member secretary maharashtra jeevan pradhikaran, … · maharashtra jeevan pradhikaran urban &...
TRANSCRIPT
0
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
For Authorised use only
MEMBER SECRETARY MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI
CHIEF ENGINEER
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL,THANE
SUPERINTENDING ENGINEER, MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
B-1 TENDER
FOR Name of Scheme :- Walwadi Water Supply Scheme
Tal. & Dist.Dhule
Providing, constructing Connecting Main, Sump with overhead pump house & overhead
tank Providing & installing Raw Water Pumping Machinery, Raw Water Gravity Main,
Water Treatment Plant , Pure Water Pumping Machinery, Pure Water Rising main,
R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,& Trial
run of the scheme.
( B-1/ __ for 2012-13)
VOLUME – I
i
TENDER NOTICE,DETAILED TENDER NOTICE, B-1 FORM , SCHDEULE A ,SCHDEULE B.
OFFICE OF THE
EXECUTIVE ENGINEER,
MAHARASHTRA JEEVAN PRADHIKARAN
URBAN & RURAL SCHEME DIVISION, JALGAON
1
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house with
overhead tank ,Providing & Installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing , Staff
quarter,& Trial run of the scheme.
INDEX
Sr. No. Particulars Page No.
From To
1 Check List 3 3
2 Press Tender Notice 4 5
3 Detailed Tender Notice 6 14
4 Declaration of the contractor 15 15
5 Details of work of similar type and
magnitude carried out by the contractor
16 16
6 Details of other works tendered for and in
hand on the date of submission of his
tender.
17 17
7 Details of plants and machinery
immediately with the Tenderer for the use
of this work
18 18
8 Details of technical personal with the
Tenderer
19 19
9 Details for Information about work in hand
in M.J.P
20 20
2
Contractor No. of Corrections Executive Engineer
10 Instructions for the guidance to the
Tenderer
21 21
11 Undertaking for guaranty of contractor 22 22
12 Form B -1 23 81
13 Schedule “A” 82 82
14 Condition of schedule A 83 85
15 Notes of Schedule B 86 89
16 Schedule “B” 90 207
17 Bar Chart & Strata percentage 208 211
Issued to ----------------------------------------
Register in class ---------------------------------------
Vide D.R.No. ------------------- Dated ---------------
Divisional Accountant
Maharastra Jeeva Pradhikaran Urban & Rural Scheme Division, Jalgaon
3
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house with
overhead tank ,Providing & Installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing , Staff
quarter,& Trial run of the scheme.
CHECK SHEET
1. On line submission (i.e. Technical bid & Commercial bid.)
2. Earnest money should be in the form of Fixed Deposit Receipt of Nationalized
or Scheduled Bank for 6 months from prescribed date of submission of
Tender in the name of the Executive Engineer, Maharashtra Jeevan
Pradhikaran Urban & Rural Division, Jalgaon
3. Initial security deposit be in the form of FDR from any Nationalized/Scheduled
Bank in name of the Executive Engineer, Maharashtra Jeevan Pradhikaran.
Urban & Rural Division, Jalgaon valid for 3 years.
4. The Contractor should fill in the percentage in B-1 form in figures and words
also on online .The Contractor should sign all pages of Tender, including
drawings etc.
5. Declaration of the Contractor duly signed by him / her or in case of a firm by
authorized signatory / power of attorney holders.
4
Contractor No. of Corrections Executive Engineer
महारा�� जीवन �ा धकरण
महारा�� जीवन �ा धकरण नागर� व �ामीण योजना मडळ, ना�शक
महारा�� जीवन �ा धकरण नागर� व �ामीण योजना �वभाग, जळगाव
ई- न�वदा सचना %माक 1 सन 2012-13 Parent portal :- http://maharashtra.etenders.in MJP portal :- http://mjpmaharashtra.etenders.in
काय*कार� अ�भयता, महारा�� जीवन �ा धकरण नागर� व �ामीण योजना �वभाग, जळगाव
जीवनधारा -ब/डीग आकाशवाणी क1 2ाजवळ, जळगाव दर3वनी %माक 0257-2233074 ह महारा�� जीवन
�ा धकरणाकड वग* 1 (अ)(:थाप=य) व =यावर�ल ना◌◌दणीकत ठकदार ज पव* अह*ता अट� पण* करतील
अशा ठकदाराकडन बी-1 नमCयातील ई- न�वदा माग�वDयात यत आहत.
कामाच नाव
:
वलवाडी पाणी परवठा योजना ता. व िज.धळ.
(रा���य �ामीण पयजल काय*%मातग*त )
न�वदची Gकमत
:
¹ý.9,51,79,184/-
इसारा रIकम
:
¹ý.4,75,900/-
सचना :-
1) या न�वदJया पव* अह*ता अट� इ- न�वदा �G%यच स�व:तर वळापLक व स�व:तर न�वदा
सचना ह� शासनाJया http://maharashtra.etenders.in या सकत:थळावर �वनाम/य Mदनाक
20/04/2012 पासन पाहाता यतील, तसच डाऊनलोड करता यतील.
2) कोणतीह� अथवा सव* न�वदा =यासाठP कोणतह� कारण न दश*�वता नाकारDयाचा हIक राखन
ठवDयात आलला आह.
काय*कार� अ�भयता
मजी�ा नागर� व �ामीण योजना
�वभाग, जळगाव
5
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
E- TENDER NOTICE NO. 1 FOR 2012-13
Parent portal :- http://maharashtra.etenders.in MJP portal :- http://mjpmaharashtra.etenders.in
The Executive Engineer, Maharashtra Jeevan Pradhikaran Urban & Rural
Scheme Division, Jalgaon Jeevandhara Building Near Akashwani Kendra, Jalgaon
Telephone NO.0257-2233074 invites B-1 Tenders from the contractors who are
registered with MJP in Class-I (a) (Civil) & above and who full fills the pre-qualification
criteria.
Name of work :- Walwadi Water Supply Scheme Tal.:- & Dist.Dhule.
( Under National Rural Drinking water programme) Estimated Tender Cost :- Rs-.9,51,79,184/-
E.M.D. :- Rs- 4,75,900/-
1) To view the Detailed Tender Notice , detailed time schedule, pre qualification
criteria for this tender &subsequently to down load the pre-qualification document kindly visit following e-tendering web siteof Govt.of Maharashtra :-http:/maharashtra.etenders.in.from Dt .20 /04/2012
2) Right to reject any or all the tenders without assigning any reasons thereof is
reserved.
Executive Engineer MJP Urban & Rural Scheme
Division Jalgaon.
6
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
Maharashtra Jeevan Pradhikaran Urban & Rural Scheme Circle, Nashik
Maharashtra Jeevan Pradhikaran Urban & Rural Scheme Division, Jalgaon
DETAILED E-TENDER NOTICE NO. 1 FOR THE YEAR - 2012-2013.
On line percentage rate basis tenders in B-1 form in two envelopes system are
invited from contractors registered in appropriate class (Class-I(A) & Above Civil) with
Maharashtra Jeevan Pradhikaran and pre qualified by the Chief Engineer, Maharashtra
Jeevan Pradhikaran, Urban& Rural, Thane Dist. Thane. The Pre-qualification criteria
is as per clause 9 of the Detailed Tender notice. The application for pre qualification
shall be submitted on line 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 web site to complete the Online Registration Process for the e -
Tendering web site .For guidelines, kindly refer to Bidders Tool Kit document provided
on the web site.
NAME OF WORK : Walwadi Village Water Supply Scheme. Tal, & Dist. Dhule.
Stage-I : Connecting Main (500 mm dia DI K-7 , Length -700 Mtr)Sump with overhead Pump house & tank (RCCBPT, Cap.150000 Lit
Stage-II : Raw water pumping machinery 50 BHP VT pumps-2 nos, Raw
Water Gravity Main 350 mm dia DI K-7 L=3200 m, Conventional Water Treatment Plant of 7.25 MLD Cap. , Pure Water Pumping Machinery 90BHP VT PUMP & 25 BHP, Centrifugal Monoblock pump set 2 Nos, Pure Water Rising main 250 mm dai DI-K-9
L=2790 m,&110 to 250 mm dia PVC 6 Kg/CM 2 Pipe L-4535 M Stage-III : RCC ESR 3 Nos of capacity 3.00 Lakh, 2.00 Lakh & 1.50 Lakh
liters, RCC GSR capacity 4.60 Lakh Liters. Distribution System, 75 mm to 250 mm dia PVC 4 kg/cm2 Total Length 18776 m &.75 to 225 mm dia HDPE 6kg./CM2 L-39620M. Chain link fencing,@ WTP& ESR Site. Staff Quarter-2 No Water Meter,Trial run of the scheme & Maintaining the scheme for 1 year etc..
2. ESTIMATED COST PUT TO TENDER : Rs. 9,51,79,184 /- 3. EARNEST MONEY : Rs. 4,75,900/-
7
Contractor No. of Corrections Executive Engineer
a) Rs.Four Lakh seventy five thousand nine hundred only in the form of Fixed Deposit
Receipt in the name of Executive Engineer, Maharashtra Jeevan Pradhikaran Urban
& Rural Scheme Division, Jalgaon from any Nationalized Bank or Scheduled Bank
of minimum Six month period from the date prescribed for submission of tender
b) The earnest money shall be refunded in the case of tenderers whose tender are not
accepted, except for first three lowest offer. Earnest money of other two lowest
bidders & successful bidders will be refunded after completion of contract documents
& payment of security deposit.
c) Certificate of exemption from payment of earnest money deposit issued by public
works department or any other authorities will not be accepted instead of earnest
money deposit.
4. SECURITY DEPOSIT
A) 4% of the Estimated cost or Accepted Tender cost whichever is higher.
i) Initial Security Deposit.
2% of estimated cost or accepted tender cost whichever is higher in the form of Fixed Deposit Receipt or Bank Guarantee.
ii) Deductions through R.A. Bills
Balance 2% amount will be recovered through each running bill at 5% of the gross amount of RA Bill to the extent that total required security deposit is to be recovered.
B) Additional Security Deposit
If the accepted offer of the contract is below 10% of the cost put to tender, the additional security deposit shall be furnished by the agency as below before issue of work order. This security deposit is in addition to initial Security Deposit.
i) If offer is up to 10% below - Nil
ii) If offer more than 10% and - 2%
up to 15% below
iii) If offer is more than 15% below - 4%
The initial Security Deposit and additional security deposit may be in the form of Bank Guarantee or Fixed Deposit Receipt issued by a Nationalised/Scheduled Bank in the name of ''Executive Engineer Maharashtra Jeevan Pradhikaran Urban & Rural Scheme Division, Jalgaon'' and shall be for a minimum period of 36 months and shall be extended suitably if the work is not completed within the time limit. If the Bank Guarantee is submitted for initial security Deposit, then it will be entire responsibility of the contractor for the extension of Bank Guarantee till completion of work.
8
Contractor No. of Corrections Executive Engineer
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
36(Thirty Six) Calendar months, including Monsoon. This will be counted from the date of issue of the work order & it Includes running of scheme for 12 months.
7. DETAILED TENDER SCHEDULE
Sr. No.
Activities Start Date & Time -- Expiry Date & Time
1 Online Tender Release 20-04-2012 10:00 Hrs To 20-04-2012 18:00 Hrs
2 Online Pre-qualification Document Purchase
20-04-2012 18.01 Hrs To 27 - 04 - 2012 18:00 Hrs
3 Online Pre-qualification Document Download & Online Preparation
20-04 - 2012 18:01 Hrs To 02 -05 - 2012 14:00 Hrs
4 Online Hash Generation For Pre-qualification
02-05 -2012 14:01 Hrs To 02-05- 2012 17:00 Hrs
5 Online Submission of Pre-qualification
02-05-2012 17:01 Hrs To 07-05- 2012 13:00 Hrs
6 Online Pre-qualification Opening and Shortlisting
07-05-2012 13:01 Hrs To 11-05- 2012 15:00 Hrs
7 Online Main Tender Preparation
11-05- 2012 15:01 Hrs To 14-05 2012 18:00 Hrs
8 Online Tender Document Purchase & Download
14-05-2012 18:01 Hrs To 18-05- 2012 14:00 Hrs
9 Online Technical Bid Preparation
14-05-2012 18:01 Hrs To 22-05- 2012 14:00 Hrs
10 Online Commercial Bid Preparation
14-05-2012 18:01 Hrs To 22-05- 2012 14:00 Hrs
11 Online Bid Closing 22-05-2012 14:01 Hrs To 22-05- 2012 17:00 Hrs
12 Online Submission of Bid 22-05-2012 17:01 Hrs To 25-05-2012 18:00 Hrs
13 Online Tender Opening 25-05-2012 18:01 Hrs To 29-05- 2012 18:00 Hrs
9
Contractor No. of Corrections Executive Engineer
8. PRE-QUALIFICATION
Pre-qualification Documents are available at free of cost, on the MJP portal of e-
Tendering web site of Govt. of Maharashtra http://mjp.maharashtra.etenders.in
for aspiring bidders to download from 20.04.2012 to 27.04.2012. The bidders
have to prepare and upload filled in / scanned documents regarding Pre-
Qualification online on or before 07.05.2012 up to 13:00 hrs on web site.
Scanned copy of following documents shall be uploaded to fulfill pre-qualification
criteria. These documents need to be digitally signed by individual contractor’s
digital signature and uploaded during online pre-qualification preparation stage.
9. PRE-QUALIFICATION CRITERIA
a) The contractor shall have successfully completed & commissioned the
following mentioned works with Government/Semi Government/ Municipal
Corporation or any other Government organization.
1) Providing, erecting & commissioning in a single tender pumping
machinery of total installed capacity not less than 165 BHP.
This shall include individual vertical turbine pumping machinery
of capacity not less than 45 BHP.
2) Lowering, laying, jointing & satisfactory hydraulic testing, of 250
mm dia D.I./C.I. pipe of minimum Length -1600 M. in a single
tender.
3) The work of designing, constructing & commissioning with
satisfactory water tightness test of Unconventional /
conventional W.T.P of capacity of not less than 3.75 MLD in a
single tender.
4) Designing, constructing & commissioning R.C.C. GSR of
capacity not less than 2.30 Lakh Liters & RCC ESR Capacity
not less than 1.50 Lakh liters with satisfactory water tightness
test.
10
Contractor No. of Corrections Executive Engineer
5) Providing, lowering, laying and jointing and giving hydraulic
testing of 110 mm dia H.D.P.E./ P.V.C. pipe of minimum length
of 16450 m. in single tender.
Apart from the above experience certificates following documents are to be
submitted online.
6) The firm shall to produce the Document of VAT Registration
No. OR Tin No.
7) The firm shall produce the document of PAN No.
8) Copy of registration with MJP in Class-I A (civil) and above
9) The list of work in hand in MJP, with the date of work orders
and the current status of these works.
The present status of work shall be in percentage only. If the
works are incomplete due to some specific reasons like land
acquisition or for want of power etc. the same shall be
specifically mentioned. Contractor shall ensure that information
furnished in the document at Sr. No.8 above, is correct, failing
which contractor shall be liable for disqualification.
The contractor having more than 7 work in hand excluding 3
works costing less than 2 crores with MJP, shall not be
considered for pre-qualification. However the works of progress
more than 80% shall not be considered for above.
The firm shall produce all the experience certificates towards the
proof of the above experience duly certified by the officer not
below the rank of Superintending Engineer or equivalent officer
of any other organization The above nine documents need to
be submitted separately online in a folder provided for pre-
qualification.
10. COLLABORATION AND JOINT VENTURE :
a) COLLABORATION:
The contractor who is interested to have blank tender form and if he is not
having experience of work of Mechanical and Electrical works i.e. Pumping
Machinery is allowed to get collaboration with another agency for pumping
machinery work who is registered with Maharashtra Jeevan Pradhikaran and having
experience as per above for pumping Machinery. And the contractor with whom
11
Contractor No. of Corrections Executive Engineer
above collaboration is done shall be responsible for successful completion of
pumping machinery work with test and trial. However, it will be the responsibility of
principal contractor to get the work done.
Also in case of civil contractor who do not have the necessary experience of
particular sub work then, he is allowed to have collaboration with another agency OR
contractor who has an experience of that particular sub work.
Moreover with whom collaboration is made will only be binding to carry out the
work to the effect of principal contractor & should submit an agreement on Rs.100/-
stamp paper duly notarized at the time of pre-qualification of bidder.
b) JOINT VENTURE:
The contractor who is interested to have blank tender form and if he do not have
necessary experience of particular sub work / sub works then he is allowed to have
Joint Venture with another agency OR contractor.
If there is Joint Venture, the same shall be in appropriate format. And it shall be
clearly mentioned in the agreement that both the contractor will be jointly and
severally responsible for the successful completion of works included in the tender
with all test and trial for full tender period. It is necessary to enclose the registration
certificate of Joint Venture firm with the Registrar of the Partnership Firm or the
receipt of payment made to Registrar of the Partnership Firm on account of fees
toward Joint Venture firms. Then only pre-qualification application will be considered.
In the case of Joint Venture the contractor having higher class of registration will only
be considered.
Chief Engineer, Maharashtra Jeevan Pradhikaran, Urban & Rural, New Panvel
Dist. Raigad will be the final authority for deciding eligibility for pre-qualification.
11. COST OF BLANK TENDER FORM
a) Rs. 5200/- per set (Rs.5000/-+4% VAT). Cost of Blank Tender form will be
accepted only by Demand Draft of Scheduled Bank payable at Jalgaon in the
name of''Executive Engineer, Maharashtra Jeevan Pradhikaran Urban &Rural
Scheme Division, Jalgaon''.
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.
12
Contractor No. of Corrections Executive Engineer
c) Cost of blank tender form shall not be accepted in the form of cash or cheque.
The cost of the tender documents will not be refunded under any circumstances
12. ISSUE OF BLANK TENDER FORM
The blank tender forms will have to be downloaded, only by the bidders
who have been pre-qualified by the Chief Engineer Engineer, Maharashtra
Jeevan Pradhikaran Urban & Rural,Thane. from the web site
http://mjp.maharashtra.etenders.in from 14.05.2012 to 18.05.2012
The contractors have to prepare & upload Pre-qualification Document
online on or before schedule date and again submit (encryption/ decryption) on
schedule period. The same procedure should be repeated for main Tender
document.
13. PRE-TENDER CONFERENCE
a) Pre-Tender conference is open to all prospective tenderers and will be
held on 18.05.2012 at 12.00 hours in the office of the Chief Engineer
Engineer, Maharashtra Jeevan Pradhikaran Urban & Rural Thane.
wherein the prospective tenderers will have opportunity to obtain
clarifications regarding the work and the tender conditions.
b) The prospective tenderers are free to ask for any additional information
or clarification either in writing or orally and the reply to the same will
be given in writing and this clarification referred to as common set of
conditions, shall also be common and applicable to all tenderers. The
minutes of this meeting along with the letters of tenderers will form the
part and parcel of the tender documents.
14. VALIDITY OF THE OFFER
120 days from the date of opening of tender
15. LAST DATE OF ONLINE SUBMISSION OF TENDER FORM
As per tender schedule provided.
13
Contractor No. of Corrections Executive Engineer
16. DATE OF ONLINE OPENING OF TENDER
As per tender schedule in the office of the Chief Engineer,Maharashtra
Jeevan Pradhikaran Urban & Rural, Thane.
17. SUBMISSION OF TENDER
17.1 The interested contractors / bidders will have to make online payment (using
credit card/debit card/net banking) of Rs.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 and 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
entertained.
17.4 If for any reason, any interested bidder fails to complete any of online stages
during the complete tender cycle, department shall not be responsible and any
grievance regarding that shall not be entertained.
18. OPENING OF TENDER
The tenders will be opened on the date specified in the tender Notice in
the presence of the intending bidders or their authorized representative to
whom they may choose to remain present along with the copy of the original
documents submitted for Pre Qualification. Following procedure will be adopted
for opening of the tender.
Envelope No. I
First of all, Envelope No. 1 of the tenderer will be opened online through e-
Tendering procedure to verify its contents as per requirements. Scanned copies
of following documents shall be in Envelope No. 1. (1) Earnest Money Deposit
Receipt as explained above. (2) Minutes of pre-bid meeting duly signed by
contractor. (3) Copy of Pre-qualification letter (4) Declaration of Contractor in
prescribed format.
14
Contractor No. of Corrections Executive Engineer
If the various documents contained in this Envelope do not meet the
requirements of the MJP, as stated above a note will be recorded
accordingly by the Tender opening authority and the Envelope No. II of such
tenderers will not be considered for further action and the same will be rejected.
Envelope No. II
This envelope shall be opened online through E-Tendering procedure
immediately after opening of envelope No. 1 only, if the contents of Envelope No.
1 are found to be acceptable to the MJP. The tendered rate shall then be read
out by the tender opening authority. The tender shall upload in envelope II online
page of the tender on which offer is quoted.
19.
a) The validity of registration should be valid at least the last date of submission
of tender, then only pre-qualification application will be considered. It is
necessary to renew the registration before issue of work order..
b) Though the tender are invited for whole work .The work order will be given for
first phase after the acceptance of tender. After completion of the works of first
phase, work order for IInd phase will be given & after the completion of IInd
phase works, the work order for IIIrd phase will be given. After the completion
of the scheme & its trial run. The contractor have to run the scheme for one
Year period.
c) The payment of work done will be made as per availability of funds for this
scheme.
d) 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.
e) Tender with stipulations for settlement of a dispute by reference to Arbitration
will not be entertained.
Executive Engineer, Maharashtra Jeevan Pradhikaran
Urban &Rural Scheme Division Jalgaon
15
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house with
overhead tank ,Providing & Installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing , Staff
quarter,& Trial run of the scheme.
DECLARATION
I/We hereby declare that I/We have made myself thoroughly conversant with local
conditions regarding all materials such as stones, murum, sand availability of water etc.
and labour, on which I / We have based my / our rates for this work. The specifications
and requirements of lead for this work have been carefully studied and understood by
me / us before submitting the tender. I undertake to use only the best materials, to be
approved by the Executive Engineer in charge of the work or his duly authorized
representative, before starting the work and also to abide by his decision.
I hereby undertake to pay the labours engaged on the work as per Minimum Wages Act,
1984 applicable to the zone concerned.
Contractor's Signature
16
Contractor No. of Corrections Executive Engineer
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
NAME OF WORK :- Walwadi Water Supply Scheme Tal. & Dist. Dhule
DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDER.
Sr.No. Name of work. Tendered cost. Time in which completed.
Date of completion. Principal Feature.
1 2 3 4 5 6
17
Contractor No. of Corrections Executive Engineer
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
NAME OF WORK :- Walwadi Water Supply Scheme Tal. & Dist. Dhule
DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND ON THE DATE OF SUMBISSION OF THIS TENDER.
Name of the Tenderer :- Sr.No. Name of work. Place and
cost. Work in Hand work tendered for Remarks.
Tendered cost.
Work in hand cost of Remaining
work.
Anticipated date of
completion.
Estimated cost and
Date.
Work tendered for
when decision
expected.
Stipulated period of
completion.
1 2 3 4 5 6 7 8 9 10
18
Contractor No. of Corrections Executive Engineer
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
NAME OF WORK :- Walwadi Water Supply Scheme Tal. & Dist. Dhule
DETAILS OF PLANTS AND MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR THE USE OF THIS WORK.
Sr.No. Name of Equipment. No. of Units Name of maker. Capacity. Age and
Condition present location
Remarks.
1 2 3 4 5 6 7
19
Contractor No. of Corrections Executive Engineer
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
NAME OF WORK :- Walwadi Water Supply Scheme Tal. & Dist. Dhule
DETAILS OF TECHNICAL PERSONNEL WITH THE TENDERER.
Name of the Tenderer :-
Sr.No. Designation. Name Qualification. Professional
experience in details of work carried out.
Remarks.
1 2 3 4 5 6
20
Contractor No. of Corrections Executive Engineer
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHRASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON
NAME OF WORK :- Walwadi Water Supply Scheme Tal. & Dist. Dhule
INFORMATION ABOUT WORK IN HAND IN MJP.
( To be supported with certificate singed by concerned Superintending Engineer in case Col. No. 8 shows the cost of completed work as more than 80%)
Sr.No. Name of
Contractor. Name of
MJP Division.
Accepted tender cost.
Cost of supply of pipes.
Balance cost (4-5)
Cost of work completed as on ------ (Excluding supply of
pipe)
Proportion of Col. 7 to Col.6
Reason for delay (if any) for completion of balnace
work.
1 2 3 4 5 6 7 8 9
21
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house with
overhead tank ,Providing & Installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing , Staff
quarter,& Trial run of the scheme.
FURTHER INSTRUCTION FOR THE GUIDANCE TO TENDERS
( C.M.P.W.NO. CAT/1259/28820/S, DT. 23th 1959)
The tender will be liable to be rejected outright if for the conditions mentioned below
arise individually or cumulatively while submitted it.
1. The tender proposes any alterations in the work specified in the tender or in the
time allowed for carrying out the work or any other conditions.
2. Any of the pages of the tender are removed and/ or replaced.
3. In the case of item rate the rates are not entered in ink in figure and in words
and the total of each item and grand total are not struck by the tenderer in ink in the
last column of schedule “B” under his signature.
4. Any errors are made by him in the tender.
5. Any correction and additions or paste slips are not initiated by the tenders.
6. The tender or in the case of a firm each Partner thereof does not sign or the
signature is/ are not attested by witness on the pages of the tender in the space
provided for the propose.
22
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house with
overhead tank ,Providing & Installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing , Staff
quarter,& Trial run of the scheme.
UNDERTAKING FOR GUARANTEE
I/WE GUARANTEE THAT
1. I / We will replace, repair and adjust free of all charges, to the employer any part
of work which fails to comply with the specifications or amendment to such
specifications as referred to in our specifications attached too tender, fair wear and tear
excepted until the completion and a period of 12 months for the date of Acceptance
Certificate issued under Article 20 of General Condition of Contract.
2. All the work will be reliable.
3. All the work will be of type which has been proved in service, to be suitable for
the duty required by the specifications and will be manufactured and tested in
accordance with appropriate standard specifications approved by the Engineer In-
charge.
4. I / We accept and abide by the clause relating to quality and guarantee of work.
Contractor's Signature
23
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN
URBAN & RURAL SCHEME DIVISION, JALGAON
FORM B-1
-------------------------------------------------------------------------------------------------------
Percentage Rate Tender and Contract for Works
-------------------------------------------------------------------------------------------------------
DEPARTMENT Maharashtra Jeevan Pradhikaran
CIRCLE Maharashtra Jeevan Pradhikaran Urban & Rural Scheme Circle,
Nashik
DIVISION. Maharashtra Jeevan Pradhikaran Urban & Rural Scheme Division
,Jalgaon.
Name of Work :- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house & Overhead
tank , Providing & installing Raw Water Pumping Machinery, Raw Water Gravity Main,
Water Treatment Plant , Pure Water Pumping Machinery, Pure Water Rising main,
R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,&
Trial run of the scheme.
-------------------------------------------------------------------------------------------------------
General Rules and Directions for the Guidance of Contractor
1. AII the works proposed to be executed by contract shall by noticed in a form of
innovation to tender pasted on a notice board hung up in the office of the Executive
Engineer and signed by the Executive Engineer.
This form will state the works to be carried out as well as the date for submitting and
opening tenders, and the time allowed for carrying out the work, also the amount of
24
Contractor No. of Corrections Executive Engineer
earnest money to be deposited with the tender and the amount of the security deposit to
be deposited by the successful tenderer and the percentage, if any, to be deducted from
bills. It will also state whether a refund of quarry fees, royalties, dues and ground rents
will be granted. Copies of the specifications, designs and drawings, estimated rates,
scheduled rates and any other documents required in connection with the work shall be
signed by the Executive Engineer for the purpose of identification and shall also be open
for inspection by 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 contractors and approved by a competent authority on behalf of the
Maharashtra Jeevan Pradhikaran, such specification with designs and drawings shall
form part of the accepted tender.
2. In the event of the tender being submitted by a firm, it must be signed by each
partner there and in the event of the absence of any partner, it shall be signed on his
behalf by a person holding a power of attorney authorizing him to do so.
i) The Contractor shall pay along with the tender the sum of Rs.475900/- (Rupees
Four lakh seventy Five thousand nine hundred only ) as and by way of earnest money.
The contractor may pay the said amount by forwarding along with the tender a FDR
from Nationalized / Schedule Bank for the like amount in favors of the Executive
Engineer. The said amount of earnest money shall not carry any interest whatsoever.
(ii) In the event his tender being accepted, subject to the provisions of sub- clause (iii)
below, the said amount of earnest money shall be appropriated towards the amount of
security deposit payable by him under condition of General Conditions of Contract.
(iii) If, after submitting the tender the Contractor withdraws his offer or modifies the
same, or if after the acceptance of his tender, the Contractor neglects to furnish the
balance amount of security deposit without prejudice any other rights and powers of the
MJP hereunder or in law, MJP shall be entitled to forfeit the full amount money
deposited by him.
25
Contractor No. of Corrections Executive Engineer
(iv} In the event of his tender not being accepted, the amount of earnest money
deposited by the Contractor shall, unless it is prior there to forfeited under the provisions
of sub-clause (iii) above be refunded to him on his passing receipt therefor.
3. Receipts for payments mode on account of any work, 'when executed by a firm,
should also be signed by all the partners except where the Contractors are described in
their tender as-firm, in which case the receipt shall be signed in the name of the firm by
one of the partners, or by some other person having authority to give effectual receipts
for the firm.
4. Any person who submits a tender shall fill up the usual printed from stating at
what rate below or above the rates specified in Schedule "B" (Memorandum showing
items of work to be carried out) he is willing to undertake the work. Only one rate or
such percentage on all the estimated rate/scheduled rates shall be named. Tender
which propose any alteration in the work specified in the said form of innovation to
tender, or in the time allowed for carrying out the work for which contain any other
condition of any sort will be liable to rejection. No printed from of tender shall include a
tender for more than one work, but if Contractor who wish to tender for two or more
works, they shall have the name and number of work to which they refer written outside
the envelope.
5. The Competent Authority or his duly authorized assistant shall open tenders in
the presence of the Contractors who have submitted their tender representatives who
may be present at the time and he will enter the amounts of the several tenders in a
comparatives statement in a suitable from in the event of a tender being accepted, the
Contractor shall, for the purpose of identification, sign copies of the specification and
other documents mentioned In Rule 1. in the event of tender being rejected, the
Divisional Officer shall authorized to refund the amount of earnest money deposited to
the Contractor making the tender, in his giving a receipt for the return of the money.
6. The officer competent to dispose off the tenders shall have the right of rejecting
all or any of the tenders. Without assigning any reason thereof
26
Contractor No. of Corrections Executive Engineer
7. No receipt for any payment alleged to have been made by a Contractor in regard
to any matter relating to this tender or the contract shall be valid and binding on the MJP
unless it signed by the Executive Engineer
8. The Memorandum of work to be tendered for and the Schedule of Material to be
supplied by the Pradhikaran and their rates shall be filled in and completed by the office
of the Executive Engineer before the tender form is issued If a form issued to an
intending tenderer has not be been so filled in and completed, he shall request the said
office to have his done before he completes and delivers his tender.
9. All works shall be measured net by standard measure and according to the rules
and customs of the Pradhikaran and without reference to any local custom.
10. Under no circumstances shall any Contractor be entitled to claim enhanced rate
for Items in this contract.
11. Every registered contractor should produce along with his tender, Certificate of
Registration as approved Contractor in the approved class and renewal of such
registration with date of expiry.
12. All corrections and addition or pasted slips should be initialed.
13. The measurements of work will be taken according to the usual methods in the
Pradhikaran and no proposals to adopt alternative methods will be accepted. The
Executive Engineer's decision to what is "the usual method in use in the Pradhikaran will
be final
14. A tendering Contractor shall furnish a declaration along with a tender showing all
works for which for he has already entered into contact and the value of the work that
remains to be executed in each case on the date of submitting the tender.
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
27
Contractor No. of Corrections Executive Engineer
reference to the number of the assessment and the assessment year, and a valid
Income Tax Clearance Certificate
16. In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the Pradhikaran for the purchase of plant and
machinery required for the execution of the work contracted for
{GCM/PWD/CFM/1058/62517 dt. of 26.5.1959).
17. The Contractor will have to construct shed for storing controlled and valuable
materials issued to him under Schedule "A" of the agreement, at work site, having
double locking arrangement. The materials will be taken for use in the presence of the
Pradhikaran person. No materials will be allowed to be removed from the site of works.
18. The Contractors shall also give a list of machinery in their possession on which
they propose to use on the work.
19. Every Contractor shall furnish along with the tender a statement showing
previous experience and technical staff employed by him.
20. Successful tender will have to produce to the satisfaction of the accepting
authority a valid and current license issued in his favor under the provisions of Contract
Labour (Regulation and Abolition) Act,1973 before starting work falling which
acceptance of the tender will be liable for withdrawal and earnest money will be forfeited
to the Pradhikaran.
21. The Contractor shall comply with the provision of Apprentices Act, 1961 and the
rules and order issued thereunder from time to time If he fails to do so his failure will be
breach of the contract and the Superintending Engineer, may in his discretion cancel the
contract. The Contractor shall also be liable for any pecuniary liability arising on account
of any violation by him of the provisions of the Act.
28
Contractor No. of Corrections Executive Engineer
TENDER FOR WORKS
A) General Description.
Name of Work :- Walwadi Water Supply Scheme.
Tal. & Dist. Dhule.
Providing, constructing Connecting Main, Sump with
overhead pump house & Overhead tank, Providing &
installing Raw Water Pumping Machinery, Raw Water Gravity
Main, Water Treatment Plant, Pure Water Pumping
Machinery, Pure Water Rising main, RCC ESR , RCC GSR,
Distribution System, Chain link fencing , Staff quarter & Trial
run of the scheme.
B) Estimated Cost : Rs. 95179184.00 C) Earnest Money : Rs. 475900.00
a) If several sub works are included same should be detailed in separate list. a) The amount of earnest month to be deposited shall be in accordance with provision with provision of para 206 and 207 of M.P.W manual.
I/We hereby the tender for execution for the Maharashtra
Jeevan Pradhikaran (Here in before & hereinafter referred in
words to as “Maharashtra Jeevan Pradhikaran”) of the work
specified in the underwritten memorandum within the time
Specified in such memorandum at”_________% (
_________________________________________
_________________________________ Estimated Rate) [in
figures as well as in words ] percent below / above the
estimated rates entered in schedule B, (memorandum showing
items of work to be carried out) and in accordance with all
respects with the specifications, designs, drawings &
instructions in writing referred to in rule 1 hereof & in clause 12
of the annexed conditions of the contract and agree that when
materials for the work are provided by the Maharashtra Jeevan
Pradhikaran such materials & the rates to be paid for them
shall be provided in schedule A hereto.
MEMORANDUM
* In figures as well as in words
29
Contractor No. of Corrections Executive Engineer
D) Security Deposit : i) In the form of TDR/ Rs. 1903600.00 FDR ii) To be deducted Rs. 1903600.00 from current bill. Total Rs. 3807200.00 E) Percentage if any, to be deducted from bills 4% so as to
make up the total amount required as security deposit by the
time, half the work as measured by the costs, is done.
F) Time allowed for the work from date of written Thirty Six
Calendar Months (including Monsoon) order to complete 24
calendar months (Including Mansoon ) for complication of
work & 12 month satisfactory running of the scheme after
completion of work total time limit to the same will 36 month.
b) This deposit shall be accordance with para 213 and 214 of the M.P.W manual. (Four percent e)This percentage where no security deposit is taken will very from 5% to 10% according to the requirement of the case where security deposit is taken, See note to Clause 1 of Conditions of Contract. 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 until it is with
drawn by me/ us by notice in writing duly addressed to the
authority opening the tender and sent by registered post A.D.
otherwise delivered at the office by registered post A.D.
otherwise delivered at the office of such authority. Bank
challan No. and date or deposit at call receipt No. and date in
receipt of the sum of Rs. 475900.00 (Rs.Four lakh seventy
Five thousand nine hundred only) representing the Earnest
Money is here with forwarded. The amount of Earnest
Money shall not bear interest and shall be liable to be
forfeited to the Maharashrta Jeeven Pradhikaran, should
I/We fail (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 items in items (d) of the
Amount of be
Specified in words &
figures.
30
Contractor No. of Corrections Executive Engineer
memorandum contained in paragraph (i) above within the
time limit laid down in clause (1) of the annexed general
conditions of contract, the amount of Earnest Money may be
adjusted towards the security deposit or refunded to me / us
if so desired by me/ us in writing, unless the same or any part
of thereof has been forfeited as aforesaid.
3. I/We have secured exemption from payment of earnest
money after executing the necessary bond in favor of
Maharashrta Jeeven Pradhikaran , a true copy of which
is enclosed herewith should any occasion for forfeiture
of earnest money for this work arise due to failure on
my/ our part to abide by the stipulations to keep the
offer open for the period mentioned above or to sign
and complete the contract documents and furnish the
security deposit as specified in item (d) of the
memorandum contained in paragraph (1) above within
the time limit laid down in clause (1) of the annexed
General conditions of contract. The amount payable by
me/ us at the option of the Engineer, be recovered out
of the amount deposited in lump sum for securing
exemption in so far as the same may extend in terms of
the said bond and in the event of the deficiency out of
any other moneys which are due or payable to me / us
by the Maharashrta Jeeven Pradhikaran under any
other contract of transaction of any nature what so ever
or otherwise.
4. Should this tender be accepted, I /We agree to abide by
and fulfill all the terms and provisions of the Conditions of
Contract annexed hereto so far as applicable and in default
thereof to forfeit and pay to the Maharashrta Jeeven
Pradhikaran the sums of money mentioned in the said
conditions.
Receipt No.--------------- Dated ---/ /2012 Or Bank at ---
------------------------------------ in respect of amount of Rs.--
Name of Bank to in
respect be specified.
Strike out (a) if no
such security deposit
is to be taken.
31
Contractor No. of Corrections Executive Engineer
---------------------------------------------
Is herewith forwarded representing the earnest money
(a) the full value of which is to be absolutely forfeited to the
Maharashrta Jeeven Pradhikaran , should I/We do not
deposit in full amount of security deposit specified in the
memorandum in accordance with (d) of Clause (1) of the
tender for works shall be refunded.
Contractor : Signature of Contractor. Before submission of tender. Address. ---------- day of 2012. Witness. Signature of Witness to Contractor’s Signature. Address. Occupation. The above tender is hereby accepted by me for and on behalf of Maharashtra Jeevan Pradhikaran. Dated. / / day of 2012. Chief Engineer (Or his authorized assistant)
32
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house & over head
tank ,Providing & installing Raw Water Pumping Machinery, Raw Water Gravity Main,
Water Treatment Plant , Pure Water Pumping Machinery, Pure Water Rising main,
R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,&
Trial run of the scheme.
CONDITIONS OF CONTRACT
CLAUSE 1 :
SECURITY DEPOSIT:
(Modifications a per the G.R. P.W.D. No. CAT-1087/CR-94/Bldg-2 dt. 14-
6-1989)
The person/persons whose tender may be accepted (here in after called
the Contractor, which expression shall unless excluded by or repugnant
to the context include his heirs, executors, administrators and assignors)
shall (A) within 10 days (which may be extended by the Superintending
Engineer concerned upto 15 days, if the Superintending Engineer thinks
to do so) of the receipt by him of the notification of the acceptance of his
tender deposit with the Ex. Engineer in cash or Government Securities
endorsed to the Executive Engineer. (if deposits for more than 12
months) of sum sufficient which will made up the full security deposit
specified in the tender or (B) (permit Pradhikaran at the time of making
any payment to him for work done under the contract to deduct such as
will amount to Rs. 5 % of all moneys so payable such deduction to be
held by Pradhikaran by way of security deposit). Provided always that in
the event of the Contractor depositing a lump sum by way of security
deposit as contemplated at (A) above, then and in such case, if the sum
so deposited shall not amount to Rs. 4% of the total estimated cost of the
work, it shall lawful for Pradhikaran at the time of making any payment to
the contractor for the work done under the contract to make up the full
33
Contractor No. of Corrections Executive Engineer
amount of percent by deducting a sufficient sum from every such
payment as last aforesaid until the full amount to the security deposit is
made- up.
All compensation or other sums of money payable by the Contractor to
Pradhikaran under the terms of his contract may be deducted from or
paid by the sale of sufficient part of his security deposit or from the
interest arising there from, from any sums, which may be due or may
become due by Pradhikaran to the Contractor under any other contract or
transaction of any nature by account whatsoever and in the event of his
security deposit reduced by reason of any such deduction or sale
aforesaid, the Contractor shall, with in ten days, thereafter make good in
cash or government securities endorsed as aforesaid any sum which
may have been deducted from or raised by sale of his security deposited
or any part thereof. The security deposit referred to when paid in cash
may, at the cost of the depositor be converted into interest bearing
securities provided that the depositor, has expressly desired this in
writing. If' the amount of the security deposit to be paid in a lumpsum
within the period specified at (A) above is not aid the tender/contract
already accepted shall be considered as canceled and legal steps take
against the contractor for recovery of the amount. The amount of the
security deposit lodged by a contractor shall be refunded along with the
payment of the final bill, if the date upto which the contractor has agreed
to maintain the work in good order is over. If such date is not over only
90% amount of security deposit shall be refunded along with the payment
of the final bill. The amount of security deposit retained by the
Pradhikaran shall be released after expiry of period upto which the
contractor has agreed to maintain the work in good order is over. In the
event of the contractor failing or neglecting to complete rectification work
within the period upto which the contractor has agreed to maintain the
work in good order, then subject to provision of clause 17 & 20 then the
amount of security deposit retained by the Pradhikaran shall be adjusted
towards the excess cost incurred by the department on rectification work.
NOTE :- This will be the same percentage as that in the tender at (e)
above.
34
Contractor No. of Corrections Executive Engineer
CLAUSE : 2
The time allowed for carrying out the work as entered in the tender shall
be strictly observed by the contractor and shall reckoned from the date
on which the order to commence work is given to the contractor. The
work shall through the stipulated period of the contract be proceeded
with, with all due diligence ( time being deemed to be essence of the
contract on the part of the contractor) and the contractor shall pay as
compensation an amount equal to the percentage or such smaller
amount as the Superintending Engineer (whose decision in writing shall
be final ) may decide of the amount of the estimated cost of the whole
work as shown by the tenderer for every day that the work remains
uncommented or unfinished after the proper dates. And further to ensure
good progress during execution of the work the contractor shall be bound
in all cases in which the time allowed for any work exceeds one month to
complete.
The progress of the work shall abide by the programme of detailed
progress laid down by the executive engineer.
Note : The quantity of the work to be done within a particular time to be
specified above shall be fixed inserted in the blank spaces kept for the
purpose by the officer competent to accept the contract after taking into
consideration of each case.
The following proportion will usually be found suitable.
1/4of the work ¼ of the time
½ of the work in ½ of the time
¾ of the work in ¾ of the time
Reasonable progress of earth work, 1/6 ½ ¾ of the total value of the work
to be done.
Reasonable progress of earth work 1/10, 1/10 8/10 of the total value of
the work to be done.
Compensation
for delay
35
Contractor No. of Corrections Executive Engineer
In the event of the contractor failing to comply with this conditions he
shall be liable to pay as compensation an amount equal to one percent of
the estimated cost put to tender or such smaller amount as the
Superintending Engineer (whose decision in writing shall be final ) may
decide of the said estimated cost of the whole work for every day that
due quantity of work remains incomplete provided always that the total
amount of compensation to be paid under the provisions of this clause
shall not exceed 10 percent of the estimated cost of the work as shown in
the tender. Superintending Engineer should be the final authority in this
respect, irrespective of the fact that tender is accepted by Chief Engineer/
Additional Chief Engineer / Suptd. Engineer/Executive Engineer or
Assistant Engineer/ Deputy Engineer.
(The Minimum physical & financial work program given in bar chart
attached.)
CLAUSE 3 :
In any case in which under any clause or clauses of this contract the
contractor shall have rendered himself liable to pay compensation
amounting to the whole of this Security Deposits. (whether paid in one
sum or deducted by installments) 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 Maharashtra Jeevan
Pradhikaran shall have power to adopt any of the following courses, as
he may deem best suited to the interest of Pradhikaran.
Action when
whole of
security deposit
is forfeited.
[a] To rescind the contractor ( for which rescission notice in writing to the
contractor under the hand of Executive Engineer shall be conclusive
evidence ) and in that case the security Deposit of the Contractor
shall stand forfeited and be absolutely at the disposal of Pradhikaran.
[b] To carry out the work or any part of the work departmentally debiting
the Contractor with the cost of the work, expenditure incurred on tools
and plant and charges on additional supervisory staff including the
cost of work charge establishment employed for getting unexecuted
36
Contractor No. of Corrections Executive Engineer
part of the work completed and crediting him with the value of the
work done departmentally in all respects in the same manner and at
the same rates as if it had been carried out by the Contractor under
the terms of his contract. The certificate of the Executive Engineer as
to the costs & other allied expenses incurred and as to the work so
done departmentally shall be final and conclusive against the
contractor.
[c] To order that the work of the contractor be measured up and to take
such part thereof as shall be unexecuted, out of his hands and to give
it to another contractor to complete, in which case all expenses
incurred on advertisement for fixing a new contracting agency,
additional supervisory staff including the cost of work charged and the
cost of the work executed by the new contract agency will be debited
to the contractor and at the work done or executed through the new
contractor shall be credited to the contractor in all respects and in the
same manner and at the same rates as if it had been carried out by
the contractor under the terms of his contract, the certificate of the
Executive Engineer as to all the cost of the work and other expenses
incurred as aforesaid for or in getting the unexecuted work done by
the new contractor and as to the value of the work so done shall be
final and conclusive against the contractor.
In case the contract shall be rescinded under clause [a] above, the
contractor shall not be entitled to recover or be paid, any sum for any
work therefore actually performed by him under his contract unless
and until the Executive Engineer shall have certified in writing the
performance of such work and the amount payable to him in respect
thereof and he shall only be entitled to be paid the amount so certified
in the event of either of the courses referred to in clause [b] or [c]
being adopted and the cost of the work executed departmentally or
through a new contractor and other allied expenses exceeding the
value of such work credited to the contractor, the amount of excess
shall be deducted from any money due to the contractor by
37
Contractor No. of Corrections Executive Engineer
Pradhikaran under the contract or otherwise how so ever or from his
security deposit or sale proceeds thereof provided, however that the
Contractor shall have no claim against Pradhikaran if the certified
value of the work done departmentally or through new contractor
exceeds certified cost of such a work and allied expenses, provided
always that whichever of the three courses mentioned in clauses [a],
[b], [c] is adopted by the Executive Engineer, the Contractor shall no
claim to compensation for any loss sustained by him by reason of not
having purchased or procured any materials, or entered into any
engagements or made any advances on account of or with a view of
the execution of the work or the performance of the contract. Action
will be taken if Progress of work is not found satisfactory as per MJP
circular No 108 dated 09.12.2005
CLAUSE 4 :
If the progress of any particular portion of the work is unsatisfactory the
Executive Engineer shall notwithstanding that the general progress of the
work is in accordance with the conditions mentioned in clause 2 be
entitled to take action under clause 3 [b] after giving the contractor 10
day's notice in writing. The contractor will have no claim for compensation
for any loss sustained by him owing to such action.
Action when the
Progress of any
Particular Portion
of the Work is
Unsatisfactory.
CLAUSE 5 :
In any case in which any of the powers conferred upon the Executive
Engineer by clauses 3 and 4 hereof shall have become exercisable and
the same shall not have been exercised the non- exercise thereof shall
not constitute a waiver of any of the conditions thereof such powers shall
not withstanding be exercisable in the event of any future case of default
by the contractor for which under any clauses here of he his declared
liable to pay compensation amounting to the whole of his security deposit
and the liability of the contractor for past and future compensation can
remain unaffected in the event of Executive Engineer taking action under
sub clause [a] or [c] of clause 3 he may, if so desires, to take possession
Contractor
remain liable to
pay
compensation if
action not taken
in Cl. 3 & 4
38
Contractor No. of Corrections Executive Engineer
of all or any tools plant, materials and stores, in or upon the works or the
site thereof belonging to the contractor, or procured by him and intended
to be used for the execution of the work or any part thereof, paying or
allowing for the same in account at the contract rates, or in the case of
contract rates not being applicable at current market rates, to be certified
by the Executive Engineer whose certificate thereof shall be final. In the
alternative, the Executive Engineer may after giving notice in writing to
the contractor or his clerk of the work, foreman or other authorized agent
require him to remove such tools, plants, materials or stores from the
premises within a time to be specified in such notice and in the event of
the contractor failing to comply with any such requisition, the Executive
Engineer may remove them at the contractor's expense or sell them by
auction or private sale on account of the contractor and at his risk in all
respects, and the certificate of the Executive Engineer as to the expense
of any such removal and the amount of the proceeds and expense of any
such sale shall be final and conclusive against the contractor.
Power to Take
Possession of
or sale
Contractor’s
plant
CLAUSE 6 :
If the Contractor shall desire an extension of the time for completion of
work on the ground of his having been unavoidable hindrance in it's
execution or on any other ground, he shall apply in writing to the
Executive Engineer before the expiry of the period, stipulated in the
tender or before the expiration of 30 days from the date on which he was
hindered as aforesaid or on which the cause for asking for extension
occurred, whichever is earlier and the Executive Engineer or in the
opinion of Superintending Engineer or Chief Engineer as the case may
be if in his opinion, there were reasonable grounds for granting an
extension grant such extension as he thinks necessary or proper. The
decision of the Executive Engineer in this matter shall be final.
Extension of
Time.
CLAUSE 7 :
On the completion of the work the Contractor shall be furnished with a
certificate by the Executive Engineer ( here in after called the Engineer-
Final Certificate.
39
Contractor No. of Corrections Executive Engineer
in-charge ) of such completion, but no such certificate shall be given nor
shall the work be considered to be complete until the contractor shall
have removed from the premises on which the work shall have been
executed, all scaffolding, surplus materials and rubbish, and shall have
cleaned off the dirt from all wood work, doors windows walls, floor or
other parts of any building in or upon which the work has been executed,
or of which he may had possession for the purpose of executing the
work, nor until the work shall have been measured by the Engineer in
charge or where the measurements have been taken by his subordinate
until they have received approval of the Engineer in charge, the said
measurements being binding and conclusive against the contractor. If the
contractor shall fails to comply with the requirements, of this clause as to
the removal of scaffolding, surplus materials and rubbish and cleaning of
dirt on or before the date fixed for the completion of the work the
Engineer-in-charge may at the expenses of the Contractor, remove such
scaffolding, surplus materials and rubbish, dispose of the same as he
thinks fit and clean off such dirt as aforesaid and the contractor shall
forthwith pay the amount of all expenses so incurred, but shall have no
claim in respect of any such scaffolding or surplus materials as aforesaid
except for any sum actually realised by the sale thereof.
CLAUSE 8 :
No payment shall be made for any on work, estimated to cost less than
rupees one thousand till after the whole of the work shall have been
completed and a certificate of completion to given. But in the case of
works estimated to cost more than rupees one thousand, the contractor
shall on submitting a monthly bill therefore, be entitled to receive
payment proportionate to the part of the work then approved and passed
by the Engineer-in-charge, whose certificate of such approval and
passing of the sum so payable shall be final and conclusive against
the contractor. All such intermediate payments shall be regarded as
payments by way of advance against the final payments only, and
not as payments for work actually done and completed and shall
Payment On
intermediate
Certificate to be
Regarded as
Advance.
40
Contractor No. of Corrections Executive Engineer
not preclude the Engineer – in - charge from requiring bed, unsound
imperfect or unskillful work to be removed or taken away and
reconstructed, or re-erected nor shall any such payment be considered
as admission of the due performance of the contract or any part thereof
in any respect or the accruing of any claim, nor shall it conclude,
determine, or affect in any way the powers of the Engineer-in-charge as
to the final settlement and adjustment of the accounts or otherwise, or in
any other way vary or affect the contract. The final bill shall be submitted
by the contractor within the one month of the date fixed for the
completion of the work, otherwise the Engineer-in-charge's certificate of
the measurement and of the total amount payable for the work shall be
final and binding on all parties.
CLAUSE 9 :
The rates for several items of works estimated to cost more than Rs.
1,000/ - agreed to within shall be valid only when the item concerned are
accepted as having been completed fully in accordance with the
sanctioned specification. In cases where the items of work are not
accepted as so completed the Engineer-in-charge may make payment on
account of such items at such reduced rates as he may consider
reasonable in the preparation of final or on account bills.
Payment at
reduced rates
on account of
items of work
not accepted as
Completed, to
be at the
discretion of the
Engineer-in-
charge
CLAUSE 10 :
A bill shall be submitted by the contractor each month on or before the
date fixed by the Engineer-in-charge for all works executed in the
previous month and the Engineer-in-charge shall take or cause to be
taken the requisite measurement for the purpose of having the same
verified and the claim, so far as it is admissible, shall be adjusted, if
possible, within ten days from the presentation of the bill. If the contractor
does not submit the bill within the time fixed as aforesaid, the Engineer-
in-charge may depute a subordinate to measure of the said work in the
.
Bills to be
submitted
monthly.
41
Contractor No. of Corrections Executive Engineer
presence of the Contractor or his duly authorized agent whose counter
signature to the measurement list shall be sufficient warrant, and the
Engineer-in-charge may prepare a bill from such list which shall be
binding on the contractor in all respects.
CLAUSE 11 :
The contractor shall submit all Bills on the printed forms to be had on
application on printed at the office of the Executive Engineer-in-charge
forms. The charges to be made in the bills shall always be entered at the
rates specified in the tender or in the case of any extra work ordered in
pursuance of these conditions and not mentioned or provide for in the
tender, at the rates-hereinafter provided for such work.
Bills to be on
Printed forms.
CLAUSE 12 :
If the specification or estimate of the work provides for the use of any
special description of materials to be supplied from the stores of the
Pradhikaran or if it is required that the Contractor shall use certain stores
to be provided by the Contractor shall used certain stores to be provide
by the Engineer-in-charge ( such material and stores, and the prices to
be charged therefore as hereinafter mentioned being so fair as
practicable for the convenience of the Contractor but not so as in any
way to control the meaning or effect of this contract specified in the
schedule of memorandum hereto annexed ). The Contractor shall be
supplied with such materials and stores as may be required from time to
time to be used by him for the purpose of the contract only, and the
value of the full quantity of the materials and stores so supplied shall be
set off or deducted from and sums then due, or thereafter to become
due to the Contractor under the contract, or otherwise, or from the
security Deposit or the proceeds of sale thereof, if the security deposit is
held in Government Securities, the same or sufficient portion thereof
shall in that case be sold for all purpose. All materials supplied to the
Stores supplied
by MJP
42
Contractor No. of Corrections Executive Engineer
Contractor shall remain the absolute property of the Pradhikaran and
shall on no account be removed from the site of the work and shall at all
times be open to inspection by the Engineer-in-charge. Any such
materials unused and in perfectly good condition at the time of
completion or determination of the contract shall be returned to
Pradhikaran store. If the Engineer-in-charge so required by notice in
writing given under his hand, but the Contractor shall not be entitled to
return any such materials except with consent of the Engineer-in-charge
and he shall have no claim for compensation on account of any such
material supplied to him as aforesaid but remaining unused by him or for
any wastage or damage to any such materials.
CLAUSE 12-A :
All stores of controlled materials such as cement, steel etc. supplied to
the contractor by Pradhikaran should be kept by the contractor under lock
and key and they will be accessible for inspection by the Executive
Engineer his agent at all times.
CLAUSE 13 :
The contractor shall execute the whole and every part of the work in the
most substantial and workman like manner, and both as regards
materials, and every other respect in strict accordance with
specifications. As per norms of the Pradhikaran, after ascertaining the
recuperation test of the percolation well and potability of water, the work
of percolation well shall be continued and completed. The further
subworks shall be taken up as under.
Phase –I) Jack well with Over head pump house & overhead tank .
Phase-II) Raw water P/Machinery, Raw water Gravity Main, WTP, Pure
water Pumping Machinery, Pure water Rising Main
Phase-III) R.C.C. E.S.R., Distribution system, Chain link fencing & M. S.
Gate, Test & Trial run of scheme.
Running the scheme for one year period.
Works to be
Executed in
Accordance with
Specifications,
drawings,
orders, etc.
43
Contractor No. of Corrections Executive Engineer
The Contractor shall also confirm exactly, fully and faithfully to designs,
drawings and instructions in writing relating to the work signed by the
Engineer-in-charge and lodged in his office and to which the Contractor
shall be entitled to receive have access for the purpose of inspection at
such a office or on the site of work during office hours the contractor will
receives three sets of contract drawings and working drawings as well as
one certified copy of the accepted tender along with the work order free
of cost. Further copies of the contract drawings and working "drawings if
required by him shall be supplied at the rate of Rs.100/- per set of
contract drawing and Rs.50/- per working drawing except where
otherwise specified.
CLAUSE 14 :
The Engineer – in – charge shall have power to make any
alterations in or additions to the original specifications, Drawings,
Designs and instructions that may appear to him to be necessary
or advisable during the progress of the work, and the Contractor
shall be bound to carry out the work in accordance with any
instructions in this connection which may be given to him in writing
signed by the Engineer –in-charge and such alteration shall not invalidate
the contract, and any additional work which the Contractor may be
directed to do in the manner above specified as part of the work shall be
carried out by the contractor on the same conditions in al respects on
which he agreed to do the main work, and at the same rates as are
specified in the tender for the main work. And if the additional and altered
work includes any class of work for which no rate is specified in this
contract, then such class of work shall be carried out at the rates entered
in the Schedule of Rates of the Division or at the rates mutually agreed
upon between the Engineer- in-charge and the Contractor, whichever are
lower. If the additional or altered work, for which no rate is entered in the
Schedule of rates of the Division, is ordered to be carried out before the
Alterations in
Specifications
and design not
to Invalidate
Contractor
44
Contractor No. of Corrections Executive Engineer
rates are agreed upon then the Contractor shall within seven days of the
date of receipt by him of the order to carry out the work, and if the
Engineer-in-charge of the rate which order to carry out the work, inform
the Engineer-in-charge of the rate which is his intention to charge for
such class of work, and if the Engineer-in-charge does not agree to this
rate, he shall by notice in writing be at liberty to cancel his order to carry
out such class of work and arrange to carry out in such manner as he
consider advisable, provided always that if the Contractor shall
commence work or in cure any expenditure in regard thereto before the
rates shall have been determined as lastly herein before mentioned, then
in such case he shall only be entitled to be paid in respect of the carried
out or expenditure incurred by him prior to the date of the determination
of the rate as aforesaid according to such rate or rates as shall be fixed
by the Engineer-in-charge. In the event of a dispute, the decision of the
Superintending Engineer of the Circle will be final. Where, however, the
work is to be executed according to the designs, drawings and
specifications recommended by the Contractor and accepted by the
Competent Authority, the alterations above referred to shall be
within the scope of such designs, drawings and specifications
appended to the tenders. The time limit for the completion of the work
shall be extended in the proportion that the increase in its cost
occasioned by alterations or additions bears to the cost of the
original contract work, and the certificate of the Engineer-in-charge as
to such proportion shall be conclusive.
Rates for work
not entered in
estimate or
Schedule of
rates of the
District.
CLAUSE 15 :
[1] If at any time after the execution of the contract documents the
Engineer-in-charge shall for any reason whatsoever ( other than
default on the part of the Contractor for which the Board is entitled to
rescind the contract ) desires that the whole or any part of the work
specified in the tender should be suspended for any period or that the
whole or part of the work should not be carried out, at all he shall give
to the Contractor a notice in writing of such desire and upon the
No claim to any
payment or
compensation
for alteration or
restriction of
work.
45
Contractor No. of Corrections Executive Engineer
receipt of such notice the contractor shall forthwith suspend or stop
the work wholly or in part required, after having due regard to the
appropriate stage at which the work should be stopped or suspended
so as not to cause any damage or injury to the work already done or
endanger the safety thereof provided that the decision of the
Engineer-in-charge as to the stage at which the work or any part of it
could be or could have been safely stopped or suspended shall be
final and conclusive against the Contractor. The contractor shall have
no claim to any payment or compensation whatsoever by reason of or
in pursuance of any notice as aforesaid on account of any
suspension, stoppage or curtailment except to the extent
specified herein after.
[2] Where the total suspension of work ordered as aforesaid continued
for a continuous period exceeding 90 days the Contractor shall be a
liberty to withdraw from the contractual obligations under the contract
so far as it pertains to the unexecuted part to the work by giving a 10
day's prior notice in writing to the Engineer within 30 days of the
expiry of the said period of 90 days, of such intention and requiring
the Engineer to record the final measurements of the work already
done and to pay final bill upon gives such a notice the Contractor shall
be deemed to have been discharged from his obligation to complete
the remaining unexecuted work under his contract. On receipt of such
notice the Engineer shall proceed to complete the measurement and
make such payment as may be finally due to the contractor with in a
period of 90 days from the receipt of such notice in respect of the
work already done by the contractor. Such payment shall not in any
manner prejudice the right of the contractor to any further
compensation under the remaining provisions of this clause.
[3] Where the Engineer required the Contractor to suspend the
work for period in excess of 30 days at any time or 60 days in
the aggregate the Contractor shall be entitled to apply to the
Engineer within 30 days of the resumption of work after such
46
Contractor No. of Corrections Executive Engineer
suspension for payment of compensation to the extent of
pecuniary loss suffered by him in respect of working
machinery rendered idle on the
site or on the account of his having and to pay the salary or wages of
labour engaged by him during the said period of suspension provided
always that the contractor shall not be entitled to any claim in respect
of any such working machinery, salary or wages for the first 30 days
whether consecutive or in the aggregate of such suspension or in
respect of any suspension whatsoever occasioned by unsatisfactory
work or any other default on his part. The decision of the Engineer-in-
charge in this regard shall be final and conclusive against the
Contractor.
[4] : In the event of :-
[i] Any total stoppage of work on notice from the Engineer under Sub
Clause (I) in that behalf.
[ii] With drawl by the Contractor from the contractual obligations to
complete the remaining unexecuted work under sub clause (2) on
account of continued suspension of work for a period exceeding 90 days.
[iii] Curtailment in the quantity of item or items originally tendered on
account of any alterations, commission or substitutions in the
specifications, drawings, designs or instructions under clause 14 (I)
where such curtailment exceeds 25 % in quantity and the value of the
quantity curtailed beyond 25 % at the rate for the item specified in the
tender is more than Rs. 5,00/-
It shall be open to the Contractor, within 90 days from the service of (i)
the notice of withdrawal from the contractual obligations under the
contract on account of the continued suspension of work or (iii) notice
under clause-14 (1) resulting in such curtailment to produce to the
Engineer satisfactory documentary evidence that he had purchased or
agreed to purchase materials for use in the contracted work, before
No Claim to
Compensation
on account of
loss due to
delay in supply
of materials by
MJP.
47
Contractor No. of Corrections Executive Engineer
receipt by him of the notice of stoppage: Suspension or curtailment and
require the Pradhikaran to take over on payment such material at the
rates determined by the Engineer provided however such rates shall in
no case exceed the rates of which the same required by the Contractor.
The Board shall thereafter take over the material so offered. Provided the
quantities offered are not in excess of the requirements of the
unexecuted work as specified in the accepted tender and are of quality
and specifications approved by the Engineer.
CLAUSE 15 ( A ) :
The contractor shall not be entitled to claim any compensation from
Board for the loss suffered by him account of delay by Board in the
supply of materials entered in schedule - A delay in where such delay is
caused by :
[i] Difficulties relating to the supply of railway wagons,
[ii] Force Measure.
[iii] Act of God.
[iv] Act of enemies of the state of any other reasonable cause beyond
the control of Board.
In the case of such delay in supply of materials, Pradhikaran shall grant
such extension of time for the completion of the works as shall appear to
the Executive Engineer to be reasonable in accordance with the
circumstances of the case. The decision of the Executive Engineer as to
the extension of time shall be accepted as final by the Contractor.
No Claim to
Compensation
on account of
loss due to
delay in supply
of materials by
MJP.
CLAUSE 16 :
Under no circumstances whatever shall be contractor be entitled to any
Time Limit for
48
Contractor No. of Corrections Executive Engineer
compensation from Pradhikaran on any account unless the contractor
shall have submitted a claim in writing to the Engineer in charge within
one month of the case of such claim occurring.
Unforeseen
Claims.
CLAUSE 17:
If at any time before the Security deposit is refunded to the Contractor, it
shall in appear to the Engineer in charge or his subordinate in charge of
the work, that any work has been executed with unsound, imperfect or
unskillful workmanship or with materials of inferior quality or that any
materials or articles provided by him for the execution of the
work are unsound, or of a quality inferior to that contracted for,
or are otherwise not in accordance with the contract, it shall be
lawful for the Engineer-in-charge to intimate this fact in writing to
the contractor & then not withstanding the fact that the work,
materials or articles complained of may have been inadvertently
passed, certified and paid for the contractor shall be bound
forth with to rectify, or remove and reconstruct the work so specified in
whole or in part as the case may require, or if so required, shall remove
the materials so specified and provide other proper and suitable materials
providing or articles at his own cost, and in the event of his failing to do
so within a chargeable cost and period to be specified by the Engineer in
charge in the written intimation aforesaid, the contractor shall be liable to
pay compensation at the rate of one percent on the amount of the
estimate for every days, not exceeding ten days, during which the failure
so continues, and in the event of any such failure as aforesaid the
Engineer in charge may rectify or remove and re-execute or remove or
replace the materials or articles complained of as the case may be at the
risk and expense in all respects of the Contractor. Should the Engineer in
charge consider that any such inferior work or materials as described
above may be accepted or may use of, it shall be within his discretion be
accept the same at such reduced rates as he may fix therefore.
Action and
Compensation
Payable in case
of Bad Work.
49
Contractor No. of Corrections Executive Engineer
CLAUSE 18 :
All works under or in course of to execution or executed in pursuance of
the contract shall at all times be open to inspection and supervision of the
Engineer-in-charge and his subordinates, and the Contractor shall at all
times during usual working hours, and at all other times at which
reasonable notice of the intention of the Engineer-in-charge and his
subordinate to visit the works shall have been given to the Contractor,
either himself be present to receive orders and instructions or have a
responsible agent duly accredited in writing present for that purpose.
Orders given to the Contractor's duly 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
for Inspection
Contractor or
responsible
agent to be
present
CLAUSE 19 :
The contractor shall give not less than five day notice in writing to the
Engineer- in- charge of the work before covering up or otherwise placing
beyond the reach of measurement any work in order that the same may
be measured, and correct dimensions thereof taken before the same is
so covered up or placed beyond the reach of measurement, and shall not
cover up or place beyond the reach of measurement any work without
the consent in writing of the Engineer – in-charge or his subordinate in
charge of the work and if any work shall be covered up or placed beyond
the reach of measurement without such notice having been given or
consent obtained, the same shall be uncovered at the contractor's
expense, and in default thereof no payment or allowances shall be made
for such work or for the materials with which the same was executed.
Notice to be
given before
Work is
Covered.
CLAUSE 20 :
If during the period as listed below from the date of completion as
certified by the Engineer in-charge pursuant to clause 7 of the contract or
Contractor liable
for damage
50
Contractor No. of Corrections Executive Engineer
for the period as mentioned below after commissioning the work
whichever is earlier in the opinion of the Executive Engineer the said
work is defective in any manner whatsoever, the Contractor shall
forthwith on receipt of notice in that behalf from the Executive Engineer,
duly commence execution and completely carry out at his costs in every
respect all the work that may be necessary for rectifying and setting right
the defects specified therein including dismantling and reconstruction of
unsafe portion strictly in accordance with and in the manner prescribed
and under the supervision of the Executive Engineer. In the event of the
contractor failing or neglecting to commence execution of the said
rectification work within the period prescribed therefore in the said notice
and / or to complete the same as aforesaid as required by the same
notice the Executive Engineer may get the same executed and carried
out departmentally or by any other agency at the risk on account and at
the cost of the contractor. The contractor shall forthwith on demand pay
to the Pradhikaran the amount of such costs, charges and expenses
sustained or incurred by the Pradhikaran of which the certificate of the
Executive Engineer shall be final and binding on the Contractor. Such
costs, charges and expenses shall be deemed to be arrears of land
revenue and in the event of the Contractor failing or neglecting to pay the
same on demand as aforesaid without prejudice to any other rights and
remedies of the Pradhikaran the same may be recovered from the
contractor as arrears of land revenue. The Pradhikaran shall also be
entitled to deduct the same from any amount which may then be payable
or which may thereafter become payable by Pradhikaran to the
Contractor either in respect of the said work or any other work
whatsoever, or from the amount of Security Deposit retained by the
Pradhikaran. During defect liability period, the work of daily maintenance
and general repairs and expenses thereon would be out of scope of the
tender. However, if any defects in the sub works or in the material are
found, the same will be rectified by the Contractor at his cost and
will be binding on him, failing to which legal action would be taken as per
tender clauses. Ten percent amount will be withheld from security deposit
depending upon the nature of work, till the defect liability period is over.
done and for
imperfections
for certain
period after
Certificate.
51
Contractor No. of Corrections Executive Engineer
Annexure A
1) Head Works
River head work including those at storage dams infiltration galleries,
trench galleries, bank pitching, and intake well, connecting pipes,
approach etc.................................................. Five years.
Anicuts or weirs earthen / masonry dams & ancillary
works................................................................................ Five Years
2) Pipe lines
Pumping mains, gravity mains, leading mains, distribution system
including intercepting out fall sewer in case of sewerage schemes.
.................................................................. Two Years
3) WTP/ESR/GSR/BPT/ Sump & Pump HouseEtc
a) Based on contractors own design ............. Five years
b) Based on departmental own design .......... Three years
4) Pumping Machinery………………………………..12 month from the
Date of Commissioning.
CLAUSE 21 :
The contractor shall supply at his own cost all material (except such
special materials, if any as may, in accordance with the contract, be
supplied from the Pradhikaran stores, plant, tools, appliances,
implements, ladders, cordage, tackle scaffolding and temporary works
requisite or proper for execution of the work whether, in the original,
altered or substituted form, and whether included in the specification or
other documents forming part of the contract of referred to in these
conditions or not which may be necessary for the purpose or satisfying or
complying with the requirement of Engineer-in-charge as to any matter
as to which under this condition he is entitled to require together with
Contractor to
supply plant,
ladder,
scaffoldings,
etc.
52
Contractor No. of Corrections Executive Engineer
carriage therefore to and from the work the Contractor shall also supply
without charge the requisite number of person with the means and
materials necessary for the purpose of setting out works and counting
weighing and assisting in the measurement and examination at any time
and from time to time of the work or the material.
Failing which the same may be provided by the Engineer-in-charge at
the expenses of the Contractor and the expenses may be deducted from
any money due to the Contractor under contract or from his security
deposits or proceeds of sales thereof, or a sufficient portion thereof. The
Contractor shall provide all necessary fencing and lights required to
protect public from accident and shall also be bound to bear the
expenses of every defense of every suit, action or other legal proceeding
, that may be brought by any person for injury sustained owing to neglect
of all above precautions, and to pay any damages and cost which may
be awarded in any such suit, action or proceeding to any such person, or
which may with consent of the Contractor be paid or compromising any
claim by any such person. List of machinery in Contractors possession
and which be proposes to use on the work should be submitted along
with the tender.
And is liable for
damages
arising from
non-provision of
lights, fencing
etc.
CLAUSE 21 (A) :
The Contractor shall provide suitable scaffolds and working platform
gangways and stairways and shall comply with the following regulation in
connection therewith -
(a) Suitable scaffolds shall be provided for workman for all work that
cannot be safely done from ladder or by other means.
(b) A scaffold shall not be constructed taken down or substantially
altered except
(1) Under the supervision of the competent and responsible person;
and
53
Contractor No. of Corrections Executive Engineer
(2) As far as possible by competent workers possessing adequate
experience in this kind of work.
(c) All scaffolds and appliances connected therewith and ladder shall
(1) be of sound material.
(2) be of adequate strength having regard to the loads and strains
to which they will be subjected, and
(3) be maintained proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be
displaced in consequence of normal use.
(e) Scaffolds shall not be overloaded and so far as practicable the load
shall be evenly distributed.
(f) Before installing lifting gear on scaffolds special precaution shall
be taken to ensure the strength and stability of scaffolds.
(g) Scaffolds shall be periodically inspected by a competent person.
(h) Before allowing a scaffold to be used by the workmen the contractor
shall, whether the scaffold shall be erected by his workmen or not
take steps to ensure that it complies fully with the regulation here
specified.
(i) Working platform gangways stairways shall ---
1) be so constructed that no part thereof can sag unduly or unequally.
2) be so constructed and maintained having regard to the prevailing
conditions as to reduce as far as practicable risks of person tripping or
slipping and
3) be kept free from any unnecessary obstruction.
54
Contractor No. of Corrections Executive Engineer
(j) In the case of working platform gangways, working places and
stairways at the height exceeding 3.0meters (to be specified).
i) Every working platform and every gangway shall be closely
boarded unless other adequate measures are taken to ensure
safely.
ii) every working platform and gangway shall have adequate width
and
iii) every working-platform gangway, working place and stairway shall
be suitably in need.
(k) Every opening in the floor of a building or in a working platform shall
except for the time and to the extent required to allow the excess of
persons or the transport or shifting of material be provides with
suitable means to prevent the fall of person or material.
(l) When person are employed on roof where there is a danger of falling
from a height exceeding 3.0 meters (to be specified) suitable
precautions shall be taken to prevent the fall of persons or material.
(m) Suitable precautions shall be taken to prevent persons being struck
by articles which might fall from scaffolds or other working places.
(n) State means of access shall be provided to all working platform
and other working places.
The Contractor will have to make payments to labours as per minimum
wages act.
CLAUSE 21 (B) :
The Contractor shall comply with the following regulation as regards
the hoisting appliances be used by him :-
55
Contractor No. of Corrections Executive Engineer
(a) Hoisting machine and tackle, including their attachments
anchorage's and supports, shall
1) be of good mechanical construction, sound material and adequate
strength and free from patent defect, and
2) be kept in good repair and good working order.
(b) Every rope used in hoisting or lowering material or as a means of
suspension shall be of suitable quality and adequate strength and
free from patent defect.
(c) Hoisting machines and tackle shall be examined and
adequately tested after erection on the site and before use and be
reexamined in position at interval to be prescribed by the
Pradhikaran.
(d) Every chain, ring, hook, shackle, swivel and pulley block used in
hoisting and lowering materials or as a means of suspension shall be
periodically examined.
(e) Every crane driver or hoisting appliances operator shall be properly
qualified.
(f) No person who is below the age of 18 years shall be control of any
hoisting machine, including any scaffold which , or give signal to the
operator.
(g) In the case of every hoisting machine and the every chain, ring, hook,
shackle, swivel pulley block used in hoisting and lowering or as a
means of suspension the safe working load shall be ascertained by
adequate means.
(h) Every hoisting and all gear referred to in proceeding regulation shall
be plainly marked with the safe working load .
Liability of
contractor for
any damage
done in or
outside work
area
56
Contractor No. of Corrections Executive Engineer
(I ) In the case of hoisting machine having a variable safe working load
each safe working load and the conditions under which it is
applicable shall be clearly indicated.
(j) No parts of any hoisting machine or of any gear referred to in
regulation & above shall be loaded beyond the safe working load
except for the working of testing.
(k) Motors, gearing, transmissions, electric wiring and other dangerous
parts of the hoisting appliances shall be provided with sufficient
safeguards.
(l) Hoisting appliances shall be provided with such means as will
reduce to minimum risk of the accident descent of the load.
(m) Adequate precaution shall be taken to reduce to a minimum the risk
of any part of a suspended load becoming accidentally displaced.
