbator (Texmo) 31-9-12
Sabar Ahmadabad 31-5-14
Pullen Ahmadabad 30-10-13
Shakti Ichalkaranji 31-12-14
Category ‘C’ HP – 15 Q-500 LPM, Head-80 mm
Ellen Coimbator 31-9-12
Texmo brand Coimbator (Aquasub.) 31-9-12
Anco Mumbai 30-6-13
Jalganga Rajkot 30-7-13
Duke-Plasto Palanpur 30-10-13
Grundfos Chennai 3-2-13
Samrat, Fitwell Rajkot 30-10-13
Category ‘D’ (7.5 HP, 250 Lpm 65m Head)
Pragati brand Ahmadabad 27-1-13
Uttam Industries Ahmedabad 30-6-13
Madhav (Pragati brand) Ahmedabad 30-6-13
Angel Rajkot ( Gujrat) 31-5-14
Paresh Ahmadabad 31-7-14
Saga Ahmedabad 31-7-14
149
Techno Ahmadabad 31-7-14
c) Polder Pumps (upto 50 HP) 30-6-13
MBH Ahmdabad 31-9-12
Harision Nagpur 31-9-12
II Monoblock Pumps
a) Centrifugal Monoblock Pump
Beacon (upto 50 HP) 19-1-14
texmo 31-9-12
Aquatex 31-9-12
MBH (upto 50HP) , Kirloskar 31-9-12
Grundfos, Chennai (upto 15 HP) 31-3-12
Windel Ahmadabad ( Upto 5 HP ) 31-7-14
b) Submersible Monoblock
Horizontal
Aqatex 31-9-12
MBH 31-9-12
Waterman 31-5-14
c) Submersible Monoblock
Vertical
Other makers as per MJP norms Aquatex 31-9-12
d) Submersible for dewatering MBH 31-9-12
III Centrifugal Pumps
a) No Limit Flowmore (Gaziabad & Sahibabad) 19-1-14
WPIL 30-6-11
Jyoti 30-6-13
b) Upto 300 HP All above
Beacon 19-1-14
Flowserve (upto 150 HP) 31-9-13
Grundfos , Chennai (upto 100 HP) 31-3-12
IV Vertical Turbine Pumps
a) No Limit
Kirloskar 31-5-14
Jyoti 30-6-13
Flowmore (Gaziabad & Sahibabad) 19-1-14
WPIL 30-7-14
b) Up to 600 HP All above
c) Up to 300 HP All above and
Flowserve (Coimbatore) 31-9-13
V Sewage Pumps
a) Sewage Submersible
i) No Limit Kishor 31-9-12
Kirloskar, Kirloskarwadi 31-5-14
Aqua, Ahmadabad 31-5-14
ii) Upto 250 HP All above
iii) Upto 100 HP All above & Pullen 17-2-13
Flowmore (Gaziabad & Sahibabad) 100HP 19-1-14
MBH --
iv) Upto 50 HP All above --
v) Upto 30 HP All above --
150
b) Dry Well Installation
No Limit Kishor 31-9-12
Upto 100 HP Flowmore (upto 150HP) 31-3-11
Vert. Non Clog
5 HP and above Kishore (No limit)
Flowmore (upto 25 HP)
Kirloskar
31-9-12
31-3-11
31-5-14
Below 5 HP -- --
2) Valves
a) Sluice valve
i) 600 mm and above Kirloskar 31-12-11
IVI 18-2-13
Durga upto 1000mm 31-9-12
Mayur (upto 1000mm) 8-1-13
ii) 400 mm dia to 600 mm dia. All above And:
Gavane Patil 31-5-14
Jupiter 31-7-14
Kamala Kolkatta 31-7-14
iii) 200 mm dia to 400 mm dia. All above and
Jupiter 31-8-13
Hawa (Marck) 30-9-13
Calsens Kolkatta 31-7-14
Unique Hydrotech Palus, Sangli
( Upto 300 mm )
31-12-14
iv) 50 to 200 mm dia All above and --
Ajanta 30-7-13
Paras Jalamdhar 31-7-14
v ) Sluice Valve ( Glandless ) Paras Jalamdhar 31-7-14
b) Reflux Values
i) 600 mm and above Kirloskar 31-12-11
IVI 18-1-13
Durga upto 1000mm 31-9-12
Mayur (upto 1000mm) 17-2-13
ii) 400 mm dia to 600 mm dia. All above And:
Gavane Patil 31-5-14
iii) 200 mm dia to 400 mm dia. All above and
Hawa (Marck) 30-9-13
Kamala upto 300 mm 31-7-14
Unique Hydrotech Palus, Sangli
( Upto 300 mm )
31-12-14
iv) 50 to 200 mm dia All above --
Ajanta 30-7-13
Paras Jalamdhar 31-7-14
c) Kinetic Air Valves IVI 17-2-13
Mayur 17-2-13
Durga 31-3-11
151
May
Kirloskar 31-12-11
Jupiter 31-12-11
Paras Jalamdhar ( Upto 200 mm ) 31-7-14
Kamala upto 100 mm 31-7-14
Unique Hydrotech Palus, Sangli
( Upto 100 mm )
31-12-14
d) Foot Valve up to 80 mm dia Kirloskar 31-12-11
i) Above 80 mm dia Kamala, Kirloskar 31-12-11
e) Butterfly Valves
Kirloskar (no limit) 31-12-11
IVI, (no limit) 17-2-13
Karmala (upto 300mm) 31-12-11
Durga upto 1000mm 8-1-13
hawa (Marck)(upto 400 mm) 30-9-13
Jupiter (upto 400 mm) 31-8-13
Calsens Kolkatta ( Up to 400 mm ) 31-7-14
Paras Jalamdhar ( Upto 200 mm ) 31-7-14
Unique Hydrotech Palus, Sangli
( Upto 300 mm )
31-12-14
f) Air Cushion valve / Z.V. Durga 300 mm 3-2-14
g) Actuators
Marsh , Pune Emtork brand, 30-6-13
Limitorque,Faridabad( Electric.
Actuators )
Bharat brand 19-1-14
SDTork (Pune) 30-6-13
3) Pipes
a) G.I.Pipes and special Approved at local level --
b) C.I. Pipes and special Approved at local level or as per civil csr --
4) Tools Approved at local level --
5) Pressure/Vacuum Gauges Approved at local level --
6) Lifting equipments
a) Chain pulley block monorail
with traveling trolley -- --
b) HOT, Cranes Anant (upto 5 ton) 8-1-13
c) EOT, Crances --
7) Motors
A) L.T.Motors
1) Horizontal Motors Jyoti 30-6-13
Siemens (upto 100 HP) 19-1-14
Hindusthan (HM) 30-6-13
Kirloskar 31-7-14
Windel Ahmadabad ( Up to 10 Hp ) 31-7-14
2) Vertical solid shaft motors BHEL
Jyoti
-
30-6-13
3) Vertical hollow shaft motors Jyoti -
152
Kirloskar 31-7-14
B) H.T. Motors Marathon (Alstom) 24-1-13
Jyoti 30-6-13
8) Starters --
a) D.O.L. HPL 31-9-12
L & T 31-5-14
Siemens 19-1-14
b) Star Delta Siemens 19-1-14
L & T 19-1-14
c) Auto transformer starter with
air brake with contactor
Locally fabricated as per M.J.P.’s
Specification
--
31-5-14
d) Power contactor for ATS -- --
Upto 800 Amps Indo Asian (upto 630 Amp) 14-9-13
L & T ( Up to 1000 Amp ) 31-5-14
Siemens 19-1-14
C & S 31-5-14
Upto 600 Amps All above --
Upto 400 Amps All above --
2)
3)
e) Soft Start Starters -- --
Contronics ( Sangli ) 3-2-13
Electrotech System (Sangli)-FCMA-200HP 30-10-13
Siemens 19-1-14
9) Switches & Fuse C & S ( upto 800 A ) 19-1-14
Siemens 19-1-14
a) Rotary Popullar
L & T
30-6-13
31-5-14
b) Iron Clad Popullar 30-6-13
30-6-13
c) Metal Clad Popullar 30-6-13
d) Fuses Switch Populler
Siemens
L & T
C & S
30-6-13
19-1-14
31-5-14
31-5-14
e) Change over switch on load, of
load
HPL
Popullar
Indo Asian
Siemens
G E
31-9-12
30-6-13
14-9-13
19-1-14
9-5-14
f) HRC Fuses Indo Asian (No limit)