CLAUSE 22 :
The contractor shall not set fire to any standing jungle, trees, brushwood
or grass without a written permission from the Executive Engineer. When
such permit is given and also in all cases when destroying cut or dug up
trees, brushwood, grass etc. by the fire, the Contractor shall take
necessary measure to prevent such fire spreading to or otherwise
damaging surrounding property. The Contractor shall make his own
arrangements for drinking water for the labour employed by him.
Measure for
prevention of
fire
CLAUSE 23 :
Compensation for all damages done intentionally or unintentionally by
Contractor's labour whether in or beyond the limits of the Pradhikaran
property including any damage caused by the spreading of the fire
mentioned in clause 22 shall be estimated by the Engineer-in-charge or
Liability of
Contractor for
any damage
done in or
57
Contractor No. of Corrections Executive Engineer
such other officer as he may appoint and the estimate of the Engineer-in-
charge subject to the decision of the Superintending Engineer on appeal
shall be final and the Contractor shall be bound to pay the amount of the
assessed compensation as demand, failing which the same will be
recovered from the Contractor as damage in the manner prescribed in
clause 1 or deducted by the Engineer-in-charge from any sums that may
due or become due from Pradhikaran to Contractor under this contract or
otherwise. The Contractor shall bear the expenses of defending any
action or other legal proceeding that may be brought by any person for
injury sustained by him owing to neglect of precautions to prevent the
spread of fire and he shall pay any damages and cost that may be
awarded by the court in consequence.
outside work
area.
CLAUSE 24 :
The employment of female labourers on works in neighborhood of
soldiers, barracks should be avoided as far as possible.
Employment of
female labour.
CLAUSE 25 :
No work shall be done on Sunday without the sanction in writing of the
Engineer-in-charge.
Work on
Sunday
CLAUSE 26 :
The contract shall not be assigned or sublet without the written approval
of the Engineer-in-charge. And if the Contractor shall assign or sublet his
contract, or attempt to do so, or become insolvent or commence any
proceedings to get himself adjudicated and insolvent or make any
composition with his creditors, or attempt so to do if bribe, gratuity, gift,
loan, perquisite, reward of advantage, pecuniary or otherwise shall either
directly or indirectly be given, promised or offered by the Contractor or
any of his servants or agents to any public officer of person in the
employment of Pradhikaran in any way relating to his office or
employment, or if any such officer or person shall become in any way
Contract may be
rescinded and
security deposit
forfeited for
subletting it
without approval
or for bringing a
Public Officer or
if Contractor
becomes
58
Contractor No. of Corrections Executive Engineer
directly or indirectly interested in the contract, the Engineer- in- charge
may there-upon by notice in writing rescind the contract, and the security
deposit of the Contractor shall thereupon stand forfeited and be
absolutely at the disposal of Pradhikaran, and the same consequences
shall ensure as if the contract has been rescind under clause 3 thereof
and in addition the Contractor shall not be entitled to recover or be paid
for any work therefore actually performed under the contract.
insolvent.
CLAUSE 27
All sums payable by a Contractor by way of compensation under any of
these conditions shall be considered as a reasonable compensation to
be applied to the use of Pradhikaran without reference to the actual loss
or damage sustained, and whether any damage has or has not been
sustained
Sum Payable by
way of
compensation to
be considered
as reasonable
compensation
without
reference to
actual work.
CLAUSE 28 :
In case of tender by partners, any charge in the constitution of a firm
shall be forthwith notified by the Contractor to the Engineer-in-charge
for his information.
Changes in the
Constitutional
of the firm to be
notified
CLAUSE 29:
All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the Superintending
Engineer of the Circle, for the time being, who shall be entitled to direct at
what point or points and in what manner they are to be commenced and
from time to time carried on.
Direction and
control of the
Superintending
Engineer.
59
Contractor No. of Corrections Executive Engineer
CLAUSE 30:
[1] 1) Except where otherwise specified in the contract and subject to the
powers delegated to him by Pradhikaran under the code, rules then in
the force, the decision of the Superintending Engineer of the Circle for
the time being shall be final, conclusive and binding on all parties of the
contract upon all questions relating to the meaning of the specifications,
designs, drawings and instruction hereinafter / before mentioned and as
to the quality of workmanship, or materials used on the work, or as to any
other question, claim, right, matter or thing whatsoever, in any way
arising out of or relating to the contract, specifications, designs,
drawings, estimates, instruction, orders, or these conditions, or
otherwise concerning the works, or the execution or failure to execute the
same, whether arising during the progress of work, or after the
completion or abandonment thereof.
[2] The Contractor may within thirty days of receipt by him of any order
passed by the Superintending Engineer of the Circle as aforesaid appeal
against it to the Chief Engineer, concerned with the contract or project
provided that.
a)The accepted value of the contract exceeds Rs. 10 lakhs (Rupees Ten
Lakhs).
b)Amount of claim is not less than Rs. 1.00 lakh ( Rupees One Lakh).
[3] If the Contractor is not satisfied with the order passed by the Chief
Engineer as aforesaid, the Contractor, may within thirty days of receipt by
him of any such order appeal against it to the Member Secretary,
Maharashtra Jeevan Pradhikaran, who, if convinced that prima-facie the
Contractor's claim rejected by Superintending Engineer /Chief Engineer
is not frivolous and that there is some substance in the claim of the
Contractor as would merit a detailed examination and decision by the
Pradhikaran shall put up to the Pradhikaran for suitable decision.
60
Contractor No. of Corrections Executive Engineer
CLAUSE 31 :
The contractor shall obtain from the Pradhikaran’s stores, all stores and
articles of European or American manufacture which may be required for
the work, or any part thereof or in making up any articles required thereof
or in connection therewith unless he has obtained permission in writing
from the Engineer-in-charge to obtain such stores and articles elsewhere.
The values of such stores and articles as may be supplied to the
contractor by the Engineer-in-charge will be debited to the contractor in
his account at the rates shown in the Schedule A attached to the contract
and if they are not entered in the said Schedule, they shall be debited to
him at cost price which for then purpose of the contract shall include the
cost of carnage and all other expenses whatsoever which shall have
been incurred in obtaining delivery of the same at the store aforesaid.
Stores of
European or
American
manufacture to
be obtained
from MJP.
CLAUSE 32 :
When the estimate on which the tender is made includes lump sum in
respect parts of work, the contractor shall be entitled to payment in
respect of the items of work involved or the part of the work in question at
the same rates as are payable under this contract for each items , or if
the part of work in question is not in the opinion of the Engineer-in-charge
capable of measurement, the Engineer-in-charge may as his discretion
pay the lump sum amount entered in the estimate and the certificate in
writing of the Engineer-in-charge shall be final and conclusive against the
contractor with regard to any sum or sums payable to him under the
provision of this clause.
Lumpsums in
estimate.
61
Contractor No. of Corrections Executive Engineer
CLAUSE 33 :
In the case of any class of work for which there is no such specification
as is mentioned in rule 1 of Form B1 such work shall be carried out in
accordance with the detailed specifications and in the event of there
being no detailed specification, then in such case the work shall be
carried out in all respects in accordance with all instructions and
requirement of Engineer-in-charge.
CLAUSE 34 :
The expression "Works" or "Work" where used in these conditions, shall
unless there be something in the subject or context repugnant to such
construction, be constructed to mean the work and works contracted to
be executed under or in virtue of the contract, whether temporary or
permanent and whether original, altered, substituted or additional.
CLAUSE 35 :
The percentage referred to in the tender shall be deducted from/added to
the gross amount of the bill before deducting the value of any stock
issued.
CLAUSE 36 :
All quarry fees, royalties, and ground rents for stacking materials, if any,
should be paid by Contractor . No reimbursement will be allowed for the
same.
Action where no
specification.
Definition of
Work.
Contractor’s
percentage
whether applied
to net or gross
amount of bill.
Refund of
quarry fees and
royalties.
62
Contractor No. of Corrections Executive Engineer
CLAUSE 37 :
The Contractor shall be responsible for and shall pay any compensation
to his workmen payable under the Workmen's compensation Act, 1923
(VIII of 1923). ( herein after called the said act) for injuries caused to the
workmen. If such compensation is payable/paid by Pradhikaran as
principal under sub-section (1) of section 12 of the said Act on behalf of
the Contractor, it shall be recoverable by Pradhikaran from the
Contractor under sub-section (2) of the said section, such compensation
shall be recovered in the manner laid down in Clause I above.
Compensation
under
workmen’s
Compensation
Act.
CLAUSE 37 (A) :
The Contractor shall be responsible and shall pay the expenses of
providing medical aid to any workman who may -suffers a bodily injury
as a result by an accident. If such expenses are incurred by Pradhikaran
the same shall be recoverable from the Contractor forthwith and be
deducted without prejudice to any other remedy of Pradhikaran from any
amount due or that may become due to the Contractor.
CLAUSE 37 (B) :
The Contractor shall provide all necessary safety equipment and first aid
apparatus available for the use of the persons employed on the site and
shall maintain the same in condition suitable for immediate use at any
time and shall comply with the following regulations in connection
therewith.
a)The workers shall be required to use the equipment so provided by
the Contractor shall take adequate steps to ensure proper use of the
equipment by those concerned.
b)When work is carried on the proximity to any place where there is risk
63
Contractor No. of Corrections Executive Engineer
or drawing all necessary equipment shall be provided and kept ready or
use and all necessary steps shall be taken for the prompt rescue of any
person in danger.
(c) Adequate provision shall be made for prompt first-aid treatment
of all injuries likely to be sustained during the course of the work.
CLAUSE 37 (C):
The Contractor shall duly comply with the provisions of “The Apprentices
Act, 1961" ( LII of 1961) the rules made there under and the orders that
may be issued from time to time under the Act and the said rules and his
failure or neglect to do so, he shall be subject to all the liabilities and
penalties provided by the said Act and the said rules.
CLAUSE 38 :
(1) Quantities shown in the tender are approximate and no claim
shall be entertained for quantities of work executed being either more
or less than those entered in the tender or estimate.
(2) Quantities in respected of the several items shown in the tender
of approximate and no revision in the tendered rate shall be permitted
in respect of any of the items so long as, subject to any special provision
contained in the specifications prescribing a different percentage of
permissible variation the quantity of the item does not exceed the tender
quantity more than 25% and so long as the value of the excess quantity
beyond this limit at the rate of the item specified in the tender, is not
more than Rs. 5000/-.
( 3 ) The Contractor shall, if ordered in writing by Engineer to do so,
also carry out any quantities in excess or the limit mentioned in sub
clause
Claim for
quantities
entered in the
estimates.
64
Contractor No. of Corrections Executive Engineer
(1) hereof on the same condition as and in accordance with the
specification in the tender and at the rates (a) derived from the rates
entered in the current schedule of rates and in the absence of such
rates. (b) at the rate prevailing in the market, the said rates being
increased or decreased as the case may be by the percentage which the
total tender amount bears to the estimate cost of the work as put to
tender based upon the schedule of rates applicable to the year in which
the tender were invited for the purpose of operation of this clause, this
cost shall be taken to be Rs.103845729 /--in words (Rs. Ten crore thirty
eight lakh Fourty five thousand seven hundred twenty nine only).
Cost as per CSR 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 provision of clause 15 only when
the amount of such reduction beyond 25% of the rate of the item
specified in the tender is more than Rs. 5000/-. This reduction is
exclusively of the reduction mention in the clause 2,1 ,4 of the work and
site condition.
(5) There is no change in the rate if the excess is less than or equal to
25%. Also there is no change in the rate if the quantity of work done is
more than 25% of the tendered quantity, but the value of the excess
work at the tender rates does not exceeds Rs. 5000/-.
6) The quantities to be paid at the tendered rate shall include :-
Tendered quantity plus,
(a) 25% excess of the tendered quantity or the excess quantity
of the value of Rs. 5000/- at the tendered rate whichever is
more.
(7) (a) Unless authorised by the Executive Engineer in writing the
Contractor should not execute the excess quantity beyond the
quantities specified in the tender.
65
Contractor No. of Corrections Executive Engineer
(b) Even after written instructions of the Executive Engineer,
whenever the excess quantities beyond those specified in the
tender are executed, the payment in excess of the quantities
specified in the tender will be made by the Executive Engineer
only after getting approval from the appropriate authority viz.
Superintending Engineer, when the cost of excess is (i) upto Rs.
10,00,000/-(Rupees Ten Lakh only). The Chief Engineer will be
the appropriate authority for the proposals of excess quantities
costing Rs. 30,00,000/- ( Rs. Thirty Lakhs) and Member
Secretary of MJP in consultation with Financial Advisor and
Chief Accounts Officer of MJP will be authority of proposals for
payment of excess quantity more than above amount.
(c) Till the approval from appropriate authority is received, the
Executive Engineer can make payment to the extent of 50% of the value
of work (for quantities beyond quantities payable at tendered rates).
subject to the condition that the proposal for approval of payment of
excess quantities is at least submitted by him to the Competent Authority
before making such payment. Such payment released by the Executive
Engineer to the Contractor for excess quantities shall be treated as
advance payment against the total payment due after approval from the
competent authority.
CLAUSE 39 :
The Contractor shall employ any famine, convict or other labour of the
particular kind or class if ordered in writing to do so by the
CLAUSE 40 :
No compensation shall be allowed for any delay caused in the starting of
the work on account of acquisition of land or in the case of clearance
works, on account of any delay in accordance with the sanction of
estimate.
Employment of
Famine labour
etc.
Claims for
compensation
for delay in
starting the
work.
66
Contractor No. of Corrections Executive Engineer
CLAUSE 41 :
No compensation shall be allowed for any delay in the execution of the
work on account of water standing in borrow pits or compartments. The
rates are inclusive for hard or cracked soil, excavation in mud, sub soil,
water standing in borrow pits and no claim for an extra rate shall be
entertained, unless otherwise expressly specified.
CLAUSE 42 :
The Contractor shall not enter upon or commence any portion of work
except with the written authority and instructions of the Engineer-in-
charge or of his subordinate-in-charge of the work. Failing such authority
the Contractor shall have no claim to ask for the measurements of or
payment for the work.
CLAUSE 43 :
(a) No Contractor shall employ any person who is under the age of 12
years.
(b) No Contractor shall employ donkeys or other animals with breaching
of string or thin ropes. The breaching must be at least 3 inches wide
and should be of tape (Newer).
(c) No animal suffering from sores, lameness or emaciation or which is
immature shall be employed on the work.
(d) The Engineer-in-charge or his agent authorized to remove from the
work, any person or animal found working which does not satisfy
these conditions and no responsibility
shall be accepted by Pradhikaran for any delay caused in the
completion of the work by such removal.
Claims for
compensation
for delay in
starting the work
Entering upon
or commencing
any portion of
work.
Minimum age of
persons
employed, the
employment of
donkeys and for
other animals
and the
payment of fair
wages.
67
Contractor No. of Corrections Executive Engineer
(e)The Contractor shall pay fair and reasonable wages to the workmen
employed by him in the contract undertaken by him. In the event of
any dispute arising between the Contractor and his workmen on the
ground that the wages paid are not fair and reasonable the dispute
shall be refereed without delay to the Executive Engineer who shall
decide the same. The decision of the Executive Engineer shall be
conclusive and binding on the Contractor but such decision shall not
in any way affect the condition in the contract regarding the payment
to be made by the Pradhikaran at the sanctioned tender rates.
(f) Contractor shall provide drinking water facilities to the workers.
Similar amenities shall be provided to the workers engaged in the
large work in urban areas.
(g) Contractor to take precaution against accidents which taken place
on account of labour using loose garments while working near
machinery.
CLAUSE 44 :
Payment to contractors shall be made by cheque drawn on any bank
within the division convenient to them provided the amount exceed Rs.
10/- Amount not exceeding Rs. 10/ - will be paid in cash.
CLAUSE 45 :
Any Contractor who does not accept these conditions shall not be
allowed the tender for work.
CLAUSE 46 :
If Government declares a state of scarcity or famine to exist in any
village situated within 16Kms. of the work, the Contractor shall employ
upon such parts of the work, as are suitable for unskilled labour,
Method of
payment.
Acceptance of
conditions
compulsory
before tendering
for work.
Employment of
scarcity labour.
68
Contractor No. of Corrections Executive Engineer
any person certified him by the Executive Engineer or be any person
to whom the Executive Engineer may have delegated this duty in
writing, to be in need of relief and shall be bound to pay to such person
wages not below the minimum which Government may have fixed in
this behave. Any dispute which may arise in connection with the
implementation of this clause shall be decided by the Executive
Engineer whose decision shall be final and binding on the Contractor.
CLAUSE 47 :
The price quoted by the Contractors shall not in any case exceed the
control price, if any, fixed by Government or reasonable price which it is
permissible for him to charge a private purchaser for the same class and
description, the control price or the price permissible under the
Hoarding and Profiteering Ordinance 1948 as amended from time to
time, if price quoted exceeds the controlled price or the price permissible
under Hoarding and profiteering Prevention Ordinance, the Contractor
will specifically mention this fact in his tender along with the reason for
quoting such higher prices. The purchaser at his discretion will in such
case exercise if the right of revising the price at any stage so as to
conform with the controlled price on the permissible under the Hoarding
and Profiteering prevention Ordinance. This discretion will be exercised
without prejudice to any other action that may be taken against the
Contractor.
CLAUSE 48 :
The tendered rate shall be inclusive of all taxes, rates and octroi and
shall also be inclusive of tax liable in respect of works contract under the
provision of Maharashtra Sales Tax on transfer of property in goods
involved in the execution of works contract Act. 1985 [Mah. Act XIX of
1985 ] as amended from time to time and the works contract will be
deducted as T.D.S. as per circular of sale tax department. Tender rate is
also inclusive of VAT and Service Tax if any.
69
Contractor No. of Corrections Executive Engineer
CLAUSE 49 :
In case of material that may remain surplus with the Contractor from
those issued for the work contracted for the date of ascertainment of the
materials being surplus will be taken as the date of sale for the purpose
of sales tax and the Sales Tax will be recovered on such sales.
CLAUSE 50 :
The Contractor shall employ at least 80% of the total no. of unskilled
labour to be employed by him on the said work from out of person
ordinary residing in the district in which site of the said work will be
located. Provided however, if the required no. of unskilled labour from
that district is not available, the Contractor shall in the first instant
employ such number of person as is available and thereafter may,
with previous permission in writing of the Executive Engineer-in-
charge of the said work, obtain the rest of requirement of
unskilled labour from outside district.
CLAUSE 51 :
The Contractor pay the labours skilled and unskilled according to the
wages prescribed by the Minimum wages Act applicable to the area in
which the work of the Contractor are located. The Contractor shall
comply with the provisions of the apprentices Act, 1961 and the Rules
and Orders issued 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 Act. The Contractor shall pay the labours skilled and
unskilled according to wages prescribed by minimum Wages Act
applicable to the area in which the work lies.
Wages to be
paid to the
skilled and
unskilled
labours
engaged by the
Contractor.
70
Contractor No. of Corrections Executive Engineer
CLAUSE 52 :
All amount whatsoever with the Contractor is liable to pay to the
Pradhikaran in connection with the execution of the work including
amount payable in receipt of (1) materials and/or stores supplied/issued
hereunder by the Pradhikaran to the Contractor (2) hire charges in
respect of heavy plant, machinery and the equipment given on the hire
by the Pradhikaran to the Contractor for execution by him of the work
and/or on which advances have been given by the Pradhikaran to the
contractor shall be deemed to be arrears of the Land Revenue and the
Pradhikaran may without prejudice to any other right and remedies of the
Pradhikaran recover the same from the Contractor of arrears of land
revenue.
CLAUSE 53
The successful tenderers will be required to produce to the satisfaction of
the specified concerned authority a valid and consequent license issued
on favour of the contractor under the provisions of the contract Labour (
Regulation and Abolition) Act, 1970 before starting the work. On failure to
do so, the acceptance of the tender should be liable to the withdrawn and
also earnest money.
The Contractor shall duly comply with all the provisions of the Contract
Labour ( Regulation and Abolition) Act, 1970(37 of 1970) and the
Maharashtra Contract Labour( Regulation and Abolition) Rules 1971 as
amended from time to time and all other relevant status and statutory
provisions concerning payments of the wages particularly to workmen
employed by the Contractor and working on the site of the work. In
particular the Contractor shall pay wages to each worker employed by
him on the site of the work at the rates prescribed under the Maharashtra
Contract Labour (Regulation and Abolition ) Rules 1971. If the Contractor
71
Contractor No. of Corrections Executive Engineer
fails or neglects to pay wages at the said rates and makes short payment
and the Pradhikaran makes such payment or wages in full or part thereof
less paid by the Contractor, as the case may be, the amount paid by the
Pradhikaran to such workers shall be deemed to be arrears of land
Revenue and the Pradhikaran shall be entitled to recover the same as
such from the Contractor or deduct same from the amount payble by the
Pradhikaran to the Contractor hereunder or from any other amount
payable to him by the Pradhikaran.
CLAUSE 54 :
Where the workers are required to work near the machine and are
liable to accident they should not be allowed to wear loose cloths like
Dhoti, Jhabba etc.
CLAUSE 55 :
The Contractor shall comply with the provisions of the Apprentices Act,
1961 and the rules and the orders issued thereunder from time to time. If
he fails to do so, his failure will be breach of the contract and the
Superintending Engineer may in his discretion cancel the contract. The
Contractor shall also be liable for any pecuniary liability arising on
account of any violation by him of the provision of the Act.
CLAUSE 56 :
In view of the difficult position regarding the availability of foreign
exchange no foreign exchange be released by the Pradhikaran for the
purchase of the plant and machinery required for the execution of the
work contract
72
Contractor No. of Corrections Executive Engineer
CLAUSE 57 : Price Variation Clause
If during the operative period of the Contract as defined in condition (i)
below , there shall be any variation, in the consumer Price Index (New
series) for Industrial Workers for Nashik Center as per the Labour gazette
published by the Commissioner of Labour , Government of Maharashtra
and/or in the whole sale Price Index for all commodities prepared by the
Office of Economic Adviser, Ministry of Industry, Government of India, or
in the price of Petrol/ Oil and Lubricants and major constructions
materials like bitumen, cement, steel, various types of metal pipes etc.,
then subject to the other conditions mentioned below, price adjustment
on account of
DELETED
(0) Labour Component
(1) Material Component
(2) Petrol , Oil and Lubricants Component
(3) Bitumen component
(4) HYSD & mild Steel Component
(5) Cement Component
(6) C.I. and D.I Pipes Component
Calculated as per the formula hereafter appearing , shall be made . Apart
from these, no other adjustments shall be made to the contract price for
any reasons whatsoever. Component percentage as given below are as
of the total cost of work put to tender, Total of Labour , Material & POL
components shall be 100 and other components shall be as per actuals.
73
Contractor No. of Corrections Executive Engineer
(1) Labour Component - K1 ( )
(2) Material Component - K2 ( )
(3) POL Component - K3 ( )
(4) Bitumen component - Actual
(5) HYSD & mild Steel Component - Actual
(6) Cement Component - Actual
(7) C.I. and D.I Pipes Component - Actual
Note : If Cement , Steel, bitumen, C.I. & D.I Pipes are supplied on
Schedule ‘A’ , then respective component shall not be
considered . Also if particular component is not relevant
same shall be deleted.
1] Formula For Labour Component :
V1 = 0.85 P [ K1 X L1-L0 ]
100 L0
Where :
V1 = Amount of Price variation in Rupees to be allowed for Labour
component.
P = Cost of work done during the period under consideration
minus the cost of Cement , HYSD and Mild Steel, bitumen, C.I. &
D.I. Pipes calculated at the basic star rates as applicable for the tender,
consumed during the quarter under consideration.
The star rates are as under : -
1) Basic rate of cement – Rs. - per M.tons
2) Basic rate of HYSD and MS – Rs. - per M.tons.
3)
4) Rates of pig iron for CI / DI pipes component – Rs. ................. per
M.tons.
K1 = Percentage of Labour component as indicated above.
DELETED
74
Contractor No. of Corrections Executive Engineer
DELETED
Lo = Basic Consumer Price Index for Nashik centre shall be average consumer price index
for the quarter proceeding the month in which the last date prescribed for receipt of
tender falls.
Ll = Average Consumer Price Index for Nashik Centre for the quarter under consideration.
2] Formula For Material Component :- V 2 = 0.85 P [ K2 X M1- M0 ]
100 M0
Where : V2 = Amount of Price variation in Rupees to be allowed for Material Component.
P = Same as worked out for labour component.
K2 = Percentage of material component as indicated above.
Mo = Basic wholesale Price Index shall be average wholesale price index for the quarter
proceeding the month in which the last date prescribed for receipt of tender falls.
Ml = Average wholesale Price Index during the quarter under consideration.
3] Formula For Petrol, Oil, Lubricant Component .
V 3 = 0.85 P [ K3 X P1- P0 ]
100 P0
Where :
V3 = Amount of Price variation in Rupees to be allowed for POL Component.
P = Cost of work done during the period under consideration.
K3 = Percentage of POL Component .
Po = Average Price of H.S.D. at Mumbai during the quarter preceding the month in which
the last date priscribed for receipt of tender falls.
P1 = Average Price of H.S.D. at Mumbai during the quarter under consideration.
75
Contractor No. of Corrections Executive Engineer
DELETED
4] Formula For Bitumen Component .
V 4 = QB [ B1 - B0 ]
Where :
V4 = Amount of Price variation in Rupees to be allowed for Bitumen Component.
QB = Quantity of bitumen (grade ) in metric tones used in the permanent works and
approved enabling works during the quarter under consideration.
B1 = Current , average ex-refinery price per metric tone of bitumen (Grade ..) under
consideration including taxes (Octroi, excise sales tax) during the quarter under
consideration.
Bo = basic rate of Bitumen in rupees per metric tone as considered for working out value
of P or average ex-refinery price in rupees per metric ton including taxes ( octroi,
excise sales tax) of bitumen for the grade of Bitumen under consideration prevailing
quarter for receipt of tender , falls,
Whichever is higher
5] Formula For HYSD and Steel Component .
V 5 = S0 (Sl1 - Sl0 ) X T
SI0
Where :
V 5 = Amount of Price variation in Rupees to be allowed for HYSD/Mild Steel Component.
S 0 = Basic rate of HYSD / MILD Steel in rupees per metric tonne as considered for
working out value of P
Sl1 = Average Steel Index as per RBI Bulletin during the quarter under consideration.
Sl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the month in which
the last date prescribed for receipt of tender falls.
76
Contractor No. of Corrections Executive Engineer
DELETED
T = Tonnage of steel used in the permanent works for the quarter under consideration.
6] Formula For Cement Component .
V 6 = C0 (Cl1 - Cl0 ) X T
Cl0
Where :
V 6 = Amount of Price variation in Rupees to be allowed for Cement Component.
C0 = Basic rate of Cement in rupees per metric tone as considered for working out value
of P
Cl1 = Average Steel Index as per RBI Bulletin during the quarter under consideration.
Cl0 = Average Steel Index as per RBI Bulletin for the quarter preceding the month in which
the last date prescribed for receipt of tender falls.
T = Tonnage of steel used in the permanent works for the quarter under consideration.
7] Formula For C.I./ D.I. Pipe Component .
V 2 = Qd (D1 - D0 )
Where :
V 2 = Amount of Price escalation in Rupees to be allowed for C.I. / D.I. pipe
Component.
D0 = Pig Iron basic price in rupees per tone considered for working out value of P.
D1 = Average Pig Iron basic price in rupees per tone during the quarter under
consideration ( published by HSCO).
Q0 = Tonnage of C.I. / D.I. pipes used in the works during the quarter under consideration.
The following conditions shall prevail
Conditions Above Referred To In Paragraph 1
77
Contractor No. of Corrections Executive Engineer
DELETED
[i] The operative period of the contract shall mean the period commencing from the date of
the work order issued to the Contractor and ending on the date when the time allowed
for the work specified in the Memorandum under 'Tender for works expense taking into
consideration the extension of time if any, for completion of the work granted under the
relevant clause of the conditions of contract in cases other than those where such
extension is necessitated on account of default of the Contractor. The decision of the
Engineer in-charge as regards the operative period of the contract shall be final and
binding on the Contractor. Where compensation for liquidated damages is levied on
the Contractor on account of delay in completion or inadequate progress under the
Relevant Contract provisions, the escalation amount for the balance work from the
date of levy of such compensation shall be worked out by paging the indices C-l, 1-1,
and P-l to levels corresponding to the date from which such compensation is levied.
[ii] This Price variation clause shall be applicable to all contracts in B-l,B-2 forms but shall
not apply for piece works.
[iii] Price variation shall be calculated, in accordance with the formula mentioned above,
separately for labour, material and POL components.
[iv] The price variation under this clause shall not be payable for the extra items required to
be executed during the completion of the work and also on the excess quantities
payable under the provisions of clause 38/37 of the contract form B-1/ B-2
respectively, since the rates payable for the extra items or the extra qualities under
clause 38/37 are to be fixed as per the current DSR or as mutually agreed, subject to
yearly revision till completion of such work. In other works, when the
completion/execution of extra items as well as extra quantities under clause 38/37 of
the contract form B-I/B-2 extends beyond the operative date of the DSR, the rates
payable for the same beyond that date shall be revised with reference to the next
current DSR prevalent at that time on year to year basis or revised in accordance with
mutual agreement thereon, as provided for in the contract, which is less.
78
Contractor No. of Corrections Executive Engineer
DELETED
[v] This clause is operative both ways, i.e. if the price variation in the said wholesale Price
Index for all commodities, consumer Price Index (New Series) or Price of HSD
variation for Bombay is on the plus side, payment on account of the price Variation
shall be allowed to the contractor and if it is on the negative side, the Government
shall be entitled to recover from the contractor bill for the respective period in which
there are fluctuations.
CLAUSE 58 :
In case of dispute regarding the provisions of any items precedence to decided the provision
will be as below :-
i) Provisions in Schedule ‘B’
ii) Specifications.
iii) Drawings
CLAUSE 59 :
Insurance policy Govt. of Maharashtra Marathi resolution dated 19-8-98
1. Contractors shall take out necessary Insurance Policy/ policies so as to provide
adequate insurance cover for execution of the award contract work from the director of
Insurance Maharashtra State, Mumbai –51 only. Its postal address for correspondence
is “264, Ist floor, Mahada ,Bandra (E) , Mumbai-51” (Tel. No. 6438461/ 6438690)
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 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.
79
Contractor No. of Corrections Executive Engineer
a) Loss of or damage to the civil and mechanical and electrical equipment supplied /
installed including the materials such as pipes, valves, specials etc. brought on site.
b) Loss of or damage to contractor’s equipment including his vehicles.
c) Loss of or damage to property (except the work, plant material and equipment) in
connection with the contractor and,
d) Personal injury or deth due to vehicles of the contractor and / or due to any accident
that may arise at or around site to the contractor personal or to the M.J.P. staff or to
any other person connected with M.J.P. / contractor.
2. Policies and certificates for Insurance shall be delivered by the contractor to the
Engineer for the Engineer’s approval before the date of actual starting of work. All such
insurance shall provide for compensation to be payable in the types of proportions of
currencies required to rectify the loss of damage incurred.
3. If the contractor does not produced any of the polcies and certificates required, the
Engineer may affect the Insurance for which the contractor should have produced the
policies and certificates and recover the premiums it has paid from payments otherwise
due to the contractor or, if no payment is due, the payment of the premiums shall be of
debt due.
4. Alteration to the terms of Insurance shall not be made without the approval of the
Engineer.
5. The minimum insurance cover for loss and damage to physical property, injury and
depth shall be 10 % of the contract cost per occurrence with No. of occurrences as 4
(four). After each occurrence the contractor shall pay additional premium necessary so
as to keep the insurance policy valid always till the defect liability period is over.
6. No payment will be released to the contractor until the insurance coverage with the
Govt. Insurance fund, Maharashtra State is provided and unless the proof of Insurance
coverage is produced by the contractor to the engineer-in-charge.
C.A.R. ( contractor’s all risk policy ) Insurance will have to be done before start of the
work.
80
Contractor No. of Corrections Executive Engineer
CLAUSE 60 :
The plants and equipments required for tendered items of water treatment plant are eligible
for exemption from custom and central excise duty vide Govt. of India, Ministry of Finance
and Company Affairs, Department of Revenues, Circular No. 659/50/2002-cx dated 6th
September 2002. The necessary project authority certificate will be submitted by
Department to the district Collector for exemption from custom and Central Excise Duty.
However, the further certification and actually getting the excise exemption shall rest with
the Contractor.
CLAUSE 61 :
The Contractor shall provide and maintain barricades, guards, guard rails, temporary
bridges and walkways, watchmen , headlights and appliance and safeguards to protect the
work , life , property, the public, excavations, equipment and materials, Barricades shall be
substantial construction and shall be painted such as to increase their visibility at night. For
any accident arising out of the neglect of above instructions, the contractor shall be bound
to bear the expenses of defenses of every suit, action or other legal proceedings, at law,
that may be brought by any person for injury sustained owning to neglect of the above
precautions and to pay all damages and costs which may be awarded in any such suit,
action or proceedings to any such person or which may with the consent of the contractor
be paid in compromising any claim by any such person.
CLAUSE 62 :
If contractor fails to keep satisfactory progress of work even after implementing action
under provision of clause 2 along with other actions to be adopted deem hart suitable
under any clause of this agreement , on sending appropriate notice of fifteen days his
name will be recommended for black listing / removal as registered contractor to
concerned authority.
81
Contractor No. of Corrections Executive Engineer
Additional Clause
CLAUSE
Following additional clauses are now incorporated and there supersede respective
clause in B-1 form and are obligatory.
No interest on dues
No interest shall be payable by the pradhikaran on account dues pending for any
reasons of contractor.
Pre bid meeting
Tenderers who are qualified by the competent authority are only eligible to attend the
pre-bid meeting.
Rate for additional lift
Basic rate for excavation in all types of strata are for 0 to 1.5 M. lift. For further
excavation lift additional rates are to be added as per C.S.R. In any case no extra item
will be payable due to change in lift/ depth of strata. If lifts are not available in NIT than
specified for any strata additional lift beyond 1.5 M. will be paid as a excess quantity
under Clause-38 of item available in NIT.
82
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN RURAL & URBAN SCHEME DIVISION, JALGAON.
NAME OF WORK:- Walwadi Water Supply Scheme Tal. & Dist.Dhule .
SCHEDULE "A"
Memorandum showing the approximate quantities and the material that will be supplied by the department to the contractor for the work contracted to be executed and the rates at which they are to be charged for.
Sr. No.
Particulars of the material to be issued
Qty Unit Rate of issue Place of delivery
In figure In words
1 500 mm Dia. D.I. K-7 pipe 700 Rmt Free of Cost. At Walwadi Tal.& Dist. Dhule.
2 350 mm Dia. D.I. K-7 pipe 3200 Rmt Free of Cost. At Walwadi Tal.& Dist. Dhule.
3 250 mm Dia. D.I. K-9 pipe 2790 Rmt Free of Cost. At Walwadi Tal.& Dist. Dhule.
Executive Engineer
M.J.P. Urban & Rural Scheme Division Jalgaon
83
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN WORKS SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
Providing, constructing Connecting Main, Sump with overhead pump house, Providing &
installing Raw Water Pumping Machinery, Raw Water Gravity Main, Water Treatment
Plant , Pure Water Pumping Machinery, Pure Water Rising main, R.C.C.E.S.R.,
R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,& Trial run of the
scheme.
CONDITION OF SCHEDULE 'A'
1) All materials in schedule 'A' as may be required for the work shall be taken from
the Department only.
2) The quantities in schedule 'A' are approximate and shall vary according to actual
bonafied use. The materials issued by the Maharashtra Jeevan Pradhiakran shall be
used only for Maharashtra Jeevan Pradhiakran's bonafied work.
3) Materials shall be made available for delivery on working days only,
during the official hours
4) All the materials remaining unused after the construction is completed, are to be
returned to the Maharashtra Jeevan Pradhikaran store at the cost of the contractor .
5) The persons or firms submitting the tender should see that the quantities, issue
rate per unit and place are filled up by the Executive Engineer, prior to the submission of
the tender.
6) The contractor shall provide a pucca store which should be sufficient for stacking
adequate quantities of cement and other materials, so as to protect them from rains,
deterioration, damage or losses etc. The capacity of store for stacking cement shall be
sufficient to store atIeast 15 days requirement of cement. Double locking arrangements
should be provided for cement store one key will be kept with MJP's person and the
oilier with contractor.
84
Contractor No. of Corrections Executive Engineer
7) Other materials provided by the contractor for ancillary and temporary works i.e.
not covered under this contract shall not be stored in this store.
8) The manner of stacking shall be such as would permit of easy counting of cement
and other materials issued from Maharashtra Jeevan Pradhikaran stores at any time.
The stacking of cement shall be such that fresh stock would facilitate and ensure use of
old cement.
9) Materials other than mentioned in Schedule 'A' required for works shall be
procured by the contractor at his cost shall be got approved by the Engineer-in-charge
before its use if required by Executive Engineer, the samples of such materials shall be
tested at contractors cost in any approved laboratory by the MJP, material not
confirming shall be removed at once from site of work at contractors expenses.
10) Once the materials are issued to the contractor at the contractors cost, he shall
convey the same immediately to his store from the MJP store, failing which rent at 1% of
the cost of material supplied to him shall be received from the Contractor. The
contractor shall inspect the material before taking delivery of the same and shall sign the
receipt in token of having received the materials in sound and good conditions.
11) Once the materials are issued to the contractor he shall be responsible for the
safe custody of the material and prevent it from damage or losses. Damage and losses
noticed after the materials are issued shall be debited to contractors account.
12) The contractor shall make proper and economic use of all materials supplied to
him. By the MJP as Schedule 'A' material for the contracted works. Proper day to day
account of consumption of all such materials shall be maintained in register showing
receipt, use and balance and he shall submit extract thereof monthly to the Engineer In-
charge.
The Engineer In-charge, reserves the right to stop further issue of materials to
contractor, if the monthly account of the previously used material is not submitted by him
and he shall be fully responsible for the consequences arising out of this, Surplus
materials supplied to the contractor free of cost shall be fully returned by the contractor
85
Contractor No. of Corrections Executive Engineer
to the MJP and delivered at the place as directed at his cost if any shortages are
noticed, or material found damaged or unserviceable conditions, such materials would
be recovered from the contractor at the same would be binding on the contractor.
13) The notes and conditions of Schedule 'A' will also form a part of agreement.
14) If any other materials such as pipes, specials etc. are available with MJP and
separable, they will be supplied at MJP's issue rate plus storage charges at Executive
Engineers discretion at MJP's stores.
15) MS Steel or HYSD Bars and bare required for casting pre-stressed pipe will have
to be brought by Contractor at site at his cost and it should be tested steel.
16) Sales tax as per Government rates shall be recovered from the contractor over
the cost of the surplus materials on returned. Surplus materials issued to agency under
schedule “A” shall be accepted by department after completion of work .However if the
agency does not return the surplus materials issued to him at free of cost the cost of
such material will be recoverd at double the issue rates or market rate whichever is
higher. The materials other than schedule “A “ should be procured by the agency , as
per requirement only.
17) Issue rate of the materials are inclusive of all taxes.
86
Contractor No. of Corrections Executive Engineer
NOTES OF SCHEDULE 'B'
1) Rates mentioned in schedule are inclusive of the following.
a) Carting of the materials including loading and unloading of the same at the site of
the work.
b) Dewatering during entire construction and diversion of flow of water till the
completion of work.
c) All the taxes and royalty etc for providing materials by the contractor on site.
2) Keeping safe custody of materials issued to him or procured by him and
.payment received for such delivery till the completion of work.
3) All the works shall be carried-out as per the P.W.D. red book of standard
specifications ( Latest edition) detailed specifications or as directed by the
Engineer-in-charge.
4) The work is inclusive of clearance of site prior to the commencement of the work
,and on its completion in all respect shall hold good for all conditions of weather
and approach road conditions etc.
5) Water for construction and testing purpose shall be arranged by the contractor at
his own cost. The MJP shall not supply water nor any responsibility there of.
6) The quantities indicated are likely to vary or minus side, for which extra claim
shall be entertained, subject to the provision of clause-38 of the agreement form.
Quantities exceeding over estimated quantities as per clause-38 will be paid after
approval from the competent authority.
7) In case of contactors supply for all types of materials, manufactures test
certificate, third party inspection report etc should invariably be submitted, when
materials brought by contractor on site of works. All materials brought on site of
work should confirm to relevant I.S. specification ( Latest edition)
Only certified goods shall be accepted.
8) In case of E.I.R.L., if the item is not included' in M.J.P. D.S.R, related department
D.S.R. will be used.
9) Other material such as cement, steel metal, sand etc shall be confirming to
relevant I.S.S. Testing shall be done from the same from the nearest Polytechnic
I College of Engineering. Testing charges for above materials shall be borne by
the contractor.
87
Contractor No. of Corrections Executive Engineer
10) Cement should be supplied as per IS 8112-1989 of 43 grade ordinary Portland
cement in HDPE bags. The cement samples should be got tested by the
contractor in Govt. laboratory at his own costs. Till satisfactory test certificate is
submitted to office he will not be allowed to use cement
11.) For concrete works, metal should be used of following sizes.
M 100 proportion (1:3:6) 25 mmto 40 mm size
M-150 proportion (1 :2:4) 10 mm to 20 mm size
:M-200 proportion (1:1:5:3) 10 mm to 20 mm size
M-250 proportion (1:1:2) 10 mm to 20 mm size
M-300 proportion (1:1/2:1) 10mm to 20mm size
12) All the materials required for the work shall be obtained by the contractor only
after written permission of the Engineer-in-charge. The payment for supply of
cement shall be given only after its use i.e. only on consumed quantity and not on
whole quantity brought on site. Any kind of excess ,material shall be removed
from the site of work only after written permission of the Engineer-in-charge.
13) The balance material shall be taken back by the contractor and payment will
recovered for the same at accepted tender rates.
14) Contractor should submit his own hydraulic, structural design for W.T.P.as per
obligatory data attached. And got approved from Reputed / Govt. Engineering
College and from The Superintending Engineer, Maharashtra Jeevan
Pradhikaran Circle. Nashik. '
15) 10% of cost of total sub work of pipe line work shall be retained till satisfactory
hydraulic testing is given as per l.S.code.
88
Contractor No. of Corrections Executive Engineer
16) Only plain offer will be accepted and condition or conditional rebates will
not be accepted
17) In case of Supply of pipes valves etc by contractor, only 85% Payment shall be
released after supply & duly inspected by third party of (a) M/S Iteng Engineering
(A Division of Dr. Amin Controllers PVT Ltd ) (b) M/S SGS India Ltd.(c) M/S
Superintendence Company of India Pvt. Ltd. and 15% after satisfactory hydraulic
testing.
18) 10% of cost of item of water retaining structure such as WTP/ESR/ Sump shall be
retained till satisfactory hydraulic testing is given as per I.S. Code
19) For pumping machinery items 80 % payment shall be made on supply of
materials, 10% after erection, installation and remaining 10% will be released
only after test and trial run of whole pumping machinery unit is given.
20) Contractor should submit his own structural design for Sump well & pump house,
WTP ESR as per obligatory data attached, & got approved from Reputed /
Government Engineering College & from the Superintending Engineer,
Maharashtra Jeevan Pradhikaran Circle Nashik.
21) All types of pipes, valves, special will be accepted after duly inspection of third
party. The charges for same shall be born by the contractor.
22) Other materials such as cement, Tor steel etc shall be conforming to the relevant
ISS.Testing charges for the same shall be born by the contractor.
23) ESR shall be based on contractors own design & contractor should bound to
execute structural design for the above work on IS. recently in forced and seismic
zone for Dhule District as per IS 13920-1993
24) The contractor is required to do refilling of the pipe line trenches before hydraulic
testing to avoid traffic hurdles, no payment for refilling of trenches of the pipe line
shall be payable till satisfactory hydraulic testing is given. Re-excavation required
if any during testing shall be done by the contractor at his own cost.
89
Contractor No. of Corrections Executive Engineer
25) Line out for work shall be given subject to the availability of popular contribution
from concern Gram Panchayat.
NOTE:-Even though the tender is called for whole work of the scheme, the work order,
Will be given phase-wise i.e. after acceptance of tender, work order will be given for
work mentioned in phase-I After completion of work of Phase-I work order for phase-II
will be given and after completion of work of phase- II, work order for phase-Ill will be
given. The work of all phases should be completed within stipulated period only, other
Wise penalty action will be taken as per clause in the tender.
90
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
RECAPITULATION SHEET
Sr. ITEM AMOUNT
1 Connecting Main (500 MM Dia D.I. K- 7 L=700 M) Phase 1 6346829.00
Rs. 2504683.00
2 Sump With Overhead Pump house & Tank (RCCBPT) (Cap 150000 lit) Rs. 3842146.00 3 Raw water Pumping Machinery (50BHP VT Pump)
Phase 2 37750997.00
Rs. 2711366.00 4 Raw Water Gravity Main (Dia 350 MM D.I. K-7 L=3200 M) Rs. 4746604.00 5 Water Treatment Plant (Conventional Cap - 7.25 MLD ) Rs. 18500000.00 6 Pure Water Pumping machinery( 90 BHP V.T. Pumps & 25 BHP Centrifugal
monoblock pumps ) Rs.
4110349.00 7 Pure Water Rising Main ( 250 M.M.dia D.I.K.-9, L = 2790 M ,110 to 250
M.M.dia P.V.C.6 Kg/cm2 L= 4535 M ) Rs.
7682678.00 8 R.C.C.E.S.R. (Cap 3.00 , 2.00 , 1.50 Lac Lit)
Phase 3 51081358.00
Rs. 7384931.00 9 R.C.C.G.S.R. (Cap 4.60 Lac Lit) Rs. 2260168.00 10 Distribution System ( 75 to 250 MM Dia P.V.C. Pipe 4 Kg/cm2 L = 18776M &
75 to 225 mm dia H.D.P.E. pipe 6Kg/cm2 ,L=39620 M ) Rs.
30836171.00 11 Chain link fencing Rs. 2200286.00 12 Staff Quarter ( 2 No..) Rs. 917354.00 13 Trial Run of the scheme Rs. 204425.00 14 Water Meter Rs. 7278023.00
Net Cost Rs. 95179184.00
Say Total Rs. 95179184.00
91
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 1 :- CONNECTING MAIN FROM NAKANE TANK TO SUMP. (500 Mm Dia D.I. K- 7 L=700 M)
Cost put to tender Rs. 2504683.00
Quantity
Item No.& Description of Item Tender Rate
Unit Amount In Figure In Words
ITEM NO.1
Excavation for pipe trenches for works of transmission mains, leading mains, distribution system & for all types of pipe materials in all types of earthy or sandy materials, soils of all types, clay, mud, soft, average or hard murum, all types of disintegrated rock, shingles, brickbats, isolated boulders of any size, all types of rock including soft, hard & manjara rock by permissible & suitable methods such as blasting, control blasting, chiseling, wedging, line drilling & / or by use of mechanical means including excavation in all types of road surfaces such as W.B.M., Asphalt, Concrete road including trimming the surfaces by chiseling wherever required including removing the roots of trees met with during excavation, leveling the bed & keeping it clean & dry by dewatering & making ready for lowering laying of pipes, manual dewatering, excluding backfilling, including removing excavated stuff up to a distance of 50 meters and stacking the same as directed by Engineer in Charge, etc. complete.
1108.80
Lift 0.00 to 1.50 M.
268.86 Rs.Two hundred sixty eight Paise Eighty six only . Cum 298111.97
92
Contractor No. of Corrections Executive Engineer
Quantity
Item No.& Description of Item
Tender Rate Unit Amount
In Figure In Words
238.70
Lift 1.50 to 3.00 M.
499.00 Rs.Four hundred ninety nine only . Cum 119111.30
ITEM NO.2
115.50
Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation 15cm to 20cm layers including watering and compaction complete.
50.00 Rs.Fifty only. Cum 5775.00
ITEM NO.3
19.09
Providing and laying in situ Cement concrete of trap/granite/quartzite/ gneiss metal for RCC work in foundation like raft, grillage, strip foundation and footing of RCC columns and steel stanchions including normal dewatering, plywood form work, compaction, finishing and curing, etc, complete. (By weigh batching and mix design for M-300 only. Use of L & T, A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree, etc. cement is permitted.) 4300.00
Rs.Four thousand three hundred only. Cum 82087.00
M - 200
ITEM NO.4
1.798
Providing and fixing in position steel bar reinforcement of various diameters for RCC piles, caps, footings, foundation, slabs, beams, columns, canopies, staircases. newels, chajjas, lintels, pardies, copings, fins, arches, etc. as per detailed designs, drawings and schedules; including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (including cost of binding wire)
49400.00 Rs.Fourty Nine thousand four hundred only. MT 88821.20
Tor Steel
93
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.5
Providing & supplying double flange sluice Valve conforming for IS 2906/14846 including warn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
1.00
500 mm Dia C.I.D.F. Sluice valve P.N. 1
105071.00 Rs.One lakh five thousand seventy one only. No 105071.00
ITEM NO.6
Providing and supplying ISI standard D.I. specials & fittings with sealing rubber gasket of S.B.R.,complete with Cast iron follower gland and M.S. nut & bolts coated or otherwise protected from rusting and suitable for D.I. pipes including cost of all labours and materials and transportation to stores / site, loading , unloading including all taxes , etc. complete.As per IS 9523
3163.00
S/S specials/ socketted branch / Flanged specials from 350 mm & above dia. 110.00 Rs One hundred ten only. Kg 347930.00
ITEM NO.7
Lowering laying and jointing with SBR ruber gaskets D.I. S/S pipes of various classes with D.I. / MS specials of following diameter in proper position, grade and alignment as directed by Engineer-in-charge including conveyance of material from stores to site of work, including cost of jointing materials and rubber rings labour, giving hydraulic testing etc. complete.
Note :- Only SBR rubber gasket to be used as per IS 5382 and IS 12820
700.00
500 MM Dia DI K-7 ( With Rubber ring joint )
318.00 Rs.Three hundred eighteen only . Rmt. 222600.00
94
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.8
1.00
Lowering, laying and jointing in position following C.I. D/F Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.) 500 mm dia C.I.D.F. sluice valve PN 1
6924.00 Rs.Six thousand nine hundred twenty four only . No 6924.00
ITEM NO.9
Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.
Note :- Wall thickness 0.23 m for depth 1.20 m and 0.35 m for balance depth exceeding 1.20 m
8.00
As above of 1.5 x 1.5M internal size and depth upto 1.5M .
13435.00 Rs.Thirteen thousand four hundred thirty five only. No 107480.00
8.00
a). Add for every increase of depth of 30cm or part thereof.
1767.00 Rs.One thousand seven hundred sixty seven only.
30 CM Depth 14136.00
ITEM NO.10
1072.72
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete. 50.00 Rs.Fifty only. Cum 53636.00
95
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.11
300.00
Dewatering the excavated trenches and pools of water in the building trenches / pipeline trenches, well works by using pumps and other devices including disposing of water to safe distance as directed by Engineer-in-charge (including cost of machinery, labour, fuel) etc. complete. a) For Connecting main
3510.00 Rs.Three thousand five hundred ten only. Rmt. 1053000.00
Total Rs 2504683.47
SAY Rs. 2504683.00
Notes:- 1)For supply of material under this sub work 85% payment will be made after supply of material i.e. pipes, valves, specials etc at site of
work, 5% payment will be made after lowering, laying & Jointing of pipes with specials, valve & balance 10% payment will be released after satisfactory hydraulic testing of pipe line for remaining item of work under this sub work 90% payment will be released & 10% payment will be made after satisfactory hydraulic testing of pipe line.
96
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK. MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE ) Memorandum showing the approximate quantity of works to be executed & rates thereof.
Subwork No. 2 :- SUMPWELL WITH OVERHEAD PUMP HOUSE & ESR BPT Cost put to tender Rs. 3842146.00
Quantity
Item No.& Description of Item Tender Rate
Unit Amount In Figure In Words ITEM NO.1
Job
Designing RCC structure for Sump with overhead pump house and overhead tank (R.C.C.BP.T.) based on obligatory data attached with tender from reputed R.C.C. structural designer having similar experence and approved from Reputed / Govt. engineering collage and competant authority of M.J.P. 43000.00
Rs. Forty three thousand only L.S. 43000.00
ITEM NO.2
Excavation in general in soft material comprising of soft soil, soft murum, sand, hard murum with boulders in wet or dry condition for Head Works i.e. Intake Well, Connecting Pipe, Jack Well, Pump House, Supply Well, etc. for following lift and lead of 150 M including barricating, gurading, disposing off surplus excavated stuff within a radius of 0.5 km. as directed by Engineer-in- charge, etc. complete excluding refilling.
147.78 Lift 0.00 to 1.50 M 216.00 Rs. Two hundred sixteen only Cum 31920.48
147.78 Lift 1.50 to 3.00 M 236.00 Rs. Two hundred thirty six only Cum 34876.08
147.78 Lift 3.00 to 4.50 M 256.00 Rs. Two hundred fifty six only Cum 37831.68
147.78 Lift 4.50 to 6.00 M 276.00 Rs. Two hundred seventy six only Cum 40787.28
147.78 Lift 6.00 to 7.50 M 296.00 Rs. Two hundred ninety six only Cum 43742.88
97
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount In Figure In Words
25.62 Lift 7.50 to 9.00 M 316.00 Rs. Three hundred sixteen only Cum 8095.92
ITEM NO.3
14.78
Providing and laying in situ Cement Concrete of trap/ Granite/ Quartzite/ gneiss metal for PCC work below foundation and footing including normal dewatering plywood form, work compacting curing finishing etc. complete . 3536.00
Rs. Three thousand five hundred thirty six only Cum 52262.08
PCC M 150
ITEM NO. 4
Providing and casting in situ C. C. of trap / granite / quartzite/ gneiss metal of approved quality for following RCC works as per detailed drawings and designs or as directed by Engineer-in-charge including normal dewatering, ,plywood form work, bully/steel prop ups compaction, finishing the formed surfaces with C. M. 1:3 of sufficient minimum thickness to give a smooth and even surface wherever necessary or roughening if special finish is to be provided and curing, etc. complete. (By weigh batching and mix design for M-300 . Use of L&T, A.C.C., Abuja, Birla Gold, Manikgad, Rajashree, etc. cement is permitted.)
a ) For Raft Foundation In M- 300
41.22 Lift 0.00 to 5.00 M 5000.00 Rs. Five thousand only Cum 206100.00 b )For Vertical wallI in M- 300
27.67 Lift 0.00 to 5.00 M
6900.00 Rs. Six thousand nine hundred only Cum 190923.00
8.91 Lift 5.00 to 10.00 M
7590.00 Rs. Seven thousand five hundred ninety only Cum 67626.90
19.79 Lift 10.00 to 15.00 M
8280.00 Rs. Eight thousand two hundred eighty only Cum 163861.20
c ) For Beams & Lintel In M-300
11.52 Lift 0.00 to 5.00 M
6440.00 Rs. Six thousand four hundred forty only Cum 74188.80
4.36 Lift 5.00 to 10.00 M
7084.00 Rs. Seven thousand eightyfour only Cum 30886.24
98
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item
Tender Rate Unit Amount
In Figure In Words
10.38 Lift 10.00 to 15.00 M
7728.00 Rs. Seven thousand seven hundred twenty eight only Cum 80216.64
d )For coloumn In M-300
11.78 Lift 0.00 to 5.00 M
6300.00 Rs. Six thousand three hundred only Cum 74214.00
7.79 Lift 5.00 to 10.00 M
6930.00 Rs. Six thousand nine hundred thirty only Cum 53984.70
1.05 Lift 10.00 to 15.00 M
7560.00 Rs. Seven thousand five hundred sixty only Cum 7938.00
e )For Slab,Landing, In M-300
16.13 Lift 0.00 to 5.00 M 6900.00
Rs. Six thousand nine hundred only Cum 111297.00
8.66 Lift 5.00 to 10.00 M 7590.00
Rs. Seven thousand five hundred ninety only Cum 65729.40
27.94 Lift 10.00 to 15.00 M 8280.00
Rs. Eight thousand two hundred eighty only Cum 231343.20
ITEM NO. 5
Providing and fixing in position steel bar reinforcement of various diameters for RCC piles, caps, footings, foundation, slabs, beams, columns, canopies, staircases. newels, chajjas, lintels, pardies, copings, fins, arches, etc. as per detailed designs, drawings and schedules; including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (including cost of binding wire)
5.27 Lift 0.00 to 5.00 M
49400.00 Rs. Forty nine thousand four hundred only MT 260338.00
5.57 Lift 5.00 to 10.00 M
51870.00 Rs. Fifty one thousand eight hundred seventy only MT 288915.90
4.64 Lift 10.00 to 15.00 M
54340.00 Rs. Fifty four thousand three hundred fourty only MT 252137.60
99
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
92.49
Providing and fixing G.I. pipe railing having 1.0 M height consisting 50 x 50 x 6 mm thick M. S. angles as verticals at 1.5 M c/c, and additional posts at every corner with 3 rows of 25 mm dia G.I. pipes of medium class variety as horizontal and painting 3 coats of oil paint over 1 coat of anticorrosive paint of approved color and shade including cost of all labor, transporting bends to curved shape, etc. complete. 790.00
Rs. Seven hundred ninety only Rmt. 73067.10
ITEM NO.7
53.00
Providing and supplying ISI standard CI double flanged pipes including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to stores / site, unloading etc. complete as directed by Engineer-in-charge. 8601.00
Rs. Eight thousand six hundred one only Rmt 455853.00
350 MM Dia
ITEM NO.8
Erecting and hoisting in position and jointing, testing M.S./ C.I. D/F pipes and specials in vertical position including cost of all jointing materials (rubber packing, nut bolts, etc.) labour, scaffolding, hydraulic testing etc. complete.
27.00 350 MM Dia
1226.00 Rs. One thousand two hundred twenty six only Joint 33102.00
ITEM NO.9
Providing & supplying double flange sluice Valve conforming for IS 2906/14846 including worn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
2.00 350 M.M. Dia C.I.D.F. Sluice valve PN 1 without bypass arrangement 49516.00
Rs. Forty nine thousand five hundred sixteen only No. 99032.00
1.00 200 M.M. Dia C.I.D.F. Sluice valve PN 1 without bypass arrangement 17901.00
Rs. Seventeen thousand nine hundred one only No. 17901.00
ITEM NO.10
Lowering, laying and jointing in position following C.I. D/F Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.)
100
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item
Tender Rate Unit Amount
In Figure In Words
2.00 350 M.M. Dia C.I.D.F. Sluice valve PN 1 without bypass arrangement 4658.00
Rs. Four thousand six hundred fifty eight only No 9316.00
1.00 200 M.M. Dia C.I.D.F. Sluice valve PN 1 without bypass arrangement 2796.00
Rs. Two thousand seven hundred ninety six only No 2796.00
ITEM NO.11
Providing and supplying ISI standard CI flanged specials including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to depermental store/ site, unloading stacking etc. complete.
1000.00 Above 350 MM Dia 64.00 Rs. Sixty four only Kg 64000.00
ITEM NO.12
Providing and fixing in position copper lightening conductor including copper rod of 20 mm dia as per upper terminal 1.5 M long with a knob at end and with conical spike at top, copper tape conductor 20 x 3 mm size, copper earth plate of 3 mm thick and 0.81 sqm. in area, clamps at 1 M centre to centre including, necessary excavation, laying and fixing the conductor, providing and fixing 40 mm dia G.I pipe up to 3 M height from ground and 0.5 M below ground including making all connections, filling the earthing pit with charcoal, salt, etc. and refilling and watering, etc. complete as per specifications laid down in relevant I.S. codes.
1.00 For tape of 10 M length
9206.00 Rs. Nine thousand two hundred six only No 9206.00
7.00 Additional tape length
244.00 Rs. Two hundred forty four only Mtr. 1708.00
ITEM NO.13
Providing, hoisting and fixing in position C.I. manhole, frame and cover of best quality and of required size and shape with locking arrangements including applying 2 coats of anti-corrosive paint, etc. complete
101
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item
Tender Rate Unit Amount
In Figure In Words
2.00
90 X 60 cm size weight 35 Kg. 2300.00
Rs. Two thousand three hundred only No. 4600.00
ITEM NO.14
1.00
Providing and constructing RCC ventilating shaft of diameters and height mentioned below with required number of RCC 15 x 15 cm size columns and RCC circular slab or dome over the pillars in M-200 including cost of all material and labour, providing and fixing steel or wooden frame & providing & fixing G.I. flyproof mesh of 26 gauge and providing and applying in 3 coats of oil paint to wooden or steel frame and cement paint to concrete structure. etc. complete as directed by Engineer-in-charge. 5900.00
Rs. Five thousand nine hundred only No. 5900.00
i ) 0.9 M dia x 1.35 M height
ITEM NO.15
20.00
Providing and fixing in position M.S. ladder 0.50 M wide consisting of 75 x 10 mm M.S. flats as stringers and 16 mm dia M.S. bars in double rows as steps placed at 25 cm c/c including cost of material and labour involved, welding, anchoring and applying 3 coat of anti-corrosive paint, etc. complete as directed by Engineer-in-charge. 1200.00
Rs. One thousand two hundred only Rmt 24000.00
ITEM NO.16
1.00
Providing and fixing water level indicator upto 5 M height including M.S. enamelled gauge plate 300 mm wide 3 mm thick, P.V.C. float, providing and fixing required accessories such as pointer, pulleys, nylon thread including cost of all material, labour, etc. complete. 7500.00
Rs. Seven thousand five hundred only No 7500.00
ITEM NO.17
3.00
Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge. 6843.00
Rs. Six thousand eight hundred forty three only No 20529.00
0.90 X 0.90 X 1.20 M
102
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.18
27.87
Providing Brick masonary in cement morter 1:6 using second class burnt bricks in superstructures including striking joints racking out joints watering of and scaffolding etc. complete . 2532.00
Rs. Two thousand five hundred thirty two only Cum 70566.84
ITEM NO.19
6.25
Providing and fixing rolling steel shutters fabricated from 20 gauge steel laths with side guides, bottom rail, brackets, door suspension shaft including rolling springs, locking arrangement and housing box of top with mechanical gear operation arragement including one coat of red lead primer complete. & overit two coat of oil paint etc comp. 2107.00
Rs. Two thousand one hundred seven only Sqm. 13168.75
ITEM NO.20
5.40
Providing and fixing in position Aluminium louvered windows / ventilators of various sizes with powder coating as per detailed drawings and specifications including aluminium frames 80 x 38 mm box type, 5 mm thick sheet glass louvers, clips / rubber plain P.V.C. gaskets of approved quality etc. complete. (Sample to be got approved from Exe. Engineer before use) Spec. No. As directed by Engineer in charge. 4147.00
Rs. Four thousand one hundred forty seven only Sqm. 22393.80
ITEM NO.21
1.48
Providing structural steel work in rolled stanchions fixed with connecting plates or angle cleats as in main and cross beams, hip and jack rafters, purlins connecting to truss members and like as per detailed desings and drawings or as directed by Engineer-in-charge including cutting, fabricating, hoisting, erecting, fixing in position, making riveted / bolted /welded connections and one coat of anticorrosive paints and over it two coats of oil painting, etc. complete. 51560.00
Rs. Fifty one thousand five hundred sixty only MT 76308.80
ITEM NO.22
202.20
Providing rough cast cement plaster externally in two coat to concrete , brick or stone masonary surfaces in all positions with base coat to 12 to 15 mm thick in C:M 1:4 and rough cast tretament 12 mm thick in proportion of 1:1 1/2:3 including scaffolding and fourteen days curing etc. complete.
200.00 Rs. Two hundred only Sqm 40440.00
103
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
624.22
Providing internal cement plaster 20mm thick in two coats in cement mortar 1:4 without neeru finish to concrete, brick surfaces in all position including scaffolding and curing complete. 142.00
Rs. One hundred forty two only Sqm 88639.24
ITEM NO.24
185.70
Providing and applying washable oil bound distemper of approved colour and shade to old /new surfaces in two coats including scafolding preparing the surfaces (excluding the primer coat ) complete . 23.00 Rs. Twenty three only Sqm 4271.10
ITEM NO.25
410.63
Providing and applaying two coat of water proof cement paint of approved manufactare and of approved colour to the plastered surfaces including scaffolding if nessary excluding primer coat cleaning and preparing the surfaces watering for two days complete ( sample and brand is to be got approved ) 22.00 Rs. Twenty two only Sqm 9033.86
ITEM NO.26
36.68
Providing and laying polished Shahabad Stone flooring 25mm to 30mm thick and of required width in plain / diamond pattern with black polished Kadappa stone slab for border or any other design on a bed of 1:6 cement mortar including cement float, filling joints with neat cement slurry, curing, polishing and cleaning complete. Spec. No. : Bd.M.4 Page No. 380 460.00 Rs. Four hundred sixty only Sqm 16872.80
ITEM NO.27
305.07
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete. 50.00 Rs. Fifty only Cum 15253.50
ITEM NO.28
Job
Dewatering the excavated trenches and pools of water in the building trenches / pipeline trenches, well works by using pumps and other devices including disposing of water to safe distance as directed by Engineer-in-charge (including cost of machinery, labour, fuel) etc. complete. a) For sump of 7.50 m clear diameter lumpsum
Rs. One lakh seventy five thousand two hundred twenty only L.S. 175220.00
104
Contractor No. of Corrections Executive Engineer
Quantity Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.29
7.50
Providing and fixing M.S. chaquerred plate flooring of following thickness supported on M.S.angles (25 x 25 x 5 mm size) including welding, cutting and fabricating the plate to the required square or rounding shape, making holes in the plate, including providing and applying 3 coats of anticorrosive paint, etc. complete as directed by Engineer-in-charge. 8 mm thick 3900.00
Rs. Three thousand nine hundred only Sqm 29250.00
TOTAL Rs. 3842145.77
SAY Rs. 3842146.00
Special Notes for Sub-work No. 2
1 Quantities mentioned in the Tender are Approximate & Contractor has to Submit Detailed R.C.C. Structural Design based on obligatory data attached with Tender & get it approved from Reputed /Govt. Engineering College & M.J.P. Competaint Authority at Contractors Own Cost.
2 Total dewatering charges proposed in the tender is lumsum amount & 75 % is payable for Excavation & 25 % is payable for construction of well. Out of 75 % Excavation & breakup shall be as Under ,25 % for last 1 Meter Depth , 20 % for 2 Meter Depth which just above last 1 M depth ,15 % for 2 M depth which just above last 3 M depth ,15 % for the rest of depth from water table level .
3 0.5 % Payment will be held for smooth finishing to all Exposed Surfaces till Satisfactory smooth finishing as satisfied by Engineer in charge.
4 5 % payment will be with held for Cube & Steel testing till Satisfactory results are Obtained for Every R.A. Bill & will be Forfeitted if the Agency does not Produce the Result.
5 Only tested cement, Steel as per relevant IS shall be used by the contractor. The Contractor shall arranged & produced test Certficates of Cement, Steel, Concrete Cubes from Reputed Govt. polytechnic / Engineering College at his own Cost as per direction of Engineer in Charge.
6 The design should be prepared considering up lift pressure.
105
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
OBLIGATORY DATA AND REQUIREMENT FOR HEAD WORKS
SOURCE SITE :- Nakane Dam
1 SUMP WITH OVERHEAD PUMPHOUSE & TANK
Dia in Meter (clear ) 7.50
Average Ground Level in Meter 266.110
Top R.L. in Meter 266.610
F.S.L. of sump 262.500
Bottom R.L. in Meter 259.000
Invert R.L. of Connecting Main at Sump Well in Meter 262.000
Construction R.C.C. M 300
2 CONNECTING MAIN (From Nakane Dam to sump)
Dia in Meter 500 MM dia D.I. K-7
Length in meter 700.00
Invert R.L. At chember on D/S of Nakana dam 265.500
Invert R.L.At Sump 262.000
3 OVERHEAD PUMPHOUSE
Pump house Dia (Internal) in 'm' 7.50
Construction R.C.C. M 300 With B.B. masonary
Floor slab top in meter 266.61
Roof slab top R.L. of pumphouse in meter 273.26
Top R.L. of corbel beam in meter 271.61
4 OVERHEAD TANK (R.C.C.B.P.T.)
Capacity Provided 150000 Liters
106
Contractor No. of Corrections Executive Engineer
L.D.L. of overhead tank in meter 277.00
F.S.L. of overhead tank in meter 280.00
Freebord in M 0.50
Construction M-300
B.C. of soil 10 MT/M2
One common structure of RCC sump, Pumphouse and overhead tank should be designed based on obligatary data as above
107
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL.:- & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof. Sub work No 3 :- RAW WATER PUMPING MACHINERY
Cost put to tender Rs. 2711365.00
Quantity.
Item No.& Description of Item Tender Rate
Unit Amount In Figure In Words
Item No.1 A: V.T.Pumpset
2.00
Providing, erecting, commissioning & Testing of water lubricated V.T. pump set Suitable for giving discharge of 336093 LPH against total head 24 mtrs….. Etc comp As per detailed specification.
561391.00
Rs. Five lakh sixty one thousand three hundred ninety one only. Nos 1122782.00
Item No.1 B: Pressure gauge
3.00
i) Providing, installing, commissioning & Testing of 150 mm.dia. pressure gauges 0 to 10.50 kg/cm² ….. Etc comp As per detailed specification.
747.00 Rs. Seven hundred fourty seven only. Nos 2241.00
10.00
ii) Providing, erecting, commissioning & Testing of 15 mm.dia. midum duty G.I. pipe for connecting pressure gauge to rising main ….. Etc comp As per detailed specification.
98.00 Rs. Ninety eight only. Mtr 980.00
Item No.2: Sluice valve
Providing, installing, commissioning and testing of C.I.D.F. Sluice valve PN.1 rating ….. Etc comp As per detailed specification.
2.00 A: 250 mm dia. C.I.D.F. sluice valves 31341.00 Rs. Thirty one thousand three hundred fourty one only.
Nos 62682.00
108
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 3: Reflux valves
Providing, installing, commissioning and testing of C.I.D.F. Reflux valve PN.1 rating with ….. Etc comp As per detailed specification.
2.00 A: 250 mm dia. C.I.D.F. Reflux valves 31601.00 Rs. Thirty one thousand six hundred one only.
Nos 63202.00
1.00 B: 350 mm dia. C.I.D.F. Reflux valves 69564.00 Rs. Sixty nine thousand five hundred sixty four only.
Nos 69564.00
Item No.4 A: C.I. D.F. Specials
500.00
Providing, errecting & testing of C.I.D.F. pipes & specials of various dia. as per detail specification ….. Etc comp As per detailed specification.
64.00 Rs. Sixty four only. Kg 32000.00 Item No.4 B: M.S. pipes & Specials
2000.00
Providing, errecting & testing of M.S. pipes & specials of various dia. as per detail specification ….. Etc comp As per detailed specification.
62.00 Rs. Sixty two only. Kg 124000.00
Item No.5: Dismentalling Joints
Providing, errecting, commissioning & testing Dismentalling joints of following dia including jointing material etc.comp.(2 for pump & one for flow meter) ….. Etc comp As per detailed specification.
1.00
300 mm.dia. For flow meter 15511.00
Rs. Fifteen thousand five hundred eleveen only. Nos 15511.00
2.00
250 mm.dia. For Pump 14263.00
Rs. Fourteen thousand two hundred sixty three only. Nos 28526.00
109
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.6: Flanged Joints
Providing, fixing & testing of flanged joints with cost of required jointing material of labours ….. Etc comp As per detailed specification.
24.00 i) 250 mm.dia. flange joints 824.00 Rs. Eight hundred twenty four only. Nos 19776.00
6.00 ii) 300 mm.dia. flange joints 854.00 Rs. Eight hundred fifty only. Nos 5124.00
Item No.7: Electric Motor (50 BHP)
2.00
Providing, erecting, commissioning & Testing vertical hallow shaft 1500 RPM SPDP Squirrel cage induction motor for the pump in item no. 1 a ….. Etc comp As per detailed specification. 175025.00
Rs. One lakh seventy five thousand twenty five only. Nos 350050.00
Item No.8: ATS Starter
2.00
Providing, erecting, commissioning & Testing of Air break contactor type fully automatic push button locally assembled oil immersed transformer unit to control motor 50 HP under item no.2 with contactor rating 200 / 70 / 70 ….. Etc comp As per detailed specification. 104379.00
Rs. One lakh four thousand three hundred seventy nine only. Nos 208758.00
Item No.9: L.T. Panel Board
1.00
Providing, installing, commissioning and testing of L.T. panel board cubical type ….. Etc comp As per detailed specification. 114239.00
Rs. One lakh thirty fourteen thousand two hundred thirty nine only. Nos 114239.00
110
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item NO.10: Cable
50.00
A: Incoming cable :- Providing, laying, connecting in circuit testing 3.5 core x 120 sqmm. Alluminium armoured PVC insulated Cable from transformer L.T. side to L.T. panel board ….. Etc comp As per detailed specification.. in two run per phase.
971.00 Rs. Nine hundred seventy one only. Mtr 48550.00
70.00
B: Cable :- 3 core x 95 sqmm. . Providing, laying, connecting in circuit testing 3 core x 95 sqmm. Alluminium armoured PVC insulated from connection of MCCB in panel to starter to motor ….. Etc comp As per detailed specification.
713.00 Rs. Seven hundred thirteen only. Mtr 49910.00
30.00
C: Cable for capacitor 3 core x 16 sqmm. . Providing, laying, connecting in circuit testing 3 core x 16 sqmm. Alluminium armoured PVC insulated from connection of MCCB in panel to capacitor ….. Etc comp As per detailed specification.
233.00 Rs. Two hundred thirty three only. Mtr 6990.00
1.00
D: Providing, fixing to all cable ends as per requirement, the cable lugs and cable glands of required size ….. Etc comp As per detailed specification.
1386.00 Rs. One thousand three hundred eighty six only. L.S. 1386.00
50.00
E: Making underground trench wherever necessary for laying of various sizes cable, including all materials such as sand, bricks ….. Etc comp As per detailed specification.
74.78 Rs. Seventy four & Paise Seventy eight only. Mtr 3739.00
Item No.11 A: Earthing
6.00
Providing, errecting, commissioning of plate type earthing ….. Etc comp As per detailed specification.
1740.50
Rs. One thousand seven hundred fourty & Paise Fifty only. Nos 10443.00
111
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.11 B: G.I. Earthing strip
20.00
Earthing strip of suitable size used to connect the equipment to earth pit ….. Etc comp As per detailed specification.
78.60 Rs. Seventy eight & Paise Sixty only. Kg 1572.00
Item No.12: Electrification
1.00
Providing and fixing required electrifications inside the pump house and outside of pump house including point wiring, lighting fixtures, poles, cables ….. Etc comp As per detailed specification.
62483.00 Rs. Sixty four thousand four hundred eighty three only. Nos 62483.00
Item No.13: Lifting arrangement
1.00
Providing and erecting and commissioning lifting arragement A: 2 MT capacity C.P. Block ….. Etc comp As per detailed specification.
17769.00 Rs. Seventeen thousand seven hundred sixty nine only. Nos 17769.00
1.00 B: 2 MT Capacity Travilling trolly ….. Etc comp As per detailed specification. 11935.00
Rs. Eleveen thousand nine hundred thirty five only. Nos 11935.00
350.00 C: ISMB 200 ….. Etc comp As per detailed specification. 53.35 Rs. Fifty three & Paise Thirty five only. Kg 18672.50
Item No.14: Tools
1.00
Providing best quality tools and instruments for operation and maintenance of the water supply scheme ….. Etc comp As per detailed specification.
8471.00 Rs. Eight thousand four hundred seventy one only. Nos 8471.00
Item No.15: Name Board
1.00
Providing, fixing wall mounting type, name board duly painted with all detail machinery makes, modles .etc. comp. as per detail specification attached size 0.6x1 M. ….. Etc comp As per detailed specification.
1254.00 Rs. One thousand two hundred fifty four only. Sqm 1254.00
112
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 16: Flow Meter
1 A: Providing and installing commishioning 300 mm dia full bore electromagnatic flow meter on rising main with all asserious etc. complete.as per detail specification .
222256.00 Rs. Two lakh twenty two thousand two hundred fifty six only.
No 222256.00
1 B: Fixing suaitable designed pannel cabinet with proper locking arragement etc comp. as directed by enginner in charge.
26500.00 Rs. Twenty six thousand five hundred only.
Mtr 26500.00
Total Rs. 2711365.50 Say Rs. 2711365.00
113
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof. Sub work No 4 :- Raw Water Gravity Main From R.C.C. Overhead Tank to W.T.P. (Dia 350 MM D.I. K-7 L=3200 M)
Cost put to tender Rs. 4746604.00
Quantity.
Item No.& Description of Item Tender Rate
Unit Amount In Figure In Words
ITEM NO.1
7500.00
Providing and supplying ISI standard D.I. specials & fittings with sealing rubber gasket of S.B.R.,complete with Cast iron follower gland and M.S. nut & bolts coated or otherwise protected from rusting and suitable for D.I. pipes including cost of all labours and materials and transportation to stores / site, loading , unloading including all taxes , etc. complete.as per IS 9523
110.00 Rs One hundred ten only. kg 825000.00
For all types of specials bends ,tees and S/S specials /sockted branch /flanged specialas from 350 mm & above dia
ITEM NO.2
2000.00
Providing and supplying ISI standard M.S. specials of required thinkness with 3 coats of approved make epoxy paint (shalimar, ciba or mahindra & mahindra make ) from inside and outside including all taxes (Central & Local ) octri ,insepection charges , transportation to stores / site and stacking etc complete.
62.00 Rs Sixty Two only. Kg 124000.00
Double Flanged/socketted / Plain/ Machine ended specials for all diameter
114
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.3
Providing & supplying double flange sluice Valve conforming for IS 2906/14846 including warn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
4.00
350 M.M. Dia C.I.D.F. Sluice valve PN 1 without byepass arrangement
49516.00 Rs. Fourty nine thousand five hundred sixteen only. No 198064.00
3.00
150 M.M. Dia C.I.D.F. Score PN 1 valve without byepass arrangement
9460.00 Rs. Nine thousand four hundred sixty only. No 28380.00
ITEM NO.4
Providing and supplying Kinetic Double Orifice type Air Valves as per MJP’s standard specifications combined with screw down isolating valve ,small orifice elastic ball resting on a gun metal orifice nipple, large orifice vulcanite ball seating on molded seat ring, inlet face and drilled, including all taxes (Central and local), insurance, third party inspection charges, loading, unloading, transportation up to departmental stores / site, etc. complete.
7.00
With Third Party Inspection a) Kinetic Air Valve Flanged Type - PN -1. 50 mm dia 10860.00
Rs. Ten thousand eight hundred sixty only. No 76020.00
115
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.5
Providing and supplying C.I. D/F angle type spring loaded pressure relief valves of approved make and quality including all taxes (Central and local), octroi, inspection charges, transportation to departmental stores, etc. complete.
1.00
Pressure relief valves Type - PN -1 100 MM Dia
14046.00
Rs.Fourteen thousand fourty six only No 14046.00
ITEM NO.6
Excavation for pipe trenches for works of transmission mains, leading mains, distribution system & for all types of pipe materials in all types of earthy or sandy materials, soils of all types, clay, mud, soft, average or hard murum, all types of disintegrated rock, shingles, brickbats, isolated boulders of any size, all types of rock including soft, hard & manjara rock by permissible & suitable methods such as blasting, control blasting, chiseling, wedging, line drilling & / or by use of mechanical means including excavation in all types of road surfaces such as W.B.M., Asphalt, Concrete road including trimming the surfaces by chiseling wherever required including removing the roots of trees met with during excavation, leveling the bed & keeping it clean & dry by dewatering & making ready for lowering laying of pipes, manual dewatering, excluding backfilling, including removing excavated stuff up to a distance of 50 meters and stacking the same as directed by Engineer in Charge, etc. complete.
4408.00
Lift 0.00 to 1.50 M
268.86 Rs.Two hundred sixty eight Paise Eighty six only . Cum 1185134.88
116
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.7
456.00
Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation 15cm to 20cm layers including watering and compaction complete. 50.00 Rs.Fifty only. Cum 22800.00
ITEM NO.8
Lowering laying and jointing with SBR rubber gaskets D.I. S/S pipes of various classes with DI / MS specials of following diameter in proper position, grade and alignment as directed by Engineer-in-charge including conveyance of material from stores to site of work including cost of jointing materials & rubber ring , labour , giving hydralic testing etc complete
3200.00
With Rubber Ring 350 MM Dia DIK-7 pipe
212.00 Rs. Two hundred twelve only. Rmt. 678400.00
Note :- Only SBR rubber gasket to be used as per IS 5382 and IS 12820
ITEM NO.9
Lowering, laying and jointing in position following C.I. D/F Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.)
4.00
a)350 M.M. Dia C.I.D.F. Sluice valve PN 1 without byepass arrangement
4658.00 Rs. Four thousand six hundred fifty eight only. No 18632.00
3.00
b)150 M.M. Dia C.I.D.F. Score PN 1 valve without byepass arrangement
2688.00 Rs. Two thousand six hundred eighty eight only. No 8064.00
117
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.10
Lowering, laying and fixing in proper alignment and position all types of C.I. D/F angle type spring loaded pressure relief valves including all cost of all material, labour, cost of conveyance from stores to site of work and giving satisfactory hydraulic testing, etc. complete. (For all class of valves.).
1.00
Pressure relief valves Type - PN -1 100 MM Dia
377.00 Rs. Three hundred seventy seven only. No. 377.00
ITEM NO.11
Providing and fixing in position air valve shaft including providing and fixing GI Medium Class or 6 mm thick M.S. pipe shaft 2.70 M long over branch flange of air valve tee, providing PCC block of M-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in PCC M-150 as shown in type design together with providing and making flanged joints wherever required and fixing of air valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type design and as directed by Engineer-in-charge for following diameters of pipe lines (type design attached.)
7.00
Foundation on Murum and Harder Strata.for 350mm dia 5431.00
Rs. Five thousand four hundred thirty one only. No 38017.00
118
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.12
Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.
8.00
As above of 90 x 90 cm internal size and depth up to 1.2M .
6843.00 Rs. Six thousand eight hundred fourty three only. No 54744.00
Note :- Wall thickness 0.23 m for depth 1.20 m and 0.35 m for balance depth exceeding 1.20 m
ITEM NO 13
Providing and laying in situ Cement Concrete of trap,/ granite,/ quartzite,/ gneiss, metal for PCC work below foundation and footing including normal dewatering plywood form work compacting curing finishing etc. complete .
369.66 PCC M 150 3536.00 Rs. Three thousand five hundred thirty six only. Cum 1307117.76
ITEM NO.14
3356.15
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete.
50.00 Rs.Fifty only. Cum 167807.50
TOTAL Rs. 4746604.14
SAY Rs. 4746604.00
119
Contractor No. of Corrections Executive Engineer
Notes For Gravity Main.
1)For supply of material under this sub work 85% payment will be made after supply of material, pipe, valve, specials etc at site of work. 5% payment will be made after lowering, laying & Jointing of pipes with specials 10% payment will be released after satisfactory hydraulic testing of pipe line for remaining item of work under this sub work 90% payment will be released & remaining 10% payment will be made after satisfactory hydraulic testing.
120
Contractor No. of Corrections Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 5 :- WATER TRETEMENT PLANT (Conventional Cap - 7.25 MLD )
Cost put to tender Rs. 18500000.00
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Designing (aesthetically), providing and constructing and commissioning Conventional Water Treatment Plant consisting of Civil Works, including cost of providing and applying Epoxy paint to inside surface of water retaining structures in contact with Chlorine and providing anti-termite treatment to entire structure below ground level, Mechanical and Electrical components of various sub-works as given below : including necessary hydraulic testing, structural testing, equipment testing and trial run for 3 months, etc. complete as directed by Engineer-in-charge . ( turn-key job ).
1) Aeration Fountain : Plan area not less than 0.625 square meter per MLD
2) Ventury Flume : With necessary devices, consisting of simple mechanical indicator ( Pedestal type gauge)
3) Flash Mixer Rapid mixing device, detention time 60 seconds to give velocity gradient 300 to 400 sec-1 vane mixer type confirming to IS 7090 of 1985
121
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
4) Flocculator : Confirming to I.S. 7208 of 1974 ( Type-C) with detention period of 30 minutes
5) Clarifier : Horizontal flow circular tank, detention period 2-5 hours, overflow rate 30 cubic meter per square meter per day ( tobe specified), Weir loading not more than 300 cubic meter per meter per day, with mechanical sludge scraper conforming to I.S. 10313/1982
6) Rapid Sand Filters and Filter House Filter designed for filtration rate of 5,000 liters per square meter per hour, minimum 2 beds for plant up to 10MLD for larger plants as specified , filters house with roof slab, pipe gallery and plat form minimum 5.5 meter in width
a) Filter Sand : Effective size 0.45 to 0.70mm, uniformity coefficient not more than 1.7, nor less than 1.3 , depth of water over sand 0.75M , free board 50 cm , gravel 0.45 M depth, sand and gravel confirming to I.S. 849 (I)-77 back wash by air wash, Standard appurtenances ( to be specified), rate of flow controller, filler gauge, sand expansion gauge etc.
b) Wash Water Tank : Capacity to be specified and suitable to supply water to wash 2 filter units at a time where the units are 4 or more.
c) Wash Water Pumps : Capacity to fill water tank in 1 hours with 100% standby
d) Air Blowers : Capable of delivering 600 LMP per square meter of free air, of filter area at 0.4 Kg/square cm at the under drains ( 100% stand by)
122
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
7) Chemical House in Two Storeys
a) Ground floor to accommodate 7 days alum requirement and sundry storage.
b) First floor to accommodate alum and lime tanks etc.
c) Solution tanks : Minimum 3 tanks ( One for preparation, Second for dosing and third as standby), each tank capable of giving 8 hours maximum dose without interruption, minimum free board 0.30M trays for dissolving, level indica tor mechanical agitation devices, solution feed and drain lines, solution feed device( Constant head device strength of solution up to 10% only) confirming to I.S.9222 part-I/1979.
8) Pure water Sump and Pump House
a) Capacity of sump : One hour of designed flow.
b) Pump House : Pump house of required size over the sump or by the side
9) Store House : Suitable for alum storage of three months requirement in mansoon with 10% extra capacity for other sundry articles.
10) Vacuum feed type chlorinators : make to be approved by MJP
a) Confirming to I.S. 10533- A Part-II 1983
b) Rate of withdrawal
Temperature Kg. of Chlorine discharge per day
Degree " C " Cylinders
45 67 Tonners
10 6.35 9.50 110
123
Contractor No. of Corrections Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
20 14.50 21.24 254
27 & above 18.70 28.12 315
c) Chlorinator equipment and container room : to confirm to I.S. 10553 Part-I 1983
d) 100% standby shall be provided
11) By pass arrangement - C.I. Or M.S. pipes
12) Drainage arrangement : RCC pipes up to plot boundary.
13) Electrical installation : Both internal and external including entire plant area.
14) Laboratory equipment : As per requirement ( as specified in tender)
15) Sanitary blocks : Carpet area-15 square meter minimum
16) Administrative block and internal road.
To accommodate office room, chlorine room, laboratory room, panel board room, blower room etc. andWBM road to connect all units from main gate of plot.
17) Rates given blow are inclusive of uplift pressure if any and dewatering during entire work.
18) These rates are applicable for seismic zones- 3
19) All RCC structure shall be constructed in M.300
Job Conventional Water Treatment Plant Capacity 7.25 MLD. 18500000 Rs.One crore eighty five lakh only.
L.S. 18500000
TOTAL Rs. 18500000.00
SAY Rs. 18500000.00
124
Contractor No. of Corrections Executive Engineer
Notes for WTP 1 Contractor has to submit detailed Hydraulic design & RCC structural design & get it approved from Reputed /Govt. Engineering
College & M.J.P's Competent Authority at his own cost.
2 0.5 % Payment will be held for smooth finishing to all Exposed Surfaces till Satisfactory smooth finishing as satisfied by Engineer in charge.
3 5 % payment will be with held for Cube & Steel testing till Satisfactory results are Obtained for Every R.A. Bill & will be Forfeitted if the Agency does not Produce the Result.
4 Only tested cement,Steel as per relevant IS shall be used by the contractor. The Contractor shall arranged & produced test Certficates of Cement,Steel,Concrete Cubes from Reputed/ Govt.Polytechnic / Engineering College at his own Cost as per direction of Engineer in Charge.
5 10 % payment for RCC work of water retaining portion will be withheld till satisfactory hydraulic testing given by Agency.
6 W.T.P. Should be designed for 20 % overloading. 7 If Capacity of W.T.P. is increased or decreased due to any reason, The items in the tender will be deleted and for which extra item
will be prepared & approved by competent authority of M.J.P. & accordingly payment will be made to the contractor.
125
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL DIVISION, JALGAON
Name of Scheme:- Walwadi Water Supply Scheme,
Tal. Walwadi , Dist- Dhule
UNITWISE OBLIGATORY DETAILS FOR HYDRAULIC DESIGN FOR CONVENTIONAL W.T.P.
(CAP – 7.25 MLD)
I AERATION FOUNTAIN
a) Capacity (ultimate) 7.25 MLD or 0.302 ML/Hr
b)Area to be provided At the rate of 0.625 sq m./ML or 0.030 sq.m /
cum / hr. whichever is more
c) Min. number of cascade 4
d) Minimum Drop 0.80 to 1.00 m
Minimum rise of step 20 Cms
e) Collecting Channel Peripheral to the aeration fountain (free fall from
last step to channel shall be 20 Cm)
f) Free board Not less than 30 cms
g) Velocity 1 m/sec to 1.25 m/sec (Max)
h) Inlet of fountain 600 mm dia (I.D.) CI or MS / RCC central shaft
as per detailed specification.
i) Lip RL of A.F. 268.60 m.
j) Peripheral walkway 1.20 m wide (Minimum) connected to other
component.
k) Structure RCC (M-300)
II VENTURI FLUME
a) Capacity 7.25 MLD or 0.302 ML/Hr
b) Velocity in channel Not more than 0.6 m/sec.
c) loss of head 0.75 m (Maximum)
d) Free Board 0.30m (Minimum)
e) Access 1.2 m wide (Minimum) gallery connected toother
component.
126
Contractor No. Of Correction Executive Engineer
f) Structure RCC (M-300)
g) Measuring Device Simple flow meter with dial type indicator for
measuring the flow of water for minimum 100
cum/hr & maximum 500 cum / hr accurate in
reading up to 20 cum/hr shall be provided &
fixed. Float chamber can be controlled by inlet,
outlet valve arrangement.
III DISTRIBUTION CHAMBER:
A distribution chamber shall be provided after flash mixer for ultimate stage
requirement with a provision to divert the additional flow in ultimate stage.
Suitable outlet with valve shall be provided.
IV FLASH MIXER:
a) Type RCC Circular –1 No.
b) Detention period Not less than 60 seconds flow 0.302 ML/hr
c) Outlet in separate RCC
chamber with proper
discharge regulating
arrangement
2 Nos. designed to carry 7.25 MLD discharge
with maximum velocity of 1.80 m/sec. and
minimum 0.8 m/sec (One no. shall be kept
closed)
d) R.P.M. of blade 100 to 150 RPM
e) Free Board 0.30 to 0.50 m for normal flow
f) Value of G to be achieved G = 300 / Sec-1
g) Prime mover Of adequate HP of maintain speed of 150 RPM
of blade (Designed for ultimate stage flow of
0.302 ML/hr)
h) Loss of head 0.40 m (Maximum)
i) Side water depth 3.50 m (Maximum)
j) Shaft and blade Stainless steel
k) Access 1.20 wide (minimum peripheral walkway
connected with other component.)
l) M.S. cover for Motor 6.0 mm thick M.S. Sheet cover for motor
127
Contractor No. Of Correction Executive Engineer
V) CLARIFLOCCLATOR
a) No. of Units & type One No. of redial flow of 7.25 MLD
b) Rate of flow 0.302 ML/hr or 7.25 MLD
c) Detention period
i) Flocculator 30 Minutes
ii) Clarifier 2.50 hrs. Detention period (minimum) excluding
sludge storage capacity up to side water depth.
Note:- Capacity below clear side water depth of the clari-flocculater shall not
considered
d) SIDE WATER DEPTH
a. Flocculator 4.00 m maximum & 3.5 M Minimum.
b. Clarifier 4.00 m maximum & 3.5 M Minimum.
c. Free Board Not less than 50 cms
d. Floor Slope 1: 12 slope shall be provided towards central
sludge pit only.
e. Inlet Shaft RCC of adequate capacity with velocity between
0.8 to 1.80 m / sec. range.
f. Surface loading. 30 cum / sqm / day
g. Weir loading for clarified
water to be collected
200 to 300 cum / m / day
h. Type of Weir Peripheral launder and minimum 9.0 mm thick
S.S. / GRP (8 mm Thick ) right angle V notch to
give clear over fall in the launder.
i. Velocity at weir Not more than 0.3 m / sec.
j. Prime mover
i) Prime mover for blades 2 Nos. minimum and each not less than 2 HP
(should be designed by agency)
ii) Prime mover bridge 1 No. minimum of not less than 3 HP (should be
designed by agency)
k. Launder RCC M-300, outside the tank.
128
Contractor No. Of Correction Executive Engineer
l. Velocity of flow in
flocculator inlet
0.80 m to 1.50 m/sec.
m Range of velocity
gradient "G"
10 to 75 per sec –1 3 differential setting with in
this range shall be possible with gear box
Agitator assembly 4 Nos. of paddle agitator
n. Velocity in launder Not more than 1 m / sec m maximum difference
in clarifier and launder FSL should be 30 cms.
o. Type of clarifier bridge Full diameter of flocculator Half diameter of
clarifier.
p. Dia. of drain pipe Designed by the agency (Min. of 300 mm dia.)
C.I. / D.I.
q. Sludge removal Mechanized unit with continuous removal of
sludge under pressure.
r. Bleeding pipe with telescopic valve arrangement & valves shall be provided in
separate RCC chamber.
s. Access 1.20 m width (Minimum) peripheral walkway
connected to other component.
s. Sludge scrapper Mechanical sludge scrapper conforming to I.S.
10313-1982 The separating wall between
clarifier & flocculator should be in R.C.C. M-300
Only. Brick wall will not be accepted
VI. FILTERS
Type Rapid Sand Gravity
Design Flow 7.25 mld (0.302 ML/hour)
a) No. of beds & type 2 Nos. of rapid gravity flow closed type with
closed control bay at one side of battery with
one unit as 100% standby.
b) Depth of filter sand 0.60 to 0.75m
c) Minimum depth of gravel 0.45 M
d) Rate of filtration 6000 Lit/sq.m/hr
e) Overloading to be
guaranteed
20% of above rate.
129
Contractor No. Of Correction Executive Engineer
f) Carpet area of filter house
including entrance hall, main
panel board and air room,
office laboratory meeting
hall, rest room etc.
Not less than 125+75 sq.m. for two floors as per
layout sketch. With prominent location of
administrative block including filter beds with
operating and walkway.
g) Free Board Not less than 0.50 m
h) Rate of back wash water
Duration time of back wash
600 Lit/Sqm/min. of filter area.
10 Minutes.
i) Minimum free fall from
outlet weir to pure weir to
pure water channel
30 cms
j) Velocity in pure water
channel
1 to 1.5 m/sec with 20% over loading capacity
k) Under drain system Conventional A.C. pipe of designed dia. Class-
15 with C.I. header tees.
I) Lateral travel of wash
water up to the edge of
wash water gutter
Maximum 1.20m
m) Constant water level
above sand surface
Minimum 1.30m
n) Uniformity coefficient of
sand
1.30 o 1.70 mm
o)Effective size of sand with
Sp.Gr. 2.55 to 2.65
0.45 mm to 0.70 mm
p) Inlet sluice valve dia
for each filter bed
(Minimum)
300 mm Dia Min.
q) All outlet sluice valve dia.
for each filter bed
To be designed by agency to fulfill the
requirement
r) Drain valve of each filter
bed.
To be designed by agency to fulfill the
requirement
s) Min. control valves for
each filter unit
Filter inlet -1 No.,
130
Contractor No. Of Correction Executive Engineer
Filter water outlet -1 No.
Wash water inlet -1 No.
Wash water outlet -1 No.
Air inlet -1 No.
t) Loss of head Maximum 1.80 to 2.0 m
VII AIR BLOWERS
No. of units two numbers(One working + one
stand bye.)
a) Rate of air supply 1.0 cum/Sqm of filter area
b) Duration of supply 5 minutes minimium
c) Working pressure 0.35 kg/sq.cm.
d) Diameter of piping Exclusively in CI pipes and should be designed
by agency to fulfill the requirement.
VIII CHEMICAL HOUSE AND CHEMICAL STORES
a) Structure RCC Framed with brick panels in two
storeys with necessary gantry, chain pulley
arrangement.
b) i) Carpet area of chemical
house
Not less than 75 sq.m on each floor i.e. ground
and first floor. Total 150 sq.m. (Minimum)
ii) Carpet area of chemical
house (to be constructed
separately)
50 sq.m. Total carpet area of should be
constructed separately.
c) Head room 5m for G.F. & 4m for F.F.
Units to be accommodate:
a) Ground floor
Air blower room / Chemical store / Entrance
room / meeting room.
b) First Floor Alum / lime / TCL solution tank, laboratory room
& toilet etc.
c) Alum solution tank 2 Nos. each of size not less than 8 hours dosing
+ 0.3 m free board.
d) Lime solution tank 1 Nos. each size not less than 8 hrs dosing
capacity + 0.3 m free board.
e) TCL Solution tank 1 No. of size not less than 8 hours dosing
131
Contractor No. Of Correction Executive Engineer
capacity + 0.3 m free board
XI WASH WATER TANK
a) Construction RCC. The distance (clear vertical) between filter
house, roof slab and wash water tank, base slab
should be 2m.
b ) Capacity Capacity sufficient to clear 2 filter beds with
single compartment and one filter bed with two
compartments at a time.
c) F.S.L According to hydraulic design having min.,
residual head of 10 meter
d) Wash water outlets,
inlet,washout arrangement
To be designed in CIDF pipes according to the
requirements.
e) Outlets To be designed in CIDF pipes according to the
requirements.
f) Wash water consumption With maximum duration 10 minutes, 2 to 3% of
total flow in a day.
X. WASH WATER PUMP FOR BACK WASH WATER TANK
(Capacity to fill wash water tank in Two hours with 100 % stand bye.)
a) Type Electricity driven-centrifugal
b) BHP To be designed by agency to the requirement.
c) Discharge As per requirement.
d) Total Head 15m (approximate)
e) No. of Pumps 2 Nos. One to work at a time (with 100%
standby)
f) Gantry Suitable for lifting facility of minimum 2 MT
capacity. .
XI CHLORINATOR
a) No. of Units 2 No. for post-chlorination.
b) Dose Post-chlorination - 3 PPM.
c) Rated Discharge 7.25 MLD
132
Contractor No. Of Correction Executive Engineer
d) Type Vacuum feed type of required capacity of dosing
e) Injector Booster pumps suitable for working and
standby. 2 nos each for post-chlorinator with 2.0
No. of 900 kg capacity tuner.
XII TCL DOSING INSTALLING (EMERGENCY)
a) No. of units
b) Total rated capacity
c) Capacity of tank.
d) Drive for mixing
One No. to suit 4 ppm dosing.
7.25 MLD for all tanks.
to suit 4.0 PPM dosing.
By electric power
XIII BYE PASS ARRANGEMENT
As per Schedule "B" and as per standard specification.
XIV DRAINAGE ARRANGEMENT
As per Schedule "B" and as per standard specification.
XV ELECTRIC ARRANGEMENT
As per detailed specifications, internal as well as external.
XVI LABORATORY
EQUIPMENT
As per detailed specification.
XVII SANITARY BLOCK As per detailed specification to be constructed
separately.
XVIII PURE WATER SUMP
a) Capacity 305000 Lit.
b) Type R.C.C: SUMP
c) L.S.L.
d) Length of suction trench
of 1.0 m depth
259.600 (obligatory) including suction pit and / or
drawl pit.
For full length of sump of 1.0 m width having
slope 15 cm (total) towards drainage chamber.
e) Outlet B / F / valves To be designed by agency to suit the
requirement
133
Contractor No. Of Correction Executive Engineer
XIX PURE WATER PUMP
HOUSE
a) Floor area
b) Location
c) Height
64 sq.m (Min) 8 x 8 m ( Approximate)
Above sump or suitably located
6.50 m minimum
XX OBLIGATORY LEVELS
1) Lip of aeration fountain - RL. 268.60 m
2) Lip of outlet weir of inspection chamber of filter beds shall be less than 30 cms
above FSL of pure water channel at the point.
3) F.S.L. of launder of clarifier at outlet not less than 30 cm above F.S.L. of filter
bed.
4) F.S.L of flash mixer should be at least 40 cm above F.S.L. of clarifier.
5) L.S.L. of PWS at
RL.259.000
LSL below 259.00 M will not be accepted.
Note :- The above levels and minimum limits stipulated are obligatory and no reductions
are permissible, however other levels proposed shall be justified with supporting hydraulic
design subject to approval from Engineer-in-charge.
XXI VELOCITIES.
1) Velocity of wash water in wash water pipe line may be restricted to 2 to 3.0 m
per second and this be justified by supporting calculations.
2) Peripheral velocity of flocculation blades shall be within the range of 0.4 to 0.45
m/sec.
XXII LIMITS OF THE CONTRACTED WORKS
a) The raw water gravity main will end about 1.0 m below G.L. at the point 15.0 m
from the center of 350 mm dia. Duck foot bend at vertical pipe of the aeration
fountain.
b) Drainage arrangement collecting the waste water from filters, washout and
sludge from aeration fountain, flash mixer, clari-flocculators, sanitary block septic
tank, solution tanks etc. to be laid 100 mtr. in RCC NP-2 class pipes with required
diameter from common chamber is included in contract.
c) The limits of P.W. outlets is 15 m downstream of pure water sump .
134
Contractor No. Of Correction Executive Engineer
OBLIGATORY REQUIREMENTS OF WORKS
The RCC conventional Water Treatment Plant shall be designed by the Contractor at his
own cost with the following obligatory data
CAPACITY 7.25 MLD for the plant is as a whole. For individual unit as per Schedule
"B" and detailed specifications.
OBLIGATORY LEVELS
1) Lip of aeration fountain 268.60 M
2) F.S.L of P.W. sump 263.600 M.
3) LS.L of. P. W. sump (pit) 259.600 M
4) LSL of P.W. Sump 260.600 M.
LAYOUT OF PLANT
As per contractor's own design, within the boundaries of the enclosed contour plan
marked as A, B, C, D except the areas reserved for other utilities. The layout .suggested
by the department on the contour plan is only indicative and not binding to the
contractor. To have an overall aesthetic appearance to the entire site of the plant, the
contractor should arrange orientation of various units and. layout in such a way that
finally it should wear an elegant look. the front face shall have a special and beautiful
architectural treatment as compared to other faces on sides and rear. The department
reserves the right to modify the layout, if considered necessary. The layout shall indicate
internal roads.
SCOPE OF WORK
The work shall start from the inlet of the aeration fountain as specified in the item's
specifications. It shall end at the last manhole of the drainage system, as indicated on
the contour plan.
The design of the contractor must include all the units of the plant as per Schedule
"B". He shall not be permitted to modify the scope of work as per Schedule "B" and
specifications, not any alternative offer from the contractor shall be entertained. The
offer shall be strictly in line with N.I.T. stipulations.
FOUNDATION
The minimum depth of foundation for any of structures of this plant shall be 1.20
meters. or upto the depth of which suitable storage to meet out the required bearing
135
Contractor No. Of Correction Executive Engineer
capacity.
The design shall be based on bearing capacity as 10 tones/sq.m. If during actual
execution, strata encountered is found to be unsuitable for this specified bearing
capacity, then the contractor shall either deepen the foundation until the safe bearing
capacity is attained or else he shall modify and provide his design as would be suitable
to the actually available safe bearing capacity. The contractor shall have to carry out
such a change totally at his own cost and without any' liability to the department. The
contractor shall also be at liberty to modify his design suitably, in case he encounters
with a improved safe bearing capacity during actual execution, for which no deductions
shall be made in his financial offer. For deciding the safe bearing capacity, the actual
test carried out by the relevant I.S. specifications shall held good, strictly; The decision
of the Engineer-' in-charge shall be final and conclusive.
The offer of the contractor shall include excavation for all the units of the plant as per
Schedule "B" in all type of soft and hard strata, including all leads and lifts involved in
the work as per actual requirements at the site. It shall also include bailing or pumping
out of water right from commencement of work till its completion in all respects for the
entire plant unit as per Schedule "B".AII machineries, T&P staff etc. required for this job
shall have to be provided by the contractor at his own cost.
For any excavation, blasting operations shall be permitted only if the same is
admissible as per rules for department of explosive (State and Central Govt.). Any
damages or loss if occurred, during such operations will be at the total risk and cost of
the contractor. The contractor shall have to obtain prior permission of all the consequent
departments/ organizations if he wishes to carry out blasting operation in excavation or
for any other purposes.
CHANGES IN THE LOCATION OF PLANT SITE
If by chance, the site not indicated for locating the treatment plant is required to be
changed, for reasons beyond control of this department, still the offer of the contractor
shall hold good. If such a change necessities modifications in the design of the
department, the contractor shall have to do the same if there is additional expenditure
required it will be paid and if there is any saving, rebate will be taken from the
contractor.
TYPE OF CONSTRUCTION
Reinforced cement concrete cast in situ. Refer General Specification for P.C.C. and
R.C.C.
136
Contractor No. Of Correction Executive Engineer
STRUCTURAL DESIGN
To be based on the following I.S. specifications
1) I.S. 456/2000 latest edition)
2) I.S. 3370 -2009(part IV)
Part I 1965
Part II 1965 Latest print/edition.
Part III 1967
Part IV 2009
3) I.S. 875 -1987 (Latest print / edition)
4) I.S. 1893 -1976 (Latest print / edition) IS 13920-1993
5) National building code of India Latest Edition a Publication of I.S.I.
6) Any other I.S. specifications, not mentioned above but relevant in the design,
construction, etc. shall be made applicable. For such application, nothing extra ..shall
be payable to the contractor.
CONSTRUCTION
The construction shall be carried out as per (a) relevant ISS (b) standard
specification's a book of Maharashtra Govt. (Latest edition).
Note: In case where alternative are mentioned in above publications, for 'design as well
as construction purposes, the approval of the accepting authority of the tender shall
have to be obtained for the particular alternative proposed to be used by the contractor.
If the department does not agree to that alternative, the contractor shall have to adopt
the alternative as suggested by the department, without extra cost.
Required land scaping of whole area of Water Treatment Plant as per site condition is
included in the scope of the WTP work . while submitting general arrangement drawing
with hydraulic design calculation of WTP Units internal roads with land scaping shall be
considered.
General requirements to be provided for in all the structures besides those
enumerated in schedule "b" obligatory data and detailed specifications
1) for civil works: (Appendix - "A") For all civil works, the requirements placed at
appendix A of this tender paper set shall to be compulsory followed.
2) for mechanical works: (Appendix-"B") The requirements place at appendix B shall
137
Contractor No. Of Correction Executive Engineer
essentially govern the offer of the contractor.
3) for electrical work: (Appendix- C ') The requirements and specifications at Appendix C
of this tender set shall be binding on the part of the contractor wherever such works
occur in the offer.
4) for architectural works: The offer of the contractor should include architectural
treatment to all the plant structures including pure water sump and pump house to give
an elegant look to the complete premises. For this purpose, the firm should submit the
colored pictorial with a 3D sketch view drawings for approval of the department.
USE OF BARS FOR R.C.C. MEMBERS
Only high yield strength deformed cold twisted bars shall have to be used by the
contractor. Reinforcement design should be based considering use of HYSD bars only.
The stresses to be adopted for design purposes shall be
1) Maximum permissible tensile stress -1900 kg/sq. cm
2) Reduction in the permissible stress for surfaces in contact with water shall be as per
I.S. codes.
Specific requirements to be provided for in the design of the structures
1) All members of the structure in contact with water shall be in C.C. grade
M-300 only. In case of vertical walls of water retaining structures, the portions of wall
above F.S.L. shall also be of the same grade as that of the portion below it. The
minimum thickness of such members shall not be less than 20 cm
2) Wherever partition walls are provided in water retaining structures, those shall be
designed for the worst conditions such as one compartment full while other as empty.
3)The side walls of water retaining structure shall be designed for
a) Tank full condition without earth filling from outside. .
b) Tank empty condition when saturated earth pressure is existing from outside.
LEADS AND LIFTS .
Leads and lifts of construction material such as sand metal, etc. shall be confirmed by
the contractor prior to submission of his offer which shall includes all lead charges.
SOURCE OF RAW WATER SUPPLY :-
The source of raw water is surface water of of Nakane tank and it will be admitted
138
Contractor No. Of Correction Executive Engineer
at the treatment works site through a 350 mm dia. D.I. gravity main. This main will
terminate with ordinary spigot end at a distance of 15 m from the center of duck foot
bend of the aeration fountain, from where the contractor shall connect his pipe line
leading to aeration fountain.
QUALITY OF RAW WATER
The results of chemical analysis for samples of water are given in the statement
attached. The results are for rough guidance. As regards the requirements and the
scope of the treatment works to be proposed, the contractor should carryout sample
tests independently at his cost of verify the data given or in order to have additional
data.
FOUNDATION CONDITIONS AND PRESCRIBED BEARING CAPACITIES
Indicative results of trial pits are shown on the drawing. But these are only for
guidance without obligation. The tenderizers shall verify these results by taking actual
trial pits on site and refilling them afterwards at his own cost. The foundation levels shall
be proposed with minimum depth of foundation as 1.2 m and they should be got
approved from the Engineer-in-charge. The bearing capacities of the actual strata met
with at the foundation levels shall wherever the required, got tested at Contractor's cost
and in the presence of Engineer-in-charge. Detailed design shall be prepared and
submitted by the Contractor and got approved from the department before the work is
started
DESIRED PERFORMANCE OF TREATMENT WORKS
The filtered water shall confirm to following requirements.
PHYSICAL QUALITY.
With the maximum turbidity of. water as P. P. M. the clarified water turbidity shall not
be more than 20 P.P.M. and that of filtered water should be below 1 P.P.M. as per
CPHEEO's standards.
The colour shall be restricted to 5 units of platinum cobalt scale. The test should not
be offensive. The water shall be free from any odour.
139
Contractor No. Of Correction Executive Engineer
BACTERIAL PURIFICATION
a) For 90% samples throughout the month the MPN index of coliform bacterial should
normally be less than (1) one in 100 ml. None of the samples should contain an MPN of
coliform exceeding 10 per 100 ml.
b) It shall not contain more than 100 total colonies per cubic centimeters at 37° C
temperature after 24 hours incubation with Agar as culture media.
WASH WATER CONSTRUCTION
It shall not exceed 1.5% of the total water filtered as counted on the average of the
working during trial run.
WATER TIGHTNESS TEST
All the water retaining and carrying structures will have to be tested for their-
water tightness by filling them with water up to their designed F.S.L. Similarly, the
pipe line will have to be tested hydraulically.. Structures will be considered water
tight . when the reduction In filled up to level is not more than 6 mm In 48 hours. As
regards pipe lines, they should hold a pressure of 60 meters head of water of
.pressure as directed by the Engineer-in-Charge without reduction for thirty minutes.
The drainage pipe line should with stand a minimum pressure of 10. meters head of
water for 30 minutes, without reduction in it. The portion of structures below ground
level should be water tight against external water. There should be no seepage or
wet spot on the internal surface when ground is saturated with. water. The contractor
will have to give all such hydraulic tests by making his own arrangements for water
supply, filling and disposing off water after the test.
He shall repeat this test if necessary until the above results are achieved and
certified by the Engineer-in-charge without any claim for extra cost. The contractor
shall carry out the rectification's of the structure or pipe line to achieve the above
tests at his own cost. The structures and pipe lines shall be kept filled with water up
to F.S.L. after the above test are over at his own cost.
SATISFACTORY COMPLETION OF VARIOUS ITEMS
The sub-works included in the schedule of works are for job work on lump-
sum basis. The various items of the sub-work are to fit imperfectly in the whole plant
physically, hydraulically, architecturally and mechanically so as to form an effective
working part of the whole plant as per specifications. Each sub-work will be
considered as complete when it is completed as per specifications and put into
commission, as per standard, as a successful component part of the whole plant.
140
Contractor No. Of Correction Executive Engineer
TRIAL RUN
After the completion of work, the contractor shall run the plant with all it's
installations for a period of three months as a trial run. If the trial run is not started in
rainy season additional 3 months performance trial run of W.T.P. should be given by
the contractor in addition to 3 months trial run in other season without any extra cost.
During this period of three months, necessary chemical and electrical energy will be
supplied by the Department at it's cost.
The unskilled labour shall work under the guidance of contractor's qualified
and experienced supervisors, who will carry out necessary tests, instruct and train
the departmental staff in the method of operation within this 'period of 3 months. The
quotation for treatment works as a whole will include the services of contractor's
supervisors for the above period and no extra payment will be made.
Necessary log books in prescribed proforma shall be opened and day to day
result of observations shall be entered therein and shall be signed both by the
representative of the Department and the contractor for all days of the trial run. For
this purpose, it is quite necessary that all the equipment's, gaudiest, laboratory
instruments, and glassware etc. have to be installed and commissioned from the
very first day of trial run. Tile trial run period shall therefore start only after full
completion of works in all respects as per agreement and after full rectification of
defects in construction and installation as observed and pointed out by the
department before starting trial run.
The contractor shall inform officially the name of his authorized representative
who would be in charge of trial run period. The contractor shall also supply printed
manual maintenance, instructions and maintenance charts. Detailed completion
drawings of equipment’s duly glass framed shall be supplied free of cost to the
Department.
141
Contractor No. Of Correction Executive Engineer
GUARANTEE PERIOD
The contractor shall guarantee the successful operation of plant for 12 months
period inclusive of 3 months trial run commencing not latter than by one month after
physical completion of the works. During this guarantee period if any defects and
short comings due to faulty design of the plant, defective mechanical and electrical
equipment’s or defective construction are observed, those will have to be rectified by
him without extra cost. Such defects shall be attended to by the contractor forthwith
as soon as reported by the Department. .
MECHANICAL EQUIPMENT
All the mechanical equipment’s required for the working of plant shall be provided
of robust and durable type construction. The material used for the various items shall
be specially selected or best quality and should be full proof against physical. and
chemical ill effects of the water coming' in it's contact. All equipment’s shall run by
Electrical energy only. Disc valves and wooden planking for curves shall not be
'provided. All M.S. shutters and pen stocks shall be brass lined and with lifting
arrangement.
SPARE PARTS AND OPERATION TOOLS AND PLANTS
The contractor shall supply along with the tender papers full list of the spares
and particulars of the spare parts required to ensure uninterrupted operation of the
plant. The offer of the contractor shall include supply of all the tools and plants for
erection and maintenance of the plant as a whole and also the spare parts for item of
the plant which generally get worn out within two year's period. The names of firms
supplying the spare parts with trade numbers and probable normal and average
delivery period should also be mentioned in the list of spare parts.
COMPLETION DRAWINGS
Four sets of completion drawings for the whole plant showing details of each unit
and each equipment so that modifications if necessary later on could be done
without any difficulty shall be furnished by the Contractor at no extra cost.
142
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK. MAHARASHTRA JEEVAN PRADHIKARAN URBEN & RURAL SCHEME DIVISION,
JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
BREAKUP OF PAYMENT
FOR SUBWORK OF WATER TREATMENT PLANT CAPACITY 7.25 MLD
Rs. 18500000 Sr No Particulars
PERCENTAGE AMMOUNT OF BREAKUP
1 Aeration Fountain 1 185000.00
2 Raw Water Channel with Parshal Flume 5 925000.00
3 Flash Mixer 3 555000.00
4 Clarriflocculator 14 2590000.00
5 Rapid sand Filter & Filter House 19 3515000.00
6 Wash water Tank, Pumps,Air Blower 13 2405000.00
7 Chemical House & Alum Store 13 2405000.00
8 Chemical Tank 2 370000.00
9 Pump House 3 555000.00
10 Chlorination Room , Chlorinators
7 1295000.00
11 Electrification
4 740000.00
12 Laboratory Equipment 1 185000.00
13 Bypass Arrangement 2 370000.00
14 Drainage Arrangement 3 555000.00
15 Sanitary Block 1 185000.00
16 Administrative Block & Internal Road 4 740000.00
17 Trial Run 5 925000.00
Total 100 18500000.00
Ratio of Works
1 Civil Works --- 60 % Cost of subwork 11100000.00
2 Mechanical Works --- 40 % Costo f subwork 7400000.00
Note :- The Contractor should submit itemwise detailed breakup to Civil & Mechanical work at the time of execution & got approved from Superintending Engineer Decision regarding detailed itemwise breakup of WTP,of Superintending Engineer is binding with Contractor.
143
Contractor No. Of Correction Executive Engineer
Notes:-
1. The Hydraulic gradient shown on flow diagram shall be strictly observed. In no case, the
losses provided shall be reduced.
2. The Department has suggested the layout of the plant which enclose with the tender
document however the successful tenderer may propose a different layout keeping in mind
the essence of purpose and specification of the work . However this shall be subject to the
approval by engineer in chargers of the work or approval authority.
3. The successful tender on award of the work shall summit the hydraulic design along with
the works calculations for hydraulic losses and general arrangement drawings of the water
treatment plant to the Executive Engineer. in charge of the works. The general arrangement
drawings shall include the hydraulic flow diagram layout plan, key plan, plans of the
structure at various levels and sectional elevation showing various hydraulic and structural
level ,The contractor shall engage the services of the experienced and reputed designer for
the correct interruption of data and for submission of efficient design . After getting
approval to these drawings only then he shall proceed ahead with structural design of the
plant.
The contractor shall also submit the front elevation and side elevation of the plant. The
plant shall esthetically look good and if necessary elevation treatment may be given to
beautify the structure
4. The successful tenderer shall be ultimately responsible for the stability and soundness of
the various structures. He shall also be completely responsible for the quality of the treated
water and the efficiency of the unit process. The criteria for quality of treated water is
mentioned else where in the tenderer.
Desired performance of the water treatment plant
The treated water shall conformed with the following requirements
Physical and chemical quality
1. The Filtered water shall be clear in appearance with the turbidity less then 2 NTU on the
nephelometric turbid meter .
144
Contractor No. Of Correction Executive Engineer
2. The Filtered water shall be free from colour with maximum limit of 10 on the platinum
cobalt scale
3. The turbidity of settled water shall be preferably 15 NTU with maximum limit up to 20
NTU
4. The continuous filter run shall not be less than 20 - 24 hours with a loss of head not
exceeding 2 M at the designed flow rate.
5. The duration of filter backwash shall not exceed 10 Min with water on the bed at close of
backwash having turbidity less than 20 -30 NTU
6. The wash water shall not exceed 2 % to 3% of the quantity of the treated water as
calculated for the duration of one year
7. At the commencement of filter run after backwash the initial headloss shall not exceed o
to 0.30 M
8. The PH value of filtered water shall be between 6.50 to 8.50
Bacteriological quality
9. In a standard plate count test , the filter shall not contain 100 total colonies per cubic cm
at 370 centigrade after 24 hour incubation on ager agent
10. In 90% of the sample examined through out any year, coliform bacteria shall not be
detected or the MPN index of , coliform micro organism shall be less than 1.00 None of the
sample should have an MPN index of coliform bacteria in excess of 10 .An MPN index of 8
– 10 should not in to occur in two consecutive samples (per 100 ml of sample )
145
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBEN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof. Sub work No 6 :- PURE WATER PUMPING MACHINERY
Cost put to tender Rs. 4110349.00
Quantity.
Item No.& Description of Item Tender Rate
Unit Amount In Figure In Words
Item No.1:- V.T.Pump set
2.00
Providing, erecting, commissioning & Testing of V.T. water lubricated pump set having capacity of 203263 LPH against total head 71 mtrs with (5 mtr. colum length including bowl assly.) ….. Etc comp As per detailed specification. 435467.00
Rs. Four lakh thirty five thousand four hundred sixty seven only. Nos 870934.00
Item No.2:-CentrifugalMonoblock pump
2.00
Providing, erecting, commissioning & Testing of Centrifugal monoblock pump set having capacity of 96250 LPH against total head 32 mtrs .….. Etc comp As per detailed specification. 59571.00
Rs. Fifty nine thousand five hundred seventy one only. Nos 119142.00
Item No.3:- Vaccum Pump
1.00
Providing, erecting, commissioning & Testing of Vaccum pump set with GI pipes,gate valves,Cable,Starter ….. Etc comp As per detailed specification. 94354.00
Rs. Ninety four thousand three hundred fifty four only. Nos 94354.00
Item No.4 A: Pressure gauge
6.00
Providing, erecting, commissioning & Testing of 150 mm.dia. pressure gauges 0 to 7 kg/cm² ….. Etc comp As per detailed specification. 747.00
Rs. Seven hundred fourty seven only. Nos 4482.00
146
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.4 B: G.I. pipes
25.00
Providing, erecting, commissioning & Testing of 15 mm.dia. midum duty G.I. pipe for connecting pressure gauge to rising main ….. Etc comp As per detailed specification. 98.00 Rs. Ninety eight only. Mtr 2450.00
Item No.5 A: Sluice valve
2.00
Providing, erecting, commissioning and testing of 200 mm.dia. Sluice valve PN.1 rating as per detail specification…. Etc. completed. ( For VT Pumpset ) ….. Etc comp As per detailed specification. 20697.00
Rs. Twenty thousand six hundred ninety seven only. Nos 41394.00
Item No.5 B: Sluice valve
2.00
Providing, erecting, commissioning and testing of 150 mm.dia. Sluice valve PN.1 rating as per detail specification ….. Etc comp As per detailed specification. 12148.00
Rs. Twelve thousand one hundred fourty eigth only. Nos 24296.00
Item No. 6 A: Reflux valve
2.00
Providing, erecting, commissioning and testing of 200 mm.dia. Reflux valve PN.1 rating as per detail specification.….. Etc comp As per detailed specification. 19179.00
Rs. Nineteen thousand one hundred seventy nine only. Nos 38358.00
Item No. 6 B: Reflux valve
1.00
Providing, erecting, commissioning and testing of 250 mm.dia. Reflux valve PN.1 rating as per detail specification ….. Etc comp As per detailed specification. 31601.00
Rs. Thirty one thousand six hundred one only. Nos 31601.00
Item No. 6 C: Reflux valve
2.00
Providing, erecting, commissioning and testing of 150 mm.dia. Reflux valve PN.1 rating as per detail specification.….. Etc comp As per detailed specification. 11803.00
Rs. Eleven thousand eight hundred three only. Nos 23606.00
Item No. 6 D: Reflux valve
1.00
Providing, erecting, commissioning and testing of 200 mm.dia. Reflux valve PN.1 rating as per detail specification.….. Etc comp As per detailed specification. 19179.00
Rs. Nineteen thousand one hundred seventy nine only. Nos 19179.00
147
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 7 : Flanged Foot Valve
2.00
Providing, erecting, commissioning and testing of 150 mm dia flanged foot valve as per detail specification.….. Etc comp As per detailed specification. 2525.00
Rs. Two thousand five hundred twenty five only. Nos 5050.00
Item No.8 A: M.S. Specials
2000.00
Providing, laying, Jointing & commissioning of M.S.. flanged pipes & M.S.. specials ….. Etc comp As per detailed specification. 62.00 Rs. Sixty two only. Kg 124000.00
Item No.8 B: C.I. Specials
500.00
Providing, errecting C.I. Specials of various dia ….. Etc comp As per detailed specification. 64.00 Rs. Sixty four only. Kg 32000.00
Item No.9: Dismentalling Joints
Providing, errecting, commissioning & testing Dismentalling joints of following dia including jointing material ….. Etc comp As per detailed specification.(2 for pump & two for flow meter)
1.00 A: 150 mm.dia. For flow meter(Market rate) 9881.00 Rs. Nine thousand eight hundred eighty one only. Nos 9881.00
3.00 B: 200 mm.dia. For 2 for V.T. Pump & one for Flow Meter 12008.00 Rs. Twelve thousand eight only. Nos 36024.00
Item No.10
Providing, fixing & testing flange joints of following dia including jointing material ….. Etc comp As per detailed specification.
6.00 A: 250 mm.dia. flange joints 824.00 Rs. Eight hundred twenty four only. Nos 4944.00
20.00 B: 200 mm.dia. flange joints 572.00 Rs. Five hundred seventy two only. Nos 11440.00
148
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
20.00 C: 150 mm.dia. flange joints 552.00 Rs. Five hundred fifty two only. Nos 11040.00
Item No. 11: Electric Motor (90 BHP)
2.00
Providing, erecting, commissioning & Testing of Electric motor suitable drive the item No.1A pump ….. Etc comp As per detailed specification. 356282.00
Rs. Three lakh fifty six thousand two hundred eighty two only. Nos 712564.00
Item No. 12: L.T.Panel Board
1.00
Providing, erecting, commissioning and testing of M.S. cubical L.T. panel board with accessories ….. Etc comp As per detailed specification. 343954.00
Rs. Three lakh fourty three thousand nine hundred fifty four only. Nos 343954.00
Item No.13: ATS Starter
2.00
Providing, erecting, commissioning & Testing of fully automatic operated starter, floor mounted oil immersed auto transformer with 50%, 65% & 80% tapping ….. Etc comp As per detailed specification. ( Air break contractor 200x110x110 Amp) 161398.00
Rs. One lakh sixty one thousand three hundred ninety eight only. Nos 322796.00
Item NO.14: Cable
60.00
A: Providing, erecting, commissioning & Testing of P.V.C. insulated, XLPE/ PVC sheathed armourd alluminium conductor 31/2 core 185 Sqmm 1100 Volt grade cable ….. Etc comp As per detailed specification. 1423.00
Rs. One thousand four hundred twenty three only. Mtr 85380.00
40.00
B: Providing, erecting, commissioning & Testing of P.V.C. insulated, PVC sheathed armourd alluminium conductor 3.00 core 120 Sqmm 1100 Volt grade cable ….. Etc comp As per detailed specification. (from panel to 75 HP motor) 869.00
Rs. Eight hundred sixty nine only. Mtr 34760.00
80.00
C: Providing, erecting, commissioning & Testing of P.V.C. insulated, PVC sheathed armourd alluminium conductor 3.00 core 10 Sqmm 1100 Volt grade cable ….. Etc comp As per detailed specification. (from panel to 25 HP motor ) 191.00
Rs. One hundred ninety one only. Mtr 15280.00
149
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item
Tender Rate Unit Amount
In Figure In Words
30.00
D: Providing, erecting, commissioning & Testing of P.V.C. insulated, PVC sheathed cable for capacitor 3 X 16 sqmm aluminum, armourd cabale from connection of MCCB and Pannel on Capacitor .….. Etc comp As per detailed specification.
233.00 Rs. Two hundred thirty three only. Mtr 6990.00
1.00
E: Providing, fixing required size glands, lugs to cable ….. Etc comp As per detailed specification. 5744.00
Rs. Four thousand three hundred ninety seven only. L.S. 5744.00
35.00
F: Providing a trench of suitable width & 0.9 m deep & laying provided cable & refilling the same with screened sand, bed of 0.2 m ….. Etc comp As per detailed specification. 74.78
Rs. Seventy four & Paise Seventy eight only. Mtr 2617.30
Item No.15: Transformer
1.00
Providing, Errecting, commissioning Step down wound out door type on load tap changer transformer 11KV /0.433 KV., 200 KVA capacity suitable for outdoor ---with third party inspection ….. Etc comp As per detailed specification. 358487.00
Rs. Three lakh fifty eight thousand four hundred eighty seven only. Nos 358487.00
Item No.15 B: Foundation plinth
1.00
Providing, laying , casting c.c. foundation blocks, supporting blocks for pumpsets , deliveryvalve support , panel base , in prop.1:2:4 including cost of all labour and materialcuring ….. Etc comp As per detailed specification. 6788.70
Rs. Six thousand seven hundred eighty eight & Paise seventy only. Each 6788.70
Item No.16: 4 Pole Sub-Station. .
1.00
Providing, errecting, testing , commissioning 4 pole structure foundation all required electrical accessories to receive 11 KV, 3 PH 50 Hz supply from transformer ….. Etc comp As per detailed specification. 196047.00
Rs. One lakh ninety six thousand fourty seven only. No 196047.00
150
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.17: Safety equipment
1.00
Providing safety equipments as per I.E. rules required for transformer substation ….. Etc comp As per detailed specification. 15367.00
Rs. Fifteen thousand threre hundred sixty seven only. No 15367.00
Item No.18 A: Earthing
16.00
Carrying out double earthing to all electrical equipments ….. Etc comp As per detailed specification.
1740.50
Rs. One thousand seven hundred fourty & Paise Fifty only. Nos 27848.00
Item No.18 A: Earthing Strip
50.00
Providing fixing G.I. Earthing Strip ….. Etc comp As per detailed specification. 78.60
Rs. Seventy eight & Paise Sixty only. Kg 3930.00
Item No.19: Electrification
1.00
Carrying out electrification to pump house ….. Etc comp As per detailed specification. 62483.00
Rs. Sixty two thousand four hundred eighty three only. Nos 62483.00
Item No. 20: Tools
1.00
Supplying hand tool ….. Etc comp As per detailed specification. 31116.00
Rs. Thirty one thousand one hundred sixteen only. Nos 31116.00
Item No. 21: Lifting arrangement
1.00
Providing and erecting and commissioning lifting arragement A: 3 MT capacity C.P. Block ….. Etc comp As per detailed
specification. 17769.00
Rs. Seventeen thousand seven hundred sixty nine only. Nos 17769.00
1.00
B: 3 MT Capacity Travilling trolly ….. Etc comp As per detailed specification. 11935.00
Rs. Eleveen thousand nine hundred thirty five only. Nos 11935.00
400.00
C: ISMB 300 ….. Etc comp As per detailed specification.
53.35 Rs. Fifty three & Paise thirty five only. Kg 21340.00
151
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 22: Name Board
1.00
Providing, fixing wall mounting type, name board duly painted with all detail machinery makes, modles .….. Etc comp As per detailed specification.. 1254.00
Rs. One thousand two hundred fifty four only. Sqm 1254.00
Item NO. 23 A: Flow Meter 250 mm Dia.
1.00
Providing ,installing commissioning 250 mm dia full bore electromagnetic flow meter on rising main with all accessories etc completed.( For VT Pump ) 174339.00
Rs. One lakh seventy four thousand three hundred thirty nine only. No. 174339.00
Item NO. 23 B: Flow Meter 200 mm dia.
1.00
Providing ,installing commissioning 200 mm dia full bore electromagnetic flow meter on rising main with all accessories etc completed. ( For CF Pump ) 147385.00
Rs. One lakh fourty seven thousand three hundred eighty five only. No. 147385.00
Total Rs. 4110349.00
Say Rs. 4110349.00
152
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof. Sub work No 7 :- PURE WATER RISING MAIN ( 250 M.M.dia D.I.K.-9 L=2790 M ,110 to 250 M.M.dia P.V.C.6 Kg/sqcm L=4535M )
Cost put to tender Rs. 7682678.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Providing and supplying in standard lengths ISI mark rigid unplasticised PVC pipes suitable for potable water with solvent cement joints including cost of couplers, as per IS specification no. 4985 / 1988 including all local and central taxes, transportation, freight charges, inspection charges, loading, unloading, conveyance to the departmental stores / site and stacking the same in closed shed duly protected from sun rays and rains including cost of jointing material i.e. solvent cement, etc. complete (self fit type to be jointed with cement solvent).
1060.00
110 M.M.dia P.V.C.6 Kg/sqcm
142.00 Rs. One hundred fourty two only. Rmt 150520.00
153
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.2
Providing and supplying in standard lengths ISI mark rigid unplasticised PVC pipes for potable water with rubber ring joints including cost of rubber ring as per IS 4985-1988, all local and central taxes, transportation. freight charges, transit insurance, inspection charges, loading, unloading, conveyance to store / site and stacking the same in closed shed duly protected from sun rays and rains, etc. complete as directed.( With third party inspection )
270.00
160 M.M.dia P.V.C.6 Kg/sqcm
323.00 Rs. Three hundred twenty three only. Rmt 87210.00
2155.00
200 M.M.dia P.V.C.6 Kg/sqcm
549.00 Rs. Five hundred fourty nine only. Rmt 1183095.00
690.00
225 M.M.dia P.V.C.6 Kg/sqcm
693.00 Rs. Six hundred ninety three only. Rmt 478170.00
360.00
250 M.M.dia P.V.C.6 Kg/sqcm
866.00 Rs. Eight hundred sixty six only. Rmt 311760.00
ITEM NO.3
Providing ,supplying ISI standered rigid P.V.C. specials and fitting with soloution for above PVC pipes including cost of all labour and materials and transportion to store / site ,loading unloading including all taxes etc complete
PVC specials 6kg/cm2 Equal Tee
6.00 250.00 MM 1519.50 Rs.One thousand five hundred nineteen & Paise Fifty only . No 9117.00
154
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words 6.00 225.00 MM 1519.50 Rs.One thousand five
hundred nineteen & Paise Fifty only . No 9117.00
10.00 200.00 MM 1480.00 Rs.One thousand four hundred eighty only . No 14800.00
6.00 160.00 MM 415.00 Rs.Four hundred fifteen only. No 2490.00
6.00 110.00 MM 157.85 Rs.One hundred fifty seven & Paise Eighty five only. No 947.10
Bend
7.00 250.00 MM 2853.50 Rs.Two thousand eight
hundred fifty three & Paise Fifty only . No 19974.50
11.00 225.00 MM 2121.25 Rs.Two thousand one hundred twenty one Paise Twenty five only . No 23333.75
12.00 200.00 MM 1416.50 Rs.One thousand four hundred sixteen & Paise Fifty only . No 16998.00
8.00 160.00 MM 754.30 Rs.Seven hundred fifty four & Paise Thirty only . No 6034.40
8.00 110.00 MM 198.10 Rs.One hundred ninety eight & Paise Ten only . No 1584.80
M.S. Flanges
100.00 M.S. Flanges 62.00 Rs.Sixty two only . Kg 6200.00
155
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words Tail Piece
8.00 250.00 MM 413.45 Rs.Four hundred thirteen & Paise Fourty five only . No 3307.60
6.00 225.00 MM 319.80 Rs.Three hundred nineteen & Paise Eighty only . No 1918.80
6.00 200.00 MM 229.50 Rs.Two hundred twenty nine & Paise Fifty only . No 1377.00
4.00 160.00 MM 110.00 Rs.One hundred ten only . No 440.00 4.00 110.00 MM 37.20 Rs.Thirty seven & Paise
Twenty only . No 148.80 Reducer
2.00 250 X 110 773.30 Rs.Seven hundred seventy three & Paise Thirty only . No 1546.60
2.00 250 X 200 524.15 Rs.Five hundred twenty four & Paise Fifteen only . No 1048.30
4.00 250 X 160 684.25 Rs.Six hundred eighty four Paise Twenty five only . No 2737.00
2.00 200 X 160 767.60 Rs.Seven hundred sixty seven & Paise Sixty only . 1535.20
2.00 200 X 110 299.10 Rs.Two hundred ninety nine & Paise Ten only . No 598.20
3.00 160 X 110 179.40 Rs.One hundred seventy nine & Paise Fourty only . No 538.20
Coupler
20.00 250.00 MM 590.70 Rs.Five hundred ninety & Paise Seventy only . No 11814.00
20.00 225.00 MM 445.90 Rs.Four hundred fourty five & Paise Ninety only . No 8918.00
156
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words 35.00 200.00 MM 312.30 Rs.Three hundred twelve
& Paise Thrty only . No 10930.50 35.00 160.00 MM 162.20 Rs.One hundred sixty two
& Paise twenty only . No 5677.00 38.00 110.00 MM 57.80 Rs.Fifty seven & Paise
Eighty only . No 2196.40
ITEM NO.4
Providing and supplying ISI standard D.I. specials & fittings with sealing rubber gasket of S.B.R.,complete with Cast iron follower gland and M.S. nut & bolts coated or otherwise protected from rusting and suitable for D.I. pipes including cost of all labours and materials and transportation to stores / site, loading , unloading including all taxes , etc. complete.as per IS9523
5200.00
For all types of specials bends tees & S/S/ specials /socketed branch / flanged specials 80 to 300 mm 91.00 Rs Ninety one only. kg 473200.00
ITEM NO.5
Providing and supplying ISI standard M.S. specials of required thickness with 3 coats of approved make epoxy paint (Shalimar, ciba or mahindra & mahindra make ) from inside and outside including all taxes (Central & Local ) octri ,inspection charges , transportation to stores / site and stacking etc complete.
2714.00
Double Flanged/socketted / Plain/ Machine ended specials for all diameter 62.00 Rs Sixty Two only. Kg 168268.00
157
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.6
Providing and supplying ISI mark CI D/F reflux valves (non-return valves ) of following dia including all taxes (Central and Local), railway freight, inspection charges unloading from railway wagon, loading into truck, transportation up to departmental stores/ site, unloading, stacking etc. complete. Reflux valves as per I.S.5312 Part I (1984)
1.00
A)100 M.M. Dia Reflux valve PN1without bypass arrangement 5272.00
Rs.Five thousand two hundred seventy two only. No 5272.00
1.00
B)200 M.M. Dia Reflux valve PN1 without bypass arrangement
16383.00
Rs.Sixteen thousand threee hundred eighty three only. No 16383.00
2.00
C)250 M.M. Dia Reflux valve PN1.6 without bypass arrangement 36098.00
Rs.Thirty six thousand ninety eight only. No 72196.00
ITEM NO.7
Providing & supplying double flange sluice Valve conforming for IS 2906/14846 including warn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
2.00
a)100 M.M. Dia C.I.D.F. Sluice valvePN 1 without bypass arrangement 6307.00
Rs.Six thousand three hundred seven only. No 12614.00
7.00
b)200 M.M. Dia C.I.D.F. Sluice valvePN 1 without bypass arrangement 17901.00
Rs.Seventeen thousand nine hundred one only. No 125307.00
4.00
c)250 M.M. Dia C.I.D.F. Sluice valvePN 1.6 without bypass arrangement 34613.00
Rs.Thirty four thousand six hundred thirteen only. No 138452.00
158
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.8
Providing and supplying Kinetic Double Orifice type Air Valves as per MJP’s standard specifications combined with screw down isolating valve ,small orifice elastic ball resting on a gun metal orifice nipple, large orifice vulcanite ball seating on molded seat ring, inlet face and drilled, including all taxes (Central and local), insurance, third party inspection charges, loading, unloading, transportation up to departmental stores / site, etc. complete.
10.00
a) Kinetic Air Valve Flanged Type -50 mm,dia PN -1.0
10860.00 Rs.Ten thousand eight hundred sixty only. No 108600.00
3.00
b) Kinetic Air Valve Flanged Type - 50 mm, dia PN -1.6
12873.00
Rs.Twelve thousand eight hundred seventy three only. No 38619.00
ITEM NO.9
8099.33
Excavation for pipe trenches for works of transmission mains, leading mains, distribution system & for all types of pipe materials in all types of earthy or sandy materials, soils of all types, clay, mud, soft, average or hard murum, all types of disintegrated rock, shingles, brickbats, isolated boulders of any size, all types of rock including soft, hard & manjara rock by permissible & suitable methods such as blasting, control blasting, chiseling, wedging, line drilling & / or by use of mechanical means including excavation in all types of road surfaces such as W.B.M., Asphalt, Concrete road including trimming the surfaces by chiseling wherever required including removing the roots of trees met with during excavation, leveling the bed & keeping it clean & dry by dewatering & making ready for lowering laying of pipes, manual dewatering, excluding backfilling, including removing excavated stuff up to a distance of 50 meters and stacking the same as directed by Engineer in Charge, etc. complete. Lift 0.00 to 1.50 M
268.86 Rs.Two hundred sixty eight & Paise eighty six only . Cum 2177585.86
159
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.10
899.93
Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation 15cm to 20cm layers including watering and compaction complete. 50.00 Rs.Fifty only. Cum 44996.50
ITEM NO.11
Lowering laying and jointing with SBR rubber gaskets D.I. S/S pipes of various classes with DI / MS specials of following diameter in proper position, grade and alignment as directed by Engineer-in-charge including conveyance of material from stores to site of work including cost of jointing materials & rubber ring , labour , giving hydraulic testing etc complete
2790.00
With Rubber Ring 250 MM Dia DIK-9 pipe
154.00 Rs.One hundred fifty four only. Rmt 429660.00
Note :- Only SBR rubber gasket to be used as per IS 5382 and IS 12820
ITEM NO.12
Lowering, laying and jointing with P.V.C. pipes and specials of following class and diameter including cost of conveyance from stores to site of works including cost of all labour, material, except cement solvent, rubber ring, giving satisfactory hydraulic testing as per IS code, etc. complete (with cement solvent joint / ring fit joint).
1060.00 110 M.M.dia P.V.C.6 Kg/sqcm 31.00 Rs.Thirty one only. Rmt 32860.00
270.00 160 M.M.dia P.V.C.6 Kg/sqcm 41.00 Rs.Fourty one only. Rmt 11070.00
2155.00 200 M.M.dia P.V.C.6 Kg/sqcm 49.00 Rs.Fourty nine only. Rmt 105595.00
690.00 225 M.M.dia P.V.C.6 Kg/sqcm 54.00 Rs.Fifty four only. Rmt 37260.00
360.00 250 M.M.dia P.V.C.6 Kg/sqcm 59.00 Rs.Fifty nine only. Rmt 21240.00
160
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.13
Lowering, laying and jointing in position following C.I. D/F Reflux valves, including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.)
1.00
A)100 M.M. Dia Reflux valve PN1without bypass arrangement 1710.00
Rs.One thousand seven hundred ten only. No 1710.00
1.00
B)200 M.M. Dia Reflux valve PN1 without bypass arrangement 2796.00
Rs.Two thousand seven hundred ninety six only. No 2796.00
2.00
C)250 M.M. Dia Reflux valve PN1.6 without bypass arrangement 3644.00
Rs.Three thousand six hundred fourty four only. No 7288.00
ITEM NO.14
Lowering, laying and jointing in position following C.I. D/F Sluice valves, including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.)
2.00
a)100 M.M. Dia C.I.D.F. Sluice valvePN 1 without bypass arrangement 1710.00
Rs.One thousand seven hundred ten only. No 3420.00
7.00
b)200 M.M. Dia C.I.D.F. Sluice valvePN 1 without bypass arrangement 2796.00
Rs.Two thousand seven hundred ninety six only. No 19572.00
4.00
c)250 M.M. Dia C.I.D.F. Sluice valvePN 1.6 without bypass arrangement 3644.00
Rs.Three thousand six hundred fourty four only. No 14576.00
161
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.15
Providing and fixing in position air valve shaft including providing and fixing GI Medium Class or 6 mm thick M.S. pipe shaft 2.70 M long over branch flange of air valve tee, providing PCC block of M-150 concrete 150 mm thick around the air valve tee including encasing of vertical shaft in PCC M-150 as shown in type design together with providing and making flanged joints wherever required and fixing of air valve over the shaft excluding cost of air valve and branch flanged air valve tee. etc. complete as per type design and as directed by Engineer-in-charge for following diameters of pipe lines (type design attached.)
13.00
Foundation on Murum and Harder Strata.for 250 mm dia
5431.00 Rs.Five thousand four hundred thirty one only. No 70603.00
ITEM NO.16
Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.
17.00
0.90 X 0.90 X 1.20 M
6843.00 Rs.Six thousand eight hundred fourty three only. No 116331.00
ITEM NO.17
Providing and laying in situ Cement Concrete of trap,/ granite,/ quartzite,/ gneiss, metal for PCC work below foundation and footing including normal dewatering plywood form work compacting curing finishing etc. complete .
162
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
202.09
PCC M 150
3536.00 Rs. Three thousand five hundred thirty six only. Cum 714590.24
ITEM NO.18
6730.60
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete. 50.00 Rs.Fifty only. Cum 336530.00
TOTAL Rs. 7682677.75
SAY Rs. 7682678.00
Notes For Rising Main.
For supply of material under this sub work 85% payment will be made after supply of material i.e. pipes, specials, valve etc at site of work 5% payment will be made after lowering, laying and Jointing of pipes with specials, valve and balance 10% payment will be released after satisfactory hydraulic testing of pipe line for remaining item of work under this sub work 90% payment will be released and 10% payment will be made only after satisfactory hydraulic testing of pipe line.
163
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 8 :- R.C.C. E.S.R. (Cap 3.00 , 2.00 , 1.50 Lac Lit)
Cost put to tender Rs. 7384931.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Designing (aesthetically), and constructing RCC elevated service reservoirs of following capacity with RCC staging consisting of columns, internal and external bracings spaced vertically not more than 4.5 meters centre to centre for E.S.R. having capacity 500 m3 & not more than 6 m c/c for E.S.R.having capacity above 500 m
3 including
excavation in all types of strata, foundation concrete, cement plaster with water proofing compound to the inside face of the container including refilling disposing of the surplus stuff within a lead of 50 meters, all labour and material charges including lowering, laying, erecting, hoisting and jointing of pipe assembly of inlet, outlet, washout, overflow and bypass arrangements as per departmental design. providing and fixing accessories such as M.S. ladder, C. I. manhole frame and covers water level indicators, lightening conductor, G. I. pipe railing around walk way and top slab, providing spiral staire case from ground level to roof level, M.S.Grill gate of 2 Mtrs height with locking arrangement, B.B. masonry chambers for all valves, ventilating shafts, providing and applying three coats of cement paint to the structure including roof slab and epoxy paint to internal surface & anti-termite
164
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
treatment for underground parts of the structures and giving satisfactory water tightness test as per I.S. code, The job to include painting the name of the scheme and other details on the reservoir as per the directions of Engineer-in-charge.
Notes:
1. The design of the structure be in accordance with relevant (I.S.3370 - 2009 or revised)
2. The design shall satisfy the stipulation as per IS 1893-1984 and I.S. 13920/1993 for seismic force and I.S.- 11682/1985 for R.C.C. staging of overhead tanks.
3. For design having more than 6 columns, Providing of internal bracing is obligatory,. External bracing is also obligatory.
4.. The entire structure shall be in M-300 mix only.
5. Plain round mild steel bars grade - I confirming to I.S,432 Part-I or high yield strength deformed bars confirming to I.S. 1786 or I.S. 1139 shall be used, grade-II mild steel bars will not be allowed.
6. Irrespective of the type of foundation proposed in the design, one set of bracing be provided at the ground level.
7. These rates include providing, M.S. ladder for E.S.R's up to 2 lakhs liters capacity and providing spiral staircase for E.S.R. above 2 lakhs liters capacity.
8. Stagging shall have to be designed with stresses of M-250 for ESR. However all RCC construction should be done in M-300
165
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words 9. These rates are including the cost of uplift pressure if
any and entire dewatering during execution. In case of water logging area where water is struck at shallow depth extra provision of dewatering shall be made as per site condition.
10.. 75% part rate shall be payable for reinforced concrete and plastering items of containers of E.S.R. till satisfactory hydraulic testing for water tightness is given ; and till that work shall be treated as incomplete.
1.00 a)R.C.C.E.S.R. at Saptashrungi colony Capacity 3,00,000 Lit. Staging hight 15 M 2292250.00
Rs.Twenty two lakh ninety two thousand two hundred fifty only. No 2292250.00
1.00
b)R.C.C.E.S.R. at Borse Nager Capacity 1,50,000 Lit. Staging hight 15 M 1537000.00
Rs.Fifteen lakh thirty seven thousand only.
No 1537000.00
1.00
c)R.C.C.E.S.R. at Adhar Nager Capacity 2,00,000 Lit. staging hight 12.M 1785000.00
Rs.seventeen lakh eighty five thousand only.
No 1785000.00 ITEM NO.2
Providing and supplying ISI standard CI double flanged pipes including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to stores / site, unloading etc. complete as directed by Engineer-in-charge.
158.00 250 MM Dia C.I.D.F. Pipe 5125.00 Rs.Five thousand one hundred twenty five only.
Rmt 809750.00
83.50 200 MM Dia C.I.D.F. Pipe 3803.00 Rs.Three thousand eight hundred three only.
Rmt 317550.50
166
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.3
Providing and supplying ISI standard CI flanged specials including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to departmental store/ site, unloading stacking etc. complete.
5550.00 D/F Specials ( Up to 300 MM Dia) 60.00 Rs.Sixty only. Kg. 333000.00 ITEM NO.4
Providing and supplying double flange sluice Valve conforming for IS 2906/14846 including worn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
8.00 C.I.D.F. Sluice valve 250 MM Dia PN - 1 without bye pass arrangement
27697.00 Rs.Twenty seven thousand six hundred ninety seven only.
No 221576.00
4.00 C.I.D.F. Sluice valve 200 MM Dia PN - 1 without bye pass arrangement
17901.00 Rs.Seventeen thousand nine hundred one only.
No 71604.00
ITEM NO.5
Making cross connection to existing distribution main of any type including excavation, breaking and removing exiting pipes, lowering, laying of specials and pipes in their position, refilling, closing the water supply in that area, dewatering and restarting the water supply, etc. complete as directed by Engineer-in-charge for following diameters of existing pipeline, irrespective of diameter of branch line (the number of joints involved will be paid separately depending upon the nature of joints and required pipes, valves and specials will be supplied free of cost at stores).
167
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words 4.00 300 MM Dia 3047.00 Rs.Three thousand fourty
seven only. No 12188.00
2.00 250 MM Dia 2506.00 Rs.Two thousand five hundred six only.
No 5012.00
TOTAL Rs. 7384930.50
SAY Rs. 7384931.00
Notes for ESR
1 The Contractor should Quote his offer on own Design based on the Obligatory Data attached with the tender. 2 0.5 % Payment will be held for smooth finishing to all Exposed Surfaces untill Satisfaction of Engineer in charge. 3 5 % payment will be with held for Cube & Steel testing till Satisfactory results are Obtained for Every R.A. Bill & will be
Forfeitted if the Agency does not Produce the Result. 4 The Snowcem Painting should be done only after hydraulic testing & finishing works is Completed. 5 The Centering for base Beam & Slab should be got approved from Engineer In Charge before fabricating Reinforcement.
6 Bracing at G.L. level shall be Provided. 7 The Break Up of Payment shall be as per Enclosed Statement. 8 Only Plain Offer will be accepted & Condition Or Conditional Rebates / Offers Will not be Accepted 9 Only tested cement,Steel as per relevant IS shall be used by the contractor. The Contractor shall arranged & produced
test Certficates of Cement,Sand, Steel, Metal, Concrete Cubes from Reputed/ Govt. Polytechnic / Engineering College at his own Cost as per direction of Engineer in Charge.
10 In case of changes required during exacution for foundation of RCC ESR , the excess or saving in quantities will be payable /deductable as per MJP s circular No. 105 Dated 15.10.2005
168
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
OBLIGATORY DATA AND REQUIREMENT FOR PROPOSED R.C.C.E.S.R.