Siemens
L & T
C & S
14-9-13
19-1-14
31-5-14
31-5-14
HPL 31-9-12
10) Oil Circuit Breakers As per MJPs norms --
153
11) Moulded Case Circuit
Breaker
Siemens 19-1-14
G E 9-5-14
a) No Limit L & T ( 800 A ) 31-5-14
Indo Asian (upto 630 Amp) 14-9-13
C & S (upto 800 Amp) 31-5-14
All above &
b) Upto 630 AMP HPL 31-9-12
MCB
Indo Asian (upto 125 Amp) 14-9-13
G E 9-5-14
Siemens 19-1-14
12) Air Circuit Breaker
a) No Limit L & T 31-5-14
G E 9-5-14
C & S ( 3200 A ) 31-5-14
Siemens 19-1-14
b) Upto 1000 Amp All above
c) Upto 630 Amp
13) Vacuum Circuit Breaker --
L & T 31-5-14
Biecco Lawrie, Calcutta (Indoor & Outdoor 19-1-14
a) 22 Kv/33Kv G E 31-5-14
Normacel / QBN-7 (C&S EFACEC), RMU 19-1-14
b) 11 Kv Power control electro System, Pune ( 11 KV ) 30-10-13
30-10-13
14) Vacuum Contactors -- --
Normacel / QBN-7 (C&S EFACEC), 19-1-14
Power control electro System, Pune (6.6 K 30-10-13
15) ElCB -- --
17) Protection Relay
i) Motor protection relay for HT
motors
siemens 19-1-14
ii) Motor protection relay for LT
motors
siemens 19-1-14
iii) Over current and earth fault
relay high Speed tripping relay Indo Asian
C & S
L & T
GE
14-9-13
31-5-14
31-5-14
9-5-14
iv) Static relay siemens --
Timers siemens 31-5-14
C & S
L & T
GE
31-5-14
31-5-14
9-5-14
154
18) Transformers
ii) Upto 3000 Kva Transdelta 31-5-14
Kirloskar
Urja
31-7-14
31-12-11
iii) Upto 1600 Kva All above & Urja 31-12-11
Indotech Chennai 19-1-14
iv) Upto 750 Kva All above and
Vivekanand (Banglore) 31-3-11
v) Upto 315 Kva Vasant (VEMPL)Jaysingpur-upto 315 KVA 30-10-13
Khare-Tasgaon-upto 315 KVA 30-10-13
Shri Transformers, new Panvel 31-12-14
19) Ammeters/voltmeters --
20) Capacitors
i) L.T.Capacitor 25 Kvar and above
Subodhan 18-1-13
ii ) L.T.Capacitor 25 Kvar All abobe & MSEB approved --
H.T.Capacitor Subodhan 18-1-13
21) Sub-station equipment
i) Outdoor CT/PT -- --
ii) A.B.Switch (GOD)/Isolators -- --
iii) D.O. Fuse Unit /Horn Gap Fuse
Unit -- --
iv) Lightening arrestor -- --
22) CABLES
i) PVC Submersible/Copper
Conductor Cable
KEI (Delhi) 30-6-13
Primecab(Vardhaman) 30-9-12
Dasdmesh 30-6-13
Feb(Fabcon/Falcon upto 3 core 95 s.mm) 19-8-13
ii) 1.1 kV armored and unarmored
cable
Primecab upto 550 single core/multi Core.
Vardhaman 1.5 core upto 630 sq.mm &
multicore upto 400 sq.mm.
30-9-12
KEI (Delhi) 30-6-13
iii) 1.1 kV XLPE cable Bharat Cab, Primecab, KEI 30-9-12
iv) 3.3 kV / 6.6 kV / 11kV / 22kV /
33kV XLPE cable
As per MJPs norms
KEI (Delhi)
30-6-13
v) Control Cable Minilec, Verdhaman cables 30-9-12
KEI (Delhi) 30-6-13
23) Automatic Control Unit for
Submersible Pump
Bamo, Pune 31-9-12
Automation Products
Messung, Pune (PLC, HMIS, RIOS) 30-10-13
Phoenix Contacts- Faridabad(Scada, ilc
controllers, HM1 Modulers, lighting protection
devices, Relays, surgtrab etc.
9-1-14
24) Voltage Stabilizers
155
i) Upto 800 kVA As per MJPs norms --
ii) Upto 300 kVA
iii) Upto 150 kVA
iv) Upto 50 kVA
v) Upto 12.5 kVA
25) Blowers
Usha
TMVT 01-9-12
Everest 30-6-13
26) Wormm Helical Gear As per MJP specifications As per MJP
specifications
-
Boxes & Geared Motors As above
27) Sunrise to Sunset time limit
switches for Street Light
Bamo and as per MJPs Specification and
approved equipment’s only
31-9-12
28) L.T. Panel Vidyut Control upto 150 HP
Powerfield(Nasik)
Rekha (Pune)
Electrotech System
As per MJP specifications
17-2-12
30-6-13
30-10-13
31-1-14
29) Cubical metering with CT/PT As per MJP specifications --
30) P.F. Correction Panel LT/HT Electrotech System
As per MJP specifications
--
4)
31) Domestic EEC approved
Water Meters
1 ) Itron ( upto 40 mm )
2 ) Zenner ( upto 20 mm )
3 ) Capston ( upto 20 mm )
31-5-14
31-5-14
31-12-14
32 Electromagnetic Flow Meters
A) Manas, Pune 31-9-12
B) Nivo, Indore 31-9-12
C) Mikamachi, Pune 3-2-13
D) Endros Hauser, Aurangabad 31-9-12
E) Krohne Marshal, Pune 3-2-13
F) Electronet (Pune) 30-6-13
SBEM, Pune(upto 400MM) 19-1-14
Siemens upto 500 mm 31-6-14
33 Ultrosonic Flow Meters A) Chetas Controll, Pune
B) Endros Hauser, Abad
C) Krohne Marshal,Pune
D ) Siemens
E ) Thermofisher Scientific, Navi Mumbai
3-2-13
31-9-12
3-2-13
31-6-14
31-12-14
34 WTP Process Equipment H.N.Bhatt Pvt. Ltd., Pune 31-5-14
35 Domestic Water Meter IS :
779:1994, ISI Mark
Zenner ( upto 20 mm )
Itron Upto 15 mm
31-5-14
31-5-14
Kranti Besto Model’s Jalandhar 19-1-14
Aquamet ( upto 20 mm ) 31-5-14
36 A ) Bulk water meters as per Zenner ( upto 250 mm ) 31-5-14
156
ISO 4064 Aquamet ( upto 300 mm )
Itrom upto 150 mm
31-5-14
31-5-14
B ) EEC bulk water meters Zenner ( upto 200 mm ), Itron ( upto 150 mm
Capstan Sensus ( upto 300 mm ) 31-5-14
31-12-14
37 Lab Equipments, chemical
analysis instruments
Toshnival Instruments, 19-1-14
38 Chlorination Plants Vacuum
Gas Chlorination
Toshcon Jesco, Rajasthan Vacuum gas Chlorination-upto 200 kg/hr
19-1-14
Seaclor mac & Solar
Mac Electro Clorinator 1) De-Nora, Kundaim Goa
31-12-14
2) Note : In Approved list, if make of the product is not mentioned
the same shall be get approved from Superintending Engineer (M)
Thane.
157
Table No. 1
Raw Water Pump
01. Pump Type
02. Manufacturer and his type designation
03. Standard to which manufactured
04. Design capacity
05. Design head Lps.
06. Number of stages M.
07. Speed
08. Type of impeller rpm
09. Diameter of impeller mm
10. Minimum submergence required by Vortex free operation at lowest water level
11. Delivery branch size
12. Type of shaft bearings mm
13. Whether pump is suitable for starting Yes/No against a closed sluice valve
14. Inertia of pump rotating parts (Wr2)
15. Weight of pump including discharge head Kg-m2 motor stool column assembly bowl assembly bell mouth and strainer
16. Material for
i) Impeller
ii) All Casing wearing rings
iii) Impeller shaft
iv) Shaft sleeves
v) Bolts, nuts and washes
vi) Pump shaft bearings
158
17. Sizes
Impeller Shaft mm dia.
Line shaft mm dia.
Column pipe diameter mm dia.
Column pipe thickness mm dia.
Bell mouth diameter mm dia.
Column pipe flange thickness mm dia.