Sr No Particulars
Proposed R.C.C. E.S.R. At Saptashrungi Nager
Proposed R.C.C. E.S.R. At Adhar Nager 2
Proposed R.C.C. E.S.R. At Borse Nager
1 Capacity in Liters 300,000 200,000 150,000
2 Average Ground Level in Meter 273.030 264.280 268.000
3 Foundation Level in Meter 270.030 260.280 265.000
4 Outlet R.L. in Meter 288.030 276.280 283.000
5 Water Depth in Meter Max. 5.00 M Max. 5.00 M Max. 5.00 M
6 Free Board in Meter 0.50 0.50 0.50
7 F.S.L.in Meter 293.030 281.280 288.000
8 Safe Bearing capacity in T/M2 20.00 10.00 20.00
9 Copper lightening Conductor at Top of Reservior as per Standard Specification & as per I.S. 2309-2-1069 & 3043/1960 ( Nos ) 1.00 1.00 1.00
10 Water level Indicator Mercury Type. ( Nos ) 1.00 1.00 1.00
11 CI/ MH frame Cover of size 900x600 MM weighing not less than 35 Kg as per Std Specification ( Nos )
2.00 2.00 2.00
12 G.I. heavy Pipe Railing of 25 MM Dia in Three Rows with 50x50 6 MM Angle as Post as per Standard Specification ( Nos )
At Gallery Level & At Top of Reservior.
At Gallery Level & At Top of Reservior.
At Gallery Level & At Top of Reservior.
169
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
BREAK OF PAYMENT FOR ESR FOR SUBWORK OF ELEVATED SERVICE RESERVOIR
Sr No Particulars
PERCENTAGE BREAKUP
1 Submission & Approval of Structural Design & Drawing
2%
2 Excavation of Foundation 3%
3 Footing & Column Upto G.L. 9%
4 Columns & Braces Upto Bottom of Container 20%
5 Floor Slab & Gallery 20%
6 Vertical Wall
a )Half Height 10%
b ) Remaining Height 10%
7 Roof Slab 8%
8 Plaster, Finishing. Painting 2%
9 Watertightness Test 10%
10 Miscellaneous Such as Errection of Inlet, Outlet, Overflow Pipes, Construction of Chamber, M.S. Ladder, Ventilator Etc.
6%
Total 100%
170
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 9 :- R.C.C. G.S.R. (Capacity 460000 Litres )
Cost put to tender Rs. 2260168.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Designing (aesthetically), and constructing RCC ground service reservoirs in M-300 mix. of required capacity including excavation in all types of strata, foundation concrete, container walls, bottom slab top RCC roof slab / or dome, 20 mm thick cement plaster with water proofing compound in CM 1:3 proportion. to inside face of the container, including epoxy paint from inside including refilling and disposing of surplus stuff within lead of 50 M, all labour and material charges, for laying and jointing of pipe assembly for inlet, outlet washout, over flow and bye-pass arrangement consisting of C.I./ M.S. D/F. pipes, specials and valves of given diameters. providing and fixing accessories such as M.S. ladder inside and outside, C.I. Manhole frame and cover, at top slab, B.B. masonry chamber for all valves, ventilating shafts, including giving satisfactory hydraulic test and water tightness test as per IS code and providing three coat of cement paints to all expose surface of structure including roof surface etc. complete as per design data, criteria, obligatory requirements and detailed specifications.Anti-termite treatment shall be given for underground portion of the structure.
171
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure
In Words
Note:-
1. The designing shall be in accordance with various relevant I.S. specification ( I.S. 456/2000, I.S. 875- 1987, I.S. 3370-2009 or revised
2. Only M.S bars grade I confirming to I.S. 432 Part_I or high yield strength deformed bars confirming to I.S. 1786 or I.S. 1139 shall be used grade II M.S. bars shall not be used
3) Entire structure shall be in M-300 only.
4) The scope of pipe assembly work shall be upto 5 Meter beyond outside face of the wall, cost of pipes valves and specials is not included in the rate but labour cost for laying and jointing is included
5) The job includes designing the structure for uplift pressure and dewatering if require doing entire execution and disposal of surplus excavated stuff with in lead of 50 Meters as directed by Engineer-in-charge.
6) G.S.R. outlets shall be with bell mouth of approved pattern in bottom slab and cost of designing bell mouth is included in the rate Sump well includes cost of suction pit required at bottom.
7. For pipes diameters up to 300mm only CI pipes and CI specials shall be used. For pipe diameters above 300mm M.S. pipes and specials of thickness minimum 10mm shall be used with proper anticorrosive epoxy treatment from inside and outside
8) Cost of pump house is not included in these rates.
9) Above rates are applicable for seismic zones- 3
172
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
10) 75% part rate shall be payable for reinforcement, concrete and plastering items of all types of G.S.R's and sumps till satisfactory hydraulic testing for water tightness test is given ; and till that work shall be treated as incomplete.
1 Cost of 4,60,000 Lit. Capacity at Sainik Colony 1888000.00
Rs.Eighteen lakh eighty eight thousand only. No 1888000.00
ITEM NO.2
Providing and supplying ISI standard CI double flanged pipes including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to stores / site, unloading etc. complete as directed by Engineer-in-charge.
44.00 250 MM C.I.D.F. Pipe 5125.00 Rs.Five thousand one hundred twenty five only.
Rmt 225500.00
ITEM NO.3
Providing and supplying ISI standard CI flange specials including all taxes (Central and local), railway freight, insurance, unloading from railway wagon, loading into truck transport to departmental store/ site, unloading stacking etc. complete.
598.00 Below 300 Dia 60.00 Rs.Sixty only. Kg. 35880.00 ITEM NO.4
Providing and supplying double flange sluice Valve conforming for IS 2906/14846 including worn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
173
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words 4.00 C.I.D.F. Sluice valve 250 MM Dia PN - 1 without bye
pass arrangement 27697.00 Rs.Twenty seven thousand
six hundred ninety seven only.
No 110788.00
TOTAL Rs. 2260168.00
SAY Rs. 2260168.00
Notes for GSR
1 The Contractor should Quote his offer on own Design based on the Obligatory Data attached with the tender.
2 0.5 % Payment will be held for smooth finishing to all Exposed Surfaces untill Satisfaction of Engineer in charge.
3 5 % payment will be with held for Cube & Steel testing till Satisfactory results are Obtained for Every R.A. Bill & will be
Forfeitted if the Agency does not Produce the Result.
4 The Snowcem Painting should be done only after hydraulic testing & finishing works is Completed.
5 The Centering should be got approved from Engineer In Charge before fabricating Reinforcement.
6 The Break Up of Payment shall be as per Enclosed Statement.
7 Only Plain Offer will be accepted & Condition Or Conditional Rebates / Offers Will not be Accepted
8 Only tested cement,Steel as per relevant IS shall be used by the contractor. The Contractor shall arranged & produced
test Certficates of Cement, Sand, Steel, Metal, Concrete Cubes from Reputed Govt. Polytechnic /Engineering College at
his own Cost as per direction of Engineer in Charge.
9 In case of changes required during excavation for foundation of RCC GSR , the excess or saving in quantities will be
payable /deductable as per MJP s circular No. 105 Dated 15.10.2005
174
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
OBLIGATORY DATA AND REQUIREMENT FOR FOR PROPOSED R.C.C.G.S.R.
Sr No Particulars Proposed R.C.C. G.S.R. At sainik colony
1 Capacity in Liters 460,000
2 Average Ground Level in Meter 294.400
3 Foundation Level in Meter 293.400
4 Outlet R.L. in Meter 294.400
5 Water Depth in Meter 5.00
6 Free Board in Meter 0.50
7 F.S.L.in Meter 299.400
8 Safe Bearing capacity in T/M2 20.00 9 Copper lightening Conductor at Top of Reservior as per
Standard Specification & as per I.S. 2309-2-1069 & 3043/1960 ( Nos ) 1.00
10 Water level Indicator Mercury Type. ( Nos ) 1.00 11 CI/ MH frame Cover of size 900x600 MM weighing not less
than 35 Kg as per Std Specification ( Nos ) 2.00
12 G.I. heavy Pipe Railing of 25 MM Dia in Three Rows with 50x50 6 MM Angle as Post as
per Standard Specification ( Nos )
At Top of Reservior.
175
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
BREAK OF PAYMENT FOR GSR
Sr No Particulars
PERCENTAGE BREAKUP
1 Submission & Approval of Structural Design & Drawing
2%
2 Excavation 8%
3 Bed concrete/ Bottom slab 25%
4 Vertical wall
a) Half Height 15%
b ) Remaining Height 15%
5 Roof Slab 10%
6 Plaster, Finishing. Painting 7%
7 Watertightness Test 10%
8 Miscellaneous Such as Errection of Inlet, Outlet, Overflow Pipes, Construction of Chamber, M.S. Ladder, Ventilator Etc.
8%
Total 100%
176
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 10 :- DISTRIBUTION SYSTEM
Cost put to tender Rs. 30836171.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Providing and supplying in standard lengths Polyethylene Pipes , confirming to I.S. 4984 / 14151 / 12786 / 13488 with necessary jointing material like mechanical connectors I.e. thread / insert joint / quick release coupler joint / compression fitting joint or flanged joint , including all local & central taxes , transportation & freight charges , inspection charges , loading / unloading charges , conveyance to the departmental stores / site & stacking the same in closed shade duly protecting from sunrays & rains , etc. complete.
10.00
225 MM Dia H.D.P.E. Pipe 6 Kg/cm2
870.00
Rs.Eight hundred seventy only. Rmt 8700.00
105.00
200 MM Dia H.D.P.E. Pipe 6 Kg/cm2
675.00 Rs.Six hundred seventy five only. Rmt 70875.00
345.00
180 MM Dia H.D.P.E. Pipe 6 Kg/cm2
576.00 Rs.Five hundred seventy six only. Rmt 198720.00
954.00
160 MM Dia H.D.P.E. Pipe 6 Kg/cm2
457.00 Rs.Four hundred fifty seven only. Rmt 435978.00
177
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
683.00
140 MM Dia H.D.P.E. Pipe 6 Kg/cm2
352.00 Rs.Three hundred fifty two only. Rmt 240416.00
487.00 125 MM Dia H.D.P.E. Pipe 6 Kg/cm2
280.00 Rs.Two hundred eighty only. Rmt 136360.00
1456.00 110 MM Dia H.D.P.E. Pipe 6 Kg/cm2 206.00 Rs.Two hundred six only. Rmt 299936.00
2707.00 90 MM Dia H.D.P.E. Pipe 6 Kg/cm2
156.00 Rs.One hundred fifty six only. Rmt 422292.00
32873.00 75 MM Dia H.D.P.E. Pipe 6 Kg/cm2
112.00 Rs.One hundred twelve only. Rmt 3681776.00
ITEM NO.2
Providing and supplying in standard lengths ISI mark rigid unplasticised PVC pipes suitable for potable water with solvent cement joints including cost of couplers, as per IS specification no. 4985 / 1988 including all local and central taxes, transportation, freight charges, inspection charges, loading, unloading, conveyance to the departmental stores / site and stacking the same in closed shed duly protected from sun rays and rains including cost of jointing material i.e. solvent cement, etc. complete (self fit type to be jointed with cement solvent).
500.00
250 MM Dia P.V.C. Pipe 4 Kg/cm2
553.00 Rs.Five hundred fifty three only. Rmt 276500.00
219.00
225 MM Dia P.V.C. Pipe 4 Kg/cm2
452.00 Rs.Four hundred fifty two only. Rmt 98988.00
166.00
200 MM Dia P.V.C. Pipe 4 Kg/cm2
354.00 Rs.Three hundred fifty four only. Rmt 58764.00
46.00
180 MM Dia P.V.C. Pipe 4 Kg/cm2
286.00 Rs.Two hundred eighty six only. Rmt 13156.00
178
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
679.00 160 MM Dia P.V.C. Pipe 4 Kg/cm2 210.00 Rs.Two hundred ten only. Rmt 142590.00
1038.00
140 MM Dia P.V.C. Pipe 4 Kg/cm2
159.00 Rs.One hundred fifty nine only. Rmt 165042.00
332.00 110 MM Dia P.V.C. Pipe 4 Kg/cm2 95.00 Rs.Ninety five only. Rmt 31540.00
524.00 90 MM Dia P.V.C. Pipe 4 Kg/cm2 77.00 Rs.Sevety seven only. Rmt 40348.00
15272.00 75 MM Dia P.V.C. Pipe 4 Kg/cm2 55.00 Rs.Fifty five only. Rmt 839960.00
ITEM NO.3 Providing ,supplying ISI slandered rigid P.V.C./H.D.P.E.
specials and fitting with solution suitable for above said PVC pipes & H.D.P.E pipes including cost of all labour and materials and transportation to store / site ,loading unloading including all taxes etc complete.
Specials 4 kg/cm2 pressure for P.V.C. Pipes
1.00 315 mm Dia 90 0 Bend 4195.70 Rs.Four thousand one hundred ninety five & Paise Seventy only
No 4195.70
2.00 250mm Dia 90 0 Bend 1975.85 Rs.One thousand nine hundred seventy five & Paise eighty five only
No 3951.70
2.00 250mm Dia 45 0 Bend 1975.85 Rs.One thousand nine hundred seventy five & Paise eighty five only
No 3951.70
1.00 225mm Dia 90 0 Bend 1507.80 Rs.One thousand five hundred seven & Paise eighty only
No 1507.80
1.00 200mm Dia 90 0 Bend 996.90 Rs.Nine hundred ninety six & Paise Ninety only
No 996.90
1.00 180mm Dia 90 0 Bend 757.60 Rs.Seven hundred fifty seven & Paise Sixty only
No 757.60
179
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
1.00 160mm Dia 90 0 Bend 538.60 Rs.Five hundred thirty eight & Paise Sixty only
No 538.60
2.00 140mm Dia 90 0 Bend 343.60 Rs.Three hundred fourty three & Paise sixty only
No 687.20
12.00 110 mm Dia 90 0 Bend 139.60 Rs.One hundred thirty nine & Paise Sixty only
No 1675.20
5.00 110 mm Dia 45 0 Bend 139.60 Rs.One hundred thirty nine & Paise Sixty only
No 698.00
12.00 90 mm Dia 90 0 Bend 74.65 Rs.Seventy four & Paise Sixty five only
No 895.80
5.00 90 mm Dia 45 0 Bend 74.65 Rs.Seventy four & Paise Sixty five only
No 373.25
Tail piece without M.S. Flange
8.00 315 mm.dia. 841.45 Rs.eight hundred fourty one & Paise Forty five only
No 6731.60
12.00 250 mm dia 413.45 Rs.Four hundred thirteen & Paise Forty five only
No 4961.40
10.00 200 mm.dia. 229.50 Rs.Two hundred twenty nine & Paise Fifty only
No 2295.00
16.00 160 mm.dia. 110.00 Rs.One hundred ten only No 1760.00
24.00 110 mm.dia. 37.20 Rs.Thirty seven & Paise Twenty only
No 892.80
6.00 90 mm.dia. 21.90 Rs.Twenty one & Paise Ninety only
No 131.40
Tee
4.00 315x315x315 2621.80 Rs.Two thousand six hundred twenty one & Paise Eighty only
No 10487.20
180
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
1.00 280x280x280 1962.15 Rs.One thousand nine hundred sixty two & Paise Fifteen only
No 1962.15
2.00 250x250x250 1400.00 Rs.one thousand four hundred only
No 2800.00
1.00 200x200x200 628.00 Rs.Six hundred twenty eight only
No 628.00
1.00 180x180x180 209.00 Rs.Two hundred nine only No 209.00
6.00 160x160x160
209.00 Rs.Two hundred nine only No 1254.00
5.00 140x140x140 168.65 Rs.One hundred sixty eight & Paise Sixty five only
No 843.25
6.00 110x110x110 110.00 Rs.One hundred ten only No 660.00
20.00 90x90x90 70.00 Rs.Seventy only No 1400.00
Reducer
1.00 315x140 1642.70 Rs. One thousand six hundred fourty two & Paise Seventy only
No 1642.70
1.00 315x200 1259.20 Rs. One thousand two hundred fifty nine & Paise Twenty only
No 1259.20
1.00 280x160 1464.75 Rs. One thousand four hundred sixty four & Paise Seventy five only
No 1464.75
2.00 250x160 684.25 Rs.Six hundred eighty four & Paise Twenty five only
No 1368.50
2.00 225x90 465.90 Rs.Four hundred sixty five & Paise Ninty only
No 931.80
181
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
1.00 200x160 767.60 Rs.Seven hundred sixty seven & Paise Sixty only
No 767.60
1.00 200x140 767.60 Rs.Seven hundred sixty seven & Paise Sixty only
No 767.60
1.00 200x110 299.10 Rs.Two hundred ninety nine & Paise Ten only
No 299.10
2.00 160x140 248.00 Rs.Two hundred fourty eight only
No 496.00
2.00 160x110 179.40 Rs.One hundred seventy nine & Paise Forty only
No 358.80
2.00 140x110 145.45 Rs.One hundred forty-five & Paise Forty five only
No 290.90
8.00 140x90 145.45 Rs.one hundred forty-five & Paise Forty five only
No 1163.60
1.00 140x75 169.50 Rs.One hundred sixty nine & Paise Fifty only
No 169.50
7.00 110x90 62.50 Rs.sixty two & Paise Fifty only
No 437.50
End Cap
3.00 110 mm.dia. 25.60 Rs.Twenty five & Paise Sixty only
No 76.80
50.00 90 mm.dia. 16.00 Rs.Sixteen only No 800.00
850.00 M.S.Flanges 62.00 Rs.Sixty only Kg. 52700.00
copuler
40.00 P.V.C Pipe 250 M.M. dia. 405.10 Rs.Four hundred five & Paise Ten only
No 16204.00
40.00 P.V.C Pipe 200M.M. dia. 218.60 Rs.Two hundred eighteen & Paise Sixty only
No 8744.00
182
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
45.00 P.V.C Pipe 160M.M. dia. 114.50 Rs.One hundred fourteen & Paise Fifty only
No 5152.50
80.00 P.V.C Pipe 110 M.M. dia. 40.10 Rs.Fourty & Paise Ten only
No 3208.00
80.00 P.V.C Pipe 90M.M. dia. 22.70 Rs.Twenty two & Paise Seventy only
No 1816.00
40.00 P.V.C Pipe 75 M.M. dia. 14.60 Rs.Fourteen & Paise Sixty only
No 584.00
Specials for H.D.P.E. Pipes (6kg/cm²)
1282.00
Electro fusion Coupler Size 75 mm
536.00 Rs.Five hundred thirty six only. No 687152.00
146.00 Electro fusion Coupler Size 90 mm
615.00 Rs.Six hundred fifteen only. No 89790.00
98.00
Electro fusion Coupler Size 110 mm
941.00 Rs.Nine hundred fourty one only. No 92218.00
24.00
Electro fusion Coupler Size 160 mm
1599.00 Rs.One thousand five hundred ninety nine only. No 38376.00
203.00
Spigot 90 Deg. Bend for Electro fusion joint without coupler, Size 75 mm 394.00
Rs.Three hundred ninety four only. No 79982.00
45.00
Spigot 90 Deg. Bend for Electro fusion joint without coupler, Size 90 mm 465.00
Rs.Four hundred sixty five only. No 20925.00
12.00
Spigot 90 Deg. Bend for Electro fusion joint without coupler, Size 110 mm 641.00
Rs.Six hundred fourty one only. No 7692.00
10.00
Spigot 90 Deg. Bend for Electro fusion joint without coupler, Size 160 mm 1786.00
Rs.One thousand seven hundred eighty six only. No 17860.00
78.00
Electro fusion Equal Tee, Size 75 mm
1203.00 Rs.one thousand two hundred three only. No 93834.00
18.00
Electro fusion Equal Tee, Size 90 mm
1752.00 Rs.One thousand seven hundred fifty two only. No 31536.00
183
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
18.00
Electro fusion Equal Tee, Size 110 mm
2360.00 Rs.Two thousand three hundred sixty only. No 42480.00
11.00
Electro fusion Equal Tee, Size 160 mm
5380.00 Rs.Five thousand three hundred eighty only. No 59180.00
32.00
Spigot Reducer for Electro fusion joint without coupler Size 90 x 75 mm 536.00
Rs.Five hundred thirty six only. No 17152.00
18.00
Spigot Reducer for Electro fusion joint without coupler, Size 110 x 90 mm 697.00
Rs.Six hundred ninety seven only. No 12546.00
12.00
Spigot Reducer for Electro fusion joint without coupler, Size 160 x 110 mm 1369.00
Rs.One thousand three hundred sixty nine only. No 16428.00
16.00
Spigot Long Neck Pipe End with MS Flange for Electro fusion Joint, size 75 mm 322.00
Rs.Three hundred twenty two only. No 5152.00
16.00
Spigot Long Neck Pipe End with MS Flange for Electro fusion Joint, size 90 mm 404.00 Rs.Four hundred four only. No 6464.00
14.00
Spigot Long Neck Pipe End with MS Flange for Electro fusion Joint, size 110 mm 616.00
Rs.Six hundred sixteen only. No 8624.00
11.00
Spigot Long Neck Pipe End with MS Flange for Electro fusion Joint, size 160 mm 1580.00
Rs.One thousand five hundred eighty only. No 17380.00
211.00
Spigot End Cap for Electro fusion joint without coupler, size 75 mm 308.00
Rs.Three hundred Eight only. No 64988.00
22.00
Spigot End Cap for Electro fusion joint without coupler, size 90 mm 351.00
Rs.Three hundred fifty one only. No 7722.00
35.00
Spigot End Cap for Electro fusion joint without coupler, size 110 mm 493.00
Rs.Four hundred ninety three only. No 17255.00
ITEM NO.4
Providing and supplying double flange sluice Valve conforming for IS 2906/14846 including worn gear arrangement as per test pressure stainless steel spindles caps including all taxes transportation etc comp.
184
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
6.00
250 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement
27697.00
Rs.Twenty seven thousand six hundred ninety seven only. No 166182.00
4.00
200 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement 17901.00
Rs.Seventeen thousand nine hundred one only. No 71604.00
22.00
150 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement 9460.00
Rs.Nine thousand four hundred sixty only. No 208120.00
34.00
100 M.M. Dia C.I.D.F. Sluice valve PN 1. without bye pass arrangement 6307.00
Rs.Six thousand three hundred seven only. No 214438.00
72.00
80 M.M. Dia C.I.D.F. Sluice valve PN 1. without bye pass arrangement 4737.00
Rs. Four thousand seven hundred thirty seven only. No 341064.00
ITEM NO.5
49480.02
Excavation for pipe trenches for works of transmission mains, leading mains, distribution system & for all types of pipe materials in all types of earthy or sandy materials, soils of all types, clay, mud, soft, average or hard murum, all types of disintegrated rock, shingles, brickbats, isolated boulders of any size, all types of rock including soft, hard & manjara rock by permissible & suitable methods such as blasting, control blasting, chiseling, wedging, line drilling & / or by use of mechanical means including excavation in all types of road surfaces such as W.B.M., Asphalt, Concrete road including trimming the surfaces by chiseling wherever required including removing the roots of trees met with during excavation, leveling the bed & keeping it clean & dry by dewatering & making ready for lowering laying of pipes, manual dewatering, excluding backfilling, including removing excavated stuff up to a distance of 50 meters and stacking the same as directed by Engineer in Charge, etc. complete. Lift 0.00 to 1.50 M 268.86
Rs.Two hundred sixty eight & Paise Eighty six only . Cum 13303198.18
185
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.6
6185.00
Filling in plinth and floors murum bedding in trenches with approved murum from excavated materials from foundation 15cm to 20cm layers including watering and compaction complete. 50.00 Rs.Fifty only. Cum 309250.00
ITEM NO.7
Lowering laying and Jointing HDPE pipes by heating to the ends of pipes with the help of Teflon coated disc & hot flame blower to the required temperature and then pressing the ends together against each other , to form a monolithic & leak proof joint by thermosetting process. The pressing may be required to be done with jig fixtures etc. complete. with all material labour as directed by Engineer-in-charge ,including giving satisfactory hydraulic test.
10.00
225 MM Dia H.D.P.E. Pipe 6 Kg/cm2
124.00 Rs.One hundred twenty four only. Rmt 1240.00
105.00 200 MM Dia H.D.P.E. Pipe 6 Kg/cm2 96.00 Rs.Ninety six only. Rmt 10080.00
345.00 180 MM Dia H.D.P.E. Pipe 6 Kg/cm2 86.00 Rs.Eighty six only. Rmt 29670.00
954.00 160 MM Dia H.D.P.E. Pipe 6 Kg/cm2 86.00 Rs.Eighty six only. Rmt 82044.00
683.00 140 MM Dia H.D.P.E. Pipe 6 Kg/cm2 81.00 Rs.Eighty One only. Rmt 55323.00
487.00 125 MM Dia H.D.P.E. Pipe 6 Kg/cm2 60.00 Rs.Sixty only. Rmt 29220.00
1456.00 110 MM Dia H.D.P.E. Pipe 6 Kg/cm2 53.00 Rs.Fifty three only. Rmt 77168.00
2707.00 90 MM Dia H.D.P.E. Pipe 6 Kg/cm2 50.00 Rs.Fifty only. Rmt 135350.00
32873.00 75 MM Dia H.D.P.E. Pipe 6 Kg/cm2 36.00 Rs.Thirty six only. Rmt 1183428.00
186
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.8
Lowering, laying and jointing with P.V.C. pipes and specials of following class and diameter including cost of conveyance from stores to site of works including cost of all labour, material, except cement solvent, rubber ring, giving satisfactory hydraulic testing as per IS code, etc. complete (with cement solvent joint / ring fit joint).
500.00 250 MM Dia P.V.C. Pipe 4 Kg/cm2 49.00 Rs.Fourty nine only. Rmt 24500.00
219.00 225 MM Dia P.V.C. Pipe 4 Kg/cm2 46.00 Rs.Fourty six only. Rmt 10074.00
166.00 200 MM Dia P.V.C. Pipe 4 Kg/cm2 39.00 Rs.Thirty nine only. Rmt 6474.00
46.00 180 MM Dia P.V.C. Pipe 4 Kg/cm2 36.00 Rs.Thirty six only. Rmt 1656.00
679.00 160 MM Dia P.V.C. Pipe 4 Kg/cm2 32.00 Rs.Thirty two only. Rmt 21728.00
1038.00 140 MM Dia P.V.C. Pipe 4 Kg/cm2 29.00 Rs.Twenty nine only. Rmt 30102.00
332.00 110 MM Dia P.V.C. Pipe 4 Kg/cm2 25.00 Rs.Twenty five only. Rmt 8300.00
524.00 90 MM Dia P.V.C. Pipe 4 Kg/cm2 21.00 Rs.Twenty one only. Rmt 11004.00
15272.00 75 MM Dia P.V.C. Pipe 4 Kg/cm2 18.00 Rs.Eighteen only. Rmt 274896.00
ITEM NO.9
Lowering, laying and jointing in position following C.I. D/F Sluice valves including cost of all labour jointing material, including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all class of valves.)
6.00
250 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement 3644.00
Rs.Three thousand six hundred fourty four only. No 21864.00
4.00
200 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement 2796.00
Rs.Two thousand seven hundred ninety six only. No 11184.00
22.00
150 M.M. Dia C.I.D.F. Sluice valve PN 1. without bypass arrangement 2688.00
Rs.Two thousand six hundred eighty eight only. No 59136.00
187
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
34.00
100 M.M. Dia C.I.D.F. Sluice valve PN 1. without bye pass arrangement 1710.00
Rs.One thousand seven hundred ten only. No 58140.00
72.00
80 M.M. Dia C.I.D.F. Sluice valve PN 1. without bye pass arrangement 1309.00
Rs.One thousand three hundred nine only. No 94248.00
ITEM NO.10
Providing and constructing B.B. masonry valve chamber with 15 cm thick 1:3:6 proportion PCC bedding, excluding excavation, B.B. masonry in C.M. 1:5 Proportion precast RCC frame and cover, etc. complete as directed by Engineer-in-charge.
138.00
0.90 X 0.60 X 1.20
5706.00 Rs.Five thousand seven hundred six only. No 787428.00
Note :- Wall thickness 0.23 m for depth 1.20 m .
ITEM NO.11
Providing and Laying in situ cement Concrete M.150 of trap/ granite/ quartzite/ gneiss metal for PCC work below foundation & footing including normal dewatering , plywood , formwork, compaction ,finishing & curing etc complete
658.94 PCC M 150 3536.00 Rs. Three thousand five hundred thirty - six only. Cum 2330011.84
ITEM NO.12
42268.42
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete. 50.00 Rs.Fifty only. Cum 2113421.00
TOTAL Rs. 30836171.12
SAY Rs. 30836171.00
188
Contractor No. Of Correction Executive Engineer
Notes For Distribution System
For supply of material under this sub work 85% payment will be made after supply of material i.e. pipes, valves, Specials
etc. at site of work 5% payment will be made after lowering, laying & Jointing pipes with special & valve, and balance
10% payment will be released after satisfactory hydraulic testing of pipe line for remaining item of work under this sub
work 90% payment will released and remaining 10% payment will be made only after satisfactory hydraulic testing of pipe
line.
189
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 11 :-CHAINLINK FENCING (830 Rmt With Construction )
Cost put to tender Rs. 2200286.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 1
Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material up to a distance of 50 meters and lifts as below, stacking and spreading as directed, manual dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.
300.09 Lift 0.00 to 1.50 M.
112.00 Rs. One hundred twelve only. Cum 33610.08
Item No. 1b
Excavation for foundation / pipe trenches in hard murum including removing the excavated material up to a distance of 50 M and lifts as below, stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.
300.09
Lift 0.00 to 1.50 M. 126.00
Rs. One hundred twenty six only. Cum 37811.34
190
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 2
Providing and laying in situ Cement Concrete of trap,/ granite,/ quartzite,/ gneiss, metal for PCC work below foundation and footing including normal dewatering plywood form work compacting curing finishing etc. complete .
90.03
PCC M 150
3536.00 Rs. Three thousand five hundred thirty - six only. Cum 318346.08
Item No. 3a
336.11
Providing uncoursed rubble masonry of trap / granite / quartzite / gneiss stones in cement mortar 1:6 in foundations and plinth of inner walls / in plinth of external walls including bailing-out water manually, striking joints on unexposed faces and watering complete. Spec. No. : Bd.H.1 Page No. 329 1153.00
Rs. One thousand one hundred fifty three only. Cum 387534.83
Item No. 3b
180.06
Providing uncoursed rubble masonry of trap / granite / quartzite / gneiss stones in cement mortar 1:5 in basements including scaffolding, bailing-out water manually, racking out joints when plastering is to be done striking joints where no pointing or plastering is to be done and watering complete. Spec. No. : Bd.H.2 Page No. 329
1187.00
Rs. One thousand one hundred eighty seven only. Cum 213731.22
Item No. 4
800.25
Providing tuck pointing with cement mortar 1:3 for stone masonry including scaffolding and curing complete. 52.00 Rs. Fifty two only. Sqm 41613.00
191
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 5
36.01
Providing and Casting in situ, cement concrete M-15/1:2:4 of trap/granite/quartzite/gneiss metal, moulded or chamfered as per drawing or as directed including centring ,formwork, compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, roughening them if special finish is to be provided and curing and finishing if require etc. complete. For coping to plinth or parapet
3290.00 Rs.Three thousand two hundred ninety only Cum 118472.90
ITEM NO.6
800.25
Providing and erecting chain link fencing 1.6 M. height with G.I. chain link of size 50 x 50 mm 8 gauge thick and fixed 75 mm above Ground level vertical M.S Angle of 40 x 40 x 6 mm size embedded in C.C. block of 1:4:8 mix of size 450 x 450 x 670 mm. at 1.75 M. c / c with iron bar 16 mm dia as hold fast including welding link with angle frame at 30 cm c / c nuts and bolts and horizontal M.S. Angles at top and bottom of 25 x 25 x 5 mm size and vertical M.S. flat 35 x 5 mm and 25 x 5 mm horizontal including cross support of 40 x 40 x 6 mm Angles both sides at every corner or bends embedded in concrete blocks of 1:4:8 of size 450 x 450 x 670 mm including 3 coats of oil painting etc. complete. Additional Item Spec. No. : As directed by Engineer in charge. 961.00
Rs.Nine hundred sixty one only. R.M 769040.25
ITEM NO.7
7.00
Providing and fixing M.S. gate 2.5 M wide for compound with 40 mm dia M.S.black pipe medium class, approved grill work, RCC M - 150 side pillars of 25 cm x 40 cm x 2.5 M height, its foundation, finishing, painting etc. complete. 23000.00
Rs.Twenty three thousand only. No. 161000.00
192
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.8
7.00
Providing and fixing Wicket gate 1.0 M wide for compound with 40 mm dia M.S.black pipe medium class, approved grill work, RCC M-150 side pillars of 25 cm x 40 cm x 2.5 M height, its foundation, finishing painting, etc. complete. 14000.00 Rs.Fourteen thousand only. No. 98000.00
Item No. 9
960.30
Providing and applying two coats of water proof cement paint of approved manufacture and of approved colour to the plastered surfaces including scaffolding if necessary, excluding primer coat cleaning and preparing the surface, watering for two days complete. (Sample and brand is to be got approved from Executive Engineer before use)
22.00 Rs.Twenty two only. Sqm 21126.60
Total Rs. 2200286.30
SAY Rs. 2200286.00
193
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 12 :- STAFF QUARTER
Cost put to tender Rs. 917354.00
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 1a
Excavation for foundation / pipe trenches in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material upto a distance of 50 meters and lifts as below, stacking and spreading as directed, manual dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.
25.68 Lift 0.00 to 1.50 M.
112.00 Rs. One hundred twelve only. Cum 2876.16
Item No. 1b
Excavation for foundation / pipe trenches in hard murum & boulder W.B.M. in road including removing the excavated material up to a distance of 50 M beyound the area and lifts as below, stacking and spreading as directed by Engineer-in-charge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.
34.60
Lift 0.00 to 1.50 M.
141.00 Rs. One hundred fourty one only. Cum 4878.60
194
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 2
9.64
Providing and laying in situ cement concrete of trap/granite/quartzite gneiss metal for PCC work below foundation and pointing including normal dewatering , plywood formwork compaction finishing and curing etc complite . P.C.C. M-150 3536.00
Rs. Three thousand five hundred thirty - six only. Cum 34087.04
Item No. 3a
43.90
Providing uncoursed rubble masonry of trap/ granite/ quartzite/ gneiss stones in cement mortar 1:6 in foundations and plinth of inner walls/in plinth of external walls including bailing-out water manually, striking joints on unexposed faces and watering complete. Spec. No.: Bd.H.1 Page No. 329
1153.00 Rs. One thousand one hundred fifty three only. Cum 50616.70
Item No. 3b
46.14
Providing uncoursed rubble masonry of trap/ granite/ quartzite/ gneiss stones in cement mortar 1:6 in superstructure including raking out joints when plastering is to be done/striking joints when no plastering is to be done watering and scaffolding complete.
1185.00 Rs. One thousand one hundred eighty five only. Cum 54675.90
Item No. 4
50.60
Providing tuck pointing with cement mortar 1:3 for stone masonry including scaffolding and curing complete. 52.00 Rs. Fifty two only. Sqm 2631.20
195
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 5
Providing and casting in situ cement concrete M-15 /1:2:4 of trap/ granite/ quartzite/ gneiss metal, molded or chamfered as per drawing or as directed including centering, form work, compacting, covering newly laid concrete by gunny bag, plastic or tarpaulin, roughening them if special finish is to be provided and curing and finishing if required etc. complete. (The cement mortar 1:3 plaster is considered for rendering uneven and honeycombed surface only. Wooden planks/shuttering will not be allowed)
6.92
(i) for coping to plinth or parapet m-150
3290.00 Rs. Three thousand two hundred ninety only. Cum 22766.80
Item No. 6
Providing Brick masonry in cement mortar 1:6 using __ bricks in superstructure including striating joints, raking out joints, watering and scaffolding complete.
47.42
i) Using Second Class Burnt Bricks
2532.00 Rs. Two thousand five hundred thirty two only. Cum 120067.44
Item No. 7
Providing Bricks masonry in cement mortar 1 .-4 using __ bricks in half brick thick wall including mild steel longitudinal reinforcement of 2 bars of 6 mm diameter/2 hoop iron strips 25 mm X 1.6 mm at every third course, properly bent and bounded at ends scaffolding, raking out joints and watering complete.
5.88 i) Using Second Class Burnt Bricks
440.00 Rs. Four hundred fourty only. Cum 2587.20
196
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 8
58.08
Filling in plinth and floors / trenches with contractor’s murum for bedding in 15cm to 20cm layers including watering and compaction complete. 50.00 Rs. Fifty only. Cum 2904.00
Item No. 9
6.74
Refilling the trenches with available excavated stuff with soft material first over pipeline and then hard material in 15 cm layers with all leads and lifts including consolidation, surcharging, etc. complete. 50.00 Rs.Fifty only. Cum 337.00
Item No. 10
17.64
Providing and fixing single leaf paneled door C.C.T.W. 60mm.x 100mm. frame without ventilator, shutter 35mm.thick as per detailed drawing consisting C.C.T.W. vertical styles & top rail 95mm. x 35mm. & lock & bottom rail 195mm. x 35mm. & panel with 12 mm. thick particle board (Conforming I.S..3097:1980 ) including iron oxidized fixtures & fastenings & T.W. beading at junctions of panels inserted including 3 coats of oil painting complete. Additional Item. Spec. No. As directed by Engineer in charge.
3480.00 Rs. Three thousand four hundred eighty only. Sqm 61387.20
Item No. 11
15.12
Providing and fixing box framed steel windows of various sizes as per detailed drawings with welded square bars 12 mm at 10 cm centre to centre without hot dip zinc coating without/with ventilator including fabrication, glazing with non-actinic/ plain/ obscured glass panes of approved type and quality, all fixtures and fastenings without teak wood boxing, and architraves and finishing with one coat of primer complete.
2833.00 Rs. Two thousand eight hundred thirty three only. Sqm 42834.96
197
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 12
1.08
Providing and fixing steel ventilator fully glazed partly top hung and partly fixed as per detailed drawing, without hot dip zinc coating including fabrication, glazing with 3mm thick plain/ obscured glass panes of approved type and quality and fastenings without teak wood boxing, architecture and oil painting in two coats etc. complete.
1968.00 Rs. One thousand nine hundred sixty eight only. Sqm 2125.44
Item No. 13
Providing and casting in situ cement concrete of M-200 grade of trap granite / quartzite / gneiss metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed including placing in position plastic cover block of required size at 90 cm. C/C each main bottom bars to stamping at sides to give required clear cover from all sides in R.C.C. Beam, centering, formwork of plywood / steel, compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided and curing etc. complete. (Excluding reinforcement. The cement mortar 1:3 plaster is considered for rendering uneven and honeycombed surface only. Wooden planks / shuttering will not be allowed)
2.34
RCC M 200
5070.00 Rs. Five thousand seventy only. Cum 11863.80
198
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No. 14
Providing and casting in situ cement concrete of M-200 grade of trap granite / quartzite / gneiss metal for R.C.C. chhajja as per detailed designs and drawings or as directed including centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided and curing etc. complete. (Excluding reinforcement. The cement mortar 1:3 plaster is considered for rendering uneven and honeycombed surface only. Wooden planks / shuttering will not be allowed)
1.94
RCC M 200
5195.00 Rs. Five thousand one hundred ninety five only. Cum 10078.30
Item No. 15
Providing and casting in situ cement concrete of M-200 grade of trap granite / quartzite / gneiss metal for R.C.C. slabs and landings as per detailed designs and drawings or as directed including fixing plastic cover block of required size at 27 Nos in per 10Sqm to reinforcement to give a clear cover of 15 mm in R.C.C. Slabs, fixing fan hook box of 100 mm diameter PVC or MS materialwith required depth with holes or notches as required, bottom with 12 mm dia. M.S. bar bent to shape with hooked ends for fan hook and painting to exposed surface, centering, formwork of steel, compaction, covering newly laid concrete by gunny bag, plastic or tarpaulin, finishing the formed surface with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided and curing etc. complete.
199
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
(Excluding reinforcement. The cement mortar 1:3 plaster is considered for rendering uneven and honeycombed surface only. Wooden planks / shuttering will not be allowed)
12.94
RCC M 200
5195.00 Rs. Five thousand one hundred ninety five only. Cum 67223.30
Item No. 16
1.72
Providing and fixing in position steel bar reinforcement of various diameters for RCC piles, caps, footings, foundation, slabs, beams, columns, canopies, staircases. newels, chajjas, lintels, pardies, copings, fins, arches, etc. as per detailed designs, drawings and schedules; including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (including cost of binding wire)
49400.00 Rs.Fourty Nine thousand four hundred only. MT 84968.00
Item No. 17a
351.60
Providing internal cement plaster 12mm. thickinsingle coat In cement mortar 1:3 without neeru finish to concrete or brick surfaces, in all position including scaffolding and curing complete. 103.00
Rs. One hundred three only. Sqm 36214.80
Item No. 17b
351.60
Providing neeru finish to plastered surfaces in a all positions except ceiling including scaffolding and curing complete. 20.00 Rs. Twenty only. Sqm 7032.00
Item No.17c
229.56
Providing internal cement plaster 20mm. thick in two coats in cement mortar 1:3 without neeru finish, to concrete, brick surface. in all positions including scaffolding and curing complete. 155.00
Rs. One hundred fifty five only. Sqm 35581.80
200
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.18
64.62
Providing and laying polished Kotah stone flooring 25mm to 30mm thick and of required width in plain/diamond pattern on a bed of 1:6 cement mortar including cement float, filling joints with neat cement slurry, curing, polishing and cleaning complete.
660.00 Rs. Six hundred sixty only. Sqm 42649.20
Item No.19
28.06
Providing and laying coloured glazed tiles 148.5 mm x 148.5 mm in size and 5.5 to 6.6 mm thick for flooring in required position laid on bed of 1:1 lime mortar or 1:6 C.M. including neat cement float, (excluding all specials required like round edge tiles, corner, cups etc.) filling joints with neat white cement slurry curing and cleaning complete.
730.00 Rs. Seven hundred thirty only. Sqm 20483.80
Item No.20
2.00
Providing and fixing 1st class white glazed earthenware "Orissa type" w.C. Pan 600 x 400 mm size including 'P' or 'S' trap UPVC soil and vent pipe up to the outside face of the wall, 1:5:10 cement concrete bedding, 10 liter fiber high level flushing cistern with fittings, inlet pipe with stop tap, bracket for fixing the cistern, 32 mm dia. UPVC flush pipe with fitting and clamps, 20 mm dia. UPVC over flow pipe with mosquito proof coupling, chain and pulley, painting of the exposed pipe and cutting and making good walls and floor, testing etc. complete. (Prior approval of sample and brand by Ex. Engineer is necessary before use.) 4181.00
Rs.Four thousand one hundred eighty one only. No. 8362.00
201
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
Item No.21
12.00
Providing and fixing screw down bib/ stop tap of brass including necessary socket union nut, testing etc. complete. (Prior approval of sample and brand by Executive Engineer is necessary before use) 166.00
Rs. One hundred sixty six only. No. 1992.00
i) 15 mm dia.
Item No.22
4.00
Providing and fixing P.V.C. long arm Nahani Trap of 8 cm diameter including PVC grating, bend and connecting piece of UPVC pipes up to the outside face of the walls making good damaged surface, testing etc. complete. 347.00
Rs. Three hundred fourty seven only. No. 1388.00
Item No.23
2.00
Providing and fixing 15 mm dia screw down wheeled stop tap of brass including necessary sockets /union nut, testing etc. complete. (Prior approval of sample and brand by Ex. Engineer is necessary before use.) 147.00
Rs. One hundred fourty seven only. No. 294.00
Item No. 24
4000.00
Providing, hoisting and fixing in position sintex or equivalent high density polyethylene UV stabilized conforming to IS-12701; water storage tank with necessary connection, testing etc. complete. (Prior approval of sample by Executive Engineer is necessary before use.)
8.00 Rs. Eight only. Lit 32000.00
Item No.25
Providing & fixing on walls/ ceiling/ floors, medium grade having embossed ISI Mark following diameter galvanized iron pipes With screwed sockets, joints & necessary galvanized iron fittings such as sockets, back nuts, elbows, bends, tees, reducers, enlargers, plugs, clamps etc. including necessary
202
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
drilling holes in walls, slabs etc. & remaking good the demolished portion to restore the same in original condition neatly, testing etc. complete. (Prior approval of sample and brand by Executive Engineer is necessary before use)
70.00 25 mm dia
230.00 Rs. Two hundred thirty only. M 16100.00
110.00
15 mm dia
135.00 Rs. One hundred thirty five only. M 14850.00
Item No.26
8.00
a) Providing & constructing Brick Masonry Inspection Chamber 60cm x 45cm including 1:4:8 cement concrete foundation 1:2:4 cement concrete channels half round G.S.W.pipes, Brick Masonry, plastering from inside and airtight 75 mm thick R.C.C. cover etc. complete.
1786.00 Rs.One thousand seven hundred eighty six only. No. 14288.00
Size 60 x 45 CM
Item No.27
2.00
Providing and fixing hume pipe septic tank 900mm diameter with vent pipe and cap including necessary (excluding excavation and laying) material & labour charges etc complite. 5486.00
Rs.Five thousand four hundred eighty six only. No. 10972.00
Item No.28
Providing and fixing following diameter.UPVC soil / vent / waste SWR pipe/Rain water pipes of required diameter conforming to IS 13592 and IS 4985 to with stand 2.5 kg/cm2 including necessary fixtures and fittings such as bends, tees, single junction, double junctions and joining with rubber and lubricants on wall by means of clips or in ground including necessary excavation, laying filling trenches, testing etc. complete
203
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
20.00
i) 110 mm dia.
192.00 Rs.One hundred ninety two only. R.M. 3840.00
50.00 ii) 160 mm dia.
420.00 Rs.Four hundred twenty only. R.M. 21000.00
Item No.29
351.60
Providing & applying washable oil-bound distemper of approved colour and shade to old & new surfaces in two coats including scaffolding, preparing the surfaces, (excluding the primer coat.) complete.
23.00 Rs.Twenty three only. Sqm 8086.80
Item No. 30
229.56
Providing and applying washable acrylic emulsion paint with roller finish in 2 coats of approved colour and shade to existing surface including scaffolding, preparing the surface to receive paint and applying putty etc. complete. Spec. No. : As directed by Engineer in charge.
68.00 Rs.Sixty eight only. Sqm 15610.08
Item No.31
50.00
Providing and fixing electrical point of approved quality for lighting purpose including all material and labour etc. complete. 554.00
Rs.Five hundred fifty four only. Point 27700.00
Item No.32
Providing and fixing kadappa stone slab 25 to 30 mm including all types of material and labour as directed by engineer in charge etc. complete.
36.10b For Kitchen plate from for two quarter unit
554.00 Rs.Five hundred fifty four only Sqm 20000.00
TOTAL Rs. 917353.52
Say Rs. 917354.00
204
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub work No 13:- TRIAL RUN
Cost put to tender Rs. 204425.00 Quantity. Item No.& Description of Item Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
Job
Commisioning running and maintaining the scheme to quantites, rated capacity, including manning necessary personnel such as operator, valveman, etc. as per requirements of the scheme and who should also administer chemical dose for a period of3 month for individual scheme together with training of personnel spared by MJP/ Local Body and handing over the scheme to Local Body after completion of the above period as directed by Engineer-in-charge.
40885 Rs Fourty thousand Eight hundred eighty five only. L.S. 40885.00
ITEM NO.2
Job
Running and maintaining the scheme to quantites, rated capacity, including manning necessary personnel such as operator, valveman, etc. as per requirements of the scheme and who should also administer chemical dose for a period of12 months.after Commissioning and handing over the scheme to Local Body after completion of the above period as directed by Engineer-in-charge.
163540.00
Rs One lakh sixty three thousand five hundred forty only. L.S. 163540.00
TOTAL Rs. 204425.00
SAY Rs. 204425.00 Note:- After completion of all subwork in the tender Third party inspection of the scheme will be done. The department shall be bear the cost of such third party inspection. However the cost of repairs, modifications etc. due to poor quality of work, shall be recoverable from the contractor. (As per Govt. Resolution No. Grapadha /1109/ Pra-ka-104 (A)/WS-07 dt.17.3.2010.
205
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE )
Memorandum showing the approximate quantity of works to be executed & rates thereof.
Sub-Work No. 14:- FLOW METER
Cost of Sub Work Rs.
7278023.00
Quantity. Item No.& Decription of Item
Tender Rate Unit Amount
In Figure In Words
ITEM NO.1
1.00
Manufacutre, supply and commission Electromagnetic Flow Meter (EMF), for Raw/Pure water with accuracy 0.5% of measured value & protection as per given specifications for size 100 mm-1000mm Including sensor, transmitter surge arrestor, cable GI duct if suitable size for 25 mtrs. sensor , transmitter surge arrestor, 25 Mtrs / each flow meter, including the pipe cutting, leveling and installation of flow meter in the pipelines with necessary tool tackles, cranes etc., as may be required at site & based on technical specifications (Annexure-A) attached 500 mm.dia. 493303.00
Rs. Four lakh ninety three thousand three hundred three only Nos 493303.00
ITEM NO.2
Providing installing& giving satisfactory field testing of flanged ends bulk water meter EEC mark having remote reading facility with FGI 250 cast iron body class B confirming as per ISO ISO-4064 marked to read in metric system along with manufactures test & guarantee certificate including cost of all materials & labours etc comp.
Eec mark removable mechanism type having provision of remote reading facility
206
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Decription of Item Tender Rate Unit Amount
In Figure In Words
4.00
200 mm dia ( for Adhar Nager , Om Nager , Saptashrungi Nager ESR & Sainik Colony GSR )
35636.00
Rs. Thirty five thousand six hundred thirty six only Nos
142544.00
1.00
150 mm dia ( for Borse Nager ESR )
27466.00
Rs. Twenty seven thousand four hundred sixty six only
27466.00
2.00
100 mm dia ( for Nayana Nager , Gayatri Nager ESR)
21775.00
Rs. Twenty one thousand seven hundred seventy five only Nos
43550.00
ITEM NO.3
Providing installing C.I. Strainer ("T" basket type type with flanged ends and stainless steel or brass mesh with operating of 2.50 to 3.00mm and suitable for opertingpressure of 16 kg /cm2
4.00
200 mm dia ( for Adhar Nager , Om Nager , Saptashrungi Nager ESR & Sainik Colony GSR )
29981.00
Rs. Twenty nine thousand nine hundred eighty one only Nos
119924.00
1.00
150 mm dia ( for Borse Nager ESR )
16189.00
Rs. Sixteen thousand one hundred eighty nine only
16189.00
2.00
100 mm dia ( for Nayana Nager , Gayatri Nager ESR)
8950.00 Rs. Eight thousand nine hundred fifty only Nos
17900.00
ITEM NO.4
1600.00
Providing, laying ,and testing M.S. pipes / specials /Flanged as per requirement for installation of meter 62.00 Rs. Sixty two only Kg
99200.00
ITEM NO.5
Manufacturing,Suppling of C.I mechanical compression flanged/socket Tail Pieces (Popularly known as IT.M
flange/socket tail piece) suitable for making flanged connection with the plain barrel of C.I. spun pipes (As per I.S. 1536/2001) & D.I. pipes (As per I.S. 8329/2000) The tail piece to be supplied complete with sealing rubber
207
Contractor No. Of Correction Executive Engineer
Quantity. Item No.& Decription of Item Tender Rate Unit Amount
In Figure In Words
gasket of S.B.R.cast iron follower glands & mild steel nut-bolts. The whole assembly should be mechanically & hydraulically tested to the provision as laid down in I.S. 1538/1993. The rates are inclusive of cost of material, forwarding charges,saletax, loading, transportation & unloading at departmental store. etc complete as directed.
4.00 200 mm dia
3065.00 Rs. Three thousand sixty five only
12260.00
1.00
150 mm dia
2366.00
Rs. Two thousand three hunderd sixty six only
2366.00
2.00
100 mm dia
1314.00
Rs. One thousand three hunderd fourteen only
2628.00
ITEM NO.6
Providing installing& giving satisfactory field testing of Domestic water meter, horizontal inferential single or multi jet g type with magnetic drive dry dial suitable for ambient 50 c temperature duly sealed against tamprining complete, with couplings at both ends & confirming to class B along with manufactures test certificate& guarantee certificate including cost of all materials & labours the rates includes providing & supplying of 15mm dia. meter on existing consumer connection /new connection including cost of required materials such as pipe, saddle, union ferrule etc. with required labour charges etc complete.
3570.00
EEC mark ( with provision of remote reading facility ) multijet 15 MM Dia
1764.90
Rs. One thousand seven hundred sixty four & Paise Ninety only Nos
6300693.00
Total Rs 7278023.00
Say Rs 7278023.00
208
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF WORK :- WALWADI VILLAGE WATER SUPPLY SCHEME, TALUKA &DISTRICT:- DHULE
BAR CHART
S.N. Name of Sub works
2012 2013 2014 2015
Quarter of The Year
II III IV I II III IV I II III IV I
Months 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36
1 Connecting
Main
2 Sump well
with overhead
pump house
3 Raw water
P/Machinery
4 Raw water
Gravity Main
5 Conventional
Water Treatment
Plant
209
Contractor No. Of Correction Executive Engineer
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36
6 Pure water
Pumping
Machinery.
7 Pure water
Rising Main.
8 RCC ESR's
9 RCC GSR's
10 Distribution
system
11 Chain link
fencing and
M.S.Gate
12 Staff Quarter
13 Test and Trial
of scheme
14 Water Meter
210
Contractor No. Of Correction Executive Engineer
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION, JALGAON.
SCHEDULE "B" OF TENDER
NAME OF SCHEME :- WALWADI WATER SUPPLY SCHEME TAL. & DIST. DHULE
(NAKANE TANK AS A SOURCE ) Weighted Average Rates for Pipe Line Work ( For Excavation)
Sr No Name of Subwork Total Quantity ( Cum ) Total Ammount( Rs )
1 Connecting Main
Soft soil 392.70 43982.40
Hard Murum 385.00 48510.00
Soft Rock 138.60 51975.00
Hard Rock by blasting Lift 0.00 to 1.50 M 192.50 92400.00
Hard Rock by blasting Lift 1.50 to 3.00 M 238.70 119111.30
Total Quantity 1347.50 355978.70
2 Raw Water Gravity Main
Soft soil 1216.00 136192.00
Hard Murum & boulder 912.00 128592.00
Soft Rock 1216.00 456000.00
Hard Rock by controll blasting 1064.00 510720.00
Total Quantity 4408.00 1231504.00
3 Pure water Rising Main
Soft soil 2999.75 335972.00
Hard Murum & boulder 2399.80 338371.80
Soft Rock 1199.90 449962.50
Hard Rock 1499.88 719942.40
Total Quantity 8099.33 1844248.70
4 Distribution System.
Soft soil 14844.01 1662529.12
Hard Murum & boulder 14844.01 2093005.41
211
Contractor No. Of Correction Executive Engineer
Sr No Name of Subwork Total Quantity ( Cum ) Total Ammount( Rs )
Soft Rock 9896.00 3711000.00
Hard Rock By Chelling 9896.00 6185000.00
Total Quantity 49480.02 13651534.53
Gross Qty & Amount for lift 0.00 to 1.50 M 63096.15 16964154.63
Average Rate Rs (Total Ammt / Total Qty.) 268.86
Proposed Rate 268.86 per Cum
Gross Qty & Amount for lift 1.50 to 3.00 M 238.70 119111.30
Average Rate Rs (Total Amt / Total Qty.) 499.00
Proposed Rate 499.00 per Cum
Sr No. Strata Classification % of Strata
1 Soft soil (Lift 0.00 to 1.50 M ) 30.84%
2 Hard Murum (Lift 0.00 to 1.50 M ) 0.61%
3 Hard Murum boulder (Lift 0.00 to 1.50 M ) 28.77%
3 Soft Rock (Lift 0.00 to 1.50 M ) 19.73%
4 Hard Rock by Controlled blasting Lift 0.00 to 1.50 M 4.37%
5 Hard Rock By Chiselling Lift 0.00 to 1.50 M 15.68%
For 0.00 to 1.50 M 100.00%
6 Hard Rock by Controlled blasting Lift 1.50 to 3.00 M 100.00%
Note:- The Quantity exceeds beyond tender limit as per clause 38 then the above%of strata classification will be considered
0
Contractor No. Of Correction Engineer In Charge
For Authorised use only
MEMBER SECRETARY
MAHARASHTRA JEEVAN PRADHIKARAN, MUMBAI
CHIEF ENGINEER
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL , THANE
SUPERINTENDING ENGINEER,
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
B-1 TENDER
FOR Name of Scheme :- Walwadi Water Supply Scheme
Tal. & Dist.Dhule
Providing, constructing Connecting Main, Sump with overhead pump house &
overhead tank Providing & installing Raw Water Pumping Machinery, Raw
Water Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery,
Pure Water Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain
link fencing ,Staff quarter,& Trial run of the scheme.
( B-1/ ______ for 2012-13)
VOLUME – II
i
DETAILED ITEMWISE SPECIFICATION & GENERAL SPECIFICATION
OFFICE OF THE
EXECUTIVE ENGINEER,
MAHARASHTRA JEEVAN PRADHIKARAN
URBAN & RURAL SCHEME DIVISION, JALGAON
1
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME, TAL. & DIST :- DHULE
Providing, constructing Connecting Main, Sump with overhead pump house & overhead
tank , Providing & installing Raw Water Pumping Machinery, Raw Water Gravity Main, Water
Treatment Plant , Pure Water Pumping Machinery, Pure Water Rising main, R.C.C.E.S.R.,
R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,& Trial run of the scheme.
INDEX
Sr. No. Description Page No.
1 General Conditions. 2 17
2 Special Conditions of Contract 18 28
3 Sub work wise & Item wise Detailed
Specifications. 29 361
4 Water sample Report 362 364
5 List of Drawings. 365 365
2
Contractor No. Of Correction Engineer In Charge
GENERAL CONDITIONS
Unless otherwise specifically provided for either in tender items or in
specifications on the schedule of supply of materials, all items in the tender are inclusive
of cost of all materials required for the execution of the items and these, as, are
provided as per relevant ISS on standard specifications.
All the materials used in the work shall be of best quality and any materials
rejected shall be removed from the site within 24 hours.
All other rules regarding Workmen's Compensation, etc. shall be binding on the
Contractor.
All items to be executed in the course of the work have to be executed by the
Contractor as specification in the P.W.D. Hand books, the books of standard
specifications, published by the Public Works of Government of Maharashtra, relevant
I.S. specifications, latest editions, and practice in vogue, at the rates as per rules of the
M.J.P. and conditions of agreement in this respect. The Contractor shall be responsible
and liable to pay for damage to public property caused by him. He should keep the
accounts of such materials in suitable book which would be available for inspection to
the Engineer in charge. The Contractor shall be responsible for proper handling and
safe custody of all material delivered by him for use on work. The material including
pipes shall be procured by the Contractor as per requirement of work and no excess
material shall be procured. Only used material shall be paid to the Contractor.
For all accidents on the contracted works the Contractor shall be responsible to
pay the compensation to the sufferer or his legal dependents as per the Legal
Compensation Act in force.
The Contractor shall engage an authorised agent or an experienced qualified
supervisor for the work capable of managing and guiding the work on his behalf.
He shall take such orders as may be given to him by the Engineer in charge from
time to time and shall be responsible to carry them out promptly.
A work order book shall be maintained at the works site. The Contractor shall sig .
the orders given by the Engineer in charge & Sub-Divisional Officer and shall carry them
promptly. After completion of the work, the work order book shall be surrendered to the
M.J.P.
Quantities given in the tender are approximate and are liable for variation.
Excavation of the trenches will be according to actual strata met with. The Contractor
3
Contractor No. Of Correction Engineer In Charge
shall have no claim for compensation on account of any variation in the quantities and
also for any variation in the depth for trenches shown in the drawings.
The Contractor shall at his own expenses make all necessary provisions for
housing, water supply and sanitary arrangements for his employees and for the work
under tender shall pay direct to the authorize concerned all taxes and other charges.
The Contractor shall also comply with all requirement of the Health Department in
regard to anti-malaria
All items occurring in the work and as found necessary in actual execution shall be
carried out in workmanship like manner as per specifications given in P.W.D.Hand Book
and as per the current specifications prevalent in M.J.P as per orders of the Engineer in
charge as stated above.
It must clearly understand that the conditions of the contract and specifications
are intended to be rigidly enforced and no relaxation on the ground of conditions
prevailing is to be allowed.
The Contractor shall be entirely responsible for breach of laws of local bodies,
Government etc. while using private or public conveyance procuring and stacking
materials. Employment of labour etc. and he will meet out- all expense in this contract
without any claim whatsoever on the M.J.P. and the M.J.P shall not take any
responsibility on this account before entering any property, plot, land, premises or areas
etc. the Contractor shall make his own independent investigation through the Collector
or Inspector of Land Records, etc. on his own about the ownership of the plot, etc. and
he will be liable for action for act of encroachment, trespass, etc. committed by him or
his labour or for the steps taken by the party concerned.
The Contractor shall have to clear the site of work before the commencement of
work and after the completion of the work without any extra cost. The Contractor shall
construct at his cost a temporary shed of about 20 sq. m. As per specification, carpet
area for use as office for inspection of the work by officers and for discussing the details
of work writing work order, etc. Necessary furniture such as chair's tables, wooden box,
etc. will be constructed and provided for within fifteen days from the date of receipt of
work order. It will be maintained properly till the work is completed. The shed and
furniture will be allowed to be taken back by the Contractor after the work is completed.
The M.J.P shall not pay any rent, charges for the shed, etc. and no M.J.P’s materials will
be issued by the M.J.P. for his shed.
4
Contractor No. Of Correction Engineer In Charge
A jeep able service road, wherever necessary shall be provided and maintained
by the Contractor as his cost till the completion of the work.
The Contractor shall arrange for final lineout of works at his own cost under supervision
of responsible representatives of the M.J.P.
All cement concrete shall be weigh batched, machine mixed and machine
vibrated unless otherwise instructed by the Executive Engineer.
The Contractor shall furnish a list of machinery in his possession, which he proposes to
use on the work.
The contractor shall follow the instructions in general under notes for guidance of
page 1 & 2 of the P.W.D. Hand Book Volume-1
LABOUR REGULATION.
The Contractor will have to abide by the provisions made under the Contract
Labour (Regulations and Abolition) Act 1970 and Rules made there under by
Government of Maharashtra, License shall have to be produced prior to starting of work.
No refund of quarry fees and Royalties. The Rate’s quoted shall be inclusive of all
quarry fees and Royalties for minor mineral, such as stone, Murum soils, sand etc. after
getting no objection certificate from Revenue Department for clearance of Royalties and
fees of materials, minor mineral etc. on completion of works the security deposit will be
release only.
Rates of the item of supply of pipes and valves mentioned in Schedule 'B'
are inclusive of Third Party Inspection.
C.P.M. chart shall be submitted by the contractor. To whom allotted the tender & get
approved by Engineer in charge.
5
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME,DIVISION JALGAON
Name of Scheme:- WALWADI WATER SUPPLY SCHEME Tal.& Dist- DHULE
Providing, constructing Connecting Main, Sump with overhead pump house & overhead
tank , Providing & installing Raw Water Pumping Machinery, Raw Water Gravity Main,
Water Treatment Plant , Pure Water Pumping Machinery, Pure Water Rising main,
R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff quarter,&
Trial run of the scheme.
GENERAL CONDITIONS OF CONTRACT
GC 1 PROCUREMENT OF MATERIALS AND PAYMENT OF TAX
Unless and otherwise specifically provided for in the schedule 'A' of materials
attached to the tender, all materials required, of approved type, for completion of the
work as per specification, shall be procured by the contracting firm. The rate quoted for
the items shall inclusive of all costs of materials and labour and it shall also cover all
taxes viz. sales taxe, (VAT) & local taxes such as octroi etc, that are payable by the firm
under the law of land.
GC 2 IMPORT LICENSE AND PROCUREMENT OF IMPORTED MATERIALS
The contractor, however may offer the imported materials and goods which are
readily available in the market or which can be made available in the course of
execution, on approval of competent authority but importing the spares and assembling
Indigenously is not acceptable unless backed by warranty of original manufacturer of
parts who shall take responsibility for the assembled equipment’s I machines etc.
GC 3 ACQUAINTANCE WITH SITE CONDITIONS AND WORKS CONDITION, ETC.
The contracting firm shall study and investigate the site in general, the conditions
in respect of approaches, labour, water supply, climate, quarries and the data included
in the tender papers and get it verified from the actual inspection of site etc. before
submitting the tender. In case of any doubt about any item or data included in the or
otherwise it sall be got clarified by applying in writing to the S.E. M.J.P. Urban & Rural
Circle Nashik, 3 days in advance before the date of pre-tender conference.
Once the tender is submitted, it shall be concluded that the firm has verified and
made itself conversant with all the details required for completing the work as per tender
conditions and specifications.
6
Contractor No. Of Correction Engineer In Charge
All the items have to be executed in the course of work as per specifications in the
PWD handbook, the books of standard specifications published by the PWD or MJP of
the Govt. of Maharashtra, relevant IS specifications, latest editions and practice in
vogue and as per the rules of the MJP and conditions of the agreement in this regard.
The contractor shall be responsible & liable to pay for damage to public property
caused by him. [The contractor shall be responsible for proper handling and safe
custody of all materials delivered by him for use on the work. The material including
pipes shall be procured by the contractor as per requirement of the works and no
excess material shall be procured, only used material shall be paid to the contractor.
The contractor should keep the accounts of such material in suitable book, which will be
available for inspection to the Engineer in Charge.
Quantities given in the tender are approximate and are liable for variations.
Excavation of the trenches will be according to actual strata met with. The contractor
shall have no claim for compensation because of any variation in the quantities and for
any variation in the depth of trenches shown in the drawings. It must be clearly
understood that the conditions of contract and specifications are intended to be rigidly
enforced and no relaxation on the ground of conditions prevailing is allowed.
The contractor shall be entirely responsible for breach of laws of local bodies,
State or Central Government etc while using public or private conveyance for procuring
and stacking materials, employment of labours etc. He will meet out all the expenses in
this context without any claim whatsoever on the M.J.P. and M.J.P. shall not take any
responsibility on this account.
GC 4 CHANGE IN SITE ALIGNMENT OR ORIENTATION
No compensation shall be paid because of changes in site, alignment or
orientation of the proposed work, within the work site marked on plan attached to the
tender.
GC 5 SITE INVESTIGATION &TEMPORARY OFFICE ARRANGEMENTS
Before entering the plot, property, land, premises etc, the contractor shall make
his independent investigation regarding plot, land, premises etc through the Collector,
Inspector of land records etc on his own about the ownership of the plots. He will be
liable for action for act of encroachment, trespass etc committed by him or his personnel
or for the steps taken by the party concerned.
7
Contractor No. Of Correction Engineer In Charge
The contractor shall have to clear the site of work before commencement of work
& after the completion of the work without any extra cost.
The contractor shall construct at his cost a temporary shed/office having area 20
sq.m. with adequate, office furniture such as chairs, tables, wooden box etc at site of
work for use as office for inspection of work by officers and for discussing the details of
work, writing work order etc.
It shall be constructed and provided within 15 days from the date of receipt of
work order. It shall be maintained properly till the work is completed. The shed &
furniture will be allowed to be taken back by the contractor after the work is completed.
The M.J.P. will not pay any rent, charges for the shed and no M.J.P’s materials will be
issued by the M.J.P. for this shed
A jeep-able service road, wherever necessary shall be provided and maintained
by the contractor.
GC 6 WATER SUPPLY FOR CONSTRUCTION AND HYDRAULIC TESTING
The M.J.P. has no water supply arrangement at site. The Contractor has to make
his own arrangement at his cost for water required for construction, testing, filling etc
either from local bodies or from elsewhere by paying the charges directly and arranging
tankers etc as per necessity. No claim for extra payment on account of non availability:
of water nearby or extra lead for bringing water shall be entertained All required piping
arrangements and pumping if required for water shall be made by-him at his cost. If
contractor fails to pay the water charges to local bodies or private parties, these shall be
recovered by the MJP from his bills. In case M.J.P’s water supply is available, a
connection at suitable place may be sanctioned but all further arrangements of pumping
if required, piping etc shall be done by him at his cost and water charges in such case
shall be paid by the contractor at the rates decided by the Engineer in Charge, shall be
final and binding on contractor.
Whenever Schedule 'B' provides for any dewatering item, payment shall be
admissible under that item. But apart from that item, no extra claims for dewatering
required for executing various tender items, and for executing such items in wet
conditions shall be entertained; as all these expenses are deemed to be included in the
dewatering item. Similarly, power supply required by the Contractor for execution of
work shall be arranged by himself at his cost.
For hydraulic testing of Leading mains, Rising mains, Distribution mains
8
Contractor No. Of Correction Engineer In Charge
(pipelines), a Suitable section as directed by Engineer in Charge shall be taken for such
testing from time to time during progress of the work & satisfactory test given for that
section. All testing apparatus, gauges, connections, etc and water required for testing
shall be arranged by the Contractor at his cost. M.J.P. does not take any responsibility
to supply water for testing. If there is any delay in testing, the contractor shall refill the
trenches for the time being and reopen them at the time of testing at his own cost. The
refilling shall not be paid till satisfactory hydraulic test is given.
Satisfactory Hydraulic test shall be regarded when this section under test shall
withstand the specified pressure as directed by Engineer in Charge for about 15 minutes
without operating the pump.
During the hydraulic testing the entire pipeline specials and all joints in that
section appears to be dry. The test pressure shall be as per MJP's circular No.
MJP/RCC/332 dated 31.12.97. During testing if any joint/any special/any valve/any
packing are found leak, they shall be repaired or redone by the contractor at his cost till
the test is found satisfactory. Similarly any pipe, collars, specials show hair cracks, leaks
etc during testing, the contractor shall replace them with sound pipes and specials
together with new joints entirely at his own cost till satisfactory hydraulic testing is given.
GC 7 SUPERVISORY STAFF
The Contractor shall have a well-qualified Public Health Engineer and water and
wastewater chemist on his establishment. He shall also engage an experienced
qualified Resident Engineer who is well versed with design aspect of RC.C. work, to be
in touch with day-to-day progress of the work and he should be authorised to receive
instructions form the Engineer-in-charge from time to time and shall act on them
promptly. The contractor shall; during working hours, maintain Engineers, supervisors
having sufficient training and experience to supervise the various items and operations
of the work.
Orders and directions given to such Engineers, supervisors or other staff of the
Contractor shall be deemed to have been given to the contractor. For this purpose the
contractor shall communicate to the M.J.P. The Name; Qualification and Experience of
such Engineer to be appointed for execution of this work. The Engineer of the contractor
who will be responsible for this work, by whatever designation he may be known, will be
specified on award of the contract shall atleast once in a fortnight inspect the work and
discuss with the Engineer-in-charge on the conduct and progress of the work.
9
Contractor No. Of Correction Engineer In Charge
GC 8 LABORATORY
The Contractor shall have a laboratory for carrying out tests required to be
conducted in connection with tender arrangement. Such as compression testing (Cube
testing machine) sieve analysis equipment, soundness tests equipment for bricks etc.
Other tests should be carried out in the Govt. Laboratory at the cost of contractor.
GC 9 WORK ORDER BOOK
A bound work order book shall be maintained at the work site by the contractor,
which will be in the custody of the M.J.P. This will be a permanent record. The Resident
Engineer of the. Contractor shall sign below the orders recorded by the Engineer in
Charge, and higher departmental officers in token of having received them. He may take
out a copy there of if required. Will not record any remark in the work order book but
may take up the matters recorded therein.
GC 10 JOINT SURVEY
The contractor shall satisfy himself regarding the correctness of the layouts,
levels etc. as are shown in the drawings or given in the specifications. Before starting
the work he shall also carry out, at his own cost, survey of the whole work-site jointly
with departmental (M.J.P.) representative. Major discrepancies, if any, noticed between
departmental (M.J.P.) drawings and the joint survey shall be informed in writing to the
Engineer-in-charge and got set-right by him where necessary. Such deviations as may
arise out of the joint survey shall not vitiate the provisions of contract and shall not
entitle the Contractor to any extra claims in any way. L-section in 2 sets should be
submitted before starting of the work.
While tendering, the Contractor should study the site condition and strata to be
met with and the deviation in the data given by the MJP and cover the actual
requirement of the jobs to be provided for quoting the rate of the item. The safe bearing
capacity for any strata will be decided by the Engineer -in-charge generally with
reference to the value given in the Public works Department Hand Book for respective
strata or by actual tests in case of doubt at the cost of the Contractor. The maximum
permissible bearing capacities of different strata should not exceed the following limits.
Trial pit results are indicative.
10
Contractor No. Of Correction Engineer In Charge
i) Soil 5 M.T./sq.m.
ii) Average murum 20 M.T./sq.m.
iii) Average Soft rock. 30 M.T./sq.m.
GC 11 LAYOUT CHECKING
The Contractor shall provide all labour, skilled and unskilled and all materials
needed and shall himself carry-out the line-out & checking of works, taking
measurement, testing of hydraulic and other structures, as directed, without any extra
cost. The contractor will also provide proper approach and access to all the works under
execution and stores without any extra cost.
GC 12 REFERENCE POINTS
After the joint survey has been plotted and approved by the Engineer-in-charge,
permanent base lines and bench marks shall be established by the Contractor so as to
serve as reference points and dimensional control of works. He should prepare and
submit a plan showing such reference points with their full description.
GC 13 PROGRAM OF WORK
The programme of work as envisaged by the Department is given in the form of
bar chart. Both physical as well as financial programme is given in it. This is the
minimum programme required to be achieved for implementation of clause-2 of the
tender, however the Contractor shall furnish to the Engineer-in-Charge within 15 days
from the date of work order to start the work, a program indicating progress to be
achieved for completion as per contract agreement. This shall not be less than the one
envisaged by M.J.P. and shall be got approved.
The progress schedule shall be in the form of bar charts, Statement forms, Daily
out-turn of quantities etc. If the program is found defective in any respect or
impracticable the same shall be modified as required, if the actual progress of work lag
behind at any stage, revised program by accelerating the progress to be achieved shall
be drawn up, keeping the target of completion unchanged. The program schedule in the
form of bar chart is attached separately.
Normally, a period of about 3 to 4 weeks will be required for scrutiny and approval
of the competent authority to the design and detailed drawings from the date of receipt
from the Contractor by all concerned authorities. The contractor shall be fully
11
Contractor No. Of Correction Engineer In Charge
responsible for the delay that would be caused in scrutiny or giving approval to the
design and drawings due their being incomplete, shabby and haphazard manner without
any illustrative dimensioned sketches in design and due to non-submission of reference
book called for. No extra time limit shall be granted on account of legitimate time
required in carrying out scrutiny as mentioned above by the Project implementing
Authority and due to improper design and drawing submitted by the contractor.
GC 14 APPROVALS FOR MATERIALS TO BE USED
Samples in large enough quantity of materials and descriptive data therefore
requiring prior approval shall be furnished to the Engineer-in-charge in good time before
the collection of such materials and equipment so as permit testing.
The samples shall be properly marked. to show the name of the materials name
of manufacturer, place of origin and item for which it is to be used. Only on approval, the
material of approved quality shall be brought on site. Samples approved shall be on
exhibition at all time, properly stored and prevented from deterioration for purposes of
comparison with the materials brought on site of work from time to time for use on work.
While materials are being brought on site samples there of will continuously be tested to
verify if they are according to specifications and such lots of them which are below
specification shall be rejected and shall forth with be removed from the site of work. All
the materials used in the work shall be of best quality and any material rejected shall be
removed from site within 24 hours.
GC 15 SATISFACTORY COMPLETION OF VARIOUS ITEMS
The sub works included in the schedule of works are job work’s. The various
items of the sub-works are to fit in perfectly in the whole plant physically, hydraulically
and architecturally to form effective working part of the whole plant as per specifications.
Each sub-work will be considered as complete when it is completed as per specification
and put in to commission as per standard as a successful component part of the whole
plant. The contractor will have to use on site best quality of material approved by the
Engineer-in-charge and no claim shall be entertained in case desired quality of material
is required to be brought from the longer distance.
12
Contractor No. Of Correction Engineer In Charge
GC 16 CHECKING QUALITY OF WORK
The Contractor shall, at any time during continuance of the contract offer of work
done or, if necessary, pull down a reasonable part work enough for such inspection and
testing as the Engineer-in-charge without any extra cost. Sampling and testing of routine
concrete work and other civil work, items shall be done in accordance with NBC practice
and ISS up to the satisfaction of Engineer-in-charge.
GC 17 INSPECTIONS
Though the offer is on lumpsum basis, the Contractor shall give not less than
seven day's notice in writing to the Engineer-in-charge about the work, which is
proposed to be covered or placed beyond the reach of inspection and verification of
sizes for doing the same. If any work is covered without such written notice, the same
shall be uncovered at the cost of the Contractor and in default there of on payment or
allowances shall be made for such work. These requirements apply for the component
items executed for the sub-work for which lumpsum is quoted.
GC 18 USE OF STEEL
The contractor shall use Tor / mild steel conforming to IS 1786-1979 or latest
edition etc. that shall be of standard tested quality and grade-I type, acceptable to the
M.J.P. The Engineer in charge of M.J.P. shall get the steel tested at the cost of
Contractor and permit its use if the stresses are within limits as per relevant ISS, steel
not satisfying the requirements shall be rejected and shall have to be replaced with
quality steel. The mild steel plate to be used for manufacture of pipes should be of
tested quality and manufacturing of pipe should be as per I. S. 3589 of 2000 or IS 5504
of 1969 with latest modifications.
GC 19 EXTRA ITEM
It is binding on the Contractor to carry out such extra work pertaining to the
completion of work and as will be ordered by the Engineer -in-charge. The payment for
this would be decided on the basis of sanctioned schedule of rates of the Division or
accepted rate analysis on actual cost basis as would be a roved by the competent
authority. In this regard, the decision of the Superintending Engineer will be
final and binding on the Contractor.
13
Contractor No. Of Correction Engineer In Charge
GC 20 NO INTEREST ON DUES
No interest will be payable by the M.J.P. on the amount due to Contractor
pending final settlement of claims.
GC 21 DISPOSAL OF THE EXCAVATED MATERIALS
All materials obtained from any excavation as required to be carried out under this
contract will be the property of M.J.P. and the contractor shall not have claim on it. The
excavated stuff if approved by the M.J.P. can be used by the Contractor free of cost for
the construction of this work. The surplus excavated materials remaining after the use of
other items shall be transported outside within a lead of 5 Kms. and disposed off as
directed by the Engineer-in -Charge without any extra cost.
GC 22 ACTIONS IN CASE OF NON-COMPLIANCE
Failure to comply with the foregoing conditions will result in M.J.P. taking action at
the risk and cost of the Contractor. Submission of the tender binds the Contractor for
complying with the requirements of the M.J.P. conditions and specifications without any
extra payment.
GC 23 TENDER TO BE STRICTLY ACCORDING TO THE TENDER CONDITIONS
AND ALL OTHER SPECIFICATIONS
It should be clearly noted that tenderer has to strictly comply with conditions and
specifications laid down in this document and the clarifications given in writing on and
after the pretender conference.
No variations are permissible at the time of tendering.
GC 24 HOUSING AND FOODGRAINS FOR LABOUR
The Contractor will have to abide by the provisions made under the Contract
Labour (Regulation and Abolition) Act 1970 and Rules made there under by
Government of Maharashtra, License shall have to be produced prior to starting of work.
All the rules regarding minimum wages act, Workman's compensation and other labour
acts etc. shall be binding on the Contractor without any claim on the M.J.P.
The Contractor shall be fully responsible for making arrangement entirely at his
own cost for housing all labour employed by him and make necessary and satisfactory
14
Contractor No. Of Correction Engineer In Charge
arrangements such as water supply, sanitation etc. for them as required under Rules
and Laws of State, Central Govt. or Local body. The Contractor shall also arrange for
food grains for the labour where it is not available in open market. The Contractor shall
also comply with all requirements of health in view .of anti-malaria.
GC 25 ACCIDENTS ON WORKS
The Contractor shall be fully responsible for any accidents that may occur to the
labour on his work on duty and report the same to the Engineer-in-charge and
concerned Government Labour Department and Authority and shall pay necessary
compensation as per rules. The Contractor shall insure the work site as well as the
labour as per rules.
GC 26 NO REFUND OF OCTROI DUTY AND ROYALTY CHARGES
In respect of provisions made in clause NO.36 of the printed conditions of
agreement form it is to be made clear that octroi duty and royalty charges paid to the
local body or Govt. on materials brought against this tendered work will not be refunded.
GC 27 INCOME TAX
2.2 % on gross value of each bill or the rate, additional surcharge educational
cess etc. as per income tax law in vogue from time to time shall be deducted towards
income Tax and certificate to that extent shall be issued by the Engineer -in-charge.
GC 28 ACCEPTANCES BY DESIGNERS / CONSULTANTS / EQUIPMENT
SUPPLIERS
Contractor while submitting the tender shall furnish name / names of the process
designers / consultants for the hydraulic and process design of the plant as also the
names of the structural designers along with their qualifications, experience in the field,
addresses and written consent letters from the designers for agreeing to design the
treatment plant. (Please refer Appendix "H"). This will also be applicable for the sub
work of designing providing constructing RCC ESRs.
Consent letters from the process designers / consultants should indicate the work
of such type of capacity not less than 7.25MLD water treatment plant at one place &
3.00 lakh liters ESR at one place designed by them and satisfactorily commissioned
with documentary evidence of having done so and reference certificates from the
15
Contractor No. Of Correction Engineer In Charge
authorities for designing and satisfactorily commissioning of such filtration plants, etc.
The contractor should indicate also the names of the manufacturers and erectors
of mechanical equipment for water treatment plant of capacity of at least 7.25 MLD. At
one place together with their consent letter of having agreed to supply, erect or
supervise erection with satisfactory commissioning. The contractor should indicate the
name of Consultant for the design and implementation of Automation of the plant and
SCADA system and enter into agreement with' such consultant and shall submit the
same with tender. The Contractor and such Automation Consultant shall be jointly and
severally responsible for the fully automatic functioning of the plant with SCADA.
The contractor, process designers / consultants and manufacturers of mechanical
equipment should produce an agreement on stamp paper worth Rs. 100 (minimum)
having agreed to jointly design, construct and satisfactorily commission the water
treatment plant and take joint responsibility to rectify the defects during Defect Liability
Period.
GC 29 RESPONSIBILITY OF CONTRACTOR FOR DESIGN, DRAWING AND WORK
Even though, the design and drawings are approved by the competent authority
of the M.J.P. the contractor shall be fully responsible for the technical and arithmetical
correctness and soundness of the design and drawings and for the safety of the works
executed on the basis of such approved design and drawings and for the damages and
failure etc. of the works so constructed whether due to bad workmanship or faulty
design and shall on account claim any compensation and repairs or reconstruction to
such damages or failure of the work. It shall have to be done by the contractor entirely at
his cost.
GC 30 DESIGNS AND CONSTRUCTION OF RCC WORKS
1) RCC design shall be based on IS. Code of practice and following are the relevant IS
for safe permissible stresses and other details. Detailed criteria are enclosed separately.
a) IS 456-2000 Table VI:-IS code of practice for PCC and RCC (IInd Edition)
b) IS 875:- Code of practice for structural safety of building and loading standards
(revised.)
c) IS 3370 Part I to IV :- Code of practice for water containers.
d) IS 1893 -1984, IS 13920 - 1993 for seismic Loadings (latest edition. ).
e) IS 800 (Latest edition) :- Code of practice for structural steel and steel work.
f) I.S. 13920-1993
16
Contractor No. Of Correction Engineer In Charge
NOTE: -Modular ratio 'M' shall not be greater than 280/(30bc)
where 30 bc is permissible compressive stress in concrete Clue to bending in N/sq. mm.
The basic design requirement, criteria and dimensions mentioned hereafter
should be strictly adhered to.
The intending tenderer should acquaint himself thoroughly with conditions as well
as needs of M.J.P. before tendering and designing the structure.
Grade of cement concrete for RCC works for various items shall be as under:
Item Grade. Nominal Mix.
For all the members such as columns M-300 1:1/2:1
Braces beams and the members coming in
contact with water.
2) RCC slab shall not be less than 125 mm in thickness.
3) The above Indian standards current on the date of tender shall be applicable to the
design of structure. Items not specifically covered by the Indian Standard code of
Practice reference shall be made to relevant standard specifications. If none of the
standard have provision on any item relating to design, in such matters the decision
of the M.J.P. will be final and binding on the Contractor.
4) Wind-Loading.
Provision shall be made in the design for the basic wind loading at The rate of
100 kg/sq. m. of exposed area of water tank and staging.
5) Seismic Loading.
Provision shall be made in the design for seismic loading as per the zone III of
IS 1893 (Latest edition) & IS 13920 - 1993 for which the seismic acceleration
coefficient is 0.04 and the importance factor 1.5 is applied to this. Thus, the basic
seismic acceleration coefficient to be adopted in the design is 0.06G and this is
obligatory.
6) The minimum depth of foundation for individual footing should not be less that 1.50
m.
17
Contractor No. Of Correction Engineer In Charge
7) Free Board.
Minimum free board required from soffit of beam / slab should not be less than 30
cms. The tank foundation and other members shall be designed for free board full
condition.
8) Age factor.
Age factor should not be considered for design.
9) For structure having more than 6 columns internal braces are obligatory. One set of
brace shall be provided at G.L., which is obligatory.
10) For wash water tank, 1.2 m. wide gallery should be provided at floor level, which
should be designed, for a load of 500 Kg/sq.m.
11) One RCC staircase shall be provided upto gallery and the roof level of ESR / wash
water tank.
12) Thickness of container member shall be checked for non-cracking check.
13) All cement concrete shall be machine mixed and machine vibrated unless otherwise
instructed by Engineer- in - Charge.
18
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURALSCHEME ,DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,TAL. & DIST :- DHULE
Providing, constructing Connecting Main, Sump with overhead pump house &
overhead tank , Providing & installing Raw Water Pumping Machinery, Raw Water
Gravity Main, Water Treatment Plant , Pure Water Pumping Machinery, Pure Water
Rising main, R.C.C.E.S.R., R.C.C.G.S.R., Distribution System, Chain link fencing ,Staff
quarter,& Trial run of the scheme.
SPECIAL CONDITIONS OF CONTRACT
SC 1 GENERAL
a) The quoted rate shall be total rate for the completed item of work as per the
specifications and shall be inclusive of all incidental charge such as lifts. Leads for
material, water for construction etc. The rates for excavation are inclusive of the fine
edge of excavated pit beyond foundations. .
b) The tenderer must obtain on his own responsibility and his own expenses all the
information, which may be necessary for the purpose of making a tender and for
entering into a contract and must consider and satisfy himself with all local conditions,
sites and quarries, means of accesses, the nature of rock material to be met with in all
execution and all materials pertaining to work.
c) All the items occurring in the work & as found necessary in actual execution shall be
carried out in workmanship like manner as per specification given in PWD handbook
and as per the current specifications prevailing in MJP and as per orders of Engineer-in-
Charge.
Specifications of items stipulated for other sub works, shall be made applicable, where
relevant.
SC 2 OUTLINE OF WORKS.
a) The work will be executed on the lines of plans attached to tender documents. The
plans are, however, liable to be changed and a stratum as shown there is approximate.
The sub works of Water Treatment Plant, Elevated Service Reservoirs is on the Own
design of contractor and hence the approved designs and plans after complete
exploration shall constitute the plan for execution.
19
Contractor No. Of Correction Engineer In Charge
..
b) The item of work and their approximate quantities are given in Schedule "B' of the
tender.
c) The rate quoted by the Contractor are supposed to be inclusive of all taxes and
duties, octroi, works contract tax, and no payment on this account or on account of any
increase in taxes duties/octroi etc during the implementation period will be allowed.
d) In case of dispute regarding the provisions of any item precedence to decide
provision will be as follows.
i) Provisions in the Schedule- 'B'
ii) Specifications.
iii) Drawings.
SC 3 UNIT
a) The rates quoted for each item are for units mentioned in Schedule-B against each
item.
SC 4 SITE CONDITIONS
a) It shall be presumed that the Contractor has satisfied himself as to nature and
location of the works, general and local conditions, particularly those bearing on
transport, handling. storage of material, availability of labour weather conditions and has
estimated the cost and quoted his rates accordingly M.J.P. will bear no responsibility for
lack of such acquaintance with site conditions and consequences thereof.
b) Set of tender documents and conditions (up to a maximum of three sets) at the
discretion of the Engineer in Charge, will be supplied to the Contractor after acceptance
of tender.
SC. 5 EXTRAS, OMISSIONS AND DISCREPANCIES
In all cases of the omissions, doubts or discrepancies in the dimensions in the drawing
and item of work reference shall be made to the Engineer in Charge, whose elucidating
and elaboration shall be considered final.
20
Contractor No. Of Correction Engineer In Charge
SC. 6 SUPPLY OF MATERIAL BY THE CONTRACTOR.
a) The Contractor shall supply all materials mentioned in Schedule 'B' and for all excess
quantities, extra items etc. This shall be confirming to relevant ISS.
CI/DI/PVC/BWSC/MS/GI/HDPE pipes and its joints, All valves etc. will be accepted, only
after due inspection of third party inspection agencies appointed by M.J.P. The charges
for the same shall be borne by the Contractor. Items such as specials, etc. shall be as
per relevant ISS, third party Inspection shall not be insisted.
b) Other material such as cement, tor steel, metal, sand etc. shall be confirming to
relevant ISS. Testing charges for cement, tor steel, reinforcement steel shall be borne
by the Contractor. Ultratech cement and O.P.C. (43 Grade) shall preferably used for
water retaining structure.
c) 85% of procurement price will be paid to the Contractor on receipt of pipes, valves,
etc. with due inspection, 15 % amount will be release after lowering, Laying, Jointing &
Hydraulic testing of pipe line.
d). The Contractor shall provide, at the site of work satisfactory storage for not less than
one month's average consumption of works. The Cement shall be stored in a manner
that will satisfy the Engineer in Charge the arrangement of storage and utilization of
cement shall be in the order of its arrival at the stores and the Contractor shall maintain
satisfactory records, which would at any time show the dates of receipt and proposed
utilization of cement lying in the storage.
e) The Engineer-in-charge shall at all the times have access to the stores and sites,
method of storage records, and security provided by the Contractor. The Contractor
shall comply with instruction that will be given by Engineer in Charge, in this behalf.
f) The rate quotated by the contractor are supposed to be inclusive of all taxes & duties,
octroi, work contract tax & no payment on this account or on account of any increased
in tax, duties, octroi etc. during the implementation period will be allowed.
The Contractor shall further at all times satisfy the Executive engineer on
demand by production of books, of submission of returns in proforma as directed, other
proofs, that the cement supplied is being used for the purpose for which it is supplied
21
Contractor No. Of Correction Engineer In Charge
and the Contractor shall at all times keep his records up to date and make available to
the Engineer in Charge
SC 7 MATERIALS.
a) The Contractor shall make his own arrangements for obtaining rubble, khandki,
headers, metal, sand, murum etc. from M.J.P. or private quarry. Applications of the
Contractor for reasonable area of Government land required for this purpose can be
recommended to Revenue Authorities without and guarantee for making the land for
quarry available. All the materials involved in the construction shall be of best quality
and specifications and shall be got approved from the Engineer-in-charge before
use. If necessary, materials shall be got tested from the Laboratory at his cost.
Samples requiring approval shall be submitted by the Contractor, to the Engineer-in-
charge in good time before the use of each material. The samples shall be properly
marked to show the name of the materials place.
b) The Contractor shall provide all labour, skilled as well as unskilled, pegs, lime,
strings, site rails (wooden as well as steel, etc.) as and when required as per
approved design and make available such other materials for surveying, lining out,
setting out, checking of work, taking measurements, testing hydraulic and other
structures, without any payment by the M.J.P. to him. He will also provide proper
approach and access to all his works and stores without any extra cost over his
tendered rates for the items to be inspected.
c) Rates quoted include clearance of sit (prior to commencement of work and its
closure) in all respects and hold good for work under all conditions of sites, moisture,
weather etc.
d) Failure to comply with any of the above instructions will result in the M.J.P. doing the
needful at the risk and cost of the Contractor, These conditions are for all items and
as such no extra payment shal1 be made for observing these conditions.
e) The Contractor shall make his own arrangements for quarrying of rubble, stone, and
murum sand, lime, metal etc
22
Contractor No. Of Correction Engineer In Charge
f) Overburden in a quarry will have to be removed by the Contactor at his own cost.
g) Unless a separate item is provided in Schedule 'B' minor dewatering of foundations
in excavation and during the construction if required shall be done by the Contractor
without claiming extra cost.
h) Masonry shall be kept wet for at least 21 days and concrete work shall be kept wet
for at least 28 days commencing from the date of its final laying in position. In case
during execution curing is found inadequate, it will be carried out by M.J.P. & the
cost there of shall be recovered from the Contractor. The Contractor shall make his
own arrangements for getting water at site at his own cost. .
i) The proportions of cement concrete specified in the Schedule 'B' are nominal and
are only an indication of approximate proportion of cement, fine aggregate and
coarse aggregate which may have to be altered suitably at site to obtain the desired
strength and work-ability. However quantity of cement shall not be less than the one
specified below.
Nominal Mix (By Weigh Batching)
1: 1/2:2 (M 300) 9.20 bags/one cum of Cement Concrete or as per mix design
1: 1:2 (M 250) 8.5 bags/one cum of Cement Concrete or as per mix design
1: 1 ½: 3 (M 200) 6.9 bags/one cum of Cement Concrete
1:2:4 (M 150) 5.9 bags/one cum of Cement Concrete
Nominal Mix (By Volume Batching)
1: 1/2:2 (M 300) 9.90 bags/one cum of Cement Concrete or as per mix design
1: 1:2 (M 250) 9.20Bags/one cum of Cement Concrete or as per mix design
1: 1 ½: 3 (M 200) 8.10 Bags/one cum of Cement Concrete
1:2:4 (M 150) 6.30Bags/one cum of Cement Concrete
In case of major items of concrete for RCC works the Contractor shall prepare test
blocks as per IS Specifications for testing its tensile and compressive strength at his
own cost. These blocks will be tested in any of the Government test laboratories at
the cost of the Contractor. The number of the test block frequency etc shall be as per
I.S. 456-2000 & acceptance criterion of concrete shall be as per I.S. 456-2000.
23
Contractor No. Of Correction Engineer In Charge
SC 8 PAYMENT AGAINST EXCESS QUANTITIES OF VARIOUS ITEMS
a) Before making payment of excess quantities as per rules, the concerned
Engineer in Charge should get himself satisfied regarding genuineness of the
claim and he should also exercise a compulsory check minimum 5% of
measurements for a particular item. Responsibility of information regarding _ the
excess beyond quantities as per Schedule 'B' of the tender for approval to
Superintending Engineer & also for correctness of claims to be submitted in
future shall rest with junior Engineer/ Deputy Engineer! Engineer in Charge/
Auditor and Divisional Accountant also scrutinise the proposal for approval and
concerned authorities should consider the exact position of the revised estimates,
if necessary due to this excess.
b) For executing any quantity, the excess over the quantity specified in the tender,
the Contractor should be authorised by the Engineer in Charge in writing.
c.) Failure to comply with any of the above instruction will result in the M.J.P.’s doing
the needful at the risk & cost of the contractor. These conditions are for all items
& as such no extra payment shall be made for observing these conditions.
d) While asking' the Contractor to execute such excess quantity, the concerned
Engineer in Charge should inform the Contractor in writing specifically that the
payment in excess of quantities specified in the tender will be made only after
following concerned prescribed rules.
SC 9 DAMAGE BY FLOODS OR ACCIDENT.
The Contractor shall take all precautions against damage by floods and from
accidents. No compensation will be allowed to the Contractor for his plant, material and
work, etc. lost or damaged by floods or from other causes. The Contractor shall be liable
to make good any part of material which is in charge of the Contractor and which is lost
or damaged by floods or from any other cause. If the work executed is damaged,
trenches filled due to any reason. Contractor shall have to make it good at his cost only.
24
Contractor No. Of Correction Engineer In Charge
SC 10. TESTING OF STRUCTURE
In case of works which creates reasonable doubts about the quality of
workmanship or of arterials used in the construction, the Superintending Engineer may
order the Contractor to satisfy the M.J.P. by carrying out a suitable load test or test of
the structure or parts there of, in the manner as prescribed in IS 456-2000, Code. of
Practice for plain and reinforced concrete for general building construction in clause-l7,
on page-30, or as may be. Approved by him, in regard to the sufficiency of the strength
as, designed arid in the event of any deficiency being noticed as a result of the test, the
Contractor shall carry out necessary strengthening or dismantling as may be directed by
the Superintending Engineer.
The load test and strengthening or dismantling whenever directed shall be carried
out by the Contractor entirely at his risk and cost and to the entire satisfaction of
Engineer-in-charge or his authorized agent and till then the work shall not be considered
to have been completed. No payment for dismantled work shall be made.
SC 11 RATE ANALYSIS IN CASE OF EXTRA ITEMS.
In case of the EIRL the Contractor shall supply Rate Analysis based on labour
and material in case he is called upon to do so. Extra charge of claims in respect of
extra work shall not be allowed unless the work to which they relate are in the spirit and
meaning of the specification or unless such work arc ordered in writing by the Engineer-
in-charge and claimed for in the specified manner before the work is taken in hand.
SC 12 WATER REQUIRED FOR CONSTRUCTION & DEWATERING
The Contractor has to make his own arrangement at his cost for water required
for construction, testing, filling, structures, etc. either from local bodies or from
elsewhere by paying the charges directly and arranging tankers, etc. as per necessary.
No claim for extra payment on account of non availability of water nearby, or extra lead
for bringing water shall be entertained. All required piping arrangements and pumping if
required for water shall be made by the Contractor at his cost. If Contractor fails to pay
the water charges to local bodies or private parties these shall be recovered by the
M.J.P. from his bills.
25
Contractor No. Of Correction Engineer In Charge
In Case M.J.P.’s water supply is available a connection at suitable place may be
santioned but all further arrangement of pumping if required, piping etc. shall be done by
the contractor at his cost & water charges in such a case shall be paid by the contractor
at the rate as decided by the Executive Engineer which shall be final & binding on the
contractor.
Whenever Schedule 'B' provides for any dewatering item payment shall be
admissible under that item, but apart from that item, no extra claims for dewatering
required for executing various tender items, and for executing such items in wet
condition shall be entertained as well these expenses are demand to be included in the
dewatering item.
SC13 LEADS AN D LIFTS
Unless otherwise specifical1y mentioned in the tender item, the tendered rate for
all items in tender shall cover all lifts and leads encountered for the execution of the
work as directed and no extra claims for additional lifts and leads shall be entertained.
SC 14 REFILLING THE TRENCHES
Unless otherwise specifically provided for in the tender or a separate item is
provided in Schedule 'B' all the sides of excavated trenches after the work is completed
or in progress are to be filled by the Contractor to the original ground level from
excavated stuff at no extra cost to the M.J.P.
SC 15 DIMENSIONS FOR PAYMENT OF RCC / PCC MEMBERS
Unless otherwise specifically mentioned in tender items, the net dimensions of
RCC or CC Members actually cast are only admissible for payment under RCC or plain
CC items. No increase in dimensions due to plastering or finishing shall be admissible
for payment under RCC or plain CC items.
SC 16 CEMENT TO BE USED
Cement that will be supplied by the Contractor shall be in Jute / PVC bags and
shall be of 43 Grade of Ultratech, Ambuja, ACC, Birla Gold, Manikgarh make etc.
26
Contractor No. Of Correction Engineer In Charge
SC 17 NO CLAIMS FOR DESILTING OR DEWATERING OF TRENCHES.
No claims for any de-silting of trenches, foundation. etc. filled due to floods,
untimely rains or any other reasons whatsoever shall bc entertained and Contractor
shall have to do this de-silting operation together with dewatering operations entirely at
his cost.
SC 18 ELECTRICITY REQUIRED FOR CONSTRUCTION
Electricity supply required for construction of work and for labour camp, etc. shall
be arranged by the Contractor at his own cost.
SC 19 PERFORMANCE PERIOD
After completion of successful completion of hydraulic testing in all respect, the
performance period shall start from the date of regular commissioning. During the
performance period which shall be of 24 months, the contractor shall supervise the
maintenance and performance of the WTP, Pumping Machinery. ESRs, Leading Mains,
Rising Mains & distribution mains etc with all its installation to its full designed capacity.
SC 20 MECHANICAL EQUIPMENTS
All the mechanical equipment required for working of the plant shall be provided
of robust and durable type conforming to relevant IS specified for the constituent
material and construction
It shall be noted that the equipment shall be compatible for actuations electrically
and automated operations using sensors. This is prime important while selecting the
different equipments. This includes the cost of labour, skilled and unskilled, tools, lifting
tackle, valves, controlling devices prime movers, etc.
The material used for the various items shall be specially selected for the job and
should be durable and of best quality and proof against physical and chemical ill-effects
as a result of the quality of weather coming in its contact. The valves of filter operation
27
Contractor No. Of Correction Engineer In Charge
shall be Electric Actuators driven and others shall be manually operated. The torque
selection calculations, Design of the actuator, gear box (spur / worm) shall be got
approved from the Engineer-in-charge . All the C.I. head stocks/wheels of valves etc.
shall be smooth finished so that on painting they present a smooth appearance. They
should be painted with synthetic enamel paint of approved quality.
28
Contractor No. Of Correction Engineer In Charge
ACQUAINTANCE WITH SITE CONDITIONS AND WORK CONDITIONS.
A. The Contractor shall study the site conditions; general conditions and data included
in the tender papers and get it verified from actual inspection of the site etc. before
submitting the tender. In case of doubts about any items or data included in this
tender or otherwise, it shall be got clarified by applying in writing to the Executive
Engineer, 15 days in advance before date of submission of the tender. Once the
tender is submitted, it shall be considered that the Contractor has verified and made
himself conversant with all the details as required for quoting the rates and
completing the work as per tender conditions and specifications.
B. Contractor shall not sell or otherwise dispose off or remove except for the purpose of
this contract, the rubble, stone metal sand or other material which may be obtained
from any excavation, made for the purpose of the contract. All such materials shall
be M.J.P.'S properly and shall be disposed off in the manner and at place as may be
directed by the Engineer-in-charge. Contractor may with the permission of the
Engineer-in-charge in writing and when directed by him, use any of the materials free
of cost.
C. Other unforeseen items cropped up in the course of work will have to be done by the
Contractor as per specifications in P.W.D. H and Book Volume I and II and will be
paid at mutually agreed rates, ISS and standard practice in vogue.
D. Extra charge of claim in respect of extra work shall not be allowed unless the work to
which they relate are in the spirit & meaning of the specification are unless such
works are ordered in writing by the Engineer in charge & claimed for in the specified
manner before the work is taken in hand.
29
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 1 :- CONNECTING MAIN
Item No 1 :- Excavation in all types of strara etc. complete.
EXCAVATION FOR PIPE TRENCHES
(For all types of pipe materials and for transmission mains. Leading mains, distribution
system etc.)
1.1 The classification for all excavation met shall be only in one category as under.
Excavation in all types of strata met with during excavation of pipe trenches which may
include (but shall not restricted to) following types of strata such as all types of earthy of
sandy materials, soil’s-of-all types clay mud, soft, average of hard murum i.e. all kinds of
disintegrated rock. shingles, sand made-up soils bricks, bars and isolated boulders of
any size all types of rock including soft and hard rock & Manjara type of rock which may
be removed by blasting chiselling and /or by use of mechanical means, Excavation
required in WBM "roads. concrete, roots of trees etc, included under this item. Blasting
will not be permitted in inhabited localities or in vicinity of proportions where damage of
human life and property will involved in the opinion of the Engineer-in- charge, or by
Police authorities. Necessary permission for by the contractor at his cost and in case he
does not get permission for blasting or gets such permission only for the part length of
pipe line in that case work will have to be done by chiselling and / or by mechanical
means at the quoted rates only.
1.2 The excavation may be done manually usual types of tools such as pick axe,
phavra, crow bars, chisels, hammers, wedges, hammers etc. and for mechanical means
such as power driller, flock cutter, pavement breaker etc. driven with the, help of air
compressor / tractor etc. and / or with the help of modern equipment's available for
excavation such as JCB, Pock land etc. attached with required types of attachments and
/ or tools to take up the excavation work. In short the excavation required to be done for
pipe line work which shall also include the excavation required for pipe supporting
structures; pipe line protection, measures such as pipe encasing, thrust block, fixity
blocks, welding pits or similar excavation work required in connection with laying and
securing the pipe line of any pipe materials etc, ill all types of strata met with at the site
30
Contractor No. Of Correction Engineer In Charge
and carried out by whatever required means shall be treated as covered under this item
and not be payable under any other item of the tender (unless specifically mentioned to
that effect) or shall not be payable at separate rate based on Schedule of Rate or
market rate by treating the same as extra work. In case big boulders are lifted with the
help of cranes or any other suitable manual / mechanical means, the same shall also be
deemed to have been included-under this item.
1.3 The excavation shall be taken down to such depths as shown in Schedule-B, L -
Section of pipe lines, specifications, drawings and / or as directed and shall be done in
extra sections shown in drawings and stipulated in specifications elsewhere herein.
Extra excavation done over and above specified for whatever reasons shall not be paid
for, The bottom of the pits shall be perfectly leveled before laying of pipe line or laying of
concrete or masonry and shall be watered and thoroughly rammed.
1.4 The section of excavation, however may be increase correspondingly, if
necessary as directed by the Engineer-in- charge, for such extra depths and such
increased section as directed by Engineer-in- charge . shall be admissible for payment
at respective tendered rates.
1.5 All foundation pits shall be filled on the sides of masonry and concrete by the
excavated stuff to the original surface of ground as required, watered and rammed in 20
cm, thick layers and the tendered rate includes this operation.
1.6 Excavated material from pipe trenches / foundations shall not be placed nearer than
1.2 m from the edges of excavation. If the tender item specifies any specific limits for
placing of excavated material than the material shall not be stored within that specified
limit of 1.2 m from the edge of the trenches whichever is more.
In case of excavation in town and inhabited places it shall be strongly fenced and lighted
during night by red lights in charge of watchman at Contractor's cost. Material should not
be dumped on road. if the pipe line work is through a busy traffic then necessary
arrangements for controlling the traffic by engaging required proper type of persons at
both the ends of blocked road with red and green flags shall be engaged to avoid traffic
congestion.
Unless otherwise specific lifts and are mentioned in the tendered item the tendered rate
shall be for all lifts an leads involved in the work. The Contractor shall provide shoring
and strutting of approved size and type of normal conditions wherever necessary
excavation in soft materials without extra cost unless otherwise provided for in
separated tender item.
31
Contractor No. Of Correction Engineer In Charge
1.7 Excavation carried out in excess of the width specified shall be at Contractor's
own risk and shall not be measured, so also the excavation carried out in excess of the
required depth shall be made good to the required level by selected excavated material,
concrete or masonry of proportion as directed by the Engineer-in- charge without extra
cost. The tendered rate for excavation items shall include lifting and removing / the
excavated material for proper disposal in the vicinity of 50 m from centre of the trench as
directed by the Engineer-in-Charge.
1.8 Unless otherwise provided in the contract the work of refilling of the trenches. shall
be treated as included under this item. At the time of refilling of trenches, the top of
refilled surface shall be adequately above the original ground level to accommodate
settlements of the refilled material. The refilling shall be done in Iayers of 25 to 30 cm
duly watered and properly rammed.
1.9 If there is no separate item of dewatering in the tender, the Contractor's tendered
rate shall include all required for dewatering (either manually or through Diesel / Electric/
Petroll, Kerosene driven pump sets. No separate payment will be admissible even for
dewatering in nalla and/or river portion.
1.10 In case of pipe trenches, the Engineer-in-Charge may reduce the width of trench
wherever a hard strata is met with, if the feels adequate width to lay the pipe line is avail
able in order to reduce the quantity, In such cases. the Contractor will be paid on the
actual measurement basis.
Any damage arising out of such damages to cable, pipe lines, or private public
institutions shall be made good by the contractor at his cost and if he fails to make good
such losses than the Engineer may recover the same from tile contractor from any
payment due to him.
The excavation for foundation of chairs and / or pedestal etc. shall be as per
drawing and details specified or as per instructions of Engineer in charge and the
refilling of sides of foundation shall be treated as included in the item.
If blasting is permitted by appropriate and competent authority & also by the
Engineer in charge then only the blasting shall be resorted to & the conditions specified
by the competent authorty while granting which permission and the safety measures
specified for explosive use shall be strictly adhered to for blasting operation. .
32
Contractor No. Of Correction Engineer In Charge
Mode of Measurement of Payment
Excavation for trenches shall be measured correct to nearest centimeters. The
quantity shall be worked out in cubic meter for payment purposes. Measurement for
payment shall be made as per dimensions shown on the drawings or as directed by
Engineer-in-Charge or as per actual whichever is minimum. Excavation to dimensions in
excess of the above will not be measured or paid for. If as per instructions of Engineer in
charge excavation depth have to carry below the level shown in drawing, the additional
depth will be paid at the same rate only. Dimensions shall be measured correct to two
places of decimals of a meter and individual quantity shall be calculated corrected to two
places of decimals of cubic meter. In case of pipe trenches, the Engineer in charge may
reduce the width of trench wherever a hard stratum is met with. If he feels adequate and
just sufficient to lay the pipeline in order to reduce the hard quantity. In such cases the
Contractor will be paid on the actual measurement.
No extra cost will be paid for putting the pipe all along the trenches before laying
in the trenches. Average width of excavation trenches that shall be admissible for
payment for various diameters of pipeline (excepting PVC/H.D.P.E. pipes) shall be as
under.
S.N. Internal dia of pipe Width of excavation
of trench Nature of Strata
1 80 mm.dia. below 0.70M. In soft and hard material
2 100 mm 0.75M. In soft and hard, material
3 150 mm 0.75M In soft and hard material
4 200 nun 0.85M In soft and hard material
5 250 mm 0.85M In soft and hard material
6 300 mm 0.90M In soft and hard material
7 350 mm 0.95M In soft and hard material
8 400 mm 1.10 M In soft and hard material
9 450 mm - 1.15 M In soft and hard material
10 500 mm 1.20M In soft and hard material
11 550 mm 1.25 M In soft and hard material
33
Contractor No. Of Correction Engineer In Charge
12 600 mm
1.25 M
In soft and hard matetial
13 650 mm 1.30 M In soft and hard material
14 700 mm 1.30 M In soft and hard material
15 750 mm 1.40 M In soft and hard material
16 More than 750 mm
Dia O. D.+0.60 M In soft and hard material
In Case of PVC/HDPE Pipes Following trench Width shall be Adopted.
Sr.
No. Outside Dia of Pipes Width of Excavation of Trench
Nature of
Strata
1 Up to 110 MM 0.70 M In Soft & Hard Material
2 140 MM 0.75 M In Soft & Hard Material
3 160 MM 0.75 M In Soft & Hard Material
4 I8O MM 0.80 M In Soft & Hard
Material
5 200 MM 0.80 M In Soft & Hard
Material
6 225 MM 0.80 M In Soft & Hard
Material
7 250 MM 0.85 M In Soft & Hard
Material
8 280 MM 0.90 M In Soft & Hard
Material
9 315 MM 0.90 M In Soft & Hard
Material
Any width excavated more than above shall not be measured and paid for.
The Contractor shall carry out extra excavation for collar pits at joints wherever
necessary and such extra collar pit excavation shall not be admissible for payment and
will not be measured.
During excavation and till the trenches are properly refilled, if any public or private
water tap connections, telephone wires, cables etc. are damaged, the Contractor shall
reinstate them at his cost.
34
Contractor No. Of Correction Engineer In Charge
Any damage arising out of such damages to cables, pipelines or private public
institutions shall be made good by the .contractor at his cost and if he fails to make good
such losses then the Engineer-in-charge may recover the same from the contractor from
any payment due to him or by other way.
The Contractor shall at his own cost give the satisfactory hydraulic testing which
shall include all labour cost of water to feed and while testing, repairs required shall
have to be carried out by the Contractor. No extra cost shall be paid. The mode
measurement of payment shall be on cubic meter basis. As the mode of payment is on
cum basis and on average wetted rate the payment & excavation is not done till the
trench is excavated at required depth.
Item No 2 :- Filling in plinth and floor murum bedding from available stuff in
trenches etc. complete.
The murum to be used shall be of approved quantity soft murum to be laid in 15
cms average thickness to the grade as directed by the Engineer in charge The width
admissible for payment shall be the same as per excavation trench width admissible
under excavation item. The murum bedding shall be provided where there is black
cotton soil or hard material below pipes or wherever directed and it shall be well
rammed so as not to sink the pipe line. Extra excavation for murum bedding, wherever
required as above shall be admissible for payment under excavation tender items.The
mode of measurements of payment shall be on Cubic meter basis.
Item No 3 :- Providing & laying R.C.C. ………….etc Complete.
GENERAL SPECIFICATIONS
GS 1 SAND AND METAL
Sand and coarse aggregate (metal) shall be stored separately on site on hard
ground so as to keep them free from foreign materials such as soil, clay, glass etc. In
case of machine crushed metal separate depot shall be prepared for different sizes of
metal and suitable proportion to form a dense mix as directed by the Engineer in charge
shall be taken from these different sizes of metal.
35
Contractor No. Of Correction Engineer In Charge
GS 2 FORM WORK
2.1 The wooden shuttering planks shall be not less than 40 mm thick or such other
thickness as may be allowed by the Engineer in charge for a particular job. The entire
form work, whether of steel, plywood or wooden planks, shall be very strongly proposed
and braced with sufficiently strong vertical and horizontal members and the entire
supporting structure shall be sufficiently strong to take up the load of concrete and all
stresses it may be subjected to without any deflection. The Contractor shall be wholly
and fully responsible for any defects in the entire form work and its supporting structure.
2.2 The formwork shall be very smooth and entirely free from any dust particles direct
and its inner surface shall be oiled for the easy facility of form removal and shall be
watertight.
GS 3 MIXING
3.1 Good clean water shall only be used for mixing. Arrangements for bringing such
water shall be done by the Contractor at his cost. The quantity of water to be used shall
be as directed by the Engineer in charge on the basis of correct water cement ratio & site
conditions. The water measuring apparatus shall be provided by the Contractor at his
cost.
3.2 For R.C.C. Reservoirs and for other works which in the opinion of the MJP are
important the concrete shall be only machine mixed. The mixing shall be continued for at
least 8 minutes after all materials and water are placed in the drum which shall revolve
for 14 to 18 revolutions or as specified by the manufacturers of the cement The mixer for
this purpose shall be brought by Contractor at his cost and MJP does not take any
responsibility for supply of mixer which could be conveniently spared to the Contractor,
will be issued to him on hire basis Contractor's request., as per rules in force from time to
time. If as a result of break down of mixer during concreting hand mixing has to be
resorted to temporarily. Only such work which is considered absolute essential by the
Engineer In-charge shall be allowed to be done by hand mixing and the entire operation
of hand mixing and precaution thereof shall be taken as will be directed by the Engineer.
in charge. For hand mixing first cement and sand will be dry mixed in required
proportions by turning over the mixture for sufficient time till it is of uniform colour The
required quantity of aggregate shall then be added and the mixture again turned over for
at least five times. the required quantity of water shall then be added gradually through
rose pieces attached to the can until process of turning is in progress and till is of uniform
36
Contractor No. Of Correction Engineer In Charge
consistency where such hand mixing is allowed as a result of area requirement and no
extra payment for this excess cement shall be admissible.
3.3 For works other than mentioned in above paragraph, hand mixing will be allowed
only after written permission of MJP in such cases, cement to be used shall be as per
standard requirement only.
3.4 Normally the standard cement consumption will be as under: For one cum of
concrete
For any other mix the cement consumption shall be as decided by the Engineer
In-charge . The consumption as mentioned above shall be for the gross RCC column
actually cast. The cement required for finishing, rendering cement, wash, etc. shall be in
addition to above.
GS 4 CONCRETE LAYING
4.1 The forms shall first be lightly moistened before laying concrete. The concrete shall
be placed in position within 20 minutes after adding water to the mix and shall be slowly
deposited in its place and not thrown or dumped from a height shall be placed in uniform
layers. For vertical walls or water retaining structure water stoppers shall be provided.
4.2 For columns the concrete shall be laid in maximum 1.2 M height at a time. For
vertical walls of reservoir it shall be laid in maximum 0.6 M height only at a time.
GS 5 TAMPING, RAMMING AND CONSOLIDATING
5.1 For all RCC Reservoirs and other works which are considered by the MJP to be
important mechanical vibrators shall invariably be used by the Contractor at his cost. The
Contractor shall provide at least 2 vibrators in good working condition, so as to have one
as a standby and to prevent interruption in work. The concrete being laid shall be
vigorously vibrated during laying and also loaded by bars where vibrator cannot reach so
that dense and complete filling is assured. The Contractor shall make his own
arrangements for procuring vibrators at his cost and the MJP does not
Guarantee that they will be supplied on hire. .
1:2:4(M-150) 1:1.1/2:3 (M-200) 1:1:2( M250) 1:1/2:1( M300)
5.90 bags 6.90 bags 8.50 bags 9.20 bags
37
Contractor No. Of Correction Engineer In Charge
5.2 For all other works consolidation and tamping shall be manual labour by rodding
vigorously by M.S. bars, throughout for a sufficient time and in such manner as directed
by the Engineer in charge. Adequate number of _labours shall be set apart specifically
for tamping and ramming with relievers.
5.3 The efficiency of tamping and consolidation shall be judged by absence of any air
pockets and absence of honey combing_Any defective consolidation and tamping shall
be entirely on Contractor's risk and costing will have to be entirely pulled down if so
directed and redone properly entirely at the cost of the Contractor.
GS 6 CURING
6.1 All RCC work will be watered and kept constantly wet for 28 Days after initial setting
curing shall be done by means of wet gunny bags and ponding as directed by the
Engineer- In –Charge. This operation shall start immediately after initial setting of the
concrete. If the contractor fails to water the concrete continuously ,it will be done
immediately at contractors Cost.
6.2 REMOVAL OF FORM
It shall be generally as under, subject to the written approval and modification by the
Engineer- In- charge
1) Column and Beam Sides 3 Days
2) Vertical Walls 6 Days
3) Bottom of Slabs and Domes 10 Days
4) Bottom of Beams. 14 Days
Bottom of Beams of Span 4.5 M and above 21 days
GS 7 INSPECTIONS
The work of each category of operation i.e. completion of form work placing,
reinforcement, concreting, removal of formwork, etc. must be got inspected by the site
Engineer of the MJP before commencing and succeeding operation in case of RCC
elevated reservoir and major. RCC jobs. In all cases, however, before the concrete is laid
it must be got inspected and approved by the Deputy Engineer the concreting shall be
commenced with approval of the Deputy Engineer. In case of RCC reservoirs and other
major works concreting must be done in presence of Deputy Engineer. In case of failure
38
Contractor No. Of Correction Engineer In Charge
to comply with above specifications, the work is liable to be pulled down if directed by
Engineer in charge and redone at full cost of the Contractor. No measurements will be
recorded for any work which is done Contrary to specifications and no payment thereof
shall be admissible.
GS 8 FINISH AND QUALITY OF CONCRETE.
8.1 The RCC work cast shall be of dense mix, homogenous without any honey combing
true in size alignment and shape. Any defective work shall not be entitled for full tendered
rates for payment and if the defects are major no measurements and payment are
admissible and Contractor shall have to pull down such defective work and redo at his
cost. The decision of the Executive Engineer-in - charge regarding such defective work
and the decision. viz. pulling it down or reducing rates as may be necessary shall be final
and binding on the Contractor.
8.2 All RCC work shall be finished as directed by the Engineer in charge. It should be
clearly understood that the finishing is not meant to cover the casting defects but only to
give a smooth appearance. In case of RCC reservoirs and other major RCC works
Contractor shall not commence finishing unless and until Engineer in charge has
inspected the casting of concrete after removal of form and has satisfied about its quality
failing which it shall be regarded that casting was defective and action deemed fit as per
clauses mentioned some where else in this tender, will be taken since finishing has to
commence immediately after removal of forms. The form work removal in RCC reservoirs
and other major work shall be done in presence of Engineer- in- charge/ Deputy
Engineer.
8.3 Surfaces not in contact with form work and not subject to any plaster shall be
finished by a float to present a smooth and uniform appearance. Surfaces which are in
contact of form work but for which no plastering is provided as per plan and estimate -
shall also be finished smooth, and sand faced as directed. Surfaces for which plastering
is to be done, as per separate provision of plastering plans and estimates, shall
immediately in removal of forms, be roughened for bond by a pointed tamping tool.
8.4 In case, whether would be specified in the tender item or not the finish shall be such
as to match with the rest of the structure to present a harmonious appearance. It shall
consist of 3 coats of cement wash, rendering, plastering float finished faced. etc. as per
the requirement at site and as directed by the Engineer in charge. and Contractor shall
have to do it at his own cost. Failure to do proper finishing as directed shall result in
39
Contractor No. Of Correction Engineer In Charge
payment at reduced rates only to the Contractor and the decision of the Engineer- in-
charge. in this respect shall be final and binding on the Contractor.
GS 9 TESTING.
9.1 All structures meant to hold water shall be tested for water tightness test at
contractor's cost, by filling them to desired level. The water tightness test shall be
considered satisfactory when the fall in water level after the container is filled to the FSL
is not more than 6mm in 24 hours or 40 mm in 7 days and there is no sweating from
outside or bottom whatsoever.
9.2 Contractor's has to make his own arrangements for water for testing at his cost and
these arrangements shall be such that immediately after initial setting of plaster, the
containers are filled with water. After the satisfactory water tightness test the container
shall be kept .constantly filled with water at contractor's cost till the completion of work.
9.3 Till satisfactory water tightness test is given by the contractor at his cost, to the
satisfaction of Engineer- in - charge only 90 % tendered rates shall be admissible for
payment for RCC concrete items.
9.4 In case of RCC elevated reservoirs and other major RCC works from batches or
concrete mix actually being laid, testing cubes shall be cast
periodically as directed by Engineer in charge .in presence of his representative and
these cubes shall be got tested after they have attained their full. strength from a suitable
testing laboratory and obtaining test results at full cost of contractor.
The charges of this viz. moulds, labour for casting, materials, conveyance charges to and
fro laboratory including TA of staff members and laboratory test charges, etc are included
in the tender rates and they shall be recovered from contractor's bill . The ultimate
compressive strength as revealed from these test shall not be less than as below
28 days Test :
Cube casting appearance of concrete will be as specified in I.S 456 -2000 relevant ISS .
Unacceptable quality concrete shall be demolished and redone without any extra cost by
contractor.
1:2:4 1:1.5:3 1 : 1 :2 1:1/2:1
150 kg/cm2 200 kg/cm2 250 Kg/cm2 300Kg/cm2
40
Contractor No. Of Correction Engineer In Charge
The Executive Engineer at his discretion consider sub standard work at a suitable
reduced rate, provided such weak concrete is restricted to such members and in such
quantities which in the opinion of Engineer will not endanger the safety of the structures
Executive Engineer decision in such cases shall be final and binding on the contractor.
GS 10 MEASUREMENTS
10.1 The measurements shall be the units as mentioned in the schedule B' and break
up schedule..
10.2 Mode of measurements Shall be :
a) Columns :- Height from top of footing to bottom of beams shall be measured as
column
b) Braces for column shall be measured as net between column faces.
c) For straight beams duly ribs between column Top & slab Bottom surface shall be
measured to beams and rest in slabs.
d) For ring beams the full section of beams from bottom to top shall be measured in
beams and quantities laying outside the full beam section in beams slant walls, slabs, etc
as the case may be shall be measured in the respective slant wall, vertical wall, flat slabs
etc as the case may be.
e) Vertical wall shall be measured for net quantity outside columns, beams, slabs.
f) No deductions shall be made for reinforcement in RCC work.
10.3 The measurement under RCC works for net dimensions cast as directed without
any allowances for rendering, finishing etc. The mode of measurement of payment shall
be on cubic meter basis.
Item No 4 :- Providing fixing M.S. Tor Reinforcement etc Complete
REINFORCEMENT
4.1 The Contractor has to procure it from open Market at his cost. The bars shall be
scrapped thoroughly for removing any scales, rust, etc. before use in work. Bars that may
be found defective in any way shall not be allowed to be used. The reinforcement is to be
fabricated and placed in position as per the approved design to be intimated by the
Contractor during execution from time to time
The hooks, laps, anchors, cover, etc. shall be as directed by the Engineer in charge..The
contractor has to place in position the reinforcement as directed and to secure it by
binding wire to be provided at Contractors cost. Any additional reinforcement provided by
Contractor in addition to approved design and directions shall not be measured and paid
for.
41
Contractor No. Of Correction Engineer In Charge
4.2 To ensure that the minimum cover required for slabs, beams, etc. is provided.
Separators of precast or cast in situ CC block with wires embedded shall be used and
shall be, tied to the reinforcement with wires. Between 2 or more layers of reinforcement,
separators, of 20 mm or 25 mm size bars as directed shall be used duly tied. The
separators of M.S. bar piece shall not be admissible for payment. the G.!. binding wire
shall not be admissible for payment.
4.3 When Contractor has to bring steel then it shall be only tested one and Contractor
shall produce the manufacturers rolling mills test certificate without which it shall not be
accepted. Further the Contractor shall arrange to get tested any samples from steel
brought at site in a laboratory at his cost from nearby Government College of
Engineering or any other reputed institute, and results should be submitted to MJP
Defective steel shall be rejected. The mode measurement of payment shall be on M.T.
basis.
Item No 5 ) :- Providing and supplying Sluice Valves/ Non return valve(Reflux
valve ),Air valve, Pressure relief valve etc Complete.
Providing & fixing of sluice valves, Reflux valve, scour valves, Air valves etc.
The items include providing Sluice Valves as per IS 2906/14486.Reflux valve as
per I.S. 5312-1984, Air valve as per I.S. 10845 & Pressure relief valve as per required
pressure as mentioned in the respective item in schedule B
Unless otherwise specifically mentioned in the tender items are required sluice
valves, scour valves, air valves, reflux valve, Pressure relief valve etc shall be supplied
by the contractor as per I.S. The materials supplied shall be as per requirement. The
valves are to be carted to the site from supply place, lowered in the trenches and jointed
to the pipeline as directed with cost of all jointing materials, such as lead aloe-rope
rubber packing nuts and bolts fire wood, etc. and the labour cost, which included in the
tender items. The joints may be either flanged or S & S lead joints depending upon the
nature of valves supplied and contractor shall have no extra claims for any particular
type of joint required to be done. The required number of jointing fixing these valves is
included in the tender item. If there is delay in supply of these materials by the on
account of their non availability, no claims for any compensation shall be entertained.
The measurement will be per number of valve and the length for tail pieces will be
payable under item of laying and jointing 85% amount will be paid on its supply and
remaining amount will be released on completion of fixing and testing. The mode of
measurements of payment shall be on number basis.
42
Contractor No. Of Correction Engineer In Charge
Item No 6 :- Providing and supplying D.I./ Specials …. etc Complete.
The items include supply of D.I. specials suitable for D.I. pipe as per IS 9523
includes all taxes, transportation as stated in the description of item D.I. specials
required for the work shall be supplied by the contractor as per inspection for the
Engineer in charge , excess DI specials will not be accepted at the time of final bill.
The mode of measurement of payment shall be on weight ( Kg) basis.
Item No 7 :- Lowering laying jointing D.I. Pipe ……..etc. complete.
The tender item covers lowering, laying & jointing of Dl pipes as well as Dl
specials, pipe pieces etc as per requirement with the help of rubber gasket joint and as
directed by the engineer in charge. The cost of conveyance of these materials from
place of site of work is included in the tender item.
Tender rate includes jointing DI pipes with providing rubber gaskets joints with
cost including laying & jointing DI specials by appropriate means as mentioned in
Schedule. 'B'. The method of jointing with rubber gasket joint is as under.
The rubber gasket is inserted in the socket of the pipe which is facilitated by applying a
thin film of lubricating oil in such a way that the bulb of gasket is forward at the back end
socket. The gasket has to be properly cleaned before insertion; it has to be ensured that
it fits evenly around the whole circumference of the socket removing any bulge that will
prevent the entry of spigot end; then a thin film of lubricant is applied to gasket inside
surface and outside surface of entering spigot end for one inch distance after cleaning it.
The tackle should be supported the pipe to be jointed shall be supported centrally by
trestles so that it is clear at the trench bottom. The spigot of pipe shall be carefully
aligned and inserted in the adjoining socket untill it makes contact with the rubber
gasket.
The spigot shall be forced inside the socket past the gasket untill the spigot
reaches the end of the socket. The forceful insertion has to be achieved with crowbars
jacks & lower etc as per literature of TISCO.
However before lowering of pipes in trenches a layer of murum bedding shall be
provided below pipeline.
The mode of measurement of payment shall be on Running meter basis.
Item No 8 :- Lowering laying jointing Reflux valve , Sluice valve …etc Complete.
Fixing of different types of valves
Specification as per I.No. 5 of sub. Work No. 1
43
Contractor No. Of Correction Engineer In Charge
Item No 9 :- Providing and Constructing B.B. Masonry etc Complete.
The work is to be done in workmanlike manner as per type designs of the M.J.P.
and as directed .The cost of excavation in all strata which is in addition to the pipeline
trench excavation is included in this item, while the excavation covered under the
pipeline trenches coming in the chamber is admissible for payment separately under
respective tender item of excavation for pipeline trenches. the tender items cover 1:3:6
C.C bedding 15 cm thick on the well rammed bottom 23 cm thick B. B. masonry walls in
CM 1:6 cement plaster 12 mm thick in CM 1:2 from inside & cement pointing 1;2 from
outside. 1:2:4 C.C. either plain or RCC as required 10 mm thick for coping & providing &
fixing manhole frame & cover 1Mx 0.5 M This is a completed item & any Incidentals not
mentioned above but are necessary as per type design are deemed to be included in
this item.
The finished top of chamber shall be flushed with road surfaces and shall not
caused any hindrance to the traffic.
The measurement shall be on the basis of completed number of chamber.
Item No 10 :- Refilling the trenches etc Complete. Refilling the side of Excavated Trenches of pipeline - etc complete.
In No case the contractor shall be allowed to refill the trenches in hard excavated
portions be filled by the boulder or the excavated stuff. the soft murum & soft strata
from excavated stuff from distance place shall refill this portion of trench, No extra cost
shall be paid.
After the pipelines are laid , tested, the refilling of trenches with excavated stuff
shall be done approximately in 20 to 30 cm layers, higher than road or natural ground
level, to allow for sinking afterward ,this refilling shall be done in15 cm thick layers, duly
watering, compacting each layers immediately in contact on or under pipe shall have no
stones or chips, but only soil or soft murum selected from the excavated stuff after
refilling of it is sunk below road level after some time till completion of work the
contractor shall have make good at his cost
Before lowering of all pipe in trenches a layer of murum selected from excavated stuff shall be provided below pipeline for proper grading and to act as cushion etc. The mode of measurement of payment shall be on Cubic meter basis.
Item No 11 :- Dewatering for headwork etc Complete.
This item includes the entire dewatering operation from start of work till its
completion in all respects. In case of wells abandoned-due to inadequate yield the
payment for dewatering shall be reduced proportionally by a ratio of actual available yield
44
Contractor No. Of Correction Engineer In Charge
with the required yield.
All machinery piping, Fuel and Lubricating Oils and Electricity .
Consumption charges, electrical connection charges, etc. required for pumping
machinery and together with erecting labour and running charges are to be borne by the
contractor under this item. The trenches shall be kept free of water during the entire
construction and arrangements to dispose off the bailed out water shall be properly made
by the contractor. The job also includes removal of muddy water, muddy paste etc.
If at any time during excavation till this completion. The work is filled with water or
debris either due to untimely rains or due to underground springs being struck during
excavation, slide slips or due to any cause whatsoever, the contractor has to do all the
dewatering during dewatering operations or due to coffer dam, etc on account of any
reason whatsoever, the contractor shall be fully responsible for and shall have to
shoulder all responsibility of compensation, etc. at his cost.
If the work is continued for more than one working season or beyond the
stipulated time limit due to any reason what so ever, the contractor has to do all the
dewatering & removing & trench cleaning operations entirely at his cost. If any accidents
occurs during dewatering operations or due to coffer dam on account of any reason what
so ever, the contractor shall be fully responsible for & shall have to shoulder aii
responsibility of compensation etc. at his cost in short, this item of dewatering covers the
materials and labour cost for. the entire period of execution from start till completion of
work together with all eventualities mentioned above.
Till the work is completed, part rate shall be admissible against this item, as
decided by Engineer in charge, whose decision shall be final and binding on the
contractor.
This item is operative only when dewatering operations are actually required to
be done during execution and the payment shall be on the basis of units as mentioned in
schedule 'B'.
The dewatering job item is for various units as mentioned in tender item itself.
The dewatering sets or other machinery, if taken on hire from the M.J.P. shall be
returned by the contractor after the work is completed in the same condition as was at
the time of hire or otherwise the contractor shall have to pay the repair charges and
other charges if any for making it good. the mode of measurements of payment for
Intake well, Jackwell with pump house shall be on Number basis and for connecting
main, Approach bridge on Running meter basis.
45
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 2 :- SUMPWELL WITH OVERHEAD PUMPHOUSE & OVERHEAD TANK
Item No 1 :- Designing RCC Sump & Overhead Pump house….. etc complete.
The Job covers preparing & submitting the RCC structural design of sump & pump
house with overhead ESR from the reputed RCC designer also has doing the similar
type of work in four copies based on the obligatory data attached with tender & get it
approval from Reputed Govt. college of engineering & S.E. M.J.P. U & R circle Nashik.
The mode of measurement as on job basis.
Item No 1 ( a ) :- Designing and constructing RCC Sump etc complete.
WATER RETAINING STRUCTURES SUCH AS ESR GSR / SUMP. ETC
a) Constructing Storage Reservoirs viz. ESR, GSR, SUMP on Contractor own Design.
1) The Reservoir will be a covered RCC container supported on RCC column with
footing and intermediate braces, etc. as per drawings.
2) Suitable MS ladders spiral stair for ESR of capacity 3, 00,000 liters and above with
landing at regular intervals for approach to the gallery and top slab of ESR shall be
provided.
RCC cantilever catwalk (Gallery of 1.0 meter width GI pipe railing shall be provided a
floor level. preferably at junction of floor slab and vertical walls.
Ventilators shall be provided on top slab of ESR.
One number of CI Manhole frame and cover shall be provided and fixed in the
roof of tank and at catwalk way.
One M.S. ladder shall be provided and fixed for access into the tank through
manhole left in the roof. Ladders shall be provided as per specifications. Water level
indicator assembly of approved type shall be provided and installed.
Lightening arrestor as per IS specifications and conforming to I.E. Rules shall be
provided and fixed .Vertical and horizontal piping of C.I. flanged ,pipes, C.I. specials of
46
Contractor No. Of Correction Engineer In Charge
required sizes for inlet, outlet and overflow arrangements together with suitable sluice
valves shall be provided as per drawings. For washout one tee shall be fixed on the
outlet pipe with one valve of suitable diameter
Sluice Valve of required size shall be fixed for inlet, outlet and washout. These
valves shall supplied by the Contractor conforming to relevant ISS and of makes
approved by M.J.P .Required no. of B.B .masonry chambers of size 0.45 x 0.9 M with
manhole frames and covers shall be provided and constructed at suitable locations for
sluice valves.
Water proof cement plaster of CM 1:2 proportion 20 mm thick shall be provided
for inside surface of the tank; including roof slab bottom.outside surface of tank,
exposed faces of columns, braces, beams catwalk bottom portion slab and any
exposed surface of the tank shall be provided with smooth finish and then three coats
of approved shade of Snowcem paint as per colour scheme approved by the MJP shall
be rendered.
Letters indicating capacity of tank, name of scheme and year of construction shall
be .either embossed or engraved on vertical wall of tank and shall be painted with
suitable shade of oil paint in two coats.
On completion of work hydraulic test or water tightness test shall be given as per
standard specifications. Therefore, required water arrangements shall be made by
Contractor at his own cost.
3) Since this is lump sum offer, the interim payments will be given as per
standard specifications. Therefore, required water arrangements shall be made by
Contractor at his own cost.
Since this is water retaining structure, Contractor shall give a satisfactory
hydraulic test of the tank. This test shall be considered as water tightness test and
accepted if the structure appears bone dry form outside after filing with water up to full
supply level and the dram in water levels is not more than 40 mm in 7 days. For this
purpose the water filling arrangements shall be made by the Contractor at his own cost
including cost of water pumping arrangements. etc.
If during testing and damages occurs to the structure, it will be the responsibility
of the Contractor to rectify the same. Until satisfactory water tightness test is given on
completion of work, interim payments to be made at different stage of works, up to 90%
shall be released on completion of work and remaining 1 0% after giving required water
tightness test.
47
Contractor No. Of Correction Engineer In Charge
MATERIALS REQUIRED FOR CONSTRUCTION
1.SAND METAL AND BRICKS.
sand, metal and bricks of best variety within a lead of 30 km. will be insisted. Samples
of these will have to be got approved prior to use on work
CEMENT
Ultra tech OPC ( 43 Grade) cement in Jute/PVC bags (weighing 50 kg. each)
shall be_ used for all water retaining structures.
REINFORCEMENT,
The steel to be used shall be of grade Fe-250. Fe 450 as per design. The
Contractor shall have to procure the steel form open market. The steel procured by
Contractor shall be only tested one and the Contractor shall produce manufacture's test
certificate Without which it shall not be accepted. further the Contractor shall .arrange
to get tested any samples from steel brought at site by him in Laboratory at his cost
and result should by submitted to the CMC. Defective steel brought by Contractor shall
be rejected and will not be allowed to be used..
At least three samples of each diameter should be tested from every 5 tonnes or
part thereof. Tested lots only will- be permitted to be used.
4 CONCRETE
The PCC ( and RCC works shall be as per IS 456/2000 Concrete mixer shall be
used for preparing concrete. Vibrator shall be used to consolidate concrete while placing
in position.
While concreting. Representatives samples in form of test cubes shall be taken by the
CMC. Supervisor and shall be tested under his supervision. Charges of testing shall be
borne by the Contractor and will be recovered from bills payable to him.
WATER LEVEL INDICATOR ASSEMBLY.
Mercury water level indicator with 15mm dia, required G.I. pipes (Medium Duty)
stop cocks ( 2 Nos). necessary fixtures. suitable for staging height up to 15 M and
water depth up to 5 M to represent depth of water in tank; etc. shall be. provided-and
48
Contractor No. Of Correction Engineer In Charge
,fixed by the Contractors as per direction of CMC. The indicator should be fixed to
exterior face of column at about 1.5 m above ground level at site or as per requirement
of Engineer in charge.
6. LIGHTENING ARRESTOR
Lightening arrestor conforming to IS and Indian Electricity Rules shall be
provided. The lowermost portion of tape for 2 metre above ground level and 2 meters
below ground level shall be enclosed by 50 mm GI pipe of Medium class.
7 PIPE RAILING AT FREE END OF CATWALK
Railing shall be of GI pipes B class not less than 25 mm diameter in the three
rows and shall be fixed in position to RCC posts or M.S. angle posts of size 65mm x 65
mm x 6 mm. 1.0. meter in height, located at a maximum distance of 1 M. clc. The railing
and the posts shall be provided with two coats of oil paint of approved shade.
8.M.S.LADDER
One number of M.S. ladder shall be provided and fixed to give access into to tank
through manhole in the roof slab. The ladder shall be comprising of 65 mm x 6mm
M.S. angles placed at 45 cm. apart with 16 mm diameter M.S. bars in double rows as
steps at 20 cm. clc .
9. CENTERING WORK
Before starting the work of ESR, the Contractor should submit design of centering
and its detailed drawings for approval by CMC. This set of drawings shall be kept at
site. This conditions shall be applicable for the ESR with Contactor's design.
B)- SPECIFICATIONS AND DESIGN CRITERIA FOR RCC ESRS/ GSRS / SUMP
WITH CONTRACTOR'S OWN DESIGN.
DESIGNING. PROVIDING AND CONSTRUCTING RCC E.S. R.
1 GENERAL NOTE
1.1 The contractor shall quote his offer in Schedule 'B' for the complete work of con
strutting RCC ESR to be carried out as per his own design based on given data i e he
shall tender the offer in Schedule 'B' for construction of elevated tank of required
capacity including fixing pipes, specials, valves and providing and fixing, lightning
49
Contractor No. Of Correction Engineer In Charge
conductor, C.I manhole frame and cover, water level indicator ventilator, etc. complete
with his own design and drawings. The design shall be got checked from the institutes
like Engineering College remarks shall be complied and scrutiny charges, shall be borne
by the Contractor.
1.2 The contractor shall submit the name, qualifications and experience of design En-
gineer who has prepared detailed RCC calculations or who will prepare design and
drawings on acceptance of the tender. The authorized representative of the designer
will have to inspect and certify the works at foundation level and every beam level.
1.3 The design Engineer has to prepare and submit a note on design methodology and
construction and drawings in two copies though the contractor.
The note should indicate general description, and salient features of the design covering
the following points.
1. Capacity
2. Shape and type
3. Staging height of tank indicating various levels
4. Safe bearing capacity assumed in the design or safe bearing capacity of strata based
actual investigation report of laboratory and type of foundation provided with proper with
proper justification.
5. Maximum and minimum subsoil water level.
6. Site plan showing location of ESR.
7. Line diagram showing dimensional and sectional elevation with important levels.
8. Design parameters proposed to be adopted for detailed design.
1.4 This note on design will be subjected to thorough check by the Engineer in charge
of the owner and the tender will be accepted and work order issued by the competent
authority only after verification that the design to be offered will fulfil the requirements of
the design as per tender specification.
1.5 After acceptance of tender, the contractor will have to submit three copies of detail
design and drawings of the structure within 30 days of acceptance of the tender.
1.6 The Design Engineer will be required to attend the office of Engineer in charge for
preliminary discussion for scrutiny remarks, etc. whenever required with all reference
data books, IS specifications, etc. at his own cost.
1.7 It will be binding on the design Engineer of contractor to clarify, modify redesign
within 15 days of communication of remarks. Even though design will be approved by
owner, it will be the entire responsibility of the Design engineer and the Contractor.
50
Contractor No. Of Correction Engineer In Charge
1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design.
and drawing duly bound for use of the Owner. The Contractor shall also furnish the
details of steel requirement along, with program of execution for completion of work
within the time limit stipulated in the tender.
1.9 Security deposit of the tendered shall be forfeited if he fails of modify design as per
scrutiny remarks within specified time after Ievy_ of compensation as per tender
agreement.
1.10 Even though the design and drawing submitted by the Contractor are approved by
the Owner/ Engineer-in-Charge, the Contractor will not be relieved of his contractual
obligations to hand over the structure in sound condition, duly tested.
1.11 In case of any damage/ failure either during construction, testing or after
commissioning ., whether due to faulty design or defective construction, all repairs or
reconstruction of the structure shall have to be carried out by contractor entirely at his
risk and cost. No claim for such repairs/ reconstruction shall be entertained.
SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER RETAINING
STRUCTURE/GSR/SUMPS-STORAGE RESERVOIRS WITH OWN DESIGN
DISIGN CONDITION
The Contractor can alternatively quote his own design with following conditions.
1 The design of R.C.C. ESR shall be carried out by a designer having minimum
qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the
design and affix his name and stamp.
The design shall be carried out in conformity with following IS code.
a)IS 456/2000
b) IS 3370-Part I and IV
c) IS 875
d) IS 11682
e) IS 1893 with inclusion of seismic zones as per latest circular.
f) IS 1786 for cold worked steel high grade deformed bars.
( Tor steel of 415 grade and Mild steel grade I shall only be used.)
9) IS 13920/1993 for ductile detailing. applicable for ESR under seismic zone III,IV and
V (recent edition of IS shall be refered.)
h) BSI Publication S.P. 34 (5 and T) 1987.
51
Contractor No. Of Correction Engineer In Charge
3. The free board shall be included in the depth of water for design purposes.
4 Minimum free board shall be 500 mm measured below bottom of roof beam.
5 Maximum actual water depth shall not exceed 5.0 M
6 Clear Cover for reinforcement shall be provided as follow:
a) Footing / Raft 50 mm at bottom and sides 40mm at top
b) Columns 40 mm
c) Branches ,beams, slab(Bottom and roof) 25 mm
vertical wall, gallery
7 Minimum thickness of container members shall be as below.
a) Bottom slab and vertical wall 200 mm
b) Roof slab 120 mm
8. The design and casting of container members which includes bottom and roof beams
,bottom Slab ,roof slab, vertical wall and gallery, shall be done in M 30 grade of
concrete(1:1/2: 1 proportion)
9. The staging of ESR (column, braces, footing / raft) shall be designed in M 25 Grade
of concrete (1:1:2 Proportion.) however, casting shall be done in M 30 grade of
Concrete (1:1/2 : 1proportion)
10. The staging shall be designed for ductile detailing as per IS 13920 /1993, whenever
applicable.
11 The width of braces shall be maximum of the following in case of Earth Quake
Zone III & above.
a) 250mm or
b) 75% of column side (column diameter in case circular column)
12. Minimum width of braces in case of Earth Quake Zone I and II shall be 200mm
13. Width to depth ratio in case of braces shall preferably be more than 0.30
14. Increase in permissible stresses in braces, for earth Quake /wind force design, will
not be allowed. .
15. The centre to centre distance between braces shall not exceed 4.50 M. At the joints
of braces and columns, the links to the column bars shall be tied properly and this shall
be thoroughly checked before concreting.
16.Wherever annular raft is provided, the inside and outside width of raft shall be
52
Contractor No. Of Correction Engineer In Charge
provided in such way that the centre of gravity of upward reaction shall co-inside with
column/ raft -beam centre.
17. Uplift pressure on the foundation of structure should be considered as per available
water table at site in rainy season however, minimum uplift up to 50% of depth of
foundation below ground level should be considered in the design.
18. 20 mm thick cement plaster with CM 1:2 proportion with water proof compound shall
be provided to the container from inside (including foot beam slab/ dome etc.)
19. The shape of container may be square or circular. Similarly the column shape may
also be square or circular.
20. Minimum size of column (width or diameter) shall not be less than 300mm Columns,
if required to be provided inside container, for supporting roof ring beams/dome/slab,
may be provided as per design requirements, following minimum cover requirements.
However the size shall not be less than 200 x 200 mm (or 200 mm dia)
21. Minimum dia of main bars in the footing shall be 10 mm and minimum clear distance
between reinforcing bars shall not be more than 180 mm.
22. Water density shall be taken as 1000 Kgl Cum and live load on gallery shall be
considered as 300 Kg / Sqm. Minimum load of water proof treatment on roof slabs shall
be taken as 100 Kg/Sqm.
23. The diameter, weight per meter, tensile strength and minimum elongation properties
of steel, brought by the contractor! supplied by the department, shall be got tested from
the approved laboratory before using it. It shall be used only when the test report
indicates that the steel is in accordance with the 1.5. specification and design
presumptions.
24 i) The inlet, outlet, overflow and by pass piping shall be of cast D.F. pipes only M.S.
pipes will not be allowed.
ii) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall
be from top to bottom as a vertical pipe assembly with proper drainage arrangement.
iii) for all duck foot bends for inlet, outlet and overflow arrangement, individual columns
with footings resting at foundation level of ESR. column/ raft shall be provided.
iv) The manhole frame and covers, provided in the roof slab, shall be of cast iron only.
Mild steel covers shall not be allowed.
The above four condition i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be of followed without
substitutes and equals. No M.S. piping and spout type overflow arrangement shall be
accepted, even if rebates, etc. are offered.
53
Contractor No. Of Correction Engineer In Charge
V )Inlet outlet. Bye pass and scour valves with chambers shall be provided. The
horizontal piping for inlet, overflow, bye pass up to 5 M from outer brace shall be
provided and laid without any extra cost.
vi) Lightening conductor, water level indicator, central ventilator and M.S. ladders/ RCC
staircase shall be provided as per Dept. specifications.
25 The design submitted by the Contractor, shall be got checked from the nearest
Government engineering College/ Government Polytechnic/ reputed Engineering
College / reputed consultants, for which the scrutiny charges shall be born by the
Contractor. The delay in checking design from the third party as above shall be treated
as the delay on the part of contractor for operation of tender clauses.
26 The Contractors who have already successfully constructed, tested, as per
provisions of 1.5. 3370, and commissioned minimum three no of ESR shall only be
allowed to quote for alternative offers for the work on own design basis.The Contractor
desiring to quote for alternative offer, based on their own design, will be required to
submit a certificate to above effect, at the time of pre-qualification. The certificate shall
be signed by an officer of rank not below Executive Engineer. The tenders shall be
invited, based on the departmental designs only, while those pre-qualified as above,
may quote alternative offer. The alternative offers shall be in the form of additional
amount / rebate in terms of fixed sum over the main offer. The main offer (Departmental
Design based) shall essential be quoted. The officer accepting the tender shall be
competent to decide whether to accept the alternative offer shall be accepted only in
cases where it is beneficial to the Chalisgaon Municipal Council .
27 Size of inlet, outlet, overflow, bye pass piping and vaves including scour valve shall
be specified as per actual requirements and makes of valves shall also be specified as
per standard practice.
28 Capacity of the container of the tank shall be volume of the water it can store
between the designed full supply level and the lowest supply level.
29 Height of staging shall be the vertical difference between lowest supply level and the
average ground level at the site of tank.
NOTE :- Above condition shall also be applicable for design of RCC E5R s of capacity
, more than 5.0 lakh litres and above except for condition at Sr. No.26 and with a
change in condition at Sr. no. 9, that the design as well as construction of staging
shall be in M 300 only( ie 1: 1/2: 1 Proportion)
54
Contractor No. Of Correction Engineer In Charge
RECTIFICATION OF DEFECTIVE MEMBERS
If it is found that certain members are defective and are found giving acoustical or
vibrational disturbance even though these may be structurally sound, rectification of
such member should be done by the contractor free of charge and to the satisfaction of
Engineer in Charge
CRITERIA FOR DESIGN OF R.C.C. GROUND TANK /ESR
The structural design of water tank shall conform to the following standards,
specifications and codes of Practice of 1.S.
I.S. 456 Code of Practice for plain and reinforced concrete (latest edition)
IS: 875 Code of practice for structural safety of building, loading, standards
(latest edition)
IS: 3370 Code of Practice for concrete structures for storage of liquids
Pare I to IV (latest edition)
IS: 1893 Criteria for earthquake resistance design of structures (latest edition)
Other ISS (latest edition)
2. GENERAL
Capacity of the container of the tank shall be volume of the water it can store
between the designed full supply level and the lowest supply level.
2.1 Free Board is the indication of space provided above full supply level and shall be
measured at a vertical distance above FSL up to soffit of beam supporting the
roofs slab/ dome. Free Board shall be minimum 50 cm below soffit of beam or
slab, in case of domed roof, free board may be reduced up to 15 cm.
2.2 The walls of container shall be designed for free board full condition.
2.3 The tank foundation and other members of the structure shall be also designed
for free board full condition.
2.4 Parts of the tank in contact _with stored water and enclosing water vapour above
F.S.L. shall be in concrete M 300 even in richer grade
2.5 The allowable bearing pressure Or safe bearing capacities are indicated in
Schedule B. The tenderer is, however advised to verify actual strata before
tendering and designing the structure and offer suitable design with full
justification.
55
Contractor No. Of Correction Engineer In Charge
2.6 Not with standing anything mentioned above if directed by the Engineer in charge
the contractor shall carry out actual strata exploration as mentioned in para 0.2 of
IS 1892 1979 through a Government laboratory and adopt bearing capacity so
arrived for the design.