18. Whether hydraulic balancing holes/devices Yes/No
provided
19. Setting Dimension
20. Column pipe length
Standard (each piece)
Make up piece
Bearing spacing
Total Nos. pieces
159
Table No. 1
Pure Water C/F Pumps
( Kole / Katphal / Mahud / Wani-Chinchale )
01. Pump Type
02. Manufacturer and his type designation
03. Standard to which manufactured
04. Design capacity
05. Design head Lps.
06. Number of stages M.
07. Speed
08. Type of impeller rpm
09. Diameter of impeller mm
10. Minimum submergence required by Vortex free operation at lowest water level
11. Delivery branch size
12. Type of shaft bearings mm
13. Whether pump is suitable for starting Yes/No against a closed sluice valve
14. Inertia of pump rotating parts (Wr2)
15. Weight of pump including discharge head Kg-m2
motor stool column assembly bowl assembly bell mouth and strainer
16. Material for
i) Impeller
ii) All Casing wearing rings
iii) Impeller shaft
iv) Shaft sleeves
v) Bolts, nuts and washes
vi) Pump shaft bearings
160
17. Sizes
Impeller Shaft mm dia.
Line shaft mm dia.
Column pipe diameter mm dia.
Column pipe thickness mm dia.
Bell mouth diameter mm dia.
Column pipe flange thickness mm dia.
18. Whether hydraulic balancing holes/devices Yes/No provided
19. Setting Dimension
20. Column pipe length
Standard (each piece)
Make up piece
Bearing spacing
Total Nos. pieces
161
Table No. 2
Foot Mounted Motors
01. i) Make
ii) Reference Standard
02. Frame size
03. Degree of protection (IP Number)
04. Motor shaft (Hollow/Solid)
05. Rated output kW/HP
06. Rated voltage and range
07. Load cycle
08. Full load current continuous
09. Starting current in % of full load current rpm
10. Full load current
11. Starting torque in % full load torque
12. Breakdown torque in % of full load torque
13. Pull up torque in % of full load torque
14. Locked rotor withstand time
i) Under hot condition at 110% of rated voltage S
ii) Under cold condition at normal voltage S
iii) At minimum permissible starting voltage S
15. No load current A
16. Minimum voltage required under starting condition V
to bring the driven equipment upto rated speed.
17. Started time with load at minimum starting voltage
(85% of rated voltage)
i) Under hot condition
ii) Under hot cold condition
iii) Per hour after ascertaining thermal equilibrium
18. Maximum permissible running time with full load at Minimum allowable voltage.
162
19. Method of starting
20. Power factor
i) At full load
ii) At ¾ load
iii) At ½ load
iv) At ¼ load
21. Class of insulation
22. Temperature rise over an ambient of 48°C while
delivering rated output.
i) By resistance method °C
ii) By thermometer method °C
23. Maximum allowable temperature rise over an
ambient of 48°C
24. Space heaters
a) Number
b) Location
c) Capacity
d) Voltage
25. Terminal boxes for stator winding
a) Phase segregated or not
b) Number provided
c) Fault level upto which terminal box can be used
26. GD2 of motor Kg-m2
27. Total weight of motor Kg
28. No Load Loss.
29. Load Loss.
163
Table No. 1
Pure Water C/F Pumps
( For Manegaon )
01. Pump Type
02. Manufacturer and his type designation
03. Standard to which manufactured
04. Design capacity
05. Design head Lps.
06. Number of stages M.
07. Speed
08. Type of impeller rpm
09. Diameter of impeller mm
10. Minimum submergence required by Vortex free operation at lowest water level
11. Delivery branch size
12. Type of shaft bearings mm
13. Whether pump is suitable for starting Yes/No against a closed sluice valve
14. Inertia of pump rotating parts (Wr2)
15. Weight of pump including discharge head Kg-m2
motor stool column assembly bowl assembly bell mouth and strainer
16. Material for
i) Impeller
ii) All Casing wearing rings
iii) Impeller shaft
iv) Shaft sleeves
v) Bolts, nuts and washes
vi) Pump shaft bearings
164
17. Sizes
Impeller Shaft mm dia.
Line shaft mm dia.
Column pipe diameter mm dia.
Column pipe thickness mm dia.
Bell mouth diameter mm dia.
Column pipe flange thickness mm dia.