2.7 The factor of safety be adopted as per clause 6.1 (a) of 15-6403-1971.
2.8 If the foundation consists of individual column footing minimum clear distance
between centre of column shall be equal to twice the width of footing and clear
distance between edges of footing shall be not less than width of footing. .
2.9 The foundation should be checked for negative pressure on soil due to combined
direct and bending stresses. Negative pressure shall not be allowed on the
foundation soil.
2.10 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B. shall
be as per the soil investigation reports of Governments institution /Government
approved investigators.
2.11 For the design of foundation of the raft type, the Plate Theory shall be adopted.
2.12 In normal circumstances, minimum 100 mm thick plain cement concrete with 100
mm projection all around in grade M.100 with coarse aggregate as metal shall be
provided as leveling course. Where injurious soils or aggressive water are
anticipated the leveling course shall be of grade not weaker than M-150 and if
necessary sulphate resisting or other special cement shall be used and the
thickness of the leveling course shall be kept not less than 150 mm. The ground
level within the foundation area of the structure shall be consolidated properly
with suitable slope to drain out rain water. outside the foundation zone. .
2.13 In the vicinity of mines, collieries and blasting sites or areas which may be
subjected to blast or shock, the tank shall be designed for dynamic forces adopted
to shock.
2.14 Column may be assumed as fixed at the top of footing.
2.15 Following shall be the minimum thickness of various members of the tank
container:
Roof slab 120 mm
Bottom slab 200 mm
Roof dome 80 mm
Vertical wall of container 200 mm
56
Contractor No. Of Correction Engineer In Charge
3 LOADS
3.1 For all RCC and PCC components unit weight of concrete shall be takes as
25000 N/Cum and 24000 N/ Cum respectively.
3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest revision.
3.3 Seismic forces shall be as per IS 1893 (its latest revision)
4. DESIGN
4.1 Shape of structure shall be most economical as directed by Engineer in charge
and shall be selected depending upon site conditions.
4.2 Design shall be on the worst possible combination of various loads, moments,
shears, resultant stresses in the tank following cases.
i) Tank full
ii) Tank Empty
iii) Uplift pressure if any
Tank full means depth of water inside the container is up to full height of
the container including free boards. .
4.3 Design shall be based on accepted bases and methods of design as well as the
provisions of .IS 3.3.70, IS 456, IS 13.43, Code of Practice for pre-stressed
concrete IS 2210. (Latest edition of IS shall be referred)
However, methods based on experimental investigation as mentioned in para
18.2 C in IS 456 1978 shall not be entertained.
4.4 Design of members other than those excluded by Clause 5.4 above (ie. Roof
,walls ,floor, etc. of the container) shall be based on consideration of adequate
resistant to cracking as well as adequate strength . Calculation of stresses shall be
as per para 3.3.2 of IS 3370 Part, II) (its latest revision). .
5. PERMISSIBLE STRESSES IN CONCRETE FQR RESISTANCE TO CRACKING
5.1 For calculations relating to the resistance of members to cracking the permissible
stresses in tension (direct and due to binding) and shear shall conform to the
values specified in Table 1 of IS 3370 {Part II}.he permissible tensile stresses due
to bending apply to the face of the member in contact with the liquid. In members
57
Contractor No. Of Correction Engineer In Charge
with thickness less than 225 mm and in contact with the liquid on one side, these
permissible stresses bending apply also to the face remote from liquid.
5.2 FOR STRENGTH CALCULATIONS
For strength calculations, the permissible concrete stresses shall be in
accordance with Para 44 of IS 456/2000 where the calculated shear stresses in
concrete alone exceeds the permissible value reinforcement acting in conjunction
with diagonal compression in the concrete shall be provided to take the whole of
the shear. The maximum reinforcement shall confirm Clauses 25.5.1.1. and
25.5.1.2 of IS 456/2000
6. PERMISSIBLE STRESSES IN STEEL.
6.1 For strength calculations (concrete assumed to be cracked) the permissible
stresses in reinforcement shall be as per table 2 of IS 3370 (Part II) (its latest
revision) For to steel. the stress shall be as per IS 1786-1979 for cold worked
steel high strength deformed bars for concrete reinforcement or its latest revision.
6.2 The modular ratio 'm' for different concrete mixes shall be as under:
Grade of concrete Modular ratio 'm'
M: 150 19
M: 200 13
M250 11
M300 10
6.3 Modulus of elasticity of concrete EC shall be taken as 5700 Eck where EC is the
characteristic cube strength t of concrete in N/Sq. mm as per clause 5.2.3.1 of IS
456/2000
7. AGE FACTOR
Age factor for increasing strength shall not be considered for the design.
8. UNITS:
Design should be in Metric units only.
58
Contractor No. Of Correction Engineer In Charge
9 . DETAILING
9.1 MINIMUM REINFORCEMENT FOR WATER RETAINING MEMBERS
The minimum reinforcement in walls, floors, roofs in each of two directions at
right angles shall have an area of 0.3% of the concrete section in that direction
for sections up to 100 mm thick. For sections of thickness greater than 100 mm
and less than 450 mm the minimum reinforcement in each of the two directions
shall be linearly reduced form 0.3% for 100 mm thick sections to 0.2% for 450
mm thick section. For section of thickness grater than 450 mm minimum
reinforcement in each directions shall be kept at 0.2%. In concrete sections of
thickness 225 mm or more, two layers of reinforcing steel shall be placed one
over each of the section to make up the minimum reinforcement specified in this
clause.
9.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in
case of high yield strenght deformed bars conforming to IS 1786 or IS 1139
(Latest revision of 155 shall be followed.)
9.3 COVERS TO REINFORCEMENT
Minimum clear cover to reinforcement shall be as per is 456 and 3370 (Latest
revision shall be referred.)
For members of structure in contact with water effective cover shall not be more
than 60 mm. for bars subjected to bending stresses. For bars subjected to pure
tension the effective cover shall not be more than 75 mm.
9.4 SPACING OF REINFORCEMENT
9.4.1 Spacing of reinforcement shall be as per para 25.3 of IS 456 /2000
9.4.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 'C’
of IS 456/2000
9.4.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e. other
than temperature and shrinkage steel, shall comprise of minimum 8 mm dis. for
ribbed bars and 10 mm dia. for mild steel bars. For compressive members, the
minimum dia of main reinforcement shall not be less than 12 mm dia.
NOTE :- 1) In case of dispute regarding interpretation of any above clauses, the
decision of the owner or his representative will be final and binding on the
designer and contractor.
59
Contractor No. Of Correction Engineer In Charge
2) In case of any clause not included in the above criteria, the decision of the
owner or his authorized representative will be final and binding on the designer
and contractor.
Item No 2 :- Excavation in all types of strara etc. complete.
GENERAL
Following specifications are in amplification OR in addition to the specification_
for the respective items given in P.W.D. Hand Book Volume I and II (Latest Edition),
Red Book of Government of Maharashtra and shall be strictly adhered to. Relevant ISS
shall also be referred.
ALIGNMENT
Alignments and line out for the work is to be given by the M.J.P. officials and the
work shall be carried out as per the M.J.P. line out and alignment for which Contractor
has to provided at his cost all materials such as sight-rails, boning rods, peg nails,
chunnam flags, etc. and also the required labour for line outs. The cost of constructing
pillars, platforms for temporary bench marks is also to be borne by the Contractor.
IDS I -EXCAVATION IN SOFT MATERIALS AND HARD MATERIALS
The classification for all excavation met with shall be in two categories only, as under.
SOFT MATERIALS
Soft materials shall include all type of earthy or sandy materials, soils of all types,
clay, soft, average hard murum i.e. all kinds of disintegrated rock, shingles, clay, sand,
made-up' soils, bricks, bats and isolated boulders up to the size of 0.1 cum. The
excavation macadam bound surface shall also be classified in soft materials.
HARD MATERIALS Hard materials will include boulders of size bigger than 0.1 cum, all types of rock,
soft and hard, which can be best removed by blasting. Blasting will not be permitted in
inhabited localities or in vicinity of properties, where damage to human life and property
will be involved in the opinion of the Executive Engineer and in that case work will have
to be done by chiseling and the like methods in the same tendered rates.
By the term SOFT ROCK is meant rock in masses but of a softer variety
crystalline in structure, which is otherwise like hard rock. It only indicates the degree of
60
Contractor No. Of Correction Engineer In Charge
softness, but will not include the disintegrated masses of rock, which generally have
fractures or cleavages. Soft rock can be removed by a pick but for mass removal
blasting has to be done. On hard rock a crow bar or a pick will only rebound removing
but in significant quantity. The excavation in asphalt or concrete shall be classified as
hard materials. The excavation shall be taken down to such depths as shown in
drawings & / or as directed & shall be done in extra section shown in drawing and
stipulated in specifications elsewhere herein. Extra excavation done over and above
specified for whatever reasons shall not be paid for. The bottom of the foundation pits
shall be perfectly leveled before any concrete or masonry is put in and shall be watered
and thoroughly rammed. No filling will be allowed for brining the foundation pit to proper
level.
The excavation may go down deeper by 3.0 M more to reach proper foundations
and arriving certain levels, etc. for which necessary payment shall be made.
The section of excavation, however, may be increased correspondingly, if
necessary, as directly by the Engineer in charge for such extra depths and such
increased section as directly by Executive Engineer, shall be admissible for payment at
respective tendered rates. All foundation pits shall be filled on the sides of masonry and concrete by the excavated
stuff to the original surface of ground - as required, watered and rammed, in 20 cm thick
layers and the tendered rate includes this operation.
Excavated material from foundations shall not be placed nearer than 1.2 M
from the edges of excavation.
In case of excavation in towns and inhabited places, it shall be strongly fenced
and lighted during night by red lights in charge of watchman at Contractor's cost.
Material should not be dumped on road.
Unless otherwise specific lifts and leads are mentioned in the tendered item the
tendered rate shall be for all lifts and leads involved in the work. The Contractor shall
provide shoring and strutting of approved size and type for normal conditions wherever
necessary for excavation in soft materials without extra cost unless otherwise provided
for in separate tender item.
Excavation carried out in excess of the width specified shall be at Contractor's
own risk and shall not be measured. So also the excavation carried out in excess of the
required depths shall be made good to the required level by either concrete or masonry
61
Contractor No. Of Correction Engineer In Charge
of " proportion as directed by the Executive Engineer without extra cost. The tendered
rate for excavation items shall include lifting and removing the excavated materials for
proper disposal in the vicinity as directed by the Executive Engineer.
Nothing extra shall be paid for removal of masonry concrete structures, or for
removal of stumps or roots of trees met with during excavation and for filling of holes or
hollow due to removal of roots, etc. or existing originally which shall be filled up by earth
and will be rammed and leveled.
If there is no separate item of dewatering in the tender, the Contractor's tendered
rate shall include manual bailing, draining. of the trench and the excavation shall be kept
free from water, while the work is in progress in a manner as may be directed by the
Engineer.in charge When there is a tender item of dewatering then payment shall be a
admissible under dewatering required for all items in the tender from start till- its
completion. In either case the excavation item shall be dry as well as in wet condition
unless otherwise separate items exists for wet excavation the mode of measurements of
payment shall be on Cubic meter basis.
Item No. 3 :- Providing & laying P.C.C. ……… etc Complete.
Specification as per Item No 3 of Sub work no. 1
Item No. 4 :- Providing & laying R.C.C. ……… etc Complete.
Specification as per Item No 3 of Sub work no. 1
Item No. 5 :- Providing fixing M.S. Tor Reinforcement etc Complete
Specification as per Item No 4 of Sub work no. 1
Item No 6 :- Providing fixing G.I.Pipe Railing etc. complete.
The item shall be executed as specified in the tender item and as shown on
drawing. The vertical supports shall be properly fixed at base either in masonry or
concrete by nuts and bolts duly embedded in the form, right anchorage holes in the
vertical support to pass G.I. piping in it or welding to fix the G.I. pipes to supports
62
Contractor No. Of Correction Engineer In Charge
together with M.S. cleats etc are included in this item. The G.I. piping shall be provided
along with required specials, fixtures, fastenings, etc and G.I. piping shall be bent in
circular or spiral railing pipes and shall be jointed by G.I. Collars or welded as per
necessary. The diameter of G.I. piping, number or rows, size and type to vertical posts
together with its centre to centre distance height etc shall be as specified in the tender
item an in absence thereof as per the MJP type design in force. The rate shall also
include 2 coats of approved shade oil paint cost of all the materials which shall be
procured by the contractor, labour involved for executing this item is included in tender
item. The measurements and the payment shall be on the basis or lengths in running
meters occupied by the completed railing assembly in plan. The mode of measurement
of payment shall be on Running meter basis.
Item No 7 :- Providing & supplying C.I.D.F Pipes etc. complete.
The items includes supply of pipes as per IS 1536/1989 including loading,
unloading ,& carting of pipes at sites of works Mode of measurement of payment shall be
on Running meter basis.
Item No 8 :- Erecting, laying and fixing in position CI/MS pipes and specials for
inlet, washout, overflow etc.
The item included erecting, fixing and jointing pipes and specials for inlet, outlet,
washout, overflow etc as described in tender item. The pipes and the specials of any
category are to be erected and joined under ground or above either in horizontal or
vertical or inclined direction as per requirements with all leads and lifts involved in the
work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,
chain-pulley, etc if required shall be arranged by the contractor at his own cost.
The item includes cost of all labour and materials for jointing such as lead, nuts
and bolts, rubber packing etc. The materials shall be procured by the contractor from
open market at his own cost. The tendered rate includes both lead and flanged joints
depending upon the nature of pipes and specials and no extra claims for any
modification, increase or decrease in joints of any category shall be entertained. In case
of lead joints the standard lead consumption for lead shall be as per specifications of
item of pipe line . works.
The cost involved in fixing pipes and specials in walls, etc together with leak proof
arrangements thereof required is included in the tendered rate and no extra claims for
63
Contractor No. Of Correction Engineer In Charge
any provision required shall be entertained.
Satisfactory hydraulic test shall be given by contractor at his cost which is included
in tender item. During testing if any joints are found leaky they shall be repaired at the
contractor's cost.
Pipes are found leaky, cracked, during testing they shall be removed, replaced
refixed and jointed with good pipes and specials.
Two coats of anti-corrosive black paint shall be given to the pipes and specials
above ground and cost thereof is included in the tender item. The job shall include laying
of pipes and specials up to ground, sluice valves for inlet, outlet washout, overflow, etc
and their interconnection, etc as required and directed by the MJP.
. Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,
overflow etc.
The item included erecting, fixing and jointing pipes and specials for inlet, outlet,
washout, overflow etc as described in tender item. The pipes and the specials of any
category are to be erected and joined under ground or above either in horizontal or
vertical or inclined direction as per requirements with all leads and lifts involved in the
work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,
chain-pulley, etc if required shall be arranged by the contractor at his own cost.
The item includes cost of all labour and materials for jointing such as lead, nutsand
bolts, rubber packing etc. The materials shall be procured by the con tractor from open
market at his own cost. The tendered rate includes both lead and flanged joints
depending upon the nature of pipes and specials and no extra claims for any
modification, increase or decrease in joints of any category shall be entertained. In case
of lead joints the standard lead consumption for lead shall be as per specifications of
item of pipe line . works. The mode of measurement of payment for pipes are on Running
meter basis & Specials on Weight ( Kg ) Basis.
Item No 9 ) :- Providing and supplying Sluice Valves etc Complete
Specification as per Item No 5 of Sub work no. 1
Item No 10 :- Lowering laying jointing Sluice valve …etc Complete.
Specification as per I.No. 5 of sub. Work No. 1
64
Contractor No. Of Correction Engineer In Charge
Item No 11 :- Providing & supplying C.I.D.F.Specials etc. complete.
Specification as per I.No. 7 of sub. Work No. 1
Item No 12 :- Providing fixing in position Copper Lightening Conductor
etc. complete.
Items includes providing and fixing 20 mm dia copper rod as per upper
terminal1.5 m long with knob at end with conical shape at top with copper tape
coundctor20x3 mm size & 0.81 Sq/M in area with providing 40 mm dia G.I/pipes up to 3
meter hight from G.L. including making connection filling earthing pit with charcoal ,salt
etc as per I.S. and as directed by Engineer In Charge , The mode of measurement of
payment shall be on number basis for tape of required length
Item No 13 :- Providing & Fixing in position of C.I. manhole frame and cover etc
Complete.
The cost of providing the above item is included in tender item. These are to be
properly fixed at place and manner as directed painting with two coats of anti-corrosive
black paint is also included in this item. If locking arrangements are required they shall
be done by the contractor as directed without any extra cost. The mode of
measurements of payment shall be on Completed Number basis.
Item No 14 :- Providing & constructing RCC ventilating shaft ………..etc
Complete.
Providing and constructing RCC ventilating shaft of diameters and height
mentioned below with required number of RCC 15 x 15 cm size columns and RCC
circular slab or dome over the pillars in M-250 including cost of all material and labour,
providing and fixing steel or wooden frame & providing & fixing G.I. fly proof mesh of 26
gauge and providing and applying in 3 coats of oil paint to wooden or steel frame and
cement paint to concrete structure. etc. complete as directed by Engineer-in-charge. The
mode of measurement of payment shall be on completed number basis.
Item No 15 :- Providing & Fixing of M. S. Ladder etc Complete.
Ladder shall be manufactured as per details provided in the tender drawing. All
the material and labour required for executing the item are to be provided' by the
contractor at his cost. The ladder shall be properly fixed at site as directed and the
65
Contractor No. Of Correction Engineer In Charge
bottom and top shall be properly embedded in masonry or concrete and duly bolted with
nuts and other arrangement as directed. The bottom if resting on ground shall be
embedded in 1:2:4 C.C. block as directed at contractor's cost.
In order to have stiffness to the, ladder cross supports. or stiffeners at suitable
intervals as directed shall be provided of suitable M.S. plates duly embedded in walls
and welded to ladder. The cost of these stiffeners is to be painted with two coats of
anticorrosive paint of approved shade. The rate includes bending, cutting, scrapping the
M.S. plates, bars and welding and jointing thereof is also included in this item. the mode
of measurements of payment shall be on Running meter basis
Item No 16 :- Providing water level indicator ……. etc Complete.
The indicator shall be of 300 mm wide float M.S. enameled gauge plate mounted
3 mm thk PVC . Providing & fixing required accessories such as pointer ,pulleys, nylon
thread ,counter weight ,indicating arrow etc shall be provided .The entire unit shall be got
approved from the engineer in charge . The water level indicator shall be able to read
water depth up to 3 .0 m . The mode of measurement of payment shall be on completed
number basis.
Item No 17 :- Providing and Constructing B.B. Masonry valve chamber etc.
Complete.
Specification as per I.No. 9 of sub. Work No. 1
18 :- Providing and Constructing B.B. Masonry etc Complete.
UCR/ CR, BRICK MASONRY,KHANDKI FACING ETC.
18.1 The masonry shall be either UCR/ Cr Khandki facing, B Bmasonry etc as specified
in the respective tender items.
18.2 For stone masonry either UCR/CR or khandki facing with 1:4 Proportion cement
mortar, which has to retain water, the percentage of mortar shall be between 40% to 45
% of the gross built- up masonry and in no case less than 40 % The cement to be used n
masonry shall be on the basis of this percentage. If less cement is used proportionate
reduced rate shall only be paid and if the masonry is constructed with less percentage of
the mortor than specified above and if in the opinion of MJP it is not suitable to rtain
water pressure, it shall have t be dismentalled and redone at contractors cost with correct
percentage of mortar.
66
Contractor No. Of Correction Engineer In Charge
18.3 For all other masonries viz. UCR/CR/BB etc the percentage of mortar shall be as
per P.W.D. hand book specifications and cement to be used shall be based on these
percentages.
18.4 For CR masonry, khandki facing masonry etc all courses shall be of equal height,
to be specified by the Engineer in charge and only one row of khandkies shall be allowed
in one course.
18.5 Tender rates of masonry item, unless otherwise mentioned specifically in the
tender items, shall include scaffolding, watering, curing and cement pointing in C.M. 1:2
to the exposed faces, where necessary and as directed.
18.6 For masonries meant for water retaining structures, the contractor shall give a
satisfactory water tightness test at his cost to the satisfaction of MJP till such as
satisfactory water tightness test is given. only part rates (90%) as directed by the
Engineer in charge shall be admissible for payment and the decision of Executive
Engineer for such part regarding reduced rates, shall be final and binding on the
contractor. It shall be contractor's responsibility to give the water tightness test and he
may use standard waterproofing compounds at his cost in the mortar.
18.7 In all other items viz materials like sand, stones, joints, headers, khandkies etc,
the PWD hand book specifications ( latest edition) and specifications given in standard
specification Book ( Red book) shall apply.
18.8 The wall of masonry should be truly vertical on both faces or should be truly as
specified grade.The height of masonry should not be raised at more than 1 M. per day.
The mode of measurement of payment shall be on Cubic meter basis.
Item No 19 :- Providing fixing Rolling Steel Shutter etc Complete
Providing and fixing rolling steel shutter fabricated from 18/20 guage steel laths
with side guides bottom rail, brackes,Doors suspension shaft, rolling springs locking
arrangement and housing at the top including painting Complete.
General :- The Rolling steel shutters shall be of approved make and design and shall be
suitable for fixing in the position ordered ie. Outside. inside, on o below lintel or between
jambs The shutter shall be of manually operated pull or push up types up to 10sq .m.
area. If the area of the shutter is between 10 sqm To 13 sqm three ball bearing shall be
provided for easy operation. The particulars of the shutters shall generally be as under
unless any other suitable Changes are proposed by the approved manufacturer and
accepted by the Engineer.
67
Contractor No. Of Correction Engineer In Charge
The shutter shall be constructed with curved slats or laths from mild steel sheets
of the specified guage. The laths shall be machine molded and straightened with a
effective bridge, depth of 16 mm. These slats shall slide into one another forming a
continuous hinge throughout their length and shall be fitted with alternating end loc. The
mode of measurement of payment shall be on Sq meter basis.
Item No 20 :- Providing fixing Alluminium windows etc Complete.
The items includes all materials and labours required for aluminum windows
mentioned in schedule B sample should be got approved before supply of required
materials from Engineer In Charge & Items to be executed as per direction of Engineer In
Charge. The mode of measurement of payment shall be on Square meter basis.
Item No 21:- Providing fixing Structural Steel works etc complete.
21.1 This item covers fixing MS/RS girders, M.S. angle, channels, flats, base plates
gusset plates, cleat, bracket, etc and other accessories as per requirement and as
directed and fabricating the assembly by cutting, drilling holes etc and erecting and fixing
item as site with necessary rivetted or welded joints, fixtures with nuts and bolts etc
wherever necessary together with their proper fixing and embedding in masonry or slabs
of concrete as directed. Structural steel works materials shall be procured by the
contractor from open market at his cost. The item includes 3 coats of oil paint of shade
as directed to all structural work.
21.2 All above operations including cost of materials and labour thereof are included in
the tender item. The measurement and payment shall be on the weight basis in the unit
as mentioned in schedule 'B' actually erected at site as directed shall be admissible for
payment RSJ channels, angles, flats, gusset plates, brackets, base plates, cleats,
packing pieces actually used as directed shall be admissible for payment but not the
rivets, nuts and bolts, etc. The riveted or welded joints or fixing with nuts are included in
the tendered rates. The specifications for this item given in standard specification ( Red
Book) Published by B and C department will be followed. The mode of measurement of
payment shall be on Weight( MT ) basis.
Item No 22 :- Providing and applying cement plaster 12mm to15mm thick
etc. complete.
22.1 12 mm, 20 mm and 25 mm cement plaster either plain or waterproof.
68
Contractor No. Of Correction Engineer In Charge
The plastering items shall be executed in thickness and cement mortar of proportions as
detailed in respective tender items, Similarly , plastering shall be either ordinary or
waterproof as specified in tender item.
22.2 In case of waterproof plaster, standard and approved waterproofing compounding
shall- be mixed in cement mortar in required percentage as directed and then the plaster
is applied. Unless and until the water tightness test is given by the contractor to_the
satisfaction of the Engineer- in- charge only part rates shall be paid.
22.3 The finishing shall be either smooth or rough cast as may be directed by the
Engineer -In –charge Unless otherwise specifically mentioned in the tender item.
22.4 Neeru finish wherever directed by the Engineer in charge. shall be done from inside
at no extra cost.
22.5 Specification given for this item in standard specifications Book (Red book)
published by B and C Department shall be followed.
22.6 Curing and watering shall be done as directed and plaster shall be in alignment and
level. Any substandard work is liable to be rejected and shall have to be redone at
contractor's cost; sand to used shall be of approved quality only.
22.7 Cost of all scaffolding is included in the tender rate. The mode of measurement of
payment shall be on Square meter basis.
Item No 23:- Providing and applying cement plaster internal 20 MM thick etc.
complete.
Plastering
23.1 12 mm, 20 mm and 25 mm cement plaster either plain or waterproof.
The plastering items shall be executed in thickness and cement mortar of
proportions as detailed in respective tender items, Similarly , plastering shall be either
ordinary or waterproof as specified in tender item.
23.2 In case of waterproof plaster, standard and approved waterproofing compounding
shall- be mixed in cement mortar in required percentage as directed and then the plaster
is applied. Unless and until the water tightness test is given by the contractor to_the
satisfaction of the Engineer- in- charge only part rates shall be paid.
23.3 The finishing shall be either smooth or rough cast as may be directed by the
Engineer -In –charge Unless otherwise specifically mentioned in the tender item.
23.4 Neeru finish wherever directed by the Engineer in charge. shall be done from inside
69
Contractor No. Of Correction Engineer In Charge
at no extra cost.
23.5 Specification given for this item in standard specifications Book (Red book)
published by B and C Department shall be followed.
23.6 Curing and watering shall be done as directed and plaster shall be in alignment
and level. Any substandard work is liable to be rejected and shall have to be redone at
contractor's cost, sand to used shall be of approved quality only.
23.7 Cost of all scaffolding is included in the tender rate. The mode of measurement
of payment shall be on Square meter basis.
Item No 24 :- Providing and applying washable Oil bound Distemper etc complete.
Bd.P.4 Providing and applying washable distemper of approved colourand
Shade to old and new surface in 1/2/3 coats, including scaffolding preparing the surface
to receive the priming and finishing coats complete.
Distemper :- Washable distemper of' approved make, colour and shade shall be used. It
shall conform to I.S. 427-1965. Approved quality distemper like Shalimar, Lakaki or of
equivalent type shall be used.
Scaffolding - This may be double or single as per Bd.P.1.3.
Preparing the surface :- The surface to be distempered shall be cleaned
and all cracks, holes and surface defects shall be repaired with gypsum and allowed to
set hard. All irregularities shall be sand papered smooth and wiped clean. The surface so
prepared must be completely dry and free from dust before distempering is commenced.
In the case of walls newly plastered, special care shall be taken to see that it is
completely dry before any treatment is attempted.
For the old surface which had earlier been distempered :- The surface shall be
cleaned of grease, dust etc. The flakings of previous coatings if any, shall be taken off.
All cracks, holes and surface defects shall be repaired with gypsum and allowed to set
hard and then send papered smooth and wiped clean. But in case the surface are
coloured or white washed, the wash must be removed thoroughly first.
Priming coat :- The priming coat shall be applied over the completely dry surface in the
manner recommended by the makers in the case of patent distempers. when no priming
coat is specified by the manufacturer a finely powdered chalk mixed with a thin solution
of glue shall be applied to prepare a good, hard background, the coating when dry being
rubbed as clean and smoothes possible.
70
Contractor No. Of Correction Engineer In Charge
Application of distemper :- The instruction of the makers shall be followed regarding
preparation of the surface and application of priming and finishing coats. Distemper shall
not be mixed in a larger quantity than is actually required for a day's work. Hot water
should be used to. prepare the mixture. Distemper shall be applied in dry weather with a
board stiff brush in long parallel strokes. The treated surface shall, be allowed to dry and
harden. The next coat of distemper shall laid on in exactly the same manner as the first
one but only after the earlier coat laid has thoroughly dried. The number of coats of
distemper to be applied shall be as mentioned in the item. The brushes used should
never be allowed to rest on the bristles and after the use they should be carefully and
thoroughly cleaned. .
Item to include :- the rate shall include all labour, materials, equipments and tools for
carrying out the following operations
1) Providing the primer and distemper and mixing the distemper.
2) scaffolding.
3) Preparing the surface to receive the priming and finishing coats.
4) Applying the priming coat.
5) Applying the distemper as specified above in the number of coats mentioned in the
item. Bd.P.4.7
Mode of measurement and payment Same as for item No.Bd.P.1
Providing and applying washable oil bound distemper of approved colour and
shade to old and new surfaces in 1/213 coats, including scaffolding, preparing the
surface to receive the priming and finishing coats complete.
General :- The specifications for this item shall be the same as for item No.Bd.P.4 except
that washable oil bound distemper of the approved shade of colour conforming to I. S.
428-1969 shall be used after applying priming coat of petrifying liquid or other primer a
way be recommended by the manufacturers of the distemper.
Mode of measurement and payment :- As per Item Bd.P.51.& on Square meter basis.
Item No 25 :- Providing and applying water proof cement paint etc complete.
The work shall be carried out as per the description of the tender item and as
directed by Engineer in charge. It shall be whitewashing, distempering and/or snowcem
painting shade and make shall be as directed by the MJP and for decorative purpose.
Engineer in charge. may ask for different shades to be provided for different components
or different parts of the same component which the contractor shall have to do within his
71
Contractor No. Of Correction Engineer In Charge
tendered rate only at no extra cost. cost of priming coat as directed scaffolding etc is
included in the tender item. The work shall be executed as per the specifications of
P.W.D. Hand Book latest edition and specification for painting in standard specification
Book ( Red Book) published by B and C Department. The mode of measurement of
payment shall be on Sq/ M basis.
Item No 26 :- Providing and laying polished Shahabad Stone flooring ..etc.
complete.
Providing and laying polished Shahabad Stone flooring 25mm to 30mm thick and
of required width in plain / diamond pattern with black polished Kadappa stone slab for
border or any other design on a bed of 1:6 cement mortar including cement float, filling
joints with neat cement slurry, curing, polishing and cleaning complete. Spec. No. :
Bd.M.4 Page No. 380 and as directed by Engineer in charge. The mode of measurement
of payment shall be on square meter basis.
Item No 27 :- Refilling the trenches etc Complete.
Specification as per I.No. 10 of sub. Work No. 1
Item No 28 :- Dewatering for headwork etc Complete.
Specification as per I.No. 11 of sub. Work No. 1
Item No 29 :- Providing fixing M.S. chequred plates etc complete.
The items includes providing and fixing M.S Chequred plates of 6/8 mm thickness
supported on M.S. Angles of 25x25x5 MM including welding or spot welding & cutting
at end chequred plates to the required shapes making wholes in the plates including
anticorrosive paint in two coats with all materials and labours etc completely as directed
by Engineer In Charge & as per general practice of M.J.P. the chequred plate s should
not be less than as required and shall be paid on sq/M basis.
72
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF WORK:- WALWADI WATER SUPPLY SCHEME
TAL & DIST :- DHULE
Sub Work No. :- Detailed Specifications of Raw Water Pumping Machinery.
Note :- Procurement of Pumping Machinery and allied equipments shall be allowed after
50 to 60 % completion of civil work.
Item No. 1 : V.T. PUMP.
The tenderer shall provide install and commission the V.T. pump sets (Water
Lubricated type) of approved make. Suitable for discharge 336093 LPH @ 24 meters
head with column pipe, discharge head, strainer etc., Losses in column pipes shall be
assessed by the Tendered and shall be included in the design head of the pump.
PUMP DUTIES
No. of pumps (duty + stand bye) 1 + 1
Individual pump discharge 336093Lph
Design discharge level 280.00 mtr
lowest suction level in Jack well 259.00 mtr
Over head pump house floor level 266.61 mtr
Static head 21.00 mtr
Length of Rising Main 18.00 mtr
Dia of Rising Main 250 mm D.I.K-9 ID.
Total frictional losses in pipe line 0.0238mt.
Residual head 2.0 mtr
Total head 24 mtr.
Head ranges 18mtr. To 27 mtr.
Shut off head in mtr Not less than 28
73
Contractor No. Of Correction Engineer In Charge
The pump shall confirm to IS 1710, 1972, with latest modifications from time to time.
Efficiency of the pump shall not be less than 75% at duty point under any
circumstances.
Construction and design details of the pump set shall be as follows:
A) V.T. PUMP : 1) Pump shall be water lubricated type.
2) Number of stages shall not exceed 2 Nos.
3) Speed – 1500 RPM (synchronous).
B) IMPELLERS : Impellers shall be of Bronze conforming to IS 318, grade II. Impeller
shall be dynamically balanced.
C) WEARING RING : It shall be of Bronze conforming to IS 318, grade II and shall be of
renewable type. It shall be held in place by screwing against rotation, press fit locked
with pins.
D) PUMP SHAFT : Pump Shaft shall be of stainless steel grade 410 and diameter shall
not be less than 40 mm dia or nearest commercial size.
E) LINE SHAFT :- Line shaft with coupling shall be in length 1.5 M or less and shall be
of stainless steel grade 410 since water lubricated. The diameter of the shaft shall not
be less than 40 mm or nearest commercial size The lesser size of Line shaft shall not be
accepted as length of shaft is more.
F) COLUMN PIPE :-Column pipe shall be of M S fabricated heavy duty flanged type dia
250 mm, length 1.50 M or less suitably designed to have total suspended length of
column assembly. Thickness of column pipe shall not be less than 8 mm. Total column
pipe length including Bowl assembly and Strainer is 6.00 Meter. The distance between
total depth and discharge head shall be matched with required length of distance piece.
G) LINE SHAFT BEARINGS: - Cut-less rubber bearing at 1.5 M spacing for total
column assembly including spiders (bearing holders) shall be provided.
74
Contractor No. Of Correction Engineer In Charge
H) STRAINER: - GI suction Strainer shall be flanged type heavy duty with hardware
shall be provided.
I) SUCTION BELL MOUTH :-Entrance dia of bell mouth shall be such that the suction
velocity shall not exceed 1.5 mtr/sec and shall be of M S heavy duty or CI. The shape
and curvature of the bell mouth shall be designed to streaming the flow to bowl suction.
The thickness of bell mouth shall be not less than 8 mm.
J) DISCHARGE HEAD :Discharge head shall be of CI or fabricated from MS it shall
incorporate full dia elbow, stuffing box with renewable bushing and taping for pressure
gauge. It shall be of robust construction and shall be designed to support entire load of
pump assembly. Bottom face of discharge head shall be flat and machined.
K) SOLE PLATE :- sole plate of MS 30 mm thick machined from both sides shall be
provided. The size of sole plate shall be suitable as per requirement at site. Suitable
opening for bowl assembly the center. The sole plate shall be fix with nutbolt on frame
of ISMB 200 X 100 mm and shall be machined. The frame shall be anchored by nut-
bolts to the provided girder and further braced to achieve rigidity. The sole plates shall
be kept on frame and blue matched to extend at least 60% of contact area. If necessary
uneven surface shall be smoothed with polish papers or smooth file. The sole plate shall
be perfectly leveled with straight edge and precision level. The sole pate shall have
tapped holes to receive discharge head. Sole plate welded to bottom of discharge head
is not acceptable. The leveling sim between sole plate and discharge head is not
acceptable.
L) The pump shall be driven by electrical hollow shaft motor.
M) For pre-lubrication, a pre-lubrication tank of 200 liters Capacity of GI with MS stand
shall be provided, connection of 25 mm dia GI pipe shall be taken from rising main after
the Sluice valve and shall be connected to the pre-lubrication tank and assembly
bearing. An isolating wheel valve heavy duty (pneumatic type) shall be provided on the
25-mm dia pipeline.
75
Contractor No. Of Correction Engineer In Charge
N) Special tools i.e. two pairs of erecting clamps of forged steel for the column pipe
assembly & line shaft as recommended by the manufacturer. Adjusting nut spanner
shall be supplied. All nut bolts and washers shall be of S/S. For Each Pump.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency. (T.P.I. circuler is attached)
A) HYDROSTATIC TEST :-
Following items shall be tested at hydrostatic pressure equal to I.5 times shut off
head of bowl assembly or two times working head whichever is higher.
1) Bowl assembly
2) Discharge head
3) Column pipes.
B) PERFORMANCE TEST :-
The test shall generally be carried out, as per IS 9127 code of Acceptance test for
pump class-C. The test shall be carried out at full speed full load at manufacturer work.
The test shall cover 6 points i.e. duty point, 2 above, 2 below and shut off head with
power consumption.
Make- As per List Attached
Item No.1 (B):- PRESSURE GAUGE
Pressure gauge 150 mm.dia. having scale 0 to 7 kg/cm2 shall be supplied
and fitted on delivery side of each pump set with syphon tube and cock
arrangement. One no of pressure gauge 0 to 7 kg/cm2 shall be fixed on rising
main as directed with 15 mm. dia. G.I. pipe and required material.
Make- As per List Attached
76
Contractor No. Of Correction Engineer In Charge
ITEM NO.1 C - 15 MM Dia G.I. Pipe
Providing .lowering .laying & jointing 15 mm Dia GI B class pipes for
Pressure Gauge connected from Rising main The item includes saddle pieces
for tapping connection – required GI specials etc completed. The GI pipes shall
be laid from rising main upto inside the pump house. The pipe shall be laid below
the ground level pipe on wall shall be fired with necessary clamps. The quantity is
tentative payment will be made on actually laid quantity on meter a\basis.
Approved Make :- As Per List Artteched
Item No. 2 (A) & (B): SLUICE VALVE (I.S. 780 )
The CIDF sluice valves shall be of approved make & of double flanged heavy
duty water works pattern, inside screw, non rising spindle type with hand wheel. The
sluice valve shall confirm IS 780 rating PN 1.0 The valve shall be installed as directed
by the Engineer In-charge, including of all jointing material and with concrete support.
Cost of the C.C. block is deemed to be included in the quoted rates. Manufacturers test
certificate shall be furnished along with the supply of Sluice Valve.
Delivery side : 250 mm Dia
Material of construction:-
1) Body, dome cover hand wheel confirming to relevant IS
Make- As per List Attached
Item No. 3 (A) & (B) : REFLUX VALVE
The CIDF reflex valves shall be of approved make & heavy duty water works
quality with G.M. seat single door type, free closure and with low head loss
characteristic when in open position. The valve shall be of PN 1.0 rating and confirming
to I.S. The valve shall be installed as directed by the Engineer In-charge, including of all
jointing material and with concrete support. Cost of the C.C. block is deemed to be
included in the quoted rates. Manufacturers test certificate shall be furnished along with
the supply of valve.
Delivery side : 250 mm Dia
Rising Main side : 350 mm Dia (With T.P.I. as per circuler attached)
Material construction:-
77
Contractor No. Of Correction Engineer In Charge
.
1) Body ring & door faces. Leaded gun-metal gr-318.As per I.S. 5312.
Make- As per List Attached
Item No. 4 ( A & B ) : CI/MS SPECIALS:
This item includes providing, erecting, jointing, welded CI / MS pipes and specials
including all jointing materials. All specials shall be give two coats of anti-corrosive paint
and suitably supported by C.C. block is deemed to be included in the quoted rate. The
delivery shall be connected to existing delivery pipe as directed by Engineer in charge
quantity mentioned is tentative payment will be made on Kg basis as per actual quantity
provided and fixed. The work of making flanged joints with required material will be
measured
MS special and piping required should be fabricated from 8 mm thick MS plate
conforming to IS 226. All flanges should be 20 mm thick drilled as per IS 1538.
The welding of MS pipes and flanges shall be generally by any of the process as
described in IS 3589 and welding standard shall confirm to IS 822 & 823. All the MS
pipe and specials shall be painted with two coats on anti-corrosive paints.
Item No. 5 : DISMENTALLING JOINTS
Providing erecting and commissioning M.S. dismantling joints as per requirement
and department approved range and specification including machining and rubber rings
and suitable 16 Kg2 working pressure with required flanges of suitable size with nut bolt
etc comp. the joint should have through long bolt so that during normal pressure there
should be no sliding of sliding flanges L.O.F. (length over flange ) should not be less
than 75% of dia
Item No. 6 : FLANGE JOINTS
Providing fixing & testing of flange joints with cost of required jointing materials
such as rubber packing nut bolt , white paste etc to be used for flanged joints are
included in this item .
78
Contractor No. Of Correction Engineer In Charge
Item No. 7: V H S MOTOR (Minimum 50 H.P.)
The tenderer shall provide, install and commission vertical hollow shaft motor
of approved make with required material, having capacity of 50 H.P.with Energy
Efficient to drive the V T pump under .
The torque-speed and the current-speed characteristics of the motor shall be suitable to
accelerate the drive equipment to full speed, without exceeding the starting current of 2
½ times the full load current on A.T.S. starting.
The motor shall be flanged mounted vertical hollow shaft with non-reversible
ratchet. The motor shall be statically and dynamically balanced and critical speed shall
be in the range of 80% and 120% of the motor speed. The motor shall be of screen
protected drip proof construction with degree of enclosure protection conforming to IP-
23 or superior. The motor shall be designed for continuous operations and shall conform
to IS 325.
The motor shall be provided with heavy-duty friction bearing, grease lubricated type.
The terminal box shall be suitable for termination of power cable. The rated horsepower
of the motor shall be at least 20% more than power requirement of the pump at the duty
point and stipulated head range. The motor shall be suitable for supply system 415 V, 3
Ph, 50 C/S with voltage variation of ± 10% and frequency variation of ± 3%. The
insulation shall be ‘F’ class. Suitable size cable entry box shall be provided to the motor
terminal cover. The rated speed should not be more than 1500 RPM (Synchronous).
Manufacturers test report, certificate with O & M manual shall be furnished with each
motor.
Make- As per List Attached
Item No. 8 : FULLY AUTOMATIC A.T. STARTER
Providing, installing and commissioning fully automatic air brake contactor type
floor mounted auto-transformer starter locally assembled, having oil immersed copper
wound auto-transformer with first filling of good quality of transformer oil, oil gauge, level
indicator, drain plug, etc., and shall be provided with 50% 65% and 80% tapping. It shall
be suitable to accelerate the pump (item No.1) to full speed with 65% tapping. Magnetic
Over-load relays and Under-voltage relays, complete and duly installed in position as
directed including all misc. materials and hardware to complete the job shall be
79
Contractor No. Of Correction Engineer In Charge
provided. Wiring connection shall have feature to prevent Zero voltage condition while
changing from tap to full voltage.
The starter shall be suitable for motor to work at 375 – 440 V, 3 Ph, and 50 c/s
electric supply. The starter shall be provided with negative sequence current operated
single phasing preventer. One suitable scale Ammeter of 200 Amp shall be provided on
the starter with required CT’s. The rating of the main contractor shall not be less than
200 Amps and of auxiliary contactor shall not be less than 70 Amps. Indicating lamps for
ON & OFF indications shall be provided. The starter shall be installed in position on C.C.
(1:2:4) foundation or on channel frame. The complete job should be executed as
required and as directed by the Engineer in charge, complete with painting with
conventional paint. The item includes the required tested transformer oil for first filling
with test certificate and test and trial. Suitable size cables end boxes for incoming and
outgoing terminals of the starter shall be provided. The starter shall be designed for
minimum 6 operations/hr. uniformly distributed with equal period of interval over an
hour. Cubical box for starter size 1.25 M. height 0.75 M. width & 0.45 Mtr. Depth.
The contractors shall be made of 200 /70 /70 rating anti-shield silver cadmium
oxide and contact system shall be designed with minimum balance to ensure long
contact life. Hour meter shall be fixed.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency. .
The test repot, O&M manual with circuit diagram shall be supplied with each starter.
Make- As per List Attached
Item No. 9 : PANEL BOARD
Providing, fabricating, installing, testing and commissioning cubical industrial type
dust and vermin proof panel board from 16 SWG and 14 SWG MS sheet, 50 X 50 X 6
80
Contractor No. Of Correction Engineer In Charge
mm size MS angle iron frame with free standing MS channel base frame of ISMC 100 X
75 mm.
The front and the rear door shall be provided with hinges and locking
arrangement. The indicating devices and operating switchgear shall not be mounted
above 1.6 meter from floor level. The panel board shall be painted with one coat of red
lead paint and two coats of enamel paint of approved shade & as per I. S.6005.
The contractor should get approval for designing the general layout, drawing and
wiring diagram of the panel boards from the Engineer in charge or the competent
authority of the department before commencement of the fabrication work.
The panel board shall be fitted with the following accessories:
1) M.C.CB. For Incomer- 1 No Triple pole M.C.C.B. of 200 Amp. x 25 KA capacity with
thermal overload relay for incoming shall be provided. The M.C.C.B. shall have
switching mechanism of quick make and quick break type utilizing a trip free toggle
mechanism. The M.C.C.B. shall be provided with handle mechanism to facilitate
operation of breaker from outside the panel door and interlocking arrangement with door
shall also be provided.
It shall confirm to relevant I.S. M.C.C.B. shall be provided with earth leakage
circuit relay with required current balance transformer as per requirement of
MSEDCL authority. M.C.C.B. shall be provided with shunt release and shall have
push button tripping arrangement with on/ Off indication lamp. M.C.C.B. shall
have R.Y.B. phase indicating lamps.
2) Alluminium bus bar of 200 A capacity for full length of panel board shall be
provided with R.Y.B. phase and neutral and mounted on insulators of appropriate
capacity. The bus bar shall be painted with standard colour code.
3) M.C.C.B. :- Triple pole M.C.C.B. of 125/100 A capacity with thermal overload
relay- 3 Nos. The breaking capacity be shall be 16 KA. The M.C.C.B. shall have
shunt release & push button tripping arrangement and shall have ON/OFF
indicating lamp ( 2 for individual motor & 1 spare)
4) Front operated type panel switch 63 amp/500 volt for capacitor - Total 3 nos
81
Contractor No. Of Correction Engineer In Charge
( 2 No’s for capacitor & 1 spare)
5) Triple pole front operated, FFO switch for 32 A- 2 No. ( for Internal and
External Lighting )
6) Capacitor- 20 KVAR- 2 No power factor improvement Mix Dielectric capacitor
banks suitable for 415 V x 3 phase 50 cycles floor mounted with discharging
devices capacitor bank is to connected in circuit with MCCB unit under serial No.
4 of this item. The capacitor shall be 15 KVAR bank 2 No. The necessary cable
and lugs / glands etc. are deem to be included in this item.
7) Rotary change over switch four pole 100 A X 500 V front operated------- 1 no
8)Voltmeter-0 to 500 V.150 sq.mm type flush mounted with selector switch -1 No.
9) Ammeter – 1 No. 0 – 300 suppressed scale Ammeter
C.T. operated ammeters with selector switch set of 3 nos. CTS of suitable
ratio for measuring current of motors with 0 – 300 amp. range. size of ammeter
shall be 150 sq.mm flush mounted for measuring total load of the system. CT’s
shall be of class of accuracy 1, burden 15 VA.
10) Ammeter – 2 No.
150 mm size square, flush mounted ammeter of range 0 to 200 A with
suppressed scale connected in circuit for measuring current of motors for pump
sets for measuring individual load of motors with CTS & Selector switch.
11) Coloured Indicating 25 mm neon lamp – 1 set
12) M.C.C.B. shall have two indicating neon lamps separately for on-off
indication.
13) 16 Amp socket and switch point shall be provided on panel.- 1 No
14) Open execution type Panel switch 32 Amp 250 Volt DP Switch – 1 No
82
Contractor No. Of Correction Engineer In Charge
15). Earthing terminals on Panel shall be provided.- 2 Nos
16) Rubber matting 6 mm thick suitable for 22 kv shall be laid in front of L.T.
panel and starter – 2 sq.mtr.
17) Suitable size quartz watch to be fixed at suitable place – 1 No.
18) Hour meter – 2 No ( To be Fixed on Starter)
19) ELR with required C.B.T.
20) Danger board – 2 No
.The internal wiring shall be in proper size with color code clip at the end of
each wire.
The panel board drawing, wiring diagram shall be furnished and get
approved from department prior to fabrication and supply, panel shall have cable
entire from bottom with suitable glands. All incoming and out going feeders shall
have on indications. The panel shall be installed as directed by Engineer-in-
charge.
All the wiring of the panel board shall be of RYB copper conductor. PVC insulated
wires of suitable size only. It shall be carried out by using cable clips. The wiring inside
the panel board shall be in engineering manner, with cable clips at required length.
Necessary extra looping length for cables and wire shall be provided.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency. .
1.Revieve of raw materials test certificate and quality control procedure.
83
Contractor No. Of Correction Engineer In Charge
2.Routine test
3.Checking components and wiring diagram, control circuit and operation of panel.
4.Insulation resistance test
5.High voltage test
6.Power frequency test
7.Fault simulation
8.Revieve of type test certificate of breaker.
THE DETAILED SPECIFICATIONS OF THE PANEL BOARD ACCESSORIES SHALL
BE AS UNDER: -
BUS BAR:
Bus bar shall be of electrolytic Alluminium of cross-section size to suit 200 Amps
load and of withstanding the electro-mechanical forces due to short circuit.
The neutral bar shall not be smaller than half cross-section of main bus bar. The
bus bar chamber and supported on unbreakable non-hydroscopic supports rigidly held
to the framework. The bus bar shall have separate special screwed cover with
ventilating louvers. The temperature rise of the bus bar shall not exceed 55°C over an
ambient temperature of 40°C. the bus bar shall be PVC insulated with colour code for
phase indication. The bus bar shall be easily accessible for inspection. The power
distribution bus bars or cables shall be bolted clamp type. The parallel bus bars shall not
be used for main bus bars or distribution.
MOULDED CASE CIRCUIT BREAKER:
All the MCCB shall be provided with tripping devices with inverse type
characteristics for over load protection and instantaneous protection against short
circuit. MCCB shall have spring assisted quick make-brake manually operated trip free
front operating mechanism. It should display ON & OFF position of H.T. handle. It
should be calibrated at ambient temperature with higher and lower temperature
84
Contractor No. Of Correction Engineer In Charge
compensation. Each MCCB shall have the capacity as mentioned above and shall be of
approved make only.
SWITCH FUSE UNIT;
All insulating switches shall be double break type quick load break type and have
the rating to suit the load connected on it. The ON-OFF position shall be clearly marked
on the panel. The mechanical interlocking shall be provided so that the door opens
only in OFF position of switch. The switch shall confirm to IS 4047 and IS 4237.
HRC FUSES:
HRC cartridge fuse shall be of link type of power and control non-deteriorating
have adequate fault capacity to show health and trip condition fuses shall confirm
IS2208.
INDICATION LAMP;
The indicating lamp shall be of filament bulb types of 160V rating with series
resistance for different voltages. The oil and dust proof unbreakable suitable
polycarbonate lenses shall be used to improve appearance and illumination.
SELECTOR SWITCH:
The selector switch shall be with three position & off units designed for heavy-
duty application and handling for robust design. The required position shall be engraved
in the front plate.
Make- As per List Attached
POWER FACTOR IMPROVING CAPACITOR :
The Mix Di Electric capacitor shall be suitable for operation on 3 phase 50 Hz 400
V +/- 10% supply with externally discharging resistances.
The capacitor shall be supplied in hermetically sealed unit each of same capacity
with non-inflammable and non-oxidizing synthetic impermanent if used and shall be
complete connected with switch fuse unit and earthing devices. HRC fuses and self
discharging, resistance connected with common bus bar with adequate capacity. The
capacitor shall be designed to withstand electro-dynamic and thermal stresses caused
85
Contractor No. Of Correction Engineer In Charge
by transit over current during switching. The capacitor banks shall be of robust design
and shall confirm to IS 2834.
The capacitor bank shall be mounted on a base fabricated from 50 mm X 6 mm
angle and shall be installed as directed by Engineer in charge.
RUBBER MATTING:
The 22 kV 6 mm thick 1 meter width rubber mating of approved make shall be
provided for panel boards and starters.
QUARTZ WATCH
Providing and installing the electronic quartz watch with required setting, having
figure of SBC 50 mm, and shall be fixed on panel. Rectifier of suitable capacity if
necessary shall be provided and fixed without any extra cost.
HOUR METER:
Hour meter with Totaliser shall be provided for measuring pumping hours of
each pump set.
Item No. 10 : CABLE .
1) 3.50 Core x 120 Sq.mm Aluminum conductor PVC / XLPE insulated armoured
cable to be laid in Double run from supply point to panel
2) 3 Core x 95 Sq.mm Alluminium conductor PVC insulated armoured cable to be
laid from connection of MCCB in LT panel board to starter & starter to motor etc comp
3) 3 core x 16 sq mm Alluminum conductor PVC insulated armoured cable to be laid
from panel to capacitor
D) Lugs and Glands :- Providing fixing all cable ends as per requirement the cable
lugs and the cable glands of required size etc comp.
This includes the work of providing, laying & jointing PVC sheathed, PVC
insulated aluminum conductor armored cable of approved make. Cable shall
satisfactorily withstand without damage due to transportation to site, installation at site,
cabling from control switch board to different motors, capacitors and operation under
86
Contractor No. Of Correction Engineer In Charge
normal and short circuit condition of various system to which the respective cables are
connected when operating under climatic conditions prevailing at the site. The cable
length shown in schedule B is tentative and can be vary on both side. Payment will be
made as per actual supply and laying.
The cable shall be aluminum conductor, PVC insulated and sheathed galvanized
flat steel wire armored cable. Cable shall confirm with IS 1554. The cable shall be
suitable for satisfactory performance when laid on trays or through conductor under a
power supply system, voltage variation of ± 10% of frequency variation ± 3%. The size
and length estimated for cables as per cable schedule are indicative only. The cable
shall be connected to the equipment’s with the help of water tight flange type cable
glands.
All cable shall be supported by conduits or cable trays, trenches run in air or in
cable duct channel. This shall be installed in exposed & run parallel or perpendicular to
dominant surface with right angle turn made of symmetrical bend of fittings. When
cables are run on cable trays that they shall be clamped at minimum intervals of 2000
mm or otherwise as directed by the Engineer-in-charge.
Each cable whether power or control, shall provide with a metallic or plastic tag of
an approved type, bearing of cable reference number indicated in the cable and a
conduit list (prepared by the contractor) at every 5 M run or part thereof and at both
ends of the cable adjacent to the terminations. Cable routing is to be done in such a way
that cables are accessible to any maintenance and for easy identification. Shaft bending
and kicking of cable shall be avoided. The minimum ratio of PVC insulated cable 1100 V
grade shall be 1.5 D where ‘D’ is overall diameter of the cable. Installation of other
cables like high voltage co-axial screened, compensating, mineral insulated shall be in
accordance with the cable manufacturers recommendations, wherever cables cross
roads and water, special care should be taken or the protection of the cables in
designing the cable channel. In each cable run some extra length shall be kept at
suitable point.
Trench :- Making a trench of suitable width and 0.90 m deep and laying
provided cable and refilling the same with screen sand bed of 0.20 m thick to embed the
cable and bricks to placed on both side lengthwise and top widthwise all over the cable
run and refilling the excavated earth without stone on hard material and making the
surface proper with 0.15 m crown on top .
87
Contractor No. Of Correction Engineer In Charge
Make- As per List Attached
Item No. 11 A : EARTHING:-
Supplying & erecting 2.5 mtr. long 40 mm dia G.I .pipe with perforated cross
holes at 150 mm center to center the hole the Galvanized cast iron earth plate of size
60X60X0.6 cms buried in specifically prepared earth pit 3.50 Mt. below ground level with
alternate layers of charcoal and salt with 1mtr. long 19mm dia GI pipe with funnel with a
wire mesh for watering and brick masonry chamber 30cm,X 30cm & 25 cm deep with
C.I. cover complete as per para 73 of IS 3043 with necessary length of earth strip bolted
with lug to the plate and connected to the nearest switch gears with socket as per
direction and duly tested by earth tester and recording the results.
Item No. 11 B :Earthing Strip:- Supplying & erecting earthing GI strips of 25 mm
x 6 mm used for earthing and laying in ground, trench or erected on the wall with
necessary clamps fixed on the wall joints painted with bituminous paint in an approved
manner.
Item No. 12 : ELECTRIFICATION TO PUMP HOUSE:
The item includes electrification to pump house. The wiring shall be done in
copper conductor 1.5 Sq.mm wire, PVC insulated only. PVC conduit flat of suitable size
shall be used for encasing. Following electrical fittings shall be provided :
The following electrical equipment shall be provided & fixed.
Internal Electrification
1. 2 nos X 18 watt CFL Street light fitting with Energy Efficient – 7 nos
2 . Supplying and erecting Pedestal Fan 600 mm sweep qscillating type suitable
to work 230 Volts 50 cycles 1440 RPM with speed regulator – 2 nos
3 . Exhaust Fan heavy duty 230 Volts AC 50cycles 450 mm 1400 RPM complete
to be erected as directed by Engineer- in – charge.
4. Bulkhead fitting cast alluminium enameled body with 25 watt CFL – 2 nos
88
Contractor No. Of Correction Engineer In Charge
External Electrification
1.150 watt HP S.V. street light lamp fitting with bracket fixture etc. erected on
pole G.I. heavy duty 80 mm- 6 mtr. long with all required accessories & cable – 2
Nos ( To be installed on pole) & 2 no. to be erected on wall of pump house as
directed by Engineer-in-charge.
Pole foundation :- Providing CC foundation including excavation of the pole with
60 X 60 cm and 180 cm deep in 1:3:6 cement concrete (20 to 25mm stone metal
)and 45X 45X45 cm plinth duly plastered and with necessary curing and finishing
etc comp.
2. Required size aluminum conductor PVC cable shall be provided & laid
Suitably with required Kit-Kat fuse on poles or wherever required.
3. Supplying pedestal fan 600 mm sweep oscillating type suitable to work on
230 Volts 50 cycles 1440 RPM with speed regulator-1 No
Item No.13:- GANTRY ARRAGEMENT :
1. Providing and Errecting Hand operated 2 MT capacity 6 M. lift Geared
travelling trolley, lift tested to 50% overloading.
2. Providing fixing ISMB 200 in pump house for mounting geared monorail
trolley girder shall be fixed in walls exactly on the top of the pump sheets this
item includes required civil work
3. 2 ton capacity triple spar gear C.P. block with swiveling hook having lifting
range of 6 M and load chain.
4. The convene of department the item includes the operation during trial and
other testing material etc.
Item No. 14 : PROVIDING TOOLS:
Providing hand tools as mentioned below :
89
Contractor No. Of Correction Engineer In Charge
1) Double ended open jaws spanner of selected carbon steel and chrome plated size 6-
32 mm (set of 12 pieces) ---------------------------------------------------- 1 set.
2) Ring spanner set (bi-hexagonal) 6-32 mm (set of 12 pieces)--------- 1 set.
3) Hacksaw frame with blade ---------------------------------------------------------- 1 No.
4)Insulated combination cutting pillar 150 mm ----------------------------------- 1 No.
5) Ball pen hammer 800 grams ------------------------------------------------------- 1 No.
6)screwdriver electrical patterned blade for selected steel chrome plated size
8 X 200 mm ---------------------------------------------------------------------------- 2 No.
6 X 300 mm ---------------------------------------------------------------------------- 2 No.
7)screwdriver Engineering patterned blade for selected steel chrome plated size
5 X 200 mm ---------------------------------------------------------------------------- 2 No.
5 X 300 mm ----------------------------------------------------------------------------- 2 No.
8) Adjustable screw-wrench 300 mm ------------------------------------------------ 1 No.
9) Tabular box spanner set -------------------------------------------------------------- 1 No
10)Long Nose Player ------------------------------------------------------------------- 1 No
11) Electric supply tester ------------------------------------------------------------------ 1 No.
12) Pipe-wrench stilton pattern selected carbon steel
450 mm --------------------------------------------------------------------------------- 2 No.
600 mm ---------------------------------------------------------------------------------- 2 No.
13) Tool box M.S. of size 50x30x30 cm---------------------------------------------- 1 No
14)Steel level 300 mm -------------------------------------------------------------------- 1 No
90
Contractor No. Of Correction Engineer In Charge
15) Electronic continuity tester ----------------------------------------------------------- 1 No.
Acceptable make – As per sheet attached
Item No.15:- NAME BOARD
Name plates board should made from 20 gauge M.S. sheet fixed on T.W.
bottom frame. The back ground should be in white colour. The size of name plate
board should be 1200 mm x 800 mm and have shown following details.
Name of department
Name of scheme
Details of pump i.e. make, type, discharge, head Sr. No. etc.
Details of Motor i.e. make, type, H.P. Sr. No. etc.
Details of Transformer i.e. make, capacity, oil capacity Sr. No. etc.
Details of starters i.e. make, type, Sr.No. etc.
Date of installation of each set.
Name of suppliers and addresses.
.
Item No16:- Electro Magnetic Flow Meter
Providing , installing and commissioning of electromagnetic flow meter with accuracy
±±±± 0.5 % of measured value and protection as per given specification including sensor,
transmitter, surge arrestor, cable duct, separate / PVC of 25 mm dia for 25 mtr. The job
include the pipe cutting, levelling and installation of flowmeter in the pipe line with
necessary tools, trakles, cranes etc. As may be required @ site and based on technical
specification.
1) 300 mm dia. ---------------------- 1 No.
Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN 10 rating
from CS-1 No.
91
Contractor No. Of Correction Engineer In Charge
2) The sensor coil housing shall be lP- 68 This protected against external magnetic
field.
3) The transmitter shall have one current 4mA-20 Ma output.
4) The current output shall be galvanically/optically isolated. It shall be fitted with
switched mode power supply capability 85-260 V & 45-65 Hz to cope with power
transients without damage.
5) Signal & power cables not more than 50 Mtrs length/each.
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating: Suitable conduit
duct for route rig of cable with suitable digging, laying & concealing the duct- 25
Mtrs/each.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous
operation-I No.
8)Data storage capacity with built in or separate for date time, actual flow rate, totaliser
and error messages if any with storage capacity of 120 days at 5 minutes interval data
logging- I No.
9)21 inch ,80 column Dot matrix printer of EPSON, WIPRO or Hewlett Packard make
with printer interface unit for printing of stored data as per 8)- 1 No.
10) proper earthing shall be provided for protection against high voltage surge.
11) Suitable over voltage protection unit for protection of instrument from higher voltage
(up to 275 V — 300 VAC)
B) Working Conditions & Specifications
a) Water Temp.: 10°to 50°
92
Contractor No. Of Correction Engineer In Charge
b) Water Quality: Raw water, turbid in nature Portable chlorinated water.
c) Operating pressure: 10— 15 Kg/cm 2
d) Pipeline MOC: Cl, DI, MS with/without mortar lined, Non-metallic pipes. HS & PSC.
e) Pipe condition: pipe shall be running full. Full Bore Bi-directional Electromagnetic
Flow meters shall be designed, manufactured & calibrated to International standards
with accuracy of +/- 0.5% of reading.
g)The supplier should have full lSO-9000 series accredation & full it aceable calibration
methods to either of the two primary standard means of testing i.e. mass (ISO 4185) or
volume (ISO 6817).
h) Each meter shall be wet calibrated at the place of manufacturing with 3 point
calibration at sufficient flow rates. The testing facility shall be duly accredited in
accordance to ISO 17025.
I) The sensor shall be of standard length as per ISO 13359.
j) The sensor shall have built in stainless steel grounding electrode & empty pipe
detection. Any ground probes, rings flanges or straps will be strictly not acceptable.
k) The liner material shall be either, Certified Hard Rubber (HR) with Drinking water
approval or Polyurethane (PU) & Teflon.
l) The sensor & transmitter shall be capable of working in tropical environment.
m)The meter body shall be flanged or with custom connector as per the requirement
water designs will not be acceptable.
n) The housing of flow meter shall be Dicast Alluminium painted steel with suitable anti
corrosive paint.
o)The flow meter shall be suitable for both submergence as well as burial installation
and shall withstand all necessary natural shocks.
93
Contractor No. Of Correction Engineer In Charge
p) The transmitter & sensor shall not have any EMI interferences in the actual flow
meter reading.
q) The transmitter shall be wall mounted type with a 2 line display for the indication of
Actual Flow rate & totalized value. The material enclosure shall be sufficient to
guarantee of 5 year operation life.
r) The transmitter shall be capable of fully programmed with push buttressing HART
communicator. It shall have a set-up menu so that all relevant parameters
may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +1- 0.5mm/s.
s) The transmitter shall have one scale pulse output.
One current (HART) output. The current output shall be galvanically isolated. It shall be
fitted with switched mode power supply capability 85-260 V & 45-65 Hz
to cope with power transients without damage.
t) The totalized value shall be protected by EEPROM during power outage, and utilizes
an overflow counter.
u) The flow meter shall be provided with remote display suitable without any signal
booster/amplifier for distance up to 150 Meters. for online MIMIC
C)Sensor / Transmitter cable of following specification:
3 x 0.38 mm2 PVC cable with common, braided copper shield 0.7mm dia) & individually
shielded cores-with empty pipe detection 9 EPD) 4x0.38 mm2 PVC cable with common,
braided copper shield 0.7mm dia) & individually shielded cores. Conductor
resistance <I 420 p21m permanent operating temperature 20+/- 80
b)Repairs/replacement of components/spare parts as may be necessary during the flow
meter inspection.
c) Free replacement of the spare parts & consumables as necessary.
94
Contractor No. Of Correction Engineer In Charge
d)Emergency visit to site within 48 hours for attending any major trouble shooting and
break downs.’
e)Technical training/trouble shooting training to the user by the supplier.
f) Providing complete technical details on instrument with necessary manuals.
D)General Terms and Conditions:
a)General specification with accessories ( except required for each type of meter
specified) working conditions, mandatory accessories, calibration, inspection testing
manufacturers test certificates, installation & commissioning guarantee & training shall
be common for all flow meters as mentioned above. The additional /optional accessories
mentioned above to be considered as per project & site requirements.
b) The above prices are inclusive of import duty as applicable in year 2010.
c) The above prices inclusive of countervailing duty (CVD) as applicable in year 2010
with education cess of 2% on CVD. Also includes necessary charges for customs
clearances clearing & forwarding charges in India.
d) The above prices are includes local inland transportation from manufacturer’s
godown/customs godown up to sites anywhere in Maharashtra.
e)The above prices includes necessary packing & forwarding charges as applicable for
each project.
t) VAT 12.5% currently applicable are included in above rates.
g) Octroi charges are not included in above rates & shall be as per actual which will be
included wherever applicable in estimates for meter up to site storage.
h)The above prices are inclusive of Marine and inland insurance of flow meters up to
site storage.
95
Contractor No. Of Correction Engineer In Charge
i) Meter shall be procured with prior permission from concerned Superintending
Engineer/Chief Engineer.
j) Planning for installation of meter shall be done during execution of pipe work. Straight
pipe length of 5 D or more on upstream side and 2 D or more on
downstream side of meter is necessary( D is diameter of flow meter) The meters shall
be installed so as to have a linear flow with pipe running full.
E) Calibration, Testing & Inspection
The flow meters shall be pre-calibrated at the manufacturer’s place as per
international standards given above. Additionally as may be required 10%
of total supply lot shall be inspected tested at below mentioned institutes in India or third
party inspection through MJP approved agencies to be carried at manufacturer’s place.
Testing in India
a. FCRI , Palakkad
b. IDEMI, Mumbai
c. CWPRS, Pune
d. Any other institute approved by MJP
Manufacturer’s Guarantee, Certificate & Training the flow meters shall be
supplied with manufacturer’s test certificate as per international standards
given above. Calibration certificates with 12 months guarantee for the trouble free
performance & give adequate training for handling flow meter & installation in
field so that trainees can carryout the job independently.
F) 6 Month’s 0 & M towards flow meter &. Accessories:
96
Contractor No. Of Correction Engineer In Charge
Item No.16 B:- Panel Cabinet
Fixing flow meter transmitter to internal walls of building in a suitably designed
panel cabinet with proper locking arrangement with glass window on front door for
seeing the reading of transmitter and data logger without opening of the panel cabinet. It
should house complete ancillaries and including the provision for connection of electrical
power supply from near by apparatus. The panel cabinet shall be prewired and with
suitable gland entires.
Acceptable Make :- As per list attached
97
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 4 :- RAW WATER GRAVITY MAIN
Item No 1 :- Providing and supplying D.I. Specials etc. complete.
The item includes supply of D.I. specials suitable for D.I. pipe as per I.S. 9523
including all taxes transportation as stated in the description of item.
Also the D.I. specials required for the works shall be supplied by the contractor
as per instruction from the Engineer In Charge, excess D.I. specials will not be accepted
at the time of final bill.
Item No 2 :- Providing and supplying M.S. Specials etc. complete.
The Item includes providing and supplying M.S. Double flanged / Socketted /plain
ended/ Machine ended specials suitable for diameter as required and of
required thickness and including all material , labour charges with epoxy paint from
inside and outside inclusive all taxes ( Central and local ) inspection charges ,
transportation to stores /site and stacking etc complete as per requirement. The mode
of measurement of payment shall be on weight (Kg) basis.
Item No 3 :- Providing , Supplying Fixing Sluice Valves ……etc Complete.
Specification as per Item No 5 of Sub work no. 1
Item No 4 :- Providing and supplying Kinetic Double Orifice Air Valves etc
Complete.
This item includes supply of Kinetic flanged typr Air valves as per IS 10845 and
approved make of MJP also specification as per Item No 5 of Sub work no. 1.
98
Contractor No. Of Correction Engineer In Charge
Item No 5 :- Providing and supplying C.I.D.F. angle type spring loaded Pressure
Relief Valve ……etc. complete.
Specification as per Item No 5 of Sub work no. 1
Item No 6:- Excavation in all types of strara etc. complete.
Specification as per item No 1 of Sub Work 1
Item No 7 :- Filling in plinth and floor murum bedding in trenches etc.
complete.
Specification as per item No 2 of Sub Work 1
Item No 8 :- Lowering ,laying and jointing D.I. pipes etc. complete.
Specification as per item No 7 of Sub Work 1
Item No 9 :- lowering ,laying and joining C.I.D.F Sluice Valves /Score valve/ Reflux
Valves etc. complete
Specification as per Item No 5 Sub Work 1.
Item No 10 :- lowering ,laying and joining C.I.D.F. angle type spring loaded
Pressure Relief Valve ……etc. complete.
Specification as per Item No 5 of sub work . No. 1
Item No 11 :- Providing and fixing Air Valve shaft etc. complete.
Specification as per Item No 5 of sub work . No. 1 And Also item includes providing 6
mm thick M.S. pipe shaft or G.I. pipe of medium class of 2.7 m Long ,branch flange tee
of Air valve, P.C.C. M150 bed concrete of 150 mm thick and PCC M 150 concrete
encasing around the vertical shaft as shown in the drawing as per departmental design
99
Contractor No. Of Correction Engineer In Charge
& drawing, items include labour charges for fixing the Air Valve over the shaft & laying
jointing of flanges etc ,Item does not include the cost of valves as well as cost of branch
flange tee & as directed by the Engineer In Charge. The mode of measurement of
payment shall be on Number basis.
Item No 12 :- Providing and constructing B. B. Masonry chamber etc. complete.
Specification as per Item No 9 of sub work . No. 1
Item No 13:- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 14- Refilling the trenches etc Complete.
Specification as per item No 10 of Sub work No 1
100
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME, TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUB WORK NO. 5 :- WATER TREATMENT PLANT CAP – 7.25 MLD AND SUMP.
Item No 1 A) Designing , constructing ,and commissioning Unconventional Water
treatment plant of 7.25 MLD Capacity etc Complete.
DETAILED ITENWISE SPECIFICATION FOR TREATMENT PLANT GENERAL
These specifications as laid down hereinafter are in amplification' of the
requirements already specified in preceding pages of this tender and further fully
complementary to it. The elaborate specifications for electrical works are given
separately in addition to the following. Additional specifications for mechanical work and
civil work are separately given.
Item No.1 AERATION FOUNTAIN (CASCADE TYPE)
A) Design and Construction
This shall be of cascade type and designed for an ultimate, stage flow 7.25
mld or 0.302 Ml/hr. having minimum area at 0.625 sqm/ mid or 0.030 sqm/ cum./hr.
rate of flow. Risers and treads of the cascades shall be minimum 20 cm and 0.50 m
respectively The peripheral launder shall receive water under 20 cms clear overfall
condition, To achieve splashing, sufficient height shall be provided to the launder above
F.S.L.
The cascade shall be finished with broken pieces of glazed colored tiles set in
cement concrete, giving aesthetic appearance. The lip of aeration fountain should be at
R.L 268.60 m. Fountain lip opening shall be provided with M.S. jali made up of flats of
size 75 mm x 6 mm with Maximum opening of 75 mm. The jali should be curved in
shape of segment of sphere with central rise of 0.40 m. The jali can be detachable. It
should be painted with an epoxy anticorrosive paint, smooth lip spillage shall be
achieved.
The item shall have a baffle wall, stilling chamber and a side chamber for float.
The item shall include construction of entire length of channel starting form the launder
of aeration fountain to the receiving point at flash mixer. Reference I.S. to be followed
I.S. 6059 and I.S. 9117 of latest edition and CPHEEO manual of Govt. of India.
101
Contractor No. Of Correction Engineer In Charge
B) Accessories
A both side walkway of 1.20 M width; with 32mm G.I. pipe railing in three row at the
outer edge of minimum 1 M height with M.S. angle past 65x65x6 mm and as per
specifications shall be provided.
C) MECANICAL EQUIPMENTS
The central inlet to the fountain shall be of RCC shaft of required thickness and
dia inlet and outlet with bell mouth at its top increased to suitable diameter from the duck
foot bend M.S pipes valves extending up to 15 m distance measured from center at
duck foot bend shall be provided by the contractor with required specials as per site
condition.
ITEM NO 2 VENTURY FLUME, STILLING CHAMBER & FLOW MEASURING
EQIDPMENT.
A) Design:
The flume shall be designed as the open channel type for flow of 7.25 MLD. with
free board of not less than 30 cm. The measuring flume shall have a baffle wall, stilling
chamber & side chamber for float. This item shall include construction of entire length of
channel starting from launder of aeration fountain to the receiving part of the flash mixer.
Reference I.S.I. to be followed I.S.I. 6059 and I.S.I. 9117 latest edition shall be
followed.
B) Accessories:
The walkway at one meter width with 32rnm G.I. pipe railing in three rows at the
outer edge as specified in mechanical Engineering works specifications shall be
provided.
C) Electrical & Mechanical Equipments:-
Float operated open channel flow indicator shall be provided and installed
near the flume with transmitting device to transmit reading to an Integrator &
recorder to be installed in first floor of Chemical House. The later will operate on
220/230 volts single phase electric supply. The 1000 Nos. of standard chart (daily) to
read in suitably digited liters 5 tracing pens, ink and all necessary accessories will be
provided. The measuring devices shall have a capacity of measuring minimum flow 100
cum/hour maximum flow of 500 cum/hour correct up to a rate of 20 cum/hour as per
I.S.I. 6756, 6-6 and 2032 of latest edition.
102
Contractor No. Of Correction Engineer In Charge
In order to reduce head loss, the measuring device shall be on venturiflume
principle. It shall have, however, to be ensured that the channel does not head up due to
churning of water in the flash mixer. There should be clear overfall from channel to
further unit. The channel and aeration fountain channel shall be provided with a drain
pipe with valve for purpose of washing. At this time channel shall be provided with
penstock gate in M.S. to separate out from wash mixer.
IEM NO.3: FLASH MIXER
A) Design and Construction
The flash mixer 7.25 mld (0.302 ML/ hour) shall be constructed in R.C.C.
Finished with cement plaster in 1:3 mix. at the water face. The unit shall be provided
with R.C.C. slab partly covering the tank, for locating the driving unit of the agitator and
for approach to the same. The F.S.L. of flash mixer shall be 0.2 m below the sill of
channel.
The minimum detention time for flash mixer shall be 60 seconds for the ultimate
stage flow of. 7.25 MLD or 0.302 ml/hr rate with side water depth of maximum 3.50
meter. It should have arrangement to receive the measured and chlorinated raw water
dose aluminium sulphite solution and immediately and violently disperse the solution
throughout the bulk of water in a flash mixing chamber, The hydraulic design should be
such that the accuracy of the flume is not affected by the hydraulic behavior of the
section. .
The design should provide flash mixing chamber, with submerged mixers shaft
driven from overhead motors and gear box each designed to impart turbulent energy
into the water at an anticipated rate of 2.5 kw minimum Alminium sulphate shall be
dosed immediately adjacent to the flash mixing device
Dosing of Aluminium sulphate solution shall preferably be by extended
transparent pipe line up to roof slab level of flash mixer chamber to unable visual
inspection of the dosing be made. The Contractor shall supply the mixing machines at
first class standards with design life' of 20 years. They shall. be top entry mixing units
safely supported at top level from a cross and beam arrangement above the mixing
chamber.
B) Accessories
The walkway of 1.20 width shall be provided with 32 mm dia G.I. pipe railing in
three row as specified in general specification attached.
103
Contractor No. Of Correction Engineer In Charge
C) Electrical and Mechanical Equipments
This will consists of the following.
i) Frame agitators with stainless steel blades and stainless steel vertical shaft mounted
on bearing of sufficient strength to prevent vibration. The shaft shall not be less than 50
mm dia. The mixing speed shall be between 100 to 150 rpm. The shaft shall be
detachable above water level by means of coupling with Galvanized bolts.
The Contractor shall take care in his mixer design and installation, to ensure that
there is no possibility of oil or grease leakage from the machine findings its way to the
flash mixing chamber. The machine shall be provided with lifting eyes to facilitate its
withdrawal.
The flash mixing chamber shall be flitted with suitably arranged bottles or film to
achieve optimization of mixing with rapid mixer and to minimize swirl in the chamber.
The overflow arrangement for inlet channel of flash mixer be provided
with vertical chute and piping up to wash water drain.
The Electrical motor of suitable horse power, starter and reduction gear-{Not
less than 3 HP)
ii) Suitable size outlets with proper controlling arrangements of flow.
iii) Water tight penstock on the inlet.
iv) Protective covers of M.S. sheets duly painted for motor.
v) C.I. pipe lines between flash mixer and clariflocculators, shall be provided with control
valves and suitable chambers.
vi) Flash mixer draining arrangements shall be provided with a suitable sluice valve and
chamber.
vii) 2 m.dia. room over it to safe guard the equipment..
Item No.4:- CLARIFLOCCULATORS
A) Design
The Item includes construction of RC.C. radial flow clariflocculators with central
flocculation chamber of 30 minuets detention period, and outer annular clarifier of 2.50
hours (minimum) detention period surface loading rate of Not exceeding 35 cum/sqm/
day for a flow at 0.302 ml/hr and with 20% overloading Additional volume upto the side
water depth equaling 25% capacity or sufficient capacity for sludge storage shall be
provided, however, capacity below S.W.D. shall not be considered. Peripheral launder
to clariflocculator shall be provided to take clarified water to the launder. Suitable No. of
104
Contractor No. Of Correction Engineer In Charge
right angled V-notches be provided on launder wall or suitably.
The shape, depth and size of inlet and outlet. of clariflocculator shall be so
designed that the gentle overturning motion given to the water in the flocculating zone
shall bring about complete agglomeration of floc to the maximum possible extent so as
to achieve quick settlement in the clarifier zone with a view to lower the turbidity below
20 PPM and preferably 10 JTU when there is maximum raw water turbidity. In short
(a) Turbidity not more then 20 J.T.U. (b) Suspended solids not more than 10 mg/lit c)
Total AL. not more then 0.3 mg/lit. For water leaving the clariflocculator; shall be
achieved. Wherever pre-chlorination Unit is provided, residual chlorine of 0.2 mg/Iit, for
water leaving the clariflocculator shall be maintained.
1) Construction
The outer clariflocculator wall shall be in R.C.C. of thickness not less than 20 cm.
The bottom slab shall be in RC.C. of minimum thickness of 20.cm, It shall have a slope
of 1 in 12 from outer periphery towards the center. The flocculator wall shall be 15 cm
thick in RC.C. with cement plaster on both the sides, The central inlet to the flocculator
chamber shall be RC.C./M.S. out coated and inside lined, shaft of adequate diameter
with suitable slot opening at the top.
This includes providing, laying, lowering, jointing C.I. pipes of suitable diameter
from flash mixer outlet to central inlet shaft of the flocculation chamber. The portion of
C.I. pipe below the floor of the clarilflocculator will be encased in C.C. M-200 with
adequate cover of 20 cm from all sides. The flocculator wall shall rest on R.C.C. ring
beam and column of suitable section and height so that water from flocculator will pass
on to clarifier radially below the flocculator wall.
The sludge pipe from the central sludge pocket up to chamber of nearest drainage
system shall be of C.I "LA" class S & S type. The pipes will be encased in C.C. M-200
up to cover to 20 cm on all sides for length below the floor of the clarilflocculator. The
diameter shall be not less than 200 mm. It should be possible to remove the entire
sludge accumulated at the center of the pit of the clariflocculator by gravity alone to the
last drop when it is to be emptied for repairs or so.
It also includes sluice valve of equal dia to that of pipe line with extended spindle and
wheel. A telescopic bleed device shall be provided separately and drained in the sludge
chamber. There shall be R.C.C. circular launder outside the edge of vertical wall and
extending over to the whole periphery around the weir and launder shall be connected
at suitable points to inlet chamber or pipe of the filter unit. The launder shall be designed
105
Contractor No. Of Correction Engineer In Charge
to take full flow in one clariflocculator and size should be such that minimum clear free
fall in the launder shall be maintained even in such conditions, expected during
bypassing one unit of clariflocculator. The launder should not be provided inside the
clarifier using either side of weir from launder of clarifier, clarified water channel of 7.25
mld cap will lead to filter inlet.
Accessories
The clarifier will have 1.20 M wide peripheral walkway all around with G.I. pipe
railing 32mm dia in three rows at the inner/outer circumference as per general
specifications. for mechanical Engineering works.
Mechanical and Electrical Equipments
This includes providing and erecting standard mechanical equipment with
required electrical wiring, required size cable shall be incorporated during the
construction switches etc. complete. In flocculation chamber, flocculator paddles made
of M.S. section of suitable size and M.S. flats fixed to central stainless steel shaft of
suitable dia. (not less than 50 mm and as per I.S. 7208/1974) should be provided. The
flocculator blade shall be of M.S. plate.
The stainless steel central shaft shall be provided with guide bearings to the
bottom suitable for under water use. Even in the case of Dorroliver type flocculator
mechanism offered by the tenderer ,the paddles shall be in M.S. and guide shafts if
used shall be in stainless steel. The paddle area of flocculatior shall be 10 to 25% of
tank sectional area in the plane of shaft and the paddle tip velocity should be 0.15 to
0.16m/sec.
The distance between the paddle tips should be maximum one meter. The
flocculator driving mechanism .shall comprise of 400/440 volts., 3 phase AC. motor of
suitable HP. (minimunn 2 HP) with approved make starter connected by worm
reduction gear of suitable ratio through flexible coupling (or V pulley drive) and
transmitted through pinion and transmitted through pinion and bevel wheel drive.
Bevel shaft shall be connected to flocculator shaft through ,rigid couplings.
The worm reduction gear shall be suitable for 24 hours continuous operation. the
design calculation justifying the section of gear material, material of construction,
lubrication ,torque requirement, reverse torque suitability of of gear box etc shall be
submitted for approval the equipment of clarifier shall consist of a lattice girder bridge.
The panel shall be suitable for outdoor installation and approved make switch
fuse units shall only be assembled. The panel drawing should be got approved prior to
106
Contractor No. Of Correction Engineer In Charge
manufacturing and brought to site only after inspection. by the Engineer of the
Department.
The bridge will be of entire diametric length of flocculator and half the clarifier and with
trolley rails resting on the clarifier wall as well as flocculator wall. The bridge path shall
consists of a 1.5 meter wide walkway made of welded and bolted R.S. section; of
suitable size and fitted with M.S. grill of removable angle frames and using 15x5 mm
flats with maximum opening equal to 50mm.. 2 Nos. scraper arms with scraper .blades
of suitable size covering the entire diameter of the clarifier being suspended from the top
of bridge should be provided:
The driving mechanism for the bridge shall consists of 400/440 volts A.C. motor
of suitable HP (minimum 3 HP) with approved make starter, jointed through coupling to
work reduction gear transmitted by chain drive imparting slow motion to the driving mild
steel wheel, moving on rails. The bearing shall be housed in high grade C.I.. housing
with G.M. bush for rigidity. Special current collector for transmission of electric power
from outside to the different units of bridge shall be provided. The clarifier bridge
mechanical equipment should be given two coats of anticorrosive epoxy paint
application. ,
Access staircase in M.S. with both side railing for access to clarifier walkway
shall be provided at maximum 50 m intervals on periphery. The clarifiers shall be
connected by walkway at suitable points. & minimum performance
(i) Turbidity not greater than 10 JTU
(ii) S.S. Not greater 10 mg/lit.
(iii) Total Al not greater than 0.3 mg/lit.
NO.5: FILTER HOUSE, RAPID GRAVITY SAND FILTERS
FILTER ANNEX
A) Design
The rapid sand filter units shall be closed with closed control bay at center in a
filter house filter bed open to sky should not be accepted the location of filter shall not be
on P.W. sump There shall be minimum 2 Nos. of filter beds and each can be operated
independently. Together, they will deal with a flow 7.25 mld capable of filtering at the
rate of 6000lits/sqm/hr. The system should be designed such that it should be possible
to overload the filters by 20% without affecting the quality of filtered water. It is proposed
to backwash to filter with air wash at the rate 1.0 cum/sqm/min. of filter bed area at
107
Contractor No. Of Correction Engineer In Charge
0.35 kg/sqcm pressure at the under drains and followed by water at the rate of 600
litre/sqm/ minute of the filter bed area for a duration of 10 minute. It shall be ensured
that the lip level of filter trough is kept minimum 50 cm. above the surface of sand to
accommodate expansion of sand bed.
i) 1.20 m wide walkway all round the filter beds with 3 rows of G.I. pipe railing of 32 mm
dia as specified in the general specifications for mechanical engineering works.
ii) Space for housing air blowers and panel board in a filter annex room with adequate
working space
iii) An office room of minimum 15 Sqm carpet area.
iv) The width of filter control house shall be minimum 3.50 m.
v) Pressure reducing arrangement to reduce pressure of water supplied from wash
water tank for back-washing the filter beds if necessary.
vi)Each unit shall be complete in all respects with inlet valves, wash water inlet valve
wash water outlet valves, slow start arrangements, requisite instruments for rate of flow
indicator, rate of flow controller and loss of head indicators of dial type. wash water
measuring device etc. The velocities permissible in different conducts and valves of filter
house shall be as below
a ) At inlet to filter 1 .00 m/sec
b) At inlet to wash 2.00 to 2.50m/sec
c) At outlet of-wash water 2.00 to 2.50 m/sec
d) At outlet of filtered water 1.00 to 1.5 m/sec
e) Air inlet 25.00 m/sec
The filter outlet controller should be capable of delivering an occasional flow 1.5
times the designed one hydraulically.
Filter inlet and outlet channels shall be designed for 20% hydraulic overloading
with free board of minimum 50 cm.
Filter Media
This shall consist of properly washed quartz sand of effective size between 0.45
mm to 0.70 mm with a uniformity coefficient between 1.30 to 1.50 The gravel media
shall be as per standard specifications of rapid gravity filters. The filter bed shall consist
of 0.6 to 0.75 m of sand supported on 0.45 m of gravel. The filter sand shall be granular
hard, durable well-washed and screened. It shall be free :from clay, dust, shale, loom,
organic impurities, vegetation and other impurities and shall not contain more than 10%
micaceous matter.
108
Contractor No. Of Correction Engineer In Charge
The sand crushed and powered and inmpersed in concentrated hydrochloric
acid shall not lose more than 1.5% of weight calculated as CaC03 and not more than
2% weight shall be lost in case of sand crushed/powered after burning. The friability
Weight cost after milling for 15 minute (750 strokes) shall be less than 10% and for 30
minutes (1500 strokes) shall be less than 20%. The gravel shall be hard, durable and
shall not disintegrate under the action of water.
The smallest and largest size shall be 3 mm and 50 mm respectively. The
contractor shall specify the size and thickness of each layer of filter media (gravels and
sand).
Construction
The filter house and filter annex building shall be of R.C.C. framed structure
And filter house will comprise of closed filter beds and closed control bay filter Annexure
shall be double storied. Ground floor comprise of entrance hall with porch at main
control door, air blower room, panel board installation, wash water pumps general
administrative block 1.5 M. wide stair case from Annex room to operating floor of filter
house shall be provided. Open space for access to chemical house, filter house and first
floor office room shall be provided. The Contractor may propose the office at mezzanine
floor of Annex building.
Two Nos R.C.C. stair cases 1.2 m wide shall be provided for going from the
operating platform to inspection gallery. These stair cases shall be provided with G.I.
pipe hand railing as specified in the general specifications. The steps of staircase shall
be provided with C.C. chequerred tiles. Dimensions of the brick walls, external and
internal should be appropriate for the function of wall to serve and shall not be less than
23 cm. For brick masonry there shall be sponge finished cement plaster in C.M. in 1:3
mix from outside and inside face of the wall shall be plastered in C.M. in 1:3 mix and
smooth finished with neeru. The thickness of plaster shall be 12 mm. for brick masonry.
The inside face of inspection chamber, float chamber and the filtered water
outlet channel connecting portion shall be provided with 10 mm. thick first class quality
white glazed tiles, with white glazed corner etc. set in white cement.
The chamber shall be provided with suitable bulk head fittings for illumination.
The control chambers shall be covered with M.S. angle framed wooden covers with both
side surfacing of kitply and inspection chambers shall be provided with M. S. angle
framed both side M.S. mesh protected transparent cover. The inspection box and
filtered water outlet channel shall be in R.C.C. The cover of channel shall be in R.C.C.
109
Contractor No. Of Correction Engineer In Charge
slab finished with marble mosaic tiles, of approved colour, shade and size.
There should be four openings of 90 x 60 cm. for getting into the channel and
these will be fitted with 90 x 60 cm heavy duty C.I. manhole frame and cover the width
of the passage (walk way) around and between the two adjacent filter beds shall be 1.20
M. minimum. Walk way around and filter units shall be provided with 32 mm. dia triple
row G.I. pipe hand railing as specified in the general
specifications. Railing shall also be provided along the pipe .gallery.
The clear height shall be 4.5 M minimum above filter operating platform level to
roof slab bottom the roof and the ceiling etc. shall be finished as specified in the general
specification for civil engineering works. The minimum difference in the operating floor
and the walk way level on top of P.W. channel shall be 2.70 M.
Special attention shall be paid for the details of architectural features such as
elevation, rendering of wall, the dimension, shape and material of construction and
colour of the walls.
The position of inspection box, R.C.C. stair case, location of air blowers etc.
should be chosen to offer very neat and tidy appearance to the filter house.
Office:- 15 Sqm. officer's cabin, and waiting room 5 Sq.m 10 Sq.m.respectively.
Sanitary Block: 10 Sq.m. (only accommodation is included in this item) on each floor.
The ground floor of the filter annex should accommodate, entrance hall and of
minimum15 sq.m. Administrative block area with entrance counter, phone and point
intercom system (points as approved by Engineer-in-charge) ten chairs etc.
A decorative partly glazed and partly paneled large size door should open to
connecting segment to both rows of filters. The ground floor shall also accommodate an
office of minimum 15 sq.m. The office shall be well furnished with furniture, table, chair,
racks as directed by Engineer-in-charge. There should be one sanitary block of
minimum 10 sq.m. area and exactly below the block as on first floor. First floor block will
be attached to chemical house.
D) Mechanical equipments
i) Piping: Under this arrangement, inlet piping, with regulating arrangement of approved
type, outlet pipe with central valves, filter back wash piping waste water discharge piping
with valves and air pipe from the blowers upto the under drainage system with suitable
control valves, and air releases with necessary piping, extended spindle pen-stock and
operating C.I .hand wheel etc. as required shall be provided. All valves should be
capable of being operated from operating floor.
110
Contractor No. Of Correction Engineer In Charge
All pipes shall be of C.I L.A class with flanged joints. This also includes the
required number of specials to negotiate bends and interconnections etc. The complete
piping for back wash of water shall be provided suitable to wash two filter beds at a time.
ji) Under drainage system: This shall be provided with A.C. pressure pipe class 15 with
plain ended C.I. tees to be laid over R.C.C. flooring. The under drainage system shall be
designed. for the washing rate which shall not exceed 600 liters/sqm/minute. The under
drainage system shall consist of manifolds and laterals as per design of the contractor to
satisfy the obligatory requirement.
The ratio of the area of the manifold to the total area of laterals drawing into the
manifold shall be 1.5 to 2. Wash water gutter (Laterals and main) shall be properly
designed so that while functioning it facilitates complete bed washing, there is no filter
bed carry over and loss of filter material, wash water travel shall not exceed 1.20 M
transversely.
Height of lip of the gutter shall be designed taking into consideration the bed expansion
during back wash. Duration of water wash should not exceed 10 minutes in any case.
The quantity of back wash water used shall riot exceed on an average 2.00% of total
quantity of filtered water as counted on average of year's working.
The piping shall be sufficiency fixed.. to R.C.C. floor to prevent its getting
detached from the floor. The under drain system shall be capable of taking an overload
of 20%. Separate under drain system for air scour shall not be accepted. The under
drain system should be capable of taking an overload of 20% as stipulated above. So
also the filter outlet control system should also be capable of taking an occasional
overload of 20% of the rated capacity hydraulically.
iii) Complete system of waste water draw off for collecting and disposing of waste
water during cleaning of filter beds shall be provided as per above requirements.
iv) Flow control System : the Filter shall work on decline rate principal.this system
shall be designed and provided as indicated in CPHEEO manual March 1991 page No
226 to 227. this system is to be provided with only if asked for otherwise conventional
system is to be provided. complete set of outlet control gear with automatic control
together with slow start controller should be provided. Each filter unit shall be provided
with a filter control system to regulate the flow of water through filters at designed
discharge. An' open adjustable control system based on head loss introduced between
filter outlet pipe and filter weir will be preferred. The system shall work at constant F.S.L.
111
Contractor No. Of Correction Engineer In Charge
in the filters. The system shall have a slow starting mechanism, rate setter and
arrangement to ensure that the filter does not go dry. The notch shall be of brass-and
calibrated in cum/hr.
v) Complete set of latest type of rate of flow and loss of head indicators should be
provided with suitable engraved brass dials or one side of which FLOW is graduated
and HEAD on the other. Equipment is to be complete with brass pedestals and dials
suitably engraved to read in metric units.
vi) Two units with 100% stand by i.e.. two units of electric motor driven air blower shall
be provided for supply 1 cum/sqm/hr of free air per square meter of one filter bed area.
Air blower should be capable of washing one filter unit at a time. This free air shall be
capable of washing one filter unit at a time. This free fall shall be released at pressure
of 0.35 kg/sq.cm. at the under drains. The piping reading the compressed air to the filter
units shall be of flanged C.I pipes only. Requisite air filters shall be provided to control
the air supply to the fitter.
To maintain uniform supply of the air throughout the bed area, requisite and. adequate
number of main feeding vertical pipes shall be provided to feed group of laterals.
vii) The central main external door to annex building shall be in best seasoned teak
wood first class, polished and shall be with special decorative features, fixtures and
fastenings of approved design.
The size, shape and finish of the door shall be specially selected so as to enhance the
get up of the filter house. The entrance of the filter house shall be in tie form of a
foyer/porch of minimum size 4 x 4 M with decorative props. The window sills shall
consist of full length of approved marble slab.
viii) General Layout And Carpet Area: The general layout and provision of carpet areas
in the fitter house and filter annex building shall be generally as under
Approximate details floor wise
1. Filter bed with operating & walkways 100 sqm
2 Laboratory, Sanitary block office, rest room, passage etc. 50 sqm
Ground floor
Entrance Hall, meeting hall, chemical store air blower, 75 sqm
walkways excluding machinery space.
Total 225 sq/m
112
Contractor No. Of Correction Engineer In Charge
ITEM NO.6 BY-PASS ARRANGEMENT
A) Design and Construction: By pass arrangement shall be provided as per details
mentioned in schedule 'B'. The arrangements shall be designed for a flow of 5.0 mld
plus 20% overload. It shall also include construction. of R C.C.chambers of suitable size
wherever necessary. It should be possible to by pass.
i) Flash mixer and clarifloccuiators.
ii) Filters totally and / or partially.
iii) Flash mixer and clariflooculators and filters.
iv) Individual units of clariflocculators shall be designed to take water to the chlorination
point of pure water channel in the filter house proper.
The inlet, and outlet piping and conveying and leading mains for each of the
units or clariflocculators should be capable of conveying additional-flow so as to be
useful during the period when one unit is by-passed for repairs etc. The hydraulic design
of clarriflocculators shall be such that in case of bypass of one clariflocculator the free
board provided as per the original design shall not be substantially reduced. The
tenderers should submit the hydraulic design in such case alongwith the hydraulic
design with 20% overloading condition as specified.
The period of bypass will be minimum possible required for various units and
repairs, whether panel otherwise. During this period the hydraulic capability of various
units will be utilized to the maximum but in any case no unit shall be over flooded nor
the quality of pure water be deteriorated beyond acceptable limits. The contractor shall
give trial of such hydraulic bypass and limits of end quality achieved.
i) Piping: pipes and specials shall be of C.I.'LA' class, below, structure and in other
places they may be RC.C. P-2 class.
ji) C./. D/F sluice valves, sluice gates, pen stock, etc. at suitable points shall be provided
with operating guide-rod and wheel etc. The C.I. sluice gates, pen stock etc. should be
reputed make and must have ISI certification mark and should confirm to the relevant
latest ISS sluice valve shall be used exclusively when the difference of water pressure
on both the sides exceed 1.00 m.
ITEM No.7: WASHWATER TANK ,
a,) Desiqn and Construction
The tank shall be of R. C. C. with a capacity of wash water tank should be sufficient for
113
Contractor No. Of Correction Engineer In Charge
cleaning 2 filter beds at a time, at the rate of 600 litrs.sqm/min. for 10 minutes duration
and shall be provided either on the top of filter house or at a suitable location. The tank
shall be, at such and elevation as would give an effective head of 10M at the under
drain of the filter beds. A divide wall upto F.S.L. shall be provided. Other details shall be
as per DS-16 (a).
b) Allied Items
I) Water level indicator: Two Nos. of water level indicators shall be installed at both the
ends of operating-platform in the filter house.
ii) Two R.C.C. flighted staircases for access to the top of the tank and two Nos. M.S.
ladder inside the tank.
iii) 2 Nos. of C.I. heavy duty manhole covers with frames of size 1.2 M x 0.9 M with
locking arrangements .
iv) C.I. cowl type ventilators Nos. of size 100 mm dia or suitable R.C.C. ventilators of
adequate size. with suitable architectural appearance
v) Lightening conductor 1 Nos. as per relevant I.S. Specifications.
Piping and valves
Two wash water outlets and two distribution outlets (if capacity of tank is
inclusive of distribution reservoir) overflow connected to distribution ex-valves and wash
out shall be provided as per requirements. All such piping shall be C.I.D.F only. All
outlets shall be provided with equal diameter sluice valves. One 150 mm dia additional
outlet piping will be designed, provided and laid duly tested by the contractor. It shall be
provided for water supply to staff quarters, sanitary block, laboratory, chemical house,
gardening etc. C.I. distribution pipe line from wash water tank up to the various units are
included in the contract. For water supply to quarters a C.I. Tee of 100 mm diameter
shall be provided on this line, with 100 mm dia. sluice valve.
G.I Railing
On roof slab of the wash water tank 32 mm dia G. I. pipes in three rows and of
1.0 M height should be provided. With necessary vertical angle post 65x65x6 mm or
RCC post as suitable.
Wash water pumps (1 No w+ 1 No standby) of suitable rating alongwith panel
board sulice valves, cables, starters, earthings shall be got approved by component
authority.
114
Contractor No. Of Correction Engineer In Charge
ITEM NO 8 : CHEMICAL HOUSE AND STORE AND CHEMICAL FEEDING
EQUIPMENT.
A) Desiqn
The building shall be constructed in two floors and floor area should not be less
than 75 sq.m. on each floor. It shall be a R.C.C. framed structure in columns and
beams with brick paneling of minimum 23 cm thickness.
B) Area And Location
The chemical house shall be so located that the chemicals could be
conveniently and easily fed and controlled between the aeration fountain and flash mixer
and fed by gravity.
C) Construction
a) Ground Floor
The ground floor shall accommodate alum store for 90 days Chlorine gas and
lime for 30 days TCL powder 7 days requirement and lime platform type alum Neighing
machine of 1.00 M.T. Capacity. The plinth of the Chemical house shall be 0.6 m M
above G..L.. The clear height-of ground floor shall not be less than 6.00 M.
Chlorine tonner should be store adjacent to Alum, lime store shall be of a frame
structure in RCC the height of store shall be 6 M. The frame should be designed to take
the load of both way moving gantry of 2.50 M.T. capacity of the Alum, lime and Chlorine
tonner storage room should have separate entry with large size rolling shutters,
adequate ventilation and heavy 'flooring to take the load of chemical. Area for chemical
storage i.e. for Alum and lime and chlorine tonner, TCL powder at ground floor.
C)First floor
The first floor shall accommodate size RCC alum solution tanks and feeding
equipment to suit a maximum dose of 50 mg/litr sand two lime and one TCL solution
tank for pre-chlorination and post chlorination .similarly it shall also accommodate
laboratory having minimum area of 30 sq.m. and room for housing vacuum chlorinators.
Space for vacuum chlorinator shall be 6 sq.m./per each chlorinator.
The height shall be 5.00 M. The entire construction should be of RCC structure
in columns and beams as specified with panels of 23 cm thick walls. All the Civil works
of the building and brick work plastering pointing, flooring, painting doors, windows, etc.
complete shall be as per standard specifications.
D ) Mechanical And Other Equipment’s
A dissolving tray of R.C.C. trough with holes or slots shall be provided on each
115
Contractor No. Of Correction Engineer In Charge
lank for placing the alum cakes. The alum solution tank shall be fed with pure water by
means of G.I. piping and valves of adequate size from wash water tank. Each solution
tank shall be provided with brass gauge plate level indicator. The top of the solution tank
shall be covered with 50 mm thick wooden planks properly fixed with rounded edges
and painted in three coats of oil paint. The alum mixing 8addles shall be of stainless
steel of enough section and size. The common shaft shall be driven by an electric motor
through worm gear.
Necessary wash out arrangements shall be provided. An R.C.C. operating
platform at suitable level and of width 1.20 M and length covering all the tanks shall be
provided. All the tanks shall have independent outlets, feeding the dosing tank. In
addition, there shall also be adequate capacity for lime solution and T C..L. solution tank
with allied equipment to work in emergency situation.
The solution does shall be drawn into a constant head rubber lined R.C.C:
dosing tank of suitable size and fed to raw water just where if leaves the measuring
flume. Automatic dose adjusting arrangement for proportionate dosing shall be provided
at the dosing tank. The dosing tank shall be provided with M.S. rubber lined cover arc
P.V.C. automatic ball valve etc.
All the valves, pipes and fittings for dosing and' washout shall be non-corrodable
material and should be of adequate size. The gantry girder mechanical arrangement of
1.5 M.T. capacity shall be made by the contractor to handle the chemical on ground-
floor. Both side movement should be operated and controlled electrically and it should
provide for manual operational facility also. In addition to the above one MT capacity
simple chain pulley block fixed to' a hook in the Top slab of first floor shall be provided to
lift the chemicals to top floor from chemical store. The chain pulley block should be of
Morris/Elephanta make.
An opening of 1.2 M size in first floor for lifting alum bags from ground floor to
first floor shall be provided. The opening of the floor shall be provided with 32 mm dia.
G.I pipes railing in triple row and 1.0 M. height. The operating platform of solution tank
shall be provided with G .I. pipe railing. The tank shall provided with 1.2 M. wide
access staircase with 15 cm. wide M.S. plate-stringers of 10 mm. thickness and 20 cm.
rise.
The hand-railing shall be 1.0 m height with G..I . posts & three rows of 32 mm.
dia (internal) G. I. pipe (medium duty) on both sides Precaution shall be taken to ensure,
continuity of feeding alum solution by gravity and prevention of gas hazards, corrosion
116
Contractor No. Of Correction Engineer In Charge
and dust nuisance. Accuracy of the dosing equipment t shall be an essential
requirement.
The solution tanks shall be lined with white glazed tiles of 8 mm. thick, the
chemical house, platform, staircase, chemical store shall have flooring of corrosion proof
tiles. The layout of the chemical store should be such as to facilitate direct unloading of
the chemicals from truck. The contractor may suggest the adaptability of the provisions
in case the Board desires to use liquid alum.
ITEM NO.9: WASH WATER PUMPSETS
A) Design
1 No. of wash water pump sets as described under the statement of obligatory
requirement shall be provided to work at a time and 1 No. of pump sets as standby.
Hence total 2 nos. of pumps shall be provided with 100% standby. The same pumps
shall be used for pure water pumping as well as for wash water pumping. A room of
suitable size of 7.5 Sq.m. area to accommodate these pump
sets shall be provided in filter annex room.
B) Allied Item
i) Piping and valves: The piping shall be provided consisting of suction and delivery up
to wash water tank inlet. It shall be C.I. 'LA' class of suitable dia. All piping shall be
double flanged pipes and specials.
Each pump set shall be provided with strainer, C.I Foot valve and 1 No. of C..I. D/F.
sluice valve, one reflux valve etc. on delivery side.
The test of pumping machinery shall be given for a period of 100 hours non-stop.
Performance of machinery will also be observed in the entire performance period.
A panel board of suitable capacity shall be provided with all fixtures thereon, suitable for
these pumping sets. The model of pump & panel board details equipment shall be got
approved from component authority before supply.
ITEM No. 10 CHLORINEROOM AND CHLORINATORS.
A ) Design ; Two numbers of vacuum chlorinators having a capacity to treat 5.0 mld at
dose of 4 P.P.M. should be provided one for pre-chlorination and one for post
chlorination.
B) Construction
Disinfection will be achieved through chlorine gas for this purpose. Not less than
117
Contractor No. Of Correction Engineer In Charge
2 Nos. of vacuum type chlorinators of reputed make (Pennwalt) equivalent make with all
accessories shall be provided and erected as per makers specifications. Dosing
capacity of each shall be up to 5 Kg/ hour for 5-10 mld cylinders / Tonners shall be
housed in Chemical house at ground floor and chlorinators at first floor. There should be
no direct access from filter house to chlorine room. It should have an independent direct
entrance. The carpet area shall not be less than 20 sq.m. for chlorine cylinder Tonners
storage room and 16 sq.m. for chlorine room.
The chlorine cylinder room shall be located and designed for facility of removing
and bringing in, large chlorine cylinders Tonners. There should be provision of weighing
machine of adequate capacity to weigh and keep the cylinder on top of cradles during
use. The chlorination room shall be -provided with additional ventilators at floor level
also. Exhaust fans at least 2 Nos. should also be provided at floor lever of chlorination
room. Chlorine cylinder I Tonners store room should be designed to accommodate at
least 2 Nos. of tonners at a time, all on cradles. The arrangement of storing shall be a
confirming to provision of bylaws prepared for Gas storage by the Central Govt. 1981.
The piping conveying gas to chlorination room shall be concealed below detachable
false flooring.
For movement of cylinders /Tonners from truck to cradles and in between cradles
shall be done with a 2.00 MT capacity gantry. The offer of the character shall include
cost of tested chlorine cylinders 2 numbers tonner of 900 kg capacity with first fill
chlorine gas. to be installed before commission and also the cost includes to take
necessary permission from Deptt. of Explosive etc. as required,
C) Piping.
This shall be provided form the chlorinators up to the point of application and
shall be of PVC with suitable specials. Piping shall also be provided for supply of pure
water 10 the chlorinator from a suitable tapping point.
I) The safety equipment for chlorine gas cylinder/ tonners handling such as gas mask
with artificial in-hailing arrangement of a reputed company in 3 sets to be provided.
Chlorine leak detection and control equipment shall also be provided in 3 sets. Chlorine
tank of required size shall be provided for supply.
Item No. 11 : EMERGENCY DISINFECT ION ARRANGEMENT
A) Design
The arrangement is proposed for disinfection of water by T.C.L. the capacity of
118
Contractor No. Of Correction Engineer In Charge
each T.C.L. solution tank shall not be less than 8 hours (1 kg T.C.L, in 40 liters of
water). There will be 3 numbers of tanks.
B) Construction
The emergency disinfection T.C.L. tank shall be located in the chlorination room.
The chlorination room should be have a separate entrance. Tank walls shall be lined
from inside with bitumen rubber paint or any other suitable anticorrosive materials.
Additional ventilators shall be provided at floor level.
C) Accessories
Approach ladder and walking platform 1.20 M. wide with G. I. railing as specified
In the general specifications for mechanical engineering works shall be provided, if the
tank top is more than 1 M. above the floor level.
D) Piping
This includes all the piping encased in A.C . pipes for solution outlet and drawn
up to the point of discharge and G.I. piping with valves for feeding pure water to tanks,
right from tapping point.
E) Mechanical Equipment
The tanks shall be provided with electrically operated by suitable stainless
steel mixing shaft fixed with S.S. mixing paddles.
A dosing arrangement consisting of constant head dosing box with stainless
steel bail valve and polythene float -and-stainless steel orifice with stainless steel taper
shall be provided to administer a does 0.4 PPM of chlorine at each -place. A solution
level indicator shall be provided to each tank.
Item No.12:- LABORATORY EQUIPMENT
The laboratory shall be suitably accommodated on the first floor of filter house.
The contractor shall provide the laboratory equipment of the latest and up
to-date design and shall consist of.
i) Two turbidity rods for measuring the turbidity of raw water
ii) a) A latest type optical turbidity meter for measuring the clarity turbidity of filtered and
settled water.
b) A turbidity meter specially to measure turbidity of pure water with digital display along
with two No. of spare kits.
iii) One electrically operated PH meter (Aquascope) with full range of
119
Contractor No. Of Correction Engineer In Charge
comparator discs with necessary reagents.
iv) Two Chloroscopes for measurement of residual chlorine with necessary reagents.
v) One nesslers apparatus with tubes and discs for measurement for colour on cobalt
scale with necessary reagents.
vi) One wash basin of large size for laboratory use with inlet pipe connections from main
and washout pipe arrangement upto manhole.
vii) One prestogen board of 2.5 M x 1.5 M size with black back-ground and white and
coloured plastic letters for exhibiting characteristics of raw, treated and disinfected
water, daily doses and consumption and balance stock of the chemicals, daily quantum
of water pumped and treated water capacity of treatment plant.
viii) One marble slab of 25 mm thick and one M2 size with teakwood frame, engraving
the letters is' directed, fixing the slab in the wall of filter house etc. be provided.
ix) Plastic buckets of 7 to 8 liters capacity - 6 Nos.
x) Aluminium pipe of about 1 2 mm. dia 3.5 M. long with nylon net of 30 cm. dia at end
including curved M.S. strip at end etc. - 4 Nos.
xi) Two analytical chemical balances with glass case, one of weighing capacity up to
200 grammas and sensitivity up to 0.1 miligramme along with a weight box One
mechanical balance of 1 kg capacity with dial display shall be provided with sensitivity of
1 gm.
xii) Stainless steel tongs of 200 mm. size
a) Crucible Silica with lid 20 c.c. size 2 Nos
b)Test tubes 15 cm. & 20 cm. size 24 Nos
c) Volumetric pipettes range varying 10 Nos
from 1 cc to 100 cc
d) Measuring flask range varying
from 100 cc to 1 000 cc 12 Nos.
e) Beakers - 10 Nos.
f) Funnels 75 mm.- 150 mm. size. - 4 Nos.
g) Weighing bottles - 2 Nos.
h) Wash bottles 1000 cc - 2 Nos,
i) Burettes 25 cc - 6 Nos.
J) Reagent bottles of different capacity 4Nos.
k) Chemical flask 250 cc. - 6 Nos.
120
Contractor No. Of Correction Engineer In Charge
L ) Porcelain crucible 25 cc. - 4 Nos.
m) Measuring cylinders 100 cc to 500 cc 6 Nos.
n)Distillation flask 1000 cc. 1 Nos.
o) Cooks flask assorted - 12 Nos.
p)Pipette stand for 12 pipettes - . 3 Nos.
q )Test tube stand - 5 Nos.
xiii) One electrically operated Beaker_ laboratory flocculator for stirring solution.
X ) Two numbers of Computer sets with printer and UPS branded Computer set of
HCL,HP,ACCER,DEL with core to duo 2.93 processor,2gb ddr 3 RAM,HDD-320GB
DVD writer,Windows,7 HB Operating system,18.5 “ LCD Monitor ( Screen ), Lazor A4
size printer of HP, Canon, TVS brand, UPS of Digital Sinewave type of well known
brand.
(xiv) Sampling Table
This shall be provided for collecting samples of raw water, settled water, filtered
water and chlorinated water with necessary pumps if required. Clarity bowls, glazed sink
piping and teak wood trench-polish table size not less than 1 x 2 M
With glass cover and aluminium top for supporting the same, on which the
bowls 3.are mounted. All fittings for the table shall be of chromium-plated. Individual
supply lines of the sampling table shall be marked, (preferably on the push rod of the
cocks) with distinctive letters such as raw, settled, filtered etc.
xv) The whole assembly shall form a pleasing central feature. Each bowl shall be
provided with lighting arrangement in the background for clear vision. The equipment
shall also include drain connecting the manhole outside the filter house.
xvi) Two sets of instruction manual for. Operation of flash mixer clariflocculator, filers,
venturflume and the flow recording equipment and the chlonnator shall be provided .at
no extra cost.
xvii) The contractor shall identify and provide all necessary reagents and chemicals so
as to enable the chemist and his assistants to satisfactorily test the samples and
analyses them .for a period of 1 years. .
xviii) The contractor shall provide 1 No. of Godrej large size Almaries and Godrej book
case one number of large size Godrej table and 4 Nos. of chairs, along with 4 Nos. of
cushioned stools.
Xix ) A quartz type battery operated 30 cm dia wall clock.
121
Contractor No. Of Correction Engineer In Charge
Item No. 13 : INTERNAL ROADS
The item shall include designing the works to an attractive layout leveling of the
works site and construction of internal W.B.M. roads of 6 M total width with carriage
way 3.50 Mtr. Width with asphalt topping 40 mm thick. With side gutters and
approachable to each Unit of the plant. Total length of such a road should be minimum
from entrance gate on and ending on exit gate on.
The construction of roads shall include laying foundation, soling, necessary for
the sub-base, compacting and finally laying the premix bituminous carpet of 3.5 M
,width and 40 mm compacted thickness to proper grade, camber and alignment on 400
mm thick compacted sub base including all labour and material etc., complete as per
standard specifications and as directed by Engineer-in-charge.
ITEMNo. 14 : C.C.T.
Design and Construction
C.C.T. shall be having minimum contact time of 30 minutes, and capacity shall be
design minimum as required. The construction should be in R.C.C. and should be just
near to the pure water sump. There should be clear overfall from C.C.T. F.S.L. to P.W.S
for complete mixing, round, the end baffles may be suitably designed and provided. The
entry from P.W. channel shall be by clear overfall in C.C.T by minimum 15 cm.
ITEM No. 15 : PURE WATER PUMP HOUSE WITH MONO RAIL ARRAGEMENT
Desiqn and Construction
Pure water pump House shall be located on P.W.S suitably or separately and
shall have 64 sqm( sixty four ) as minimum area. Height of pump house shall be 5 m
minimum. Ventilation shall be minimum 20%. The construction should be In R.C.C.
frame structure and brick panels of minimum thickness of 23 cm. Top slab thickness
should be 12 cm minimum .Doors shall be steel rolling shutter and steel window fully
glazed shall be provided flooring shall be provided 50 mm Thick polished Shahabad
stones flooring with M100 bedding The pump house column shall be designed with
corbel for 3 tone capacity
ITEM No.16 : SANITARY BLOCK
Desiqn and Construction
These should be two identical units and accommodated suitably on each floor of
122
Contractor No. Of Correction Engineer In Charge
filter house. It shall be completely closed structure, constructed in brick masonry with
R.C.C. roof slab. The area of the block shall be as per standard requirements of and
factory act provisions.
This block shall consists of
i) 600 mm size Water closets (Indian type) : 2 Nos. 2.50 sq.m. each
ii)Urinals: Separated by Kadappa partition, 3 Nos. 525 mm. size, coloured iii) Wash
hand basin with mirror: 2 Nos.
iv ) Bath room with showers, towel rod 1 No. 3 sq.m. mirror, shelf etc.
iv) All the provisions in the sanitary block shall be of high quality and make and shall be
got approved form the Engineer-in-charge.
The area of the each sanitary block shall be 10 sqm The floor of the entire block shall be
provided with approved glazed tiles.
Dados in glazed tiles shall be provided for all units, for a height of 2.00 M.
Adequate ventilation with exhaust fans shall be provided.
C) Allied Items
Water feeding connection: G.I. pipe lines of required size and lengths with specials,
valves etc. shall be provided for all the units.
ii) Flushing Tank: :- Flushing tank of 14 lits. capacity shall be provided for each water
closet and urinal respectively.
iii) Sewage effluent connection All units shall be provided with suitable size 3nd length of
outlet connection to septic tank.
Septic tank R.C.C. septic tank of 50 persons capacity shall be provided. There should
be one unit of instant geyser and a shower in bath room.
ITEM No. 17 CONVEYANCE OF WASTE WATER AND SLUDGE DRAIN
ARRANGEMENT
Desiqn
The arrangement is to be provided for collecting and carrying the waste water
and sludge from the aeration fountain, venturi flume, flash mixer, clarifloculator, filter
house, chemical house, overflow of wash water sump, and pure water sump etc through
a system of pipes and manholes up to point of discharge i.e. point as shown in the
drawing of last manhole. The pipe shall run 2/3 full. The velocity at 1/3 flow shall not be
less than 1 M/sec. The conveyance system to drain effluent of septic tank shall be
provided separately upto the using S.W. pipes of minimum 150 mm dia and suitable
manhole &drop manhole.
123
Contractor No. Of Correction Engineer In Charge
b) CONSTRUCTION.
The pipe lines shall be of RC.C. NP2 class jointed with cement mortar 1:2,The
minimum cover the sewers shall be 1 M. The pipe below 200 mm. dia shall not be used
in the system. The system shall include all valves, specials, etc. as per requirements at
site and as directed by the Engineer-in-charge. The total drain water shall be directed to
the final disposal point. The contractor shall provide conveyance system for the flow up
to 200 m. from the edge of main manhole. The dia. of RCC pipe should be capable to
carry 100% wash water and waste to drain in existing well in the vicinity of WTP site for
recirculation. Requisite numbers of manholes shall be provided.
These manholes shall be in B.B. masonry and shall be in circular shape. The
diameters of manhole shall be as stated below
1) Depth up to 1.0 M. 1.0 M dia.
2) Depth from 1.0 M. to 2.0 M 1.2 M. dia.
3) Depth from 2.0 M. to 3.0 M 2.0 M. dia.
4) Depth more than 3.0 M 2.5 M. dia.
The B.B. masonry shall be 23 cm. thick for manholes up to 1.0 M. depth, 35 cm
thick for manholes between 1 M to 2M. depth and 45 cm thick for manholes more than
2 M depth, the bottom of each manhole shall be of 30 cm. M. 100 (1:3:6) c.ement
concrete with a bedding of M 150 (C.C.1 :2:4).The bottom and inside and outside
surfaces of the chambers shall be finished smooth with cement plaster in C.M. 1 :3.
Manhole shall be provided with heavy duty C.I. manhole frame and cover (500 mm dia.
as per I.S. 1726-1967) C.I. steps shall be provided for each manhole more than 1 .OM
deep.
ITEM NO 18 :- TRIAL RUN
The period of this trial run start from the satisfactory testing and commissioning
by the contractor during time limit of the contract as mentioned in programe as under.
After satisfactory completion the plant is to be run for a period of three months
under this item, during this period bulk water ,electricity, all chemical required shall be
supplied by MJP free of cost to the contractor .Contractor shall supervise and after
training guidance, consultation etc to the staff during this period for smooth running of
the plant ,required operations ,maintaince manual catalog to be supplied in 6 sets along
all forms, ,registers,,charts etc by the contractor during the trial run maintains period.
124
Contractor No. Of Correction Engineer In Charge
Similarly 3 sets of colour photographs of major stages of construction shall be taken and
furnished to the MJP for record.
If the trial run of WTP will not started in monsoon then the contractor shall give
additional 3 months test and trial run of WTP in monsoon with performance of WTP as
per relevant I.S.
125
Contractor No. Of Correction Engineer In Charge
ANNEXTURE–A
Specification for Civil Engineering works
C.E.S. -1. General
The following specification shall be applicable to all the civil Engineering works
under this construct. Items which are not covered under the following description shall
be carried out as per relevant specification in ISS or book of standard specifications
1972 ( Government of Maharashtra Publication) and as mentioned in the proceeding
pages.
C.E.S.-2 Materials
1. All the materials shall be of best and standard type as laid down in P.W.D. hand
book volume I and II.
2. Red book of public works Department. I.S. specifications and shall have to be
approved by Engineer in charge.
3. Labour
All skilled and unskilled labour, supervisors site Engineers etc shall be provided as
directed by the Engineer in charge
C.E.S.-3 General Requirements
1. PC.C. Course
All structures shall be provided with 10 cms thick leveling course of P.C.C. M-
100 preceding the floor slabs or foundation slabs. This course shall have an offset of
15 cms on all sides and it shall rest on strata of appropriate bearing capacity as
per design.
2. Refilling of Excavated stuff
Sides of the structure below G.I. shall be refilled wherever necessary with
selected murum from the excavated stuff duly watered and rammed in 15 cms
layers.
3. Plinth fillings
The plinth shall be filled up with hard murum in 15 cms layers duly watered and
rammed properly.
126
Contractor No. Of Correction Engineer In Charge
4. Super structure
The walls shall be in second class T.M. brick masonry in C.M. 1:6 in a framed
structure, unless otherwise specifically mentioned panel wall shall be 23 cms. thick
while partition wall shall be 12 cms thick.
5. Plaster
All the faces of structure shall be provided with 20 mm thick cement plaster with
neeru finish. External surface shall be in C.M. 1:4 while internal in C.M. 1:5. All water
retaining faces shall however be in cement plaster in C.M. 1:3.
6. Flooring
All floors of building except chemical store and chlorine rooms shall be provided
with thick marble mosaic tiles flooring of approved quality and shade. Risers trader,
of all R.C.C. stair cases shall also be provided with mosaic or chequered tiles. Tiles
shall be laid on 12 cms thick P.C.C. in M. 100 grade for ground floor. At upper floor
it may directly laid on R.C.C. slabs skirting of mosaic tiles of one tile height for all
in side faces of walls of the building.
7. Doors and windows
All building shall be provided with adequate numbers of doors and windows and
ventilators as under.
a) The total shutter area all external doors, windows, ventilators shall not be less
than 20% of the carpet area of structure. All external doors shall
be provided with C.C. ramps steps for access inside or exit outside
the buildings.
b) All the external and internal windows, ventilators and doors except the central main
door of the filter house shall be of steel and as per I.S. specification. External door shall
have a fan light of 45 cms height. Width of the main door shall not be less than 1.2 M.
and that of others shall not be less than 0.90 M.
c) The doors shall be half paneled and half glazed windows and ventilator shall be fully
glazed. The glass fitted shall not weight less than 3305 gram/sqm.
d) All fastenings and fixtures shall be strong and of heavy oxidized brass. Proper locking
arrangement shall provided for each unit.
e) All exterior doors, windows, ventilators shall be provided with 75 cms wide R.C.C.
chajja in a box or any other suitable architectural form
127
Contractor No. Of Correction Engineer In Charge
f) All window sills shall consist of approved polished kadappa stone of 40 mm thick.
g) The central main external teak wood door of the chemical house shall be fully
panelled and having shutter thickness not less than 40 mm and shall be of decorative
type. The size and type should be provided suitably as would prove to be a decorative
feature. This door shall have a beautiful R.C.C. canopy. The door shall be provided with
best quality of three coats of french polish of approved shade.
h) All sheets doors, windows and ventilators shall be painted with 2 coats of
synthetic enamel paint of approved colour and shade as per standard specifications.
i) All windows and ventilators shall be provided with M.S. grill of approved design from
the Engineer in charge.
8. Colour snowcem painting and distempering
A ) All internal plastered and finished faces of the walls, columns, etc shall be given
three coats of oil bound distemper of approved quality and shade. The ceiling shall be
given 3 coats of white cement paint.
B ) All external plastered and finished faces of wall columns etc shall be given 2 coats of
cement paint of approved shade. The finish of exterior face shall give an aesthetic
appearance to the buildings.
c. )The colour scheme shall be got approved from the Engineer in charge
9. PVC/ AC rain water pipe lines shall be provided to all the building of required
diameters and lengths so as to carry rain water to the side drains of the approach roads.
128
Contractor No. Of Correction Engineer In Charge
ANNEXTURE–B
Specifications for Mechanical Engineering works
General
The following specification shall be applicable to all the mechanical and
miscellaneous engineering works under the contract. Items which are not covered under
the following description shall be carried out as per the relevant ISS specifications code
of practice. In addition to the specifications given below or elsewhere the material shall
comply with relevant IS specifications.
M.E.S.-1 Pipes and specials
All pipes and specials unless otherwise stated and except for sludge drainage
arrangement shall be of M.S. or C.I. ‘LA’ class pipes. For sludge drainage arrangement
R.C.C. NP2 class pipes shall be used. Diameter below 150 mm of R.C.C. pipes shall not
be used anywhere.
The filter control piping in pipe gallery shall be double flanged fastened with nut
bolts and washers of good quality. Mild steel pipes and specials shall be made out of 8
mm thick plates. All M.S. pipes and specials shall be epoxy painted from outside surface
3 mm thick ply rubber packing with hub-bock shall be used in between the flanged
joints.
The material shall be as per respective I.S.S. M.S. or C.I. pipe inserts with
crippling flanges for insertion in concrete for sleeves, outlets etc shall be provided by the
contractor. All pipes and specials which shall be laid below the floors, walls, foundations
etc of plant structures shall be specifically of cast iron and shall be embedded in C.C.
1:2:4 (M.150)
M.E.S.-2 Valves/ Pen stocks/ sluice Gates
All the valves shall be C.I.D.F. type valves shall be of kirloskar / IVC/ BSJ sahu
or such other reputed and approved make. Valves shall have the certificate of I.S.I. and
shall be as per the relevant IS codes. All valves having diameter 300 mm and above
shall have spur gear arrangement for manual operations. dia. below 300 mm shall be
with hand wheel for operation.
All sluice gates shall be of approved make and with brass lining. It shall be
provided with spur gear arrangement and hand wheel for easy manual operation.
129
Contractor No. Of Correction Engineer In Charge
All pen stocks shall be brass lined and provided with suitable arrangement for
easy and smooth manual operation.
M.E.S.-3 Pipe Railing
The railing shall consist of 25 mm.dia. G.I. (Medium) pipes in two number of row.
The vertical posts shall be or M.S. angle 50x50x6 having attractive appearance placed
at 2 M. centre to centre. Its height shall be 90 cm. IT shall be painted in 2 coats of
anticorrosive paint of approved quality and shade.
M.E.S.-4 M.S. Stair case
The M.S. stair case shall be fabricated out of 30 cms wide stringers of 12 mm
thick plates. The steps shall 1.2 M. wide of chequared plate or C.I. standard type.
M.E.S.- 5 M.S. Ladder
The M.S. Ladder shall be 0.45 M. wide consisting of 65 mm x 12 mm flat
stringers with 16 mm dia. M.S. bars in double row at 30 mm c/c. The items shall include
all fixtures and painting with 2 coats of anticorrosive paint.
M.E.S.- 6 Water level Indicator
The indicator shall be of 15 cms wide brass plate mounted on C.T. wood frame
with necessary graduation. All allied fixtures such as copper float guide chain pulleys,
counter weight, indicating arrow, etc shall be provided. The entire unit shall be got
approved from the Engineer in charge. The water level indicator shall be able to read
water depth upto 3.0 M.
M.E.S.- 7 Rolling shutters
The rolling shutters shall be fabricated from 16 gauge steel lath with side guide,
bottom rails, bracket, door suspension, shaft housing box at top, including mechanical
gear operation arrangements, locking arrangement shall be provided at bottom at both
ends. The shutters shall be painted with 3 coats of anticorrosive paint of approved
quality and shade.
130
Contractor No. Of Correction Engineer In Charge
ANNEXTURE–C
Specification for electrical installations
M.E.S.- 1 General
1 All the electrical installation both internal and external shall be carried out as per
indian. Electricity rules 1956 and subsequent amendments made to it from time to time.
2. the work shall be carried out through a licensed electrical contractor registered with
the Government of Maharashtra.
3.All the electrical installation shall be got approved tested and certified from the
Electrical inspector of Govt. of Maharashtra by the contractor at his own cost.
4. The damages caused to the civil structures etc during electrical installation shall be
made good by bringing such locations to their normal conditions i.e. original finish, at no
extra cost.
5.All the materials used for electrical installations shall be of standard type and of
reputed make as specified at relevant places hereafter.
6.All safety measures shall be adopted for all the installations as per Indian electrical
rules i.e.. providing adequate earthing, proper insulation etc.
7.The general layout of internal and external electrification of the entire plant shall be got
approved from the Engineer in charge well in advance. Necessary modifications shall
have to be carried out as per instructions of the Department at no extra cost. The tender
drawing, if provides, is indicative, however, the contractor shall justify his layout with
tender specifications.
8.All the external and internal electrical installations shall be properly screwed to poles
and walls respectively to with stand storm, rains etc.
9.The electrical installation internal and external shall be adequate and should have
decorative finish keeping in view of architectural beauty of the civil structures.
10.The entire electrical installations, both internal and external shall be commissioned to
the satisfaction of the Engineer in charge without any extra cost and shall be covered
with guarantee fro calendar months for its performance, design equipments and
workmanship, from the date of commissioning.
M.E.S.- 2 Scope of work
The job involved in this consists of providing erecting and commissioning of
electrification necessary allied equipment with its fixtures and accessories for the entire
plant structures as per schedule ‘B’ of the Tender both external and internal including
131
Contractor No. Of Correction Engineer In Charge
yard premises of the treatment plant. Adequate electrical power in 400/440 volts 50 c/s
shall be made available for such work to the contractor, who will design and install and
panel board for entire internal and external electrification and power requirement to the
prime movers of all mechanical equipment of treatment plant i.e..flash mixer,
clariflocculator including its flocculator, mechanism and end carriage, alum solution tank
equipment wash water pumps and air blowers, sampling table etc.
The contractor shall have to install his panel board in a separate room in the
filter house to be constructed by him.. Adequate illumination shall be provided both
internal and external sufficient number of plug points shall be provided. The external
electrification will be done by laying underground cables as per Indian Electricity rules.
The scope be also includes the essential items of work and material required but not
specified anywhere in specifications.
M.E.S.- 3 Item wise Requirements
1. Motor
All the prime movers required for mechanical equipment of water treatment plant
should be of suitable H.P. 3 phase squirrel cage induction motors working on 440 volts
50 c/s rpm 1440 class of insulation B.I.S.I. mark.
Recommended Makes:- Kirloskar, siemens, jyoti, Crompton.
2. Starters
Direct on line starters for motors upto 7.5 H.P. star delta starters for 7.5 H.P. to
30 H.P. shall be provided for motors above 30 H.P. auto transformer starter shall be
provided. These starters shall be fully automatic.
Recommended Makes :- As per MJP’s approved list.
3. Panel board
A) Main Distribution board
The panel board shall be designed for the complete electrical load of treatment
work i.e.. for prime movers or mechanical equipments of flash mixer, clariflocculator with
its end carriages, alum solution tanks, bleaching powder solution and wash water
pumps, air blowers, sampling table, etc and for entire load of internal and external
electrification, i.e. lights, flood lights, M.V. lamps, ceiling fans exhaust fans etc.
It shall consists with main in-coming switch of adequate capacity of 4 Nos. bus
bars of suitable section of copper designed for capacity considering above electrical
load. Ammeters and voltmeters of suitable range with rotary selectors switches, phase
indicator lamps with switches, ICTPN switches of adequate capacity with rewirable
132
Contractor No. Of Correction Engineer In Charge
fuses. The panel board shall be of 14 swg thick MS sheet cubical type closed type with
panel opening from rear side for carrying out inspection operation and maintenance.
Suitable ICTPN rewirable fuse units of adequate capacity shall be provided for lighting
load. This panel board shall be housed in a separate room as per direction of the
Engineer in charge.
b) Panel board for Blowers
The panel board designed for the blowers shall have bus bar chambers, phase
indicator lamps with switches, ammeter voltage of suitable range with preventer unit and
ICTP main switches of adequate capacity and fuses of rewirable type.
c) Panel board for wash water pump
The panel board for wash water pumps shall have bus bar chamber phase
indicator lamps with switches, ammeter and voltmeter of suitable range with rotary
switches, starter with single phase preventer, ICTP switches of adequate capacity with
fuses etc. and shall be housed as per direction of Engineer in charge. The panel should
be fixed with integrated hour counter.
d) Panel board for clariflocculator
This panel board shall be installed on the bridge of clariflocculator and should be
water proof and weather- proof. It shall consists of main switches of adequate capacity
with rewirable fuses, direct on- line starters as the case may be etc. including the
switches for florescent lights on bridge.
e) Panel board for Flash mixer
The panel board for flash mixer shall consist of main switch of adequate capacity
with rewirable fuses, star-delta/ DOL starter and single phase preventer. The panel
board should be water proof and weather proof.
f) Panel board for Alum mixing Mechanism
The panel board shall also include main switch of adequate capacity with
rewirable fuses, DOL starter and single phase preventer.
Note:-
The location of all above panel boards shall be at places considering the
operating convenience and shall be properly installed as per directions of the Engineer
in charge. Suitable starters, DOL, Star-delta or auto transformer starter as the case may
be, shall suitably installed in panel board. All materials, panel board drawing showing all
necessary switches & equipments, Drawing of internal & external electrification etc. shall
be got approved from competent authority before supply.
133
Contractor No. Of Correction Engineer In Charge
Recommended Makes
The panel board shall be of factory finished and switch- gears and all other allied
equipments of L.T. and L.K. OCB of LTLK meters- AEI make & lamps, fans, flood lights
M.V. lamps should be of crompton, Bajaj, Philips make only.
4. Cables
For connecting motor of various H.P. and panel board suitable 3.5 / or 3 core
aluminium cable of adequate capacity with regard to starting current of motor shall be
provided and shall be reputed make ( I.S.I. makes) confirming to I.S. 1554-1964 and
laid as per standard practice in a channel as per Indian Electrical Rules. All cables shall
be sized considering duct rating and shall have minimum 10% current margin above
duct rating. The voltage drop should be restricted to 10 volts.
Recommended make:- I.C.C., Siemens, Gloster, Tropodur with I.S. Mark
5. Wiring
a) Internal
Point wiring with 2 x 1.5 sqm PVC aluminium wire shall be provided in a M.S.
conduit of 16 gauge and 25 mm.dia. with continuous G.I. earth wire of 14 S.W.G.
complete with shock proof accessories erected on formica topped. T.W. Block. The
M.S. conduits pipes and all necessary conduit specials e.g. bends, tees, and crosses,
elbows, inspection and distribution covers cut out etc shall be provided.
Recommended make
1.PVC sheathed wires- Aluminium conductors 250/440 volts Henlay, Gloster, Finolex
2.Conduit pipes :- I.S.I. mark
b) External
All the external wiring will be done using cable of suitable section 2 core
aluminimum armoured cable suitably erected with earthing in ground below 60 cm. With
necessary screened, Sand column of 15 x 15 cm and cable placed exactly at centre or
the sand cloumn and bricks placed at both sides and top of the sand column as per I.E.
Rules suitable on top cable and cable boxes Gland shall be provided.
Recommended makes :- I.C.C., Siemens, Floster, Tropodur I.S.I. mark
c) Poles ( Minium 10)
i) Poles for street light shall be of G.I. heavy duty swage welded ones and of 100x75x50
mm.dia. 6.0 M. long with suitable bend at top as per standard practice or as approved.
The erection of pole shall include excavation with 0.6 M x 0.6 M x 1.5 M deep and
embedded in cement concrete foundation in 1:3:6 with 40 cm plinth. The poles shall be
134
Contractor No. Of Correction Engineer In Charge
spaced at a distance not more than 20 M. center to center along the road and in area
requires lighting.
ii) All necessary fixtures with G.I. light posts, clamps, nuts and bolts screws, insulators
with kit-kat type fuse unit of suitable capacity shall be provided. suitable earthing shall
be provided to the poles.
iii) Painting- All the poles shall be nicely painted with one coat of red oxide and 2 coats
of superior quality anticorrosive sliver paint.
iv) For illumination on bridge of clariflocculator, 1.5 sqmm 2 coats aluminimum armored
cable of I.C.C., Siemens, Gloster, Tropodur & ISI mark shall be used, with all necessary
fixtures e.g. glands lugs etc.
6. Illumination i) Internal
White enameled industrial type fluorescent fitting of 22 gauge M.S. sheet open
ended reflector with 1.2 M ( 4 ft) x 40 watts tube, starter and polyester heavy duty
chokes, with decorative cover completely wired up with holders erected on T.W. block. It
shall be mounted with two ball suspension places and flush with ceiling with all its
accessories i.e. ceiling rose. etc at places as directed. It shall be mounted in zig zag
pattern on walls where suspension type is not possible but exclusively as per direction
of the Engineer in charge. The rate of illumination shall be 40 watt/ 10 sqm. or as
approved.
ii) External
Whether proof and water proof street light industrial type fluorescent for single
1.2 M ( 4 ft) tube consisting of coat aluminium body finished in silver gray enamel and
M.S. sheet flat reflector in white store enamel complete with one piece mounded plastic
cover enclosed in a metallic frame with rubber lining etc complete polyester heavy duty
choke and lock type holders erected in decorative manner on poles. The fluorescent
lights on street shall be spaced not more than 20 M centre to centre around the
structure.
Recommended make
Fluorescent fittings with tube rods of 40 watts and 1.2 M ( 4 fit) long polyester
heavy duly choke lock type holders starters, etc. should be of same make e.g. philips
G.E.C. bajaj, crompton
iii) Flood light
General purpose flood fight fittings of weather proof and water proof
135
Contractor No. Of Correction Engineer In Charge
construction, suitable for and with 500 watts bulbs, Donflux type reflector with anodized
aluminium sheet span and anodized with well polished interior reflecting surface which
holder of thread type, mounted on M.S. poles of 80 mm.dia. 6 M. long, suitable earthed
and with necessary fixtures in an approved manner, 15 Amp volts- ICDP switches shall
be provided and housed in suitable water proof M.S. box at an operating level.
Two nos of flood lights shall be located diametrically opposite to each other at
each clariflocculator and as per directions of Engineer in charge. There should be four
flood lights located at each corner for the filter house and chemical house to illuminate
the structures fully. One flood light should also be fixed suitably for the aeration fountain.
The reflector for flood light shall be donflux type designed for a long and proper focus. In
all eight ( 8) Nos. of flood lights shall be provided with donflux reflector and mounting
clamps.
Recommended Make
Philips, Mazda, Osram, Bajaj, Crompton of 500 watts suitable for 50 c/s. 230 volts
supply.
iv) Sodium vapor (S.V.) Lamps
Water tight Sodium vapor lamp fittings complete with S.V. lamp of 125 watt of
reputed make and 3 pin B.C. type 250 volts, with inner reflector and clear acrylic and
decorative type cover and close type wired with 3 pin porcelain holder 125 watts,
chockes, fuse condenser with fancy bracket of G.I. pipe suitably erected on 75 mm.dia.
x 6 M. .S. poles (with suitable base plate and pole cap) embedded in foundation,
property earthed and placed as per directions of Engineer in charge.
Recommended make: Philips, Crompton, G.E.C. Bajaj
v) Automatic Emergency Lighting
8 Nos. of automatic emergency light units with flexible cord and 3 pin plug of
reputed make suitable for 230 volts shall be provided.
Recommended make :- Quality, Marlex, Bajaj or as per approved.
a) Ceiling Fans
Ceiling fans as per requirements & as per approval of competent authority.
ceiling fans of approved type with condenser, A.C. 50 cycles/ second. 230 volts and
1400 mm sweep complete with all fixtures e.g. fan clamps M.S. flat nuts and bolts and
with regulator canopy and down rod of required length.. The down rod shall be long
enough so that a clear distance between the floor and the fan blades shall not exceed
2.6 M. The ceiling fans shall be provided as per I.S. and relevant practice as per
136
Contractor No. Of Correction Engineer In Charge
directions of the Engineer in charge. Ceiling fans shall be provided to all the buildings of
the plant, stores and the portion of filter house. All ceiling fans should be of one make
only.
Recommended makes :- GEC, Usha, Rally, Crompton, orient fans with regulators of
same make.
b) Exhaust fans :- As required & as per drawing approval.
Exhaust fans of 45 cm , 230 volts, 50 c/s 1400 rpm with condenser unit and
complete with all its accessories and necessary fixtures shall be provided and erected.
The location of the exhaust fans shall be as per the directions of the Engineer in charge.
Metal sheet cowl for exhaust fan recess 45 cm dia fabricated from suitable frames of
25x25x3 mm angle, covered with 22 gauge G.I. sheet and opening covered by
expanded metal, mesh, shall be provided. The cowl to be fixed to wall with grouted bolts
of 9 mm dia and 12 cm long and nuts Exhaust fans shall be provided in wash water
pump house, re circulation pump house, chlorine room, filter outlet, gallery, chemical
house and store, toilet, sanitary block etc. Exhaust fans shall ensure 10 air changes per
hour.
Approved make :- GEC, Crompton, Rally
8) Earthing
Earthing for electrical installation both internal and external including panel
board and motors with adequate capacity of aluminium wire of suitable gauge shall be
provided at all suitable places and all earthing stations shall be inter connected so as to
ensure maximum safety and G.I. plate charcoal, salt etc. shall be used as per Indian
Electrical rules and as per IS 3043/1966. The earthing wires will run along conduits
upto plug points and as per the direction of the Engineer in charge.
9) Switch Boards with switches for building wiring
Piano type switches and three pin plugs shall be provided and properly fixed in
T.W. block of suitable size with sunmica top. Sufficient number of such switch boards for
operating convenience shall be provided with indications of fans lights etc. on it.
10) Power wiring
Power wiring with 6 Nos of plug points and switches of 15 amps. 230 volts
suitable for operation of electric power drilling machine and grinder shall be provided
only, in wash water pump house, re- circulation pump house, and blower rooms 2 No. in
each. This shall be addition to the general plug points provided.
137
Contractor No. Of Correction Engineer In Charge
SPECIFICATION FOR INDUCTION MOTORS
1. SCOPE
This specification covers the requirements of three phase induction motors.
2. CODE AND STANDARDS
The design, manufacture and performance of the equipment shall comply with
all currently applicable statutes regulations and safety codes in the locally where the
equipment will be installed.
2.1 Unless otherwise specified the motors shall conform to the latest applicable
Indian standars, British standards of IEC standards, some of which are fisted below.
a) IS 325 Induction Motores
b) IS 4691 Degree of protection provided by enclosures for
rotating electrical machinery c) IS 4729 Measurement and evaluation of vibration of rotating
electrical machines.
d) IS 3202 Climate proofing of electrical equipment.
e) IS 1231 Dimensions of 3 phase foot mounted induction
2.1 For this treatment works, these motors can be used for pure water pumping to
High level service reservoir cum wash water reservoir. Similarly these motors can be
used for re circulation pumping from re circulation sump to aeration fountain. The
minimum H.P. of these motors have been specified in the tender as 40 HP. However the
contractor may calculate the H.P. suitable to his layout and arrangement and provide for
suitable HP motor keeping the minimum 40 HP and also considering for required
performance criteria in 3.0 below.
3 PERFORMANCE
3.1 Motors shall be capable of satisfactory operation for the application and
continuous duty as required by the drive equipment. All motors shall have 20% excess
margin above maximum power required under operating conditions.
3.2 Motors shall be capable of giving rated output without reduction in the expected
life span when operated continuous under class II supply conditions.
CLASS II
a) Variation of supply voltage from the rated voltage +/-10%
b) Vibration in supply frequency from the rated frequency +/-5%
c) Combined voltage and frequency variation +/-10%
3.3 Motors shall be suitable for the method of starting specified.
138
Contractor No. Of Correction Engineer In Charge
3.4 Motor shall be capable of starting and accelerating the load with the applicable
method of starting without exceeding acceptance winding temperature, when the supply
voltage is 85% of the rated voltage.
3.5 The locked rotor current of squirrel cage motors shall not exceed 6000% of rated
current.
4 INSULATION
4.1 Any joints in the motor insulation such as at coil connections or between slot and
end winding section shall have strength equivalent to that of the slot
sections of coil.
4.2 The insulation shall be given topical and fungicidal treatment for successful
operation of motor in hot, humid and tropical climate as per the
application standards.
5 CONSTRUCTION
5.1 For squirrel cage motors the rotor bars shall not be insulated in the slot portion
between the iron core laminations and the bars.
5.2 Bearing shall permit running of motor in either direction.
5.3 If oil lubricated type bearings are provided, a drain plug and oil level sight glass
shall be provided.
5.4 Terminal box shall be of weather proof construction suitable for outdoor
service, Gaskets shall be provided at the cover joints and between
box and the motor frame.
5.5 Terminal box shall be suitable for top and bottom entry of cables. Further, it
shall be capable of being turned through 360° in steps of 90°.
5.6 Terminal box shall be complete with stud type terminals plain washer, spring
washers, check nuts, cable gland and crimpled.
5.7 When TEFC type of enclosure is specified, fans mounted on the motor shaft
shall be provided.
5.7.A Unless specified otherwise the motor shall be provided with a bare short
extension having a key slot and a key at the driving end.
5.8 2 Nos drain holes at the bottom of starter frame shall be provided.
6 PAINTING
6.1 External parts shall be finished and painted to produce a neat and durable
surface which will prevent rusting and corrosion. The equipment shall be
139
Contractor No. Of Correction Engineer In Charge
degreased and oil rust, sharp edges, scales be removed and treated with one
coat of primer and finished with two coats of final paint.
7 TESTS
7.1 All routine tests shall be conducted on motors.
140
Contractor No. Of Correction Engineer In Charge
INDUCTION MOTORS DATA SHEET
1 GENERAL
1.1 Application
1.2 Type of motor Squirrel cage
1.3 Supply system fault level MVA
1.4 Supply neutral Solidly earthed
2. RATINGS
2.1 Rated output, KW
2.2 Rated voltage, phase & 415 V, 3 phase 50 Hzfrequency
2.3 Supply condition Class II- Clause 3.1 of Spec.
2.4 Type of duty Continuous SI
2.5 Synchronous speed 1500 RPM
3. STARTING
3.1 Method of starting Direct on line/auto delta starter
transformer/Star
3.2 Starting torque To suit the application
4. INSULATION
4.1 Class of insulation B with weather proof and chemical
protection treatment.
4.2 Reference ambient temperature 45° C
5. TERMINAL DETAILS
5.1 Terminal box Indoor IP 54
Outdoor IP 55
5.2 External cable details Ref.cable specification
5.3 Earthing conductor GI flat or wire
6 INSTALLATION
6.1 Location Outdoor/ Indoor
6.2 Atmosphere Hot, humid, dusty and chemically
corrosive.
7. ENCLOSURE
7.1 Type of enclosure TEFC for outdoor application SPDP for
indoor application
7.2 Degree of protection Indoor IP 23
as per IS 4691 Outdoor IP 55
141
Contractor No. Of Correction Engineer In Charge
8. OTHER REQUIREMENT
8.1 Shaft orientation
8.2 Type of coupling
8.3 Painting primer Final Zinc chromate, Epoxy resin.
8.4 240 V space heater For motor rated above 37.5 KW
9. No.of permissible starts 3 starts per hour equally spacey & 1 hot
Restart.
TO BE INDICATED BY TENDERER
142
Contractor No. Of Correction Engineer In Charge
SPECIFICATON--FOR ELECTRICAL INSTALLATION WORK GENERAL CONDITION
1. SCOPE
This specification is intended to cover the general conditions for electrical installation
work.
2. EQUIPMENT. MATERIAL & SERVICES TO BE FURNISHED
The contractor shall furnish all labour, skilled and unskilled, supervisory and
administrative personnel, erection tools and tackles, transport vehicles and mobile
Cranes, equipment for testing and commissioning and implements necessary for timely
and effective execution of the contract.
The installation work is inclusive of supply & erection of materials, hard wares,
consumables and sundry items to complete the installation.
The item of work to be performed by the contractor for equipment and materials
under-this scope of work shall include but not limited to the following.
a) Taking delivery of equipment at shop and at the port of railhead including unloading
port clearance from customs etc. and safe transportation to site storage arranging
storage with suitable weather protection.
b) Complete assembly, erection & connection.
c) Pre-commissioning check up for correctness of erection.
d) Testing and commissioning in presence of purchaser, successful trial operation and
obtaining Purchaser's approval .
3. METHOD OF WORKMANSHIP
All work shall be installed in a first class, neat and workmanlike manner by
technician skilled in the trade involved.
The erection work shall be supervised by competent supervisors holding supervisory
license. from the Govt.
The installation shall be carried out in such a manner as to provide adequate access to
other equipment installed,
4. PROTECTION OF WORK
The contractor shall effectively protect his work, equipment & materials from
theft, damage or tampering.
Contractor shall be held responsible for any loss or damage to equipment and
material until the same is taken over by the purchaser, according to the contract.
5. RESPONSIBILITY OF ERECTION:
The contractor shall be fully and finally responsible for proper erection & safe
143
Contractor No. Of Correction Engineer In Charge
and satisfactory operation of the plant and equipment under his scope of work to the
entire satisfaction of the purchaser. Equipment & material which are wrongly installed
shall be removed re-installed to comply with the design requirement at the contractor's
expense to the satisfaction of the purchaser. .
6. EXCAVATION AND BACKFILLING
The contractor shall perform all excavation and backfilling to the original level
with good consolidation as required for buried cable.
The contractor shall make his own arrangement for pumping out water that they
may accumulate in the excavation.
7. STEEL
For fabrication of all racks, trays, supports & fixtures bidder will arrange to
provide steel.
Steel for fabrication shall be straightened and cleaned of rust and grease. All fabrication
shall be free of sharp edges.
8. SAFETY MEASURES
The contractor shall arrange to provide guards and prominently display caution
notice of access to any equipment/area considered unsafe and hazardous.
The installation/erection work shall also include the following works
a) Damages/missing items, if any shall be immediately reported to the Purchaser &
Supplier.
b) Mounting of all accessory items at proper position as per manufacture's drawings.
c) All required adjustments in the equipments as per manufacture's instructions.
d) For indoor equipment all bus bar and internal power/control wire connections and for
outdoor equipment any accessory, which is integral part of the equipment, shall be
connected up to the equipment-marshalling Kiosk to make the equipment complete.
e) Physical and functional checking of complete internal wiring as per approved wiring
drawings and schematics.
f) Grounding, chipping, making pockets in the foundation etc. to make the base suitable
for mounting -the equipment and making it good.
g) For the items, where only erection is included in the contractor's scope, the Purchaser
may engage specialist engineer form the manufacturers to supervise the installation,
144
Contractor No. Of Correction Engineer In Charge
testing and commissioning of their equipment The contractor shall extend full co-
operation to these engineers and carry out the works as per thelr1nstructions. '
9.1 The Tender shall quote unit rate for supply & installation separately for all the
materials/equipments as described' above, and justify his offer for the relevant item.