18. Whether hydraulic balancing holes/devices Yes/No provided
19. Setting Dimension
20. Column pipe length
Standard (each piece)
Make up piece
Bearing spacing
Total Nos. pieces
165
Table No. 2
Foot Mounted Motors ( For Manegaon )
01. i) Make
ii) Reference Standard
02. Frame size
03. Degree of protection (IP Number)
04. Motor shaft (Hollow/Solid)
05. Rated output kW/HP
06. Rated voltage and range
07. Load cycle
08. Full load current continuous
09. Starting current in % of full load current rpm
10. Full load current
11. Starting torque in % full load torque
12. Breakdown torque in % of full load torque
13. Pull up torque in % of full load torque
14. Locked rotor withstand time
i) Under hot condition at 110% of rated voltage S
ii) Under cold condition at normal voltage S
iii) At minimum permissible starting voltage S
15. No load current A
16. Minimum voltage required under starting condition V
to bring the driven equipment upto rated speed.
17. Started time with load at minimum starting voltage
(85% of rated voltage)
i) Under hot condition
ii) Under hot cold condition
iii) Per hour after ascertaining thermal equilibrium
18. Maximum permissible running time with full load at Minimum allowable voltage.
166
19. Method of starting
20. Power factor
i) At full load
ii) At ¾ load
iii) At ½ load
iv) At ¼ load
21. Class of insulation
22. Temperature rise over an ambient of 48°C while
delivering rated output.
i) By resistance method °C
ii) By thermometer method °C
23. Maximum allowable temperature rise over an
ambient of 48°C
24. Space heaters
a) Number
b) Location
c) Capacity
d) Voltage
25. Terminal boxes for stator winding
a) Phase segregated or not
b) Number provided
c) Fault level upto which terminal box can be used
26. GD2 of motor Kg-m2
27. Total weight of motor Kg
28. No Load Loss.
29. Load Loss.
167
UnderTaking
168
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
UNDERTAKING FOR GUARANTEE
I / WE GUARANTEE THAT :
1. I / We will replace, repair and adjust free of all charges to the employer,
any part of the work, which fails to comply with the specifications or
amendment to such specifications as referred to in our specifications
attached to tender fair wear and tear excepted until the completion and for a
period of 12 months from the date of Acceptance Certificate issued under
Article – 20 of General Conditions of Contract.
2. All the work will be reliable.
3. All the work will be of a type, which has been proved in service to be
suitable for the duty required by the specifications and will be
manufactured and tested in accordance with the appropriate standard
specifications approved by the Engineer-in-charge.
4. I / We accept and abide by the clause relating to quality and guarantee of
work.
169
Declaration
170
MAHARASHTRA JEEVAN PRADHIKARAN W.M. CIRCLE, THANE
MAHARASHTRA JEEVAN PRADHIKARAN W.M. DIVISION, SANGLI
Name of work : Shirbhavi & Other 81 Villages Water Supply Scheme
Tal. Sangola, Dist. Solapur
Providing, installing & commissioning of pumping machinery for Raw Water & Pure Water Isbavi Head Works & Shirbhavi WTP & Manegaon Sump.
DECLARATION BY CONTRACTOR
A) I / We hereby agree that this offer shall remain open for acceptance for a
minimum period of 120 days from the date fixed for opening the same and
the latter until it is withdrawn by me / us by notice in writing duly
addressed to the authority opening the tenders and sent by registered A.D.
or otherwise delivered at the office of such authority.
Term deposit receipt No. Date :
In respect of the sum of Rs. (In words)
Rs.
Representing the earnest money is herewith submitted. The amount of
earnest money shall not bear interest and shall be liable to be forfeited to
the Maharashtra Jeevan Pradhikaran, should I / We fail to abide by the
stipulation to keep the offer open for the period mentioned above of (2) pay
the security deposit to sign the agreement as specified in item (d) of the
memorandum contained in paragraph 1 above within the time limit laid
down in clause (i) of General conditions of contract. The amount of earnest
money may be adjusted towards the security deposit or refunded to me / us
if so desired by me / us in writing unless the same or any part of thereof
has been forfeited as aforesaid.
171
B) DECLARATION BY THE CONTRACTOR
0.I / We hereby declare that I have made my self / our selves thoroughly
conversant with the local conditions regarding all materials such as stones,
murum, sand, availability of water, power etc. and labour on which I have
based my rates for this work. The specifications and requirements for this
work have been carefully studies and understood by me before submitting
the tender. I / We will not make any claim for any extra lead charges /
transportation charges at the time of execution. The rates quoted will
include all lead / transportation charges. I / We undertake to use only best
materials approved by the Executive Engineer Civil/Mechanical MJP
Circle, Sangli / or his duly authorized assistant before starting the work and
to abide by his decision.
Contractor’s Signature,