Quantities of various items will be finalised before execution. With in the scope of 'tender
the contractor carry out work as per specifications. Keeping the offer for the relevant
item same, the unit rates will be modified to suit the quantities in proportion with the
quantities given by the contractor initially. Any change, which may be done
subsequently will, if justified by the contractor, will be valued as per P.W. Departments
schedule of rate prevailing at the time, for variation.
9.2 No equipment shall be permanently bolted down to foundation structure until the
alignment has been checked and found acceptable by purchaser.
9.3 Manufacture's drawings, instructions and recommendations shall be correctly
followed in handling, setting, testing and commissioning of all equipment
9.4 If any doubt/misunderstanding arises necessary clarification shall be obtained
from Purchaser
9.5 The following incidental works shall be carried out by the contractor.
a) Checking, attending & necessary cleaning of jammed motors.
b) Removing of rust, depression and similar flaws from panel enclosure followed by
cleaning and painting of the damaged portion. .
c) Replacement of damaged parts
145
Contractor No. Of Correction Engineer In Charge
SPECIFICATION FOR ERECTION. TESTING AND COMMISSIONING OF
ELECTRICAL EQUIPMENTS AND ACCESSORIES. .
1. SCOPE
This specification is intended to cover complete installation, testing and
commissioning of electrical equipment Le. motor control centers, power control centers,
control panels, switch gears, motors, transformers, pus button stations etc.
2. CODE AND STANDARDS
2.1 The installation, testing and commissioning of all electrical equipments shall
comply with all currently applicable statutes, regulations, fire insurance and safety codes
in the locality where the work will be carried out. Nothing in this specification shall be
construed to relieve vendor of his responsibility. Electrification work shall be as per
National building Code only.
2.2 Unless otherwise specified, the work, material and accessories shall be conform
to the latest applicable India, British or IEC standards, some of which are listed below
a) IS : 3072 Installation & maintenance of switch gear.
b) IS : 900 Installation & maintenance of Induction motors.
c) IS,: 3106 Selection, installation and maintenance of fuses.
d) IS : 1886 Installation and maintenance of transformers
e) IS : 2026 Power transformers.
f) IS : 1180 Distribution transformers
g) IS : 4029 Guide for testing three phase induction motors.
h) IS : 335 Insulating oil for transformers and switch gear.
i) IS : 5124 Installation and maintenance of A.C. Induction
motor starters, up to 1.1K.v
j) IS : 226 Specification for structural steel.
k) IS : 5216 Guide for safety procedure and practices in
electric work.
I) IS : 3202 Climate proofing of electrical equipment.
2.3 Good workmanship shall be in accordance with best engineering practices to
ensure satisfactory performance and service life.
146
Contractor No. Of Correction Engineer In Charge
3 DETAILED REQUIREMENT OF INSTALLATION
3.1 Transformers
3.1.1 The installation and fixing of transformers shall be carried out in accordance with
manufacturer's instruction and/or as directed by purchaser.
3.1.2 The complete an assembly of transformer, loose components Le. radiators,
gaskets, wheels, meters, etc., shall be carried out by contractor.
3.1.3 Transformer oil checking, tapping and if required filtering shall be done by
contractor
3.1.4 Contractor shall arrange for oil sample testing and get the approved oil test
certificate before commissioning..
3.1.5 All power control connections and mechanical joints shall be completed, checked
and adjusted (relays) to ensure safety and satisfactory operation of the equipment.
3.2 Switch qear. control panel etc.
3.2.1 All alignment, leveling, grouting; anchoring, adjustments shall be carried out in
accordance with manufactures instructions and or as directed by the purchaser.
3.2.2 All modules shall be taken out and shall be cleaned preferably with vaccum
cleaner.
3.2.3 All connections shall be fixing of equipments in switchgear control panels etc.
shall be completed, checked and adjusted to ensure safety and satisfactory operation of
the equipment.
3.2.4 In some cases, minor modifications may have to be carried out at site in the
wiring and mounting of the equipment to meet the requirements of the desired control
scheme and the contractor shall have to do the same at no extra cost.
3.3 Motors
3.3.1 The installation of motors shall be carried out in accordance with manufacturer's
instruction and/or as directed by the purchaser.
3.3.2 Checking and cleaning of bearings and charging/filling of lubricants, wherever
necessary.
3.3.3 Cleaning of core and winding, varnishing and drying out the windings and
measurements of air gap for motor assembly at site, if demanded.
3.3.4 Motors shall be run on un-coupled condition for few hours before coupling them
with the drive equipment.
3.3.5 Motors snail be coupled with drive, adjusted and shall be tested on load.
3.4 Miscellaneous Items
147
Contractor No. Of Correction Engineer In Charge
3.4.1 The contractor shall install miscellaneous items such as motors, starters, local
start/stop push button stations etc.
3.4.2 These equipment will be generally wall, column or stand mounting. The exact
location will be as shown in the final drawing.
3.4.3 All supports or brackets needed for installation shall be fabricated and painted by
the contractor. .
3.4.4 All welding, cutting, chipping and grinding as and when necessary shall be
carried out by the contractor.
4 CABLE TERMINATION
4.1 Cable termination shall include the following
a) Making necessary holes in bottom/top plates for fixing cable gland/ box.
b) Fixing cable gland/box, connecting armour clamp to cable armour.
c) Dressing cable, pouring, compound etc. Where ever necessary to make termination
complete.
d) Putting cable lugs, crimping them on to cores of cable, taping bare conductors up to
lugs, wherever necessary.
e) Termination to equipment terminals.
f)' Supply & fixing of cable and core identification ferrules.
4.2 Wherever purchaser has not provided M.S. plates for fixing cable tray supports,
contractor shall install approved concrete fasteners for fixing cable tray supports.
5 INSPECTION'
5.1 After completion of the erection/installation, each equipment shall be thoroughly
inspected in presence of purchaser for correctness and completeness of installation.
5.2 A check list may be furnished by the purchaser where in all details to be checked
and necessary instructions shall be listed. The inspection and checking shall strictly
follow the check list.
5.3 On completion of the inspection two (2) copies of the check list duly filled in shall
be jointly signed by contractor and the purchaser, -such-endorsement, however, shall
not relieve the contractor of his obligation under the contract.
6 TESTING AND COMMISSIONING
6.1 After completion of erection work tests shall be conducted by the contractor on
148
Contractor No. Of Correction Engineer In Charge
each piece of the equipment as per list be supplied by the purchaser or his authorised
representative.
6.2 The contractor shall provide all tools, instruments, materials labour and
supervisory personnel for carrying out tests on the equipment and materials under his
scope of work.
6.3 The contractor shall record the test results on approved proforma and furnish four
(4) copies of the results to the purchaser for his approval within a week from the date of
test completed.
6.4 Before commissioning of the equipment, the contractor shall set the relays to
their recommended values.
6.5 On successful inspection and testing, the equipment shall be commissioned
and put on trial run along with other equipment in a manner mutually agreed upon.
7 RECTIFICATION
7.1 The contractor shall carry out all rectifications, repairs or adjustment work found
necessary during testing, commissioning and trial run.
7.2 On successful commissioning and trial run and on carrying out the rectification
work.,..the purchaser will take over the installation either wholly or in parts, as the case
may be.
8 Unless otherwise specified, the work, material and accessories shall conform to
the latest applicable Indian, British or I EC standards, some of which are listed below:
a) IS: 3043 Code of practice for earthing.
b) IS : 1255 Code of -practice for installation and
maintenance of paper insulated power cables
(up to & including 33 . KV)
c) IS : 2309 Code of practice for protection of building and
allied structures against" lightning.
d) IS : 2274 Code of practice for electrical wiring installation.
e) IS : 6565 Code of practice for industrial lighting.
f) IS: 1866 Code of practice for maintenance of insulating oil
g) IS : 1653 Rigid steel conducts for Electrical wiring,
h) IS : 2667 Fittings rigid conduits for electrical wiring.
149
Contractor No. Of Correction Engineer In Charge
9 INSTALLATIONS OF CABLES .
9.1 Contractor's scope of work includes unloading, laying, fixing, jointing, bending
and terminating of cables. Contractor shall also supply all the necessary hard wares for
jointing and terminating of cables. Cables shall be laid directly buried on earth, on trays
and support in conduits and ducts or bare on walls, ceiling etc. as shown in the
Purchaser's drawings, where specific.
9.2 All cable and the allied apparatus shall be designed and arranged to reduce the
risk of fire and any damage that may cause ill the event of fire. Wherever cables pass
through any floor or wall opening suitable bushes shall be supplied. If required by the
Purchaser, the bushes shall be sealed using fire resisting materials to prevent fire
spreading.
9.3 Standard cable installation tools shall be utilised for cable pulling. Maximum pull
tension shall not exceed manufacturers recommended value. Cable grips, reels or
pulleys used shall be properly lubricated. The lubricant shall not injure the overall
covering and shall not set up undesirable conditions of electrostatic stress. Cable pulling
shall permit performance of collateral work without obstruction.
9.4 Sharp bending and kinking of cables shall be avoided. The bending radius for
various types of cables shall be more than those specified by manufacturer. Power and
control cables shall be laid in separate cable trays. The order of laying of various cable
in trenches and overload trays shall be as specified below.
9.5 Cables of highest system voltage at the top most tier with second highest voltage
on the second tier form top, third highest on the third tier from top etc. with control
instrumentation and other service cables in bottom most cable tier.
9.6 Where groups of HV and IV and control cables are to be laid along the same
route, suitable barriers1:o segregate them physically shall be employed.
9.7 Where cables cross roads and water, oil gas or sewage pipes the cables shall be
laid-in reinforced spun concrete pipes of 150 mm. minimum diameter. Also 50% space
shall be kept as space for future, if more than one cable is to be laid through pipe. For
road crossing the pipe for the cable shall be buried at not less than one meter depth.
Cable less than 1500 mm. unless otherwise approved by the Engineer. Cable shall be
protected at all times from mechanical injury and from absorbing moisture.
9.8 Some extra length shall be kept in each cable run at a suitable point to enable
one or two straight through joints to be made at a later date, in any fault occurs.
150
Contractor No. Of Correction Engineer In Charge
9.9 To facilitate visual tracing, cables in trays shall be laid only in single layers where
design, permits. Cables shall be laid in proper sequence so as to avoid unnecessary
crossing of other cables upon entering or leaving a run of tray. Cable spliees shall not
be permitted. .
9.10 Cable jointing shall be in accordance with relevant Indian Standards Codes of
Practice and Manufacturer's special instructions. Materials and tools required for cable
jointing work shall be supplied by Contractor. Cables shall be firmly clamped on either
sides of a straight joint at not more than .300 mm away from the joints. Identification
tags shall be provided at each joint and at all cable terminations. Single core cable joints
shall be marked so that phase identify at each joint can be determined easily. The joints
shall be located at most suitable places. When two or more cables are laid together,
joints shall be arranged to be staggered by about three meters. Before jointing insulation
resistance of both sections of cables to be jointed shall be checked.
9.11 Contractor shall install and connect the power, control and heater supply cables,
for motors. Contractor shall be responsible for correct phasing of the motor power
connections and shall interchange connections at the--motor terminal box if necessary
after each motor is test run.
9.12 Metal sheath and armour of the cable shall be bonded to the earthing system of
the station
9.13 Cable clamps shall be minimum 3 mm thick and 25 mm wide galvanised m.s. flat
spaced at every 1 .0 m interval.
10 CABLE TRAYS. ACCESSORIES AND TRY SUPPORTS
10.1 Cable trays shall either be run in concrete trenches or overload supported from
building steel, floor slab etc.
10.2 Cables shall be clamped to the cable trays in both horizontal runs and vertical
runs by suitable site fabricated clamps.
10.3 Cable tray supporting system shall be adequately designed so as to keep
maximum deflection within permissible limit.
11 CONDUITS AND PIPES
11.1 Contractor shall supply and install conduits, pipes as specified and as shown in
drawings. All accessories/fittings required for making installation complete shall be
supplied by contractor. .
Conduits and pipes shall be of G.!. & heavy duty type.
151
Contractor No. Of Correction Engineer In Charge
11.2 Flexible -metallic-conduits shall be used for termination of connections to
equipments to be disconnected at periodic intervals.
11.3 Conduits or pipes shall run along walls, floors and ceilings, en steel supports,
embedded in soil, floor, wall or foundation, in accordance with relevant layout drawings.
Under ground positions of conduit installation to be embedded in the foundation or
structural concrete shall be installed in dose coordination with collateral work. Exposed
conduit shall be neatly run and evenly spaced.
11.4 Exposed conduit shall be adequately supported by racks, clamps, strapes or by
other approved means. These fittings shall be of same material as conduits.
11.5 Each conduit run shall be marked with its designation as indicated on the
drawings. Identification shall be made where possible by means of brass ribbon.
11.6 When one or more cables are drawn through a conduit cables shall fill not more
than 50% of the internal cross sectional area of the conduit.
11.7 Entire system of conduit after installation shall be tested for mechanical and
electrical continuity throughout and permanently connected to earth by means of special
approved type earthing clamp efficient fastened to the conduit. .
11.8 For jointing purpose, contractor shall have available at site, dies for threading
pipe or conduit. All such threaded ends shall be reamed after threading and
anticorrosive paint applied.
12 INDUCTION MOTORS
12.1 The insulation resistance of the motor will be measured and recorded. The
direction of rotation of the motor shall be checked. The anti-condensation heater circuit
shall be checked.
13 SWITCHGEAR CONTROL PANEL/DESKS
13.1 Base of outdoor type units shall be sealed in an approved manner to M.S.
channel concrete to prevent ingress of moisture. .
13.2 Contractor shall take utmost care in handling delicate equipments & mechanism
like instruments, relays. Dragging shall be avoided as far as possible. Proper pipes shall
be provided underneath when dragging for short distance. Wherever the instruments
and relays are supplied separately, they shall be mounted only after the associated
control panels/desks have been erected & aligned Any damage to relays and
instruments shaft be immediately reported to the purchaser. Contractor shall also make
152
Contractor No. Of Correction Engineer In Charge
all necessary adjustments as specified by the manufacturer for proper functioning of the
equipment. The settings of relays shall be carried out.
13.3 Outgoing feeders and incoming feeders of cable or busduct shall be connected at
the switchgear panel and as explained in the installation procedures of cables and bus
ducts.
13.4 After installation of all power and control wiring, contractor shall carry out
operating tests, manufacturer's installation tests. Megger tests for insulation, polarity
checks on the instrument transformers.
13.5 Contractor shall also carry out the drying of equipment in case ot low insulation
resistance.
14 TRANSFORMERS
14.1 Sleepers shall be provided when unloading on bare ground. After placing on
foundation alignment, leveling etc. shall be carried out in neat workman like manner.
14.2 Dehydration of silica gel be rather shall be carried out.
14.3 For the power/control cables projecting above the ground the termination of cable
box/marshalling box, shall be run in GI conduits of suitable cross section. Ends shall be
sealed with bitumen compound.
14.4 The cable end box of the transformer of detachable type shall be supported
properly enabling the transformer to be taken out for repair without disturbing the cables.
15 CIRCUIT BREAKER
15.1 The entire installation shall be carried out, strictly in accordance with the IScode
of practice/manufacturer's recommendation.
15.2 Moving parts shall be lubricated as per manufacturer’s instruction.
15.3 Anti-corrosive grease shall be applied at bimetallic connections.
15.4 .wires and clearances shall be checked in accordance with the manufacturer's
instruction.
153
Contractor No. Of Correction Engineer In Charge
SPECIFICATIONS FOR ERECTION. TESTING AND CQMMISSIONG OF
ILLUMINATION SYSTEM.
SCOPE
This specification covers complete installation, testing and commissioning of indoor and
outdoor illumination system.
SCOPE AND STANDARDS
1. The wiring, installation and commissioning of complete illumination system shall
comply with all currently applicable regulations. Fire insurance and safety codes in the
locality where the work will be carried out. Nothing in this specification shall be
constructed to relieve vendor of this responsibility.
2. Unless otherwise specified, the work, material and accessories shall conform to
the latest applicable Indian, British or IEC Standards, some of which are listed below:
a) IS 2274 & 732 Electrical wiring installation.
b) IS 1653 Specification for conduits.
c) TS 1554 PVC insulated (Heavy duty) electric cables for
working up to 11 OOV.
d) IS 3961 Recommended current ratings for PVC
insulated cables.
e) IS 2208 HRC cartridge fuse links.
f) IS 1293 3 pin plugs and socket outlets.
g) IS 3854 Switches for domestic and similar purpose.
h) IS 5133 Part-I Steel and cast iron boxes for enclosure for
electrical accessories.
i) IS 5216 Guide for safety procedures and practice in
electrical work.
1 a) Lighting Control switches
2 b) Receptacle with switch
a) For indoor 500 mm
b) For outdoor 1000mm .
3 All cables and conduits from lighting panel. up to first lighting fixture shall be
identified with aluminium tags giving circuit reference number.
4 Lighting panel number shall be indicated when more than one panel for an area
is to be provided.
154
Contractor No. Of Correction Engineer In Charge
5 A number of lighting panels shall be earmarked separately for supplying power to
the space heaters mounted in various switchgear panels and motors.
6. Steel surfaces exposed, to weather shall be thoroughly cleaned for removal of
rust and shall be given a primary coat of zinc chromate and two finishing coat of paint.
All metal parts not accessible for painting shall be made of corrosion resistant material.
7. Cable/Conduit separators shall be provided at an interval of 500 mm for
horizontal runs and 750 mm for vertical runs.
3.8 Cable/Conduits shall be kept, wherever possible at least 300 mm away from
pipes, heating devices and other equipments.
3.9 For the purpose of calculating connected loads of various circuits multiplying
factor of 1.25 will be assured to the rated lump voltage for lamp fixtures to take into
account the losses in the control gear.
3.10 Contractor shall supply junction boxes, pull boxes, terminal blocks, glands,
conduits and accessories (elbows, tees, bends, etc.) and supporting anchoring materials
to make the installation complete.
3.11 Contractor shall work in co-ordination with the civil contractor when openings,
sleeves are required in walls and floors. Holes made by contractor shall necessarily be
patched in a good and approved manner.
3.12 All types of wiring concealed or unconcealed shall be capable of easy inspection.
In all types of wiring due consideration shall be given for neatness and good
appearance.
3.13 In' hazardous areas, the grounding wire shall run along the conduits throughout
the installation and all conducts and fixtures shall be effectively grounded. Conduits
shall be grounded at the ends adjacent to switch boards at which they originate.
3.14 Wherever specified, DC lighting system shall be installed to provide necessary
illumination in case of an emergency.
3.15 For street lighting, steel tubular poles complete with fixing brackets shall be used.
These poles shall be coated with bituminous preservative paint on the inside as well as
embedded outside surface. Exposed outside surface shall be painted.
3.16 Before a completed installation, or an extension to an existing installation is put
into service, installation test stipulated in IS : 2274 & other codes or practices shall be
carried out by Contractor in the presence of Owner's/ Engineer's representative.
155
Contractor No. Of Correction Engineer In Charge
4 WIRING IN CONDUITS
4.1 Individual lighting circuits inside building shall be wired with 250/440/v grade
copper/ aluminium conductor PVC insulated flexible wires cables. The circuit wire shall
be colour coded as follows:
White - Phase or-8C-positive wire
Black - Neutral or DC negative wire.
4.2 Pull wires in a conduit shall be drawn simultaneously. No 'subsequent drawings
are permissible. Necessary pull wires shall be provided by the contractor.
4.3 Wires shall not be pulled through more than two equivalent 90° bends in a single
conduit run.
4.4 Wiring shall not be spliced at any place other than junction boxes with approved
type connectors of terminal strips, and for lighting fixtures, connection shall be T'd off
through suitable round conduit of junction bore.
4.5 For vertical run of wires in conduit, wires shall be suitable supported by means of
wooden plays at each pull junction bores.
5. OUTDOOR LIGHTING
5.1 Lighting for all outlaying areas shall be carried out using 1.1 KV grade, Aluminium
conductor, PVC insulated steel wire armoured cables between lighting panel and
junction box near the lighting fixture.
5.2 All lighting poles shall be stepped tubular steel poles type ISTP 15 as per IS 2713
and shall be the painted type. Length shall be as given in ES-5 C.
5.3 Except as noted cables for Road and outdoor lighting shall be directly buried in
ground at a depth of 600 mm or routed in available cable trenches.
5.4 Lighting cables shall be taken through GI/Hume pipes buried in ground at 1000
mm below the Road/Rail track crossing.
6. EARTHING
6.1 For outdoor earthing of lighting poles, Masts etc. cut G.t. wire shall be used. The
wire shall be run buried in ground at a depth of 600 mm.
6.2 Lighting fixtures, receptacles, junction boxes, switches conduits and handrails
shall be earthed using G.!. wire of minimum size 12 SWG.
6.3 The earthing wire shall run over the entire length of the conduit between fixtures
and the corresponding lighting panel where it shall be connected to earth grid. For 3,
phase power socket outlets, separate grounding wire shall be provided.
156
Contractor No. Of Correction Engineer In Charge
7. TESTING AND COMMISSIONING
7.1 After completion of the work complete illumination system shall be thoroughly
checked & tested by contractor in presence of purchaser of his representative as per
check list.
The contractor shall provide all tools, materials, labour & supervisory personnel for
carrying out the test.
7.2 The contractor shall carry out all rectifications repairs or adjustment work found
necessary during testing and commissioning.
7.3 The contractor shall record the test results on' approved proforma and furnish test
report/results (4 copies) for approval.
7.4 On successful commissioning of the system and on carrying out necessary
rectification work, the purchaser will take over the installation either wholly or in parts,
as the case may be.
157
Contractor No. Of Correction Engineer In Charge
SPECIFICATION FOR EARTHING AND LIGHTING PROTECTION
SCOPE
1. This specification covers requirements of earthing and lighting protection system.
The specification is intended to cover complete-supply, installation testing and
commissioning of the above system.
2 GENERAL INFORMATION
2.1 The design, supply & performance of the system shall complay with all currently
applicable statues, regulations & safety codes in the locality where the systems . will be
erected and commissioned.
2.3 The earthing and lighting system shall be installed inconformity with the
requirement of Indian electricity act 1910 as amended and the Indian Electricity Rules.
formed there under Indian Standard code and practice and other statutory regulations
that may be relevant to the erection.
2.3 Unless otherwise specified. the equipments, materials and accessories provided
by contractor shall conform to the latest applicable Indian Standards or IEC standards,
some of which are listed below:
IS : Code of practice of earthing.
IS : Code of practice for protection of building and allied structures against lightin_.
3 EARTHING SYSTEM
3.1 Two separate and distinct earth leads shall be used for earthing each equipment!
structures enclosing the power conductor and one earth lead for metallic structures
adjacent to electrical installation.
3.2 Metallic frames of all electrical equipment rated above 250 volts, must be earthed
by two distinct connections with earth system.
3.3 Earthing cables crossing other metallic structures such as conduits, pipe lines
etc., shall be minimum 300 mm away from such structures.
3.4 All underground connections and joints in earthing system shall be brazed
welded. Connections with equipments/structures shall be bolted type.
3.5 Conducting petroleum jelly shall be applied to contact surface of all bolted joints
and Joints shall be covered with bituminous compound and taped.
3.6 When G.I. conductors are connected to aluminium conductors the contact
surface of G.!. shall be covered with bituminous compound and taped. .
3.7 Natural connections shall never be used for the equipment earthing.
158
Contractor No. Of Correction Engineer In Charge
3.8 Earthing conductors shall be protected against mechanical damage.
3.9 Earthing conductors running along the structures, wall etc. shall be cleated at
every 750 mm interval.
3.10 Minimum size of earth conductor shall be in accordance with IS : 3043. However,
sizes of earth conductors for equipment shall be at least half the size of power
conductor, limited the maximum of 120 mm² of aluminium.
3.11 All earth lead connection shall be as short and direct as possible and shall be
without link.
4 EARTHING AND MAIN GRID
4.1 Adequate number of earthling pits and electrodes as shown in enclosed drawing
shall be used in conjunction with earthling grid.
4.2 Minimum spacing between two adjacent earth pits shall not be less than size (6)
meters and shall be kept sufficiently away from structures to clear footings.
4.3 Main grid loop for a building shall be installed outside boundary of the building,
buried in backfill. It shall be installed at a minimum depth of 600 mm outside the building
wall. .
4.4 The main earth loops (MEL'S) in plant areas shall be generally routed alone
cables when equipments are located away from MEI'S, suitable sub-loops may be run
up to them for deriving connections for individual equipment.
5 LIGHTENING PROTECTION
5.1 Tall structures shall be protected from lightening strokes by suitable lightening
protection system to be erected and installed.
5.2 Down-comer shall not be tapped in between for equipment earthing.
5.3 Cable sheaths, metal conduits, casings etc., shall not be connected to lightning
protection system.
5.4 Down comers shall be as short as possible. Each down comer shall be provided
with a testing point located at a height of about 1000 mm form ground level.
5.0 A minimum 2 meter separation shall be maintained between any other electric
conductor and lightning protection system.
5.6 Earthing and lightning protection system shall be bounded to each other to
prevent side flash over, if adequate clearance between two system can not be
maintained.
6. INDOOR EQUIPMENT EARTHING
6.1 Each floor of building shall have its own earth bus embedded in concrete.
159
Contractor No. Of Correction Engineer In Charge
6.2 Earthing grid embedded in the floor slab shall have a minimum concrete cover of
50mm.
6.3 Earth buses on different floor and main grid shall be connected by at least two
conductors of main grid conductor size.
6.4 Every alternate column (steel or RCC) of the building housing electrical
equipments shall be connected to main earthing grid.
6.5 Every conductor shall be welded at interval of 1000 mm along their run on steel
structure and shall be at interval of 750 mm along the wall.
7. OUTDOOR EQUIPMENT EARTHING
7.1 Each transformer neutral shall be provided with two separate earth leads to two
separate earth pits located near transformer.
7.2 Wherever earthing conductor crosses the trenches tunnels, railways track etc., it
shall be run below the earth etc.
7.3 Equipment structures shall be earthed at two diametrically opposite points.
7.4 Each pole of HV. Lightning arrester & coupling capacitor shall be grounded with
minimum one separate earth pit.
7.5 CT S secondary winding shall be connected to earthing grid by minimum two
earthing conductors. CT & VT secondary neutral shall be earthed at the terminal block
where they enter the control panel.
7.6 Every alternate post of switchyard fence shall be earthed & gate shall be earthed
by flexible G.I wire.
7.7 Any two diametrically opposite legs of each switchyard tower, without lightning
protection shield wire, shall be earthed at the base of tower.
A well distributed earth mat shall be provided below ground on which operator would
stand and operate the HV. Isolator or circuit breaker.
8. TESTING AND COMMISSIONING
8.1 Entire earthing system and lightning protection system shall be tested for
continuity by EL V Tester after installation.
8.2 For the earthing and lightning protection system, the connections shall be
thoroughly checked.
8.3 The earth resistance shall be checked, recorded and resistance shall be
improved incase it is higher than acceptable limits.
160
Contractor No. Of Correction Engineer In Charge
8.4 The contractor shall carry out all rectifications, repairs or adjustment work found
necessary during testing and commissioning.
9. EARTHING AND LIGHTING PROTECTION SYSTEM
9.1 Sizes and number of earth leads for earthing various items and other technical
particulars shall be specified.
9.2 Earthing conductors are shown diagrammatically. Exact location of earthing
conductors, earth electrodes and test pits, and earthing connections may be changed to
suit the site conditions.
9.3 Earthing conductors in the building, running parallel to walls and columns shall
not be less than 150 mm away from the wall/columns.
9.4 Suitable earth risers, shall be provided if the equipment is not available while
carrying out earthing connections.
9.5 Wherever earthing conductor passes through walls, galvanized iron sleeves shall
be provided for the passage of earthing conductor. Water stop sleeves. shall be
provided. Water stops shall be provided wherever earthing conductor enters the building
from outside.
9.6 Whenever the conductors are to be buried, contractor shall co-ordinate with other
civil contractors to ensure that the conductors are installed before concreting.
9.7 All connections shall be of low resistance. Contact resistance shall be minimum.
9.8 Steel conductors, above ground level shall be galvanized. All conductors shall be
free from any defects.
Earthing conductors shall not run in direct contact with control and other cables.
Single core cable armoured shall be earthed at one end. The cable trays shall be
earthed to main grid at least at two points and at every 25 meters intervals.
10 TESTING OF EARTHING SYSTEM
10.1 Purchaser may ask to carry out earth continuity tests, earth resistance
measurements and other tests in presence of him which in his opinion are necessary to
prove that the system is in accordance with design, specification, Indian Code or
Practice and Indian Electricity Rules. Contractor shall have to bear the cost of all such
tests.
10.2 The lightening protection vertical air terminations and/or horizontal air termination
conductors shall remain in their installed position even during severe weather
conditions.
10.3 All joints in the down conductors shall be welded/brazed type. All metallic
161
Contractor No. Of Correction Engineer In Charge
structures in the vicinity of down conductors shall. be bonded to the down
conductors.
10.4 The rest point for down conductors shall be directly connected to the earthing
system.
162
Contractor No. Of Correction Engineer In Charge
SITE TESTING AND COMMISSIONING
1 STANDARDS
1.1 The testing and commissioning covered by this specification shall, unless
otherwise stated, comply with the requirement of the latest editions of applicable Indian
Standards and currently applicable regulations.
1.2 The manufacturer's recommendation for testing and commissioning shall be
followed.
2 GENERAL
The following physical tests shall be carried out on all the equipments.
a) Check for physical damage.
b) Check name plates as per specification.
c) Check adequacy in tightness of nuts, bolts, clamps & other connecting
d) Check leakage of oil or air if any, oil level, air pressure wherever applicable.
e) Check earth connectors.
f) Check cleanliness and glaze of insulator and bushing surfaces.
g) Check proper lubrication provided for moving parts.
h) Any other checks, specified in the relevant code of installation & manufacturer's
drawings/catalogues.
3 The test to be carried out on various equipment shall be as follows.
3.1 INSULATORS
a) Check contact resistance.
b) Check insulation resistance of each pole.
c) Gap between male & female contacts.
d) Clearances in open and closed position.
e) Functional check of manual/electrical operation and interlock.
f) Check connectiof1$, continuity and insulation resistance of control wiring.
g) Insulation resistance and current drawn by motor (Wherever applicable)
3.2 VOLTAGE TRANSFORMERS:
a) Check terminal markings and polarity.
b) Insulation resistance test.
c) Ratio error and phase displacement error test on all the cores.
d) Dielectric test of oil (Wherever applicable)
e) Check core 16ss from L T side.
f) Check on oil level and leakage, if any.
163
Contractor No. Of Correction Engineer In Charge
3.3 CURRENT TRANSFORMERS
a) Check terminal markings and polarity
b) Insulation resistance" test.
c) Ratio error and phase displacement check on all the cores.
d) Dielectric test or oil (Wherever applicable)
e) Excitation characteristic & secondary winding resistance.
f) Check on oil level and leakage, if any.
3.4 MOTORS
a) Winding insulation resistance.
b) Phase sequence and proper direction of rotation.
c) Check on motor protection, control and interlock.
d) Operational tests under starting/accelerating running in no load & load condition.
3.5 CABLE
a) Continuity check.
b) Insulation resistance test.
c) Proper connections as per wiring/scheme diagrams and cable schedules.
d) High voltage test between conductors and conductor and sheath 0 PILC cable.
3.6 INDOOR SWITCHGEAR. CONTROL PANEL ETC.
a) Check on continuity of all wiring.
b) Check on insulation of all wiring.
c) Check on meters calibration.
d) Check on settings of relays, closing/tripping devices control, alarms, interlocks as per
drawings followed by performance check of all components.
e) Check on ratio error arid phase displacement error for current transformer, potential
transformer.
f) Check C.T. and RT. connections to meters, relays with particular reference to their
polarities.
3.7 RELAYS
a) Check on insulation test.
b) Check on connection with C.T. and PT.
c) Check on setting.
d) Check on operating characteristics.
3.8 NEUTRAL EARTHING RESISTOR
a) High voltage test
164
Contractor No. Of Correction Engineer In Charge
b) Check on resistance value
c) Megger test
3.9 INSULATION RESISTANCE TEST
Insulation resistance shall be carried out on the following equipments
a) EHV installation By 5000 V megger
b) HV installation above 1 KV. By 2500 V megger .
c) Power circuit of voltage up to 1 KV. By 1000 V megger
d) A.C. & D.C. auxiliary circuits. By 500 megger.
4. The results of all the above test shall be submitted to the purchaser.
5 The purchaser may ask for some additional tests to be carried out which in his
opinion are necessary to determine that the works comply with the specifications,
manufacturer's recommendations or IS standards. The contractor shall also carry out
such additional tests.
165
Contractor No. Of Correction Engineer In Charge
APPENDIX-D
ADDITIONAL DETAILED SPECIFICATIONS ON ALLIED WORKS
1.1 GENERAL
In addition to the main stream treatment process works the Contractor shall
provide (design and supply) all the other facilities. services and allied works required
necessary on site to complement the treatment process and to provide a composite
water treatment plant in accordance with the intent and spirit of the specifications
.Tendering Contractors shall include all the allied equipment and facilities if not covered
or implied in other specifications. Should the Contractor consider the specified minimum
facilities are insufficient, for his own particular version of the conceptual design, he shall
provide any additional items of plant or allied works that he considers necessary. Should
the Contractor consider certain items specified, would be of no use in his own
arrangements and design he may omit them, provided he makes specified mention in
his tender submission. folly discusses the omissions and presents a reasoned argument
for the omission or reduction shall be with the Engineer. The Contractors tender
submission shall be deemed to include all the allied works required by his own designs
and specifications.
1.2 SAMPLING
The Contractor shall provide sampling points through- out the works to permit
proper and adequate monitoring of the treatment process.
The Contractor shall ensure that his arrangements permit ready access to all the
required sample points, and that access manholes, cover plates, steps and hand holds
are -appropriately provided for the sampling throughout the works. Sampling apparatus,
containers etc. shall be provided by the Contractor if not included with the laboratory
equipment.
The Contractor shall also provide continuous pumped samples of Raw, settled, filtered
and chlorinated water to the Works Laboratory and clarity bowl cabinet.
1.3 CLARITY BOWL
The clarity bowl cabinet shall be provided in the upper filter gallery which shall be
floor mounted and display four continuously running pumped samples in clear glass
bowls with white eliminated background. It shall be fully valve and provided with
drainage through and piping for waste. The bowls shall be at least 150 mm high and 100
mm diameter.
166
Contractor No. Of Correction Engineer In Charge
1.4 FLOW AND LEVEL INDICATORS
The Contractor shall provide indicators and instruments for measuring the flows
off. incoming raw water outgoing filtered water wash water and chemical dosing, and
water level indicators for wash water tank, pure water sump arid chemical solution tank.
1.4.1 Flow Indicators
The Contractor shall provide equipment for the following flow measurements.
a) Incoming raw water at the inlet works flume.
b) The treated water flow leaving filter house.
Note: For (a) and (b) above the arrangement shall be indicator, integrator recorded and
transmitting to digital display in Administrative Building. c) Wash water consumption
during washing of filters. Chemical solution doses, alum, lime, etc.
1.4.2 Level Indicators
Elegant water level indicators reading up to 1 cm..
a) Wash water reservoir, compartment wise.
b) Pure water sump.
Note: For (a) and (b) level indicator shall be local float operated indicators and
transmitted with digital display in Administrative Building. C} Chemical solution tanks.
1.5 WATER SUPPLY SERVICES
Pump and gravity service water fixing shall be provided by the contractor to
unable a supply of chemical solution, cleaning the works, housing down external and
internal structures chambers and channels flashing chemicals feed pipe, domestic
supply and any other purpose required by the Contractor's design.
The contractor shall arrange for water supply to chemical house, by tapping the
wash water reservoir to be constructed over the chemical house. This reservoir shall be
filled by wash water pump to be located in the filter house.
Pipe fittings etc. shall be provided by the Contractor to ensure that adequate
supplies are available for the works and that any of the three stock tanks can be filled
with water within 20 minutes.
Supply points for washing and cleaning the tanks, floors shall also be provided.
The piping shall be fed from the wash water reservoir for washing all units of the
treatment plant with necessary control arrangements.
1.6 WASTE DISPOSAL
The waste from all work including chemical works, inlet, clariflocculator, filtration
167
Contractor No. Of Correction Engineer In Charge
and domestic waste from toilets shall be collected and carried in a common drain by
gravity to a common chamber near the boundary. The Contractor sha11 design the
removal of all waste overflows etc, Waste waters shall be collected and disposed by
mean of well designed drainage system
1.61 Chemical wastes
The Contractor shall provide throughout the works drains and overflows for all
chemical tanks, water tanks, etc.
The full chemical waste water system shall be provided to be discharged into the
waste disposal system of the plant.
The Chemical waste piping shall be either PVC or HDPE pipes, but duly
concealed from direct sun heat.
1.6.2 Other Wastes
The Contractor shall provide a complete drainage system for disposal of wastes.
The waste water discharge and shall be connected with all the branches provided to
collect and dispose the waste products from the various units. Tendering Contractors
shall specify the rates of flow, falls. diameters and levels of all drains leading from any,
part of the works arranged by them in order so suit their own design.
1.7 INTER CONNECTING PIPE WORK
The material to be adopted for piping is summarized below
a) Clarifier feed pipe Cast Iron
b) By pass lines Spirally welded M.S. or cast iron
c) Piping in filter gallery Cast Iron with flanged joints
d) Wash water pumping main to Cast Iron reservoir
e) Feed lines from reservoir Cast Iron
f) Chemical transfer piping PVC or HOPE - Protected from heat
direct sun
g) Chemical feed pipes PVC or HDPE
The domestic sewage from the latrines and toilets shall be collected separately
and treated in a septic tank, and the effluent shall be connected to the final collection
chamber. The pipes to be used for drainage system should be stoneware/R. C. C.
1.8 LIGHTING
General domestic and background electric lighting will be provided around the
works including a low level of external road lamps under the Civil works,
168
Contractor No. Of Correction Engineer In Charge
The Contractor shall provide as part of his electrical installation, additional lighting
around he Works where specifically required for operational purposes. The Contractor
shall also provide external single phase, 15 Amp. sockets wherever necessary for
maintenance purposes.
1.8.1 Emergency Lamps
The Contractor shall provide a minimum of 5 self-contained emergency lighting
units or provide 5 hours illumination following a power cut. The units shall be of D.C. low
voltage 6 V/8 watts type continuously charged under normal circumstances from the
Works A.C. supply.
They shall be appropriately located at strategic points in the lower filter gallery, upper
filter gallery, the machinery half, chemical house, the laboratory, pump-house and in
access stairways.
1.8.2 Flood Lights
Flood light switching shall be located at appropriate points along the various walkways
or at other locations to be approved by the Engineer.
1.9 FIRE EXTINGUISHERS
The Contractor shall provide 10 Nos. of approved CO2 fire extinguishers and
equal no. of refills and install these in consultation with the Engineer. Out of which 5
nos. shall be dry powder CO2 type and 5 nos. shall be of general type.
1.10 LIFTING ARRANGEMENTS
The Contractor shall arrange the works to facilitate the erection, maintenance and
dismantling (for maintenance) of all items of equipment supplied by him. Certain runway
beams and specific requirements foreseen are specified in this document and all of
these are to be supplied by the Contractor. In addition, the Contractor shall provide pre-
designed purpose made lifting and handling points on all equipment supplied by him
unless handling is possible by conventional means and no damage to the item could
result from normal methods of working.
1.11 LIGHTENING CONDUCTOR
The Contractor shall ensure that any structure, must or other installation provided
by him is adequately designed to minimize damage to the works from lightening strike.
Any lighting conductors shall be designed in accordance with the latest edition of the
appropriate Indian Standard Code of Practice IS 2903-69.
Earthing systems throughout the works shall be isolated and separate from lighting
conductors.
169
Contractor No. Of Correction Engineer In Charge
1.12 PASSAGEWAYS, DUCTS ETC. FOR SERVICES
In detailing the works the Contractors shall wherever possible adopt purpose
designed service ducts between Structures and buildings and he shall organize the
works services, cable routings, sample pipes, chemical lines etc. in common routings in
a neat, orderly and efficient manner. '
Chemical lines shall wherever be possible mounted Wow sample lines, and
sample lines below electrical cables. Service ducts, shall be adequately illuminated by
the Contractor and of sufficient width to reasonably accommodate service personnel. All
such access ways shall be drained.
External ducts shall be in concrete with precast covers. Overheads cable' and
service trays shall be avoided.
1.13 DATUM ACCURACY
The Engineer will establish a single bench mark on site for use during the
construction of the works and the Contractor will be advised 'of its location and altitude.
The responsibility for the preservation of the bench, mark will rest with the Contractor.
The Contractor shall be entirely responsible for all levels and settings taken from
this datum and used by him in the works, and he shall make his own arrangements for
the establishment and preservation of other bench marks around the works. No
additional payment will be made by the Owner for rectification of any inaccuracies found
by the' Contractor or the Engineer in the line, level or tolerances in the Works. .
All levels used by the Contractor shall be deemed to refer solely to the original
base level set up on site by the Engineer.
1.14 HYDRAULIC CONSIDERATIONS
The Contractor shall be fully responsible for all the process hydraulics in the
works within the limits of his contract.
A hydraulic gradient through the works has been shown on the drawings to guide
tendering Contractors as to the approximate hydraulic falls and water level control points
envisaged through the process and tendering Contractors should note that [heir
submissions shall-include a more detailed and revised version of the gradient with the
additional details at the various flows quoted in the Specifications.
1.15 HYDRAULIC LOSSES
The Contractor shall (in his design and submissions) design and account for the
losses throughout the works from all causes.
The losses to be considered as if the pipe work is in old condition and shall be
170
Contractor No. Of Correction Engineer In Charge
determined from the Hazen Williams formula. Hydraulic losses in straight channel
lengths shall be determined using the 'Manning' formula (N-O.O16)
With the above in mind, the Contractor shall specify my particular requirements
he has for the internal surface finish of any channel or concrete surface with his tender.
Detailed Hydraulics
In order to relieve Contractor of the burden of detailed hydraulic design during the
tender period, the submission of full detailed calculations may be deferred until
finalization of the details of the works (within 3 months of the date of acceptance of the
tender).
All tendering Contractors shall however, include sufficient outline calculations to
assess hydraulics of the process offered, to determine the full extent of the provisions
required in the works to suit their own design and to show clearly the details of their offer
as specified elsewhere, including the hydraulic gradients clauses.
1.16 WEIR PLATES
Where critical to the satisfactory hydraulic performance of the works, the
Contractor shall provide adjustable weir plates and specify the setting tolerances and
provide the details required for any discharge or control weir.
Weir plates shall be manufactured in stainless steel and fixed with stainless
anchors, nuts and washers.
Plates we required at the following overflow weirs:
a) The flume channel overflow weir
b) Flow division weirs in distribution chamber
c) Each filter discharge weir
d) The contact tank discharge weir
1.17 SPILLAGES AND LEAKAGES
Chemical dosing pumps shall be so arranged as to prevent any leakage from
their heads or valves from finding their way into' under drained or unsuitable ducts or
electrical under floor channels.
Plant requiring lubrication of hearings or gearboxes shall, wherever possible, be
mounted on grease trays or steel pans to collect excessive lubricant or spillages.
1.18 NAME PLATES AND LABELS
Panel identification name plates, motor and other equipment nameplates (e.g.
"Lime Feed Pump No.3") shall be provided in English. Nameplates shall be
171
Contractor No. Of Correction Engineer In Charge
appropriately sized in relation to the relevant item of equipment and its surroundings.
The final design shall be to the approval of the Engineer,
The Contractor shall generally provide labels throughout the plant generally to the
standard specified for electrical controls in Clause 13.17.
1.19 VENTILATION
The Contractor shall detail the works buildings with sufficient ventilation where
required by his process arrangements in order to mini mise condensation problems
within the works structures and to ensure adequate ventilation and to permit water of
chemicals to freely flow into or out of any enclosed tanks, building, or chamber in the
works.
Where forced ventilation is required, the Contractor shall supply all the blowers, fans,
controls. etc. necessary according to his requirements.
1.20 LUBRICANTS
Following satisfactory testing of the plant, the Contractor shall give a list of
grades of his recommended lubricants for the works.
The number of different grades of oils and lubricants shall he minimised.
1.21 CALIBRATION CURYS AND OPERATING CHARTS,
The Contractor shall compile calibration curves for the instruction manual
showing the actual operational characteristics and performance of all appropriate items
and equipments supplied in the Works.
Curves shall be provided for at least the following:
a) Chemical meeting pump for each various concentrations of. solutions or
suspensions (Le. Alum 1, 2, 2.5 and 5%).
b) Each chemical solution flow.
c) The inlet works flume.
d) The filter discharge weirs (H1 Q).
e) Any other similar device or arrangement in the works.
In addition, and where applicable, the Contractor shall supplement the calibration
curves for the chemical solution with a set of operational curves to enable the operators
to determine the dose rate setting for any required dosage into any throughout rate for
the various solution strengths mentioned above.
172
Contractor No. Of Correction Engineer In Charge
These curves shall be incorporated in the works manual complete with device as
to their periodic renewal.
1.22 SPARES
The Contractor shall provide a maintenance program to enable the owner to main
the works in future with respect to replacement of spares. A comprehensive list of all
spare parts shall be prepared indicating availability of each spare. The Contractor shall
also submit a list of spares which will be required to be replaced during a period of two
years.
Tendering Contractors are not required to include the cost of spare parts in the price
offer. They shall, however, indicate the rates of such spares which will not be
considered in evaluation,
173
Contractor No. Of Correction Engineer In Charge
APPENDIX E, ELECTRICAL APPARATUS AND SYSTEMS
1. Power Factor Improvement Capacitors
1. Number required I No. per motor of suitable KVAR ratings'
2. Rating 440 V,-3 ph, 3 wire, 50 Hz. To improve power factor
up to 0.95
3 Each capacitor unit of the bank shall be complete with:
Internal HRC fuse
Discharge resistor
Bushing resistor
Bushing, etc.
4. Electric material shall be all polypropylene or mixed dielectric (paper and
polypropylene) The guaranteed loss KYV/KVAR including discharge resistor
loss shall be indicated in the tender.
5. Applicable standard: IS : 2834.
II Earthing for Electrical Installation excluding Incoming Transformer
1. Earthing
1.1 To be provided as per IS :3043
1.2 Main earthing conductor 50 x 6 mm. G.I.
1.3 Earth pits 250 m long 50 mm dia G..I.. pipe. Other
details as per IS 3043 for
continuous protection.
1.4 Overall earth resistance Less than 1 ohm
1.5 Number of pit should be minimum 4 Nos.
2. Lightening Protection
For building and tanks 32 x 6 mm. copper tape shall be used up to copper
earthing plate of size 50 cm x 50 cm x 3 mm. placed 1.5 m. below G.L. The topmost bar
conductor shall be of gunmetal. The Contractor should arrange for satisfactory continuity
test.
2.1 To be provided per IS: 2309
III Power and Control Cable
1. 650/1100 V Power Cables
174
Contractor No. Of Correction Engineer In Charge
650/1100 V grade, standard/solid aluminum conductors, PVC insulated. inner
sheath of P VC, copper wire flexible and extruded PVC sheathed conforming to IS:
1554.
2. 650/1100 V Control Cables
2.1 Similar to 650/1100 V power cables, except that the conductors shall be of
copper.
2.2 For all circuits connected with CTs, 2.5 mm. copper conductors shall be used.
For other circuits 1.5 mm2 copper conductors shall be used.
175
Contractor No. Of Correction Engineer In Charge
APPENDIX "F"
MANUFACTURING AND PAINTING OF THE PLANT AND EQUIPMENT
1.1 SCOPE
The section specifies the general requirements and standards for plant and
equipment to be supplied and commissioned by the Contractor along with protection
and painting of the equipments and plant. Irrespective of whether a. particular standard
or Code of Practice issued by the Indian Standard Institution or their equivalent, has
been mentioned or riot the Contractor is required to be familiar with all the codes and
standards required for procuring the best materials and maintaining the highest quality
in the plant erection. Only standards amended to date shall be used for reference.
1.2 STANDARD AND CODES
The design, workmanship, materials. strength and dimensions of all parts shad
comply with one or more of the latest standards regulations and codes issued by the
following:
a) The Indian Standards Institution (I.S.)
b) American Water Works Association.
c) Technically equal standards subject to the approval of the Engineer.
The Contractor shall submit a list of standards he proposes to adopt with his tender
1.3 TESTING AND STORAGE
All materials required for the execution of the works and the cost of this shall be
included in the Schedule of prices. The materials used shall in every case be of first
grade quality. Any material rejected by the Engineer shall not be allowed to remain in
the site premises.
All materials shall be stocked, stored, protected to preserve the quality of the
material until such time as they are to be installed into the permanent works. The
Contractor shall also arrange the necessary facilities for Sub-contractors. suppliers or
manufacturers regarding the safety and storage of such equipment.
The Contractor shall submit test certificates and samples of all materials which he
proposes to use, to the Engineer.
All materials etc. for use in the works shall comply with the requirements of the
latest revision of the appropriate Indian Standards specified or their equivalents.
1.4 INSTALLATION OF MACHINERY
The machinery shall be mounted on the flooring with flat steel packing of
thickness selected for leveling.
176
Contractor No. Of Correction Engineer In Charge
One packing only of selected thickness shall be used at each location which shall
be adjacent to each holding down bolt. The number of shims shall not exceed two at
each location and the thickness of each shim shall not exceed 3 millimeters.
The machinery shall be aligned, leveled and fixed by the nuts of the holding down
bolts with a spanner of normal length.
All cover flanges and joints shall be properly faced, bored, fitted, hollowed,
moulded or chamfered as the case may be, according to the best practice and all
working parts of the plant and equipment shall be accurately fitted, finished, fixed and
adjusted.
1.5 BOLTS NUTS STUDS AND WASHERS
Nuts, Bolts, Studs and Washers shall conform to appropriate Indian approved
standards. . All fastenings for galvanized components or aluminum alloy components
shall be galvanized.
All holding down and anchor bolts, nuts, washers and anchor plates for use
internally in areas where there is no corrosive atmosphere shall be galvanized and all
exposed surfaces shall be painted after assembly and tightening.
Drilled anchor fixings for use on concrete or other structures shall be approved by the
Engineer.
1.6 HEARINGS AND LUBRICATORS
All bearings shall be rated and sized to ensure satisfactory and smooth running
without vibration under all conditions of operation for a minimum life of 50,000 hours.
They shall be sufficiently lubricated and adequately protected from ingress of moisture
and stand the particular climatic condition prevalent at the site.
The type of lubricant and intervals of lubrication for each individual item of plant
shall be suggested in the Operation and Maintenance Instructions. List of recommended
lubricants shall be a part of the Operation and Maintenance instructions.
8 POSITIONING AND ALIGNMENT OF EQUIPMENT
In case where number of components. such as motors, couplings, gearboxes etc.
are from an integrated equipment or plant then each and every item shall be positively
located in its correct operational position by means of dowels, locating pins, fitted bolts
or other approved means to ensure that correct realignment can be easily achieved
when reassembling the item after complete overhauling.
177
Contractor No. Of Correction Engineer In Charge
1.8 WELDING, CASTING AND FORGING
1.8.1 Welding
The Contractor shall supply to the engineer before fabrication, detailed drawings
of all welds and its procedure. No welding shall commence unless Engineer approves
the same.
The welders shall be qualified in accordance with requirements of Indian
Standards that all the welded joints shall be stress relieved.
1.9.2 Casting
All castings shall be standard grey close grained quality to the specified Indian
Standards. The structure of the casting shall be free from non metallic and injurious
impurities.
1.8.3 Forging
All the forging shall be made as per standard specifications to be approved by the
Engineer. They shall be subjected to internal examinations and non destructive tests for
detection of flaws. line Engineer may ask for shop inspection and testing which
Contractor shall arrange at his own cost.
1.9 PIPE WORK
The Contractor shall include for the supply, delivery and erection all the
necessary pipe work and fittings within the building, sumps and valve chambers.
All pipe work shall be adequately supported with purpose made fixings and when
passing through wall, shall incorporate a puddle flange or other suitable casting device.
Flanged joints shall be made with 3 millimeters thick, full face, rubber gaskets pierced to
take the bolts.
The hydraulic test pressure applied at the manufacturer's works shall be twice the
working head or one and a half times the maximum working head, whichever is the
greater site test shall be conducted after installation at bne and a half times the
maximum working head.
All pipe diameters shall be selected to maintain velocity to a maximum of 2.00 meters
per second; subject to other criteria and particular use in the construction.
The Contractor shall be responsible for clearing pipe work before and during
commissioning. This includes removing dirt, rust, scales etc.
1.9.1 Cast Iron Pipe Work
Cast iron flanged pipe work shall conform to I.S. 1536 and I.S. 1537.
178
Contractor No. Of Correction Engineer In Charge
Cast Iron fittings and specials shall comply with the Indian Standards (I.S. 1538)
and non standard specials shall be avoided.
Cast Iron flexibly jointed pipes and fittings shall be as per relevant Indian Standards. .
Steel pipe work shall be to appropriate Indian or other approved standard and all
pipe assemblies shall be made from piping to this specification. .
1.9.2 Plastic pipes
Unplasticised PVC pipes shall only be used with the approval of the Engineer and
shall comply with I.S. 4985 PVC pipe work, shall be as per I.S. 7634.
1.9.3 Copper Pipes
Copper pipes shall be to I.S. 1545.
1.9.4 Galvanized Steel Pipes
Galvanized steel pipes shall be to I.S. 1239.
1.9.5 Pipe Work Identification
The Contractor shall include for painting identification markings on all pipe work
within buildings and other structures for easy reference. All identification markings shall
conform with the standard recommendations.
1.9.6 Laying of Pipelines
The Contractor shall accept full responsibility for the laying and fixing of all pipe work
included whether specifically shown in the Contract Drawings or not. approved granular
material.
The whole of the jointing work and materials necessary to fix and connect the pipes
shall be included in the Contract.
1.10 VALVES AND PENSTOCKS
All valves shall be flanged as per appropriate Indian Standards.
All valves shall be tested hydraulically to pressures as specified in the above
standards.
All valves shall satisfy the requirements of the open and close test as specified in the
relevant standards.
1.10.1 Sluice Valves
Sluice valves shall be
a) Water Works standards to I.S. 780 (non- risings stem) upto 300 mm. diameter and
b) General purpose to IS 2906 (non-rising stem) for the valve over 300 mm. diameter
bore.
179
Contractor No. Of Correction Engineer In Charge
Sluice valves shall be of one of the make only.
a) Kirloskar Brothers
b) Indian Valve Crompton)
c) Gavane Patil
However, the sluice valves above 300 mm dia shall be of Kirloskar or I.V. C.
make only.
Extension spindles, headstocks and foot brackets installations shall include all
necessary brackets, intermediate supports, etc.
Headstocks for non-rising spindle installations shall incorporate a valve position
indicator.
All hand wheels, headstocks. foot brackets and guide brackets shall be of cast iron.
All valve shall carry identification marks and/or plates in accordance with the
Indian Standards, stating the valve identification and a brief description of its function.
Valves shall be sized such that the velocity through the valve when full open does not
exceed 2.00 meter per second at the maximum design flow. All valves shall be works
tested hydraulically M per provisions of standard specifications.
1.10.2 Reflux Valves
Reflux valves shall comply with I.S. 5312 and be double flanged cast iron unless
otherwise specified. They shall be of the quick acting non-slam single or multi door type,
designed to minimize time of closure.
Valve shall carry identification marks and/or plates in accordance with 1.5. 5312.
Valves shall be sized such that the velocity through the valve when fully open
does not exceed 2.00 meters per second at the design flow.
1.1 0.3 Air Relief Valves
Air relief valves shall be of the double orifice pattern with grey or ductile cast iron
bodies. The inlet flange shall be faced and drilled in accordance with standard
specifications.
The valves shall be capable of releasing gas from the pipeline without diminishing of
flow due to back pressure and also to allow admission of air during pipeline emptying at
a rate to prevent very low pressure in the pipe line. Air valves shall be fitted with an
isolating gate/sluice valve.
1. 10.4 Butterfly valves
All valves in the filter gallery and in buildings or other structures shall be butterfly
valves only. Butterfly valves shall comply with relevant AWNVA code and be of double
180
Contractor No. Of Correction Engineer In Charge
flanged with metal or resilient seating and grey or ductile cast iron body.
Acceptable makes R and D /IYC fouress.
Valves shall be drop tight at closure and be capable of use for regulating flow.
The body end parts shall be circular and the diameter should not less than that of
the nominal pipe bore.
The disc shall be in grey or ductile cast iron with resilient seating ring in molded
rubber and secured by a non-ferrous ring fixed with screws from homogenous corrosion-
resistant material.
The shaft shall rotate in bearing bushes fitted with greases lubrication facilities.
For valves exceeding 350 mm. bore, a suitable lubricated axial thrust hearing
shall be fitted.
Each valve shall be provided with a hand wheel and trite bevel Pared stem.
The direction of closing shall be "Clockwise" and shall be cut on the hand wheel.
A valve position indicator, to show the position of the disc shall be provided on
the valve operating gear.
Suitable stops shall be incorporated to prevent movement beyond the disc "Fully
open" and "Fully closed" position.
A non-ferrous seat ring shall be secured to the body by screws in homogenous
corrosion resistant material in a manner which precludes the assembly becoming loose
in operational service.
All valves shall carry identification marks and/or plates in accordance with the
Indian Standards and those for use on process plant shall carry an additional brass
plate carrying a valve identification and a brief description of its function.
All valves shall be sized such that the velocity through the valve when fully open
does not exceed 2.00 meters per second at the design flow.
All materials used in manufacture of butterfly valves shall conform to the following
minimum standards.
Body and Disc Cut iron to grade 220 or Speroidal Graphite Iron.
Shaft Stainless steel or equivalent
Sealing rings and Seat Gunmetal
1.10.5 Penstocks
Penstocks shall be of cast iron with scraped non-ferrous sealing faces.
Each penstock shall be provided with a suitable hand wheel of adequate
diameter for the easy operation and gearing shall be supplied where necessary.
181
Contractor No. Of Correction Engineer In Charge
Hand wheels shall have engraved on it the direction of closing which shall be.
"Clockwise".
Spindles shall have machine cut trapezoidal or square form threads. They shall
be of ,stainless steel or manganese steel with the exception of non-threaded sections of
extended spindle installations which may be of mild steel.
Headstocks and foot brackets shall be provided for non- rising spindle penstocks
where necessary. Guide brackets shall be provided where necessary. .
Headstocks with non-fixing spindle installations shall have a penstock position
indicator.
Penstocks shall be watertight under the conditions of head and direction of maximum
design flow.
The frames and doors of cast iron penstocks shall be made from close grained
grey iron. The penstocks shall be designed so as to ensure tight closure while
maintaining freedom of door movement during operation and minimizing sliding wear of
the sealing faces.
1.11 TESTING OF PUMPS
Each pump shall be tested at the manufacturer's works in accordance with
standard practice. The tests shall cover the whole range of duties to which the pumps
will be required to handle, from which characteristic curves (including NPSHR) must be
produced.
The pump casing shall be hydraulically tested to twice the maximum probable working
static pressure.
1.12 INSPECTION AND TESTING OF THE PLANT
The acceptance by the Engineer of the plarit after testing shall in no way relieve
the Contractor of his responsibility for the performance of the plant after erection. The
pint as a whole shall be tested for assessing the overall performance of the plant under
the design conditions and this must be achieved to the complete satisfaction.
The Contractor shall submit test certificates with each item showing clearly the
performance of the equipment, the test conditions and the duration of the test and other
details.
1.13 NAME PLATES
Each equipment shall have a metal nameplate fixed in an approved manner with
the maker's name, type and serial numbers and full details of the design parameters
such as power input, speed pressure etc. date of manufacture all clearly marked. Brass
182
Contractor No. Of Correction Engineer In Charge
plates shall be used for this purpose.
1.14 PAINTING AND PROTECTIVE COATINGS
1.14.1 This part of the specification enlists the general requirements and standard
of painting and applying anti- corrosive protection for the machinery, plant, equipment
and installations supplied for the Contractor. The Contractor shall be responsible for the
appropriate clearing, preparation, priming. painting, plating and complete protection of
the items supplied by him. All coatings shall be final suitable for the long term protection
of the plant under operational conditions. The Contractors shall pay particular attention
to both the extremes' of temperature and the various corrosive environments within the
works buildings and structures or due to splashing action of machinery or any leakages
or minor defects which could occur in time at or around the chemical works.
1. 14.2 Application of paint
The contents of all and containers of all materials shall be properly and thoroughly
stirred as per instructions of the manufacturer, before and during use and shall be
suitably strained as and where necessary. All brushes, tools and other equipment shall
be in a clean condition and surfaces shall be clean and free from foreign matter and
dust during painting.
All materials shall be used strictly in accordance with the instructions issued by
the manufacturers concerned
All surface fittings. except hinges shall be removed before painting and re fixed
on completion.
All coatings shall be allowed to dry thoroughly before succeeding coats are
applied. All under coats for oil paints and clear finishes shall be robbed with abrasive
paper and all dust removed before the proceeding coat is applied.
1. 14.1 Preparation and Painting of Plant
The Contractor shall prepare scheme for painting and providing protective
coatings with basic consideration as to environment in which particular equipment is
likely to function. Special shall be taken for corrosive atmosphere in vicinity of various
chemical works functioning in the plant,
The steel work plant in non-aggressive atmosphere and location shall be hot dip
Priming and first finishing paint system for galvanized surfaces in aggressive conditions
shall consist of die following: .
i) All surfaces of galvanized fabricated steel work (except those on which an
183
Contractor No. Of Correction Engineer In Charge
adequate protective paint has not formed and/or those surfaces which have received
initial protection) shall receive a priming coat immediately following erection at site and
prior to immersion in or exposure to aggressive solutions or atmospheres
ii) All surfaces hall be lightly wire- brushed and all traces of grease and other
contaminant, removed.
ii) All loose particles shall be removed and immediately thereafter all surfaces including
those of fastenings shall be given a priming coat of an approved epoxy corrosion
resistant primer. All surfaces of galvanized fabricated steel work on which an accurate
protective paint has not formed shall be treated and given a priming coat immediately
following erection at the site and prior to immersion in or exposure aggressive solution
coat of approved epoxy coal tar primer.
The final finishing paint system for surfaces other than galvanized surfaces shall be
given with appropriate epoxy paint in two coats.
For finishing coat to surfaces in corrosive atmosphere appropriate epoxy coal tar paint
shall be used.
The epoxy resin content together with its cutting agent shall not be less than 40% by
weight of the solid binder. The ratio of pigment to binder shall not exceed 10% by
weight.
External surfaces of exposed steel pipes shall be given two coats of approved aluminum
paint..
All mild steel stairways, ladders, railings pillars etc. shall be hot dip galvanized and/or be
provided with oil paint coats of approved type and shade. All machine parts such as
motors, control panels, starters, shall be given 3 coats of approved enamel paint.
184
Contractor No. Of Correction Engineer In Charge
APPENDIX -G
PLANT ERECTION. TESTING AND COMMISSIONING
1.1 PROGRAMME OF WORK IMPLEMENTATION SCHEDULE
The program of work to be executed by the Contractor shall be as under.
a) Equipment
This includes Design and manufacture of all equipment to be supplied under the
Contract including inspection and manufacturers work testing, storage, erection, testing,
commissioning and maintenance.
b) Civil Works
This includes construction of all buildings, plant, tanks, foundations, stairs,
access ways, ducts etc.
The implementation program for the civil and equipment shall be given by the
Contractor in the form of CPM/Pert chart. The Contractor shall follow well coordinated
program. for completing the works in respects of both the civil works and equipments.
1.2 DETAILED CALCULATION'S AND DRAWINGS
The Contractor shall throughout the Contract provide the design details.
documents and drawings specified and shall accept and meet as an integral part of the
Contract the obligation to provide such additional details and information as is required
by the Engineer relating to the works.
1.3 INSPECTION IN WORKS
The Contractor shall give the Engineer advance information notification of his
works manufacturing and testing program for all mechanical and electrical plant. This
shall include the inspecting and testing of the plant at the Sub-contractor's works.
All advance notification to the Engineer under this shall give the full postal
address of the works or factory concerned and the name, telex and telephone number of
the individual responsible for arranging the tests and inspections with the Engineer or
his representatives.
1.4 DESPATCH OF PLANT
Before dispatch from the manufactures works all the equipments and plant
shall be adequately protected during transit. Storage and erection against corrosion and
accidental damage. The Contractor shall be fully responsible for the plant being 50
packed and/or protected. The plant shall be packed to withstand rough handling in
transit and all packages shall be suitable for storage including at site/so as to remain in
excellent condition until it is taken out for erection. The Contractor shall arrange for
185
Contractor No. Of Correction Engineer In Charge
payment of all taxes, duties, insurance and freight charges, municipal taxes, and all
other fees and charges to transport, insure and store the plant and equipment The
Contractor shall send advice of dispatch to the Engineer so that his information is
received well in advance.
1.5 STORAGE OF PLANT
The Contractor shall arrange for the Insured storage of all materials. The store for
the materials shall be secured and the store arid plant shall be guarded, maintained and
inspected as necessary by the Contractor or his agent.
1.6 EQUIPMENT TO BE INSTALLED IN CIVIL WORKS
All interconnecting pipe work and other items of plant required to be "built-in" or
fixed in advance of the main mechanical! electrical erection shall be supplied and
delivered to the site of the works. Items of plant and equipment to be "built-in" shall be
identified by paint markings cross referenced to pipe work and drawings and schedules
to ensure that it can easily be located and identified before building into the structure.
The detailed construction drawings submitted to the Engineer shall include full reference
to this aspect. .
1.7 SITE STORES AND OFFICE
The Contractor shall construct at his own expense satisfactory temporary office
and residential accommodation required for proper execution of the works. The
accommodation and its surrounding shall be maintained by the Contractor in a neat
orderly manner, and returned by him in good shape. to the
satisfaction of the Engineer,
1.8 PLANT ERECTION
In addition to conditions of Contract the Contractor shall provide only skilled
persons for the work of plant erection and testing. The Contractor shall provide all
erection equipment, tools, cranes and tackle necessary for the erection of the plant. Any
special access requirements for mobile cranes or other equipment shall be provided
with prior approval of the Engineer.
1.9 DAMAGE TO THE EXISTING WORKS
The Contractor shall protect the pint and equipment from damage and shall
immediately rectify my deterioration or damage occasioned to the structures or my plant,
equipment or other things which may result due to his occupation of the structures. The
protection and any repairs shall be done to the satisfaction of the Engineer.
The Contractor shall take special precautions during execution by blasting which
186
Contractor No. Of Correction Engineer In Charge
may be resorted to in a highly controlled manner to prevent damage to the existing
shutters and nearby localities. Similarly, the sanitation wastes shall be directed in such a
way that it shall not mix with any natural flows without proper treatment.
1.10 COMPLETION OF ERECTION WORK
The Contractor shall be deemed to have completed erection when the entire
plant is ready for the Final Site Testing by the Engineer. The Contractor shall inform the
Engineer in writing, and in the opinion of the Engineer the plant is in position and
complete in accordance with the requirements of the specifications and other relevant
documents.
1.11 INSPECTION AFTER ERECTION
On completion of erection or at such later period as may be require by the
Contractor and approved by the Engineer as necessary to complete the works. another
joint inspection shall be carried out and the Engineer shall provide the necessary
instructions for keeping the plant ready for testing.
1.12 TESTING THE PLANT
All testing of the plant shall be at the expense of the Contractor who shall provide
all labour, material and any instruments required. Testing shall be carried out until the
Engineer is satisfied that each of the processes is satisfactory, reliable and all
components are satisfactory and to the standards specified in this documents and the
Contractor's Tender specifications.
Any defects or shortcoming in performance or standards shall be made good at entirely
the Contractor's expense and in minimum time and in an approved manner.
Any item of plant is irreparable or insufficient for its function the Contractor shall. Without
delay, replace the item with another satisfactory item or better unit all at his own cost.
1.12 1 Hydraulic Testing:
On completion of installation, laying ,jointing and cleaning all tanks, structures
and pipelines supplied or laid by the Contractor shall be tested for water tightness as
directed by the Engineer Pipe shall e tested to pressure 5% in excess of the maximum
working pressure and this must be maintained without loss of water for such period as
specified in t he relevant standard or code. Tests shall be repeated if the Engineer may
consider this necessary to satisfy him to t he maximum anticipated design rates in the
plant as required by the specifications.
Also chemical solution tanks vessels, etc, shall also be tested for water tightness.
187
Contractor No. Of Correction Engineer In Charge
1.12.2 Test on Flow Instruments.
The contractor shall carry out calibration tests to demonstrate the accuracy of all
rates of flow instruments, recorders, and integrators incorporated in the works over a
range of flows from the minimum anticipated design rates in the plant as required by the
Specifications.
1.13 COMMSSIONING OF THE PLANT
The contractor shall after consultation with the Engineer and following the testing
of t he components and systems of the works, receive permission from the Engineer for
the commencement of the commissioning period.
1.13.1 Duration of Commissioning Period.
The Contractor shall carry out the commissioning and provides trials of the plant
under actual working conditions for a period of not less than 6 months.
1.13.2 Chemicals for Commissioning.
The Owner will provide the chemicals and the bulk water supplies for the -
commissioning of the Works and setting to work of the plant.
1.14 CONTRACTOR'S REPRESENATATIVE : .
During the commissioning and trial period the treatment works shall be
supervised on a full time basis by t he Contractors Representative who shall be qualified
Engineer or Chemist and who shall fully instruct the Owner's permanent staff 0 n all
aspects of the operating procedure. The contractor will be required to devote the
minimum of one month full time instructions to the Owner's staff.
1.15 DISINFECTION OF PLANT
Immediately before any section of the works in commissioned the Contractor
shall disinfect the section by means of sodium hypochlorite solution or other approved
chlorinating agent with water containing 50 mg/lit. of chlorine to the satisfaction of the
Engineer,
1.16 SURPLUS MATERIALS AND SITE CLEARANCE
On completion of the work the Contractor shall hand over any surplus material
that the Engineer may consider will be useful for the Owner to have as a reserve for
which payment will be made in accordance with the Contract. Surplus materials not so
selected shall be removed from site by the Contractor.
188
Contractor No. Of Correction Engineer In Charge
APPENDIX'H'
LABORATORY REPORT
APPENDIX I
PERFORMANCE SCHEDULE
1. PERFORMANCE SCHEDULES
1.1 INLET WORKS MEASUREMENT FLUME
1.2 FLASH MIXER
1.3 FLOCCULATOR - CLARIFIER
1.4 FILTERS
1.5 CHEMICAL PLANT
2. TECHNICAL SCHEDULES
2.1 WASHWATER PUMPS
2.2 AIR SCOUR BLOWERS
2.3 FLOCCULATOR - CLARIFIER
2.4 CHEMICAL TRANSFER PUMPS
2.5 CHLORINATION EQUIPMENT
2.6 ELECTRICAL EQUIPMENT
189
Contractor No. Of Correction Engineer In Charge
3. MANUFACTURER'S SCHEDULES
3.1 MAIN EQUIPMENT
3.2 CHLORINATION EQUIPMENT
INLET WORKS MEASUREMENTS FLUME PERFORMANCE SCHEDULE 1.1
Flume hydraulically designed to Indian Standard No.
1 Width of approach channel m
2. Length of approach channel m
3. Length of flume exit m
4. Breadth of throat m
5. Invert level at flume exit drop In
6. Flume head at M3/hr ,M ,MM3/hr .m
7. Length of over flow weir M
8. Head over weir at M3/hr m M3/hr ,In
9. Freeboard at M 3/hr In
10. Free fall in the flash mixer al - M3/hr In
FLASH MIXER PEFORMANCE SCHEDULE 1.2
Type of Machine
Impeller details No of blades
Blades type
R.RM.
Power dissipated into the process KW
Motor power KW
Motor speed RPM
Static-volume of one mixing chamber M3
Plan size mxm
Water depth M
GT value achieved at flow rate of M3/hr
Weight of Machine kg
CLARIFLOCCULA TOR PFRFORMANCE SCHEDULE 1.3
190
Contractor No. Of Correction Engineer In Charge
1 NO. OF UNITS No
(flow - M3/hr)
2. FLOCCULATOR
Nominal volume
Dimensions (internal) M3
Inlet velocity mm/sec.
Exit velocity mm/sec.
G Value achieved (maximum) Sec-1
(minimum) See-
Type of Machinery and Power input
Details of Speed variations
Maximum blade trip speed RPM
1. SED/MENTA T/ON ZONE
Volume
Retention period (per tank) hour
Inner Diameter m
Outer Diameter In
Gross Area M2
Area to be deducted for launders M2
Net effective area M2
Rise Rate or overflow Rate, m/hourM
Side water depth
Weir loading m2/day
Floor slope
Scrapper, Mechanism Type
KW Power input
SLUDGE
Number of draw off points per clarifier
Diameter of draw off pipe mm
Diameter of telescopic valves mm
peak estimated draw-off rate L/sec.
Average estimated draw-off rate L/sec.
Estimated percentage loss in abstraction
191
Contractor No. Of Correction Engineer In Charge
a. During the average Monsoon season %
b. During the average Fair season %
Design draw-off Pipe peak scour velocity M/sec.
FILTER PERFORMANCE SCHEDULE 1.4
1. GENERAL
Overall internal size of each filter m x m
Surface area of media, each filter m x m
Number of sections, each filter
Dimensions of each section m x m
Number of Filters Operating free flow Mtr3/hr. Standby
FILTER RATES
Average m/hr.
Low m/hr.
High m/hr.
2 Levels
Top water level in influent channel M
Top water level in filter shell-high M
Top water level in filter shell-low M
Level of top of fine filter media M
Level of bottom of fine filtering media M
Level of floor nozzles
Level of top filter shell base-slab
Level of outlet weir
Level of wash water overflow weir In
Head difference across filter In
3. MEDIA
Filtering media depth
Fine filtering media. Size range m to mm
m
Effective size (D10/D60)
Uniformity co-efficient (D10/D 60)
Specific gravity
Support layer (if any) depth. size range mm to mm
192
Contractor No. Of Correction Engineer In Charge
Effective size (D10)
Uniformity co-efficient (D10 /D60)
4. FLOOR DETAILS
Material of Constructions
Floor nozzles - Manufacturer's name and address
No. of Nozzles per M2 area Nos
Spacing ( Centre of nozzles)
Peak design flow rate MITI
per nozzle (filtering) m/hour
Slot width (at the head) mm
Stem diameter (internal) mm
Stem projection below floor mm
Details of piped under drain system (if offered)
Details of floor fixing
Details of floor supports
Details of floor seals
Design pressures of filter floor
(maximum)
i) downwards kg/M2
ji) upwards kg/m2
5. HEAD LOSS IN FILTERS
Maximum design rate of filtration
i) Through the fine filtering media
ji) Through the fine filtering media
immediately before washing in
iii) Through the filter floor and
Coarser supports media (if any) in
iv) Through the filter ports. exit pipe work in
v) Flow restriction valve for head loss in
6. OUTLET WEIRS
Description
Sill level mm
Head over weir at Maximum flow rate mm
used in (6) above
193
Contractor No. Of Correction Engineer In Charge
7 CLEANING DETAILS
Filter head loss in
Contractor recommended wash procedure
Wash/cleaning cycle briefly state operating and times.
Total cycle time mill.
Design water temperature C
Flow rates with full details
of the various combinations
Air water rate
Wash water rate
Air scour period
Water wash period
Optimum filter run
Sand expansions achieved
at design temperature of °c %
at maximum temperature of a C %
at minimum temperature of °c %
Volume of water lost per day due to cleansing
Operations at the design rate of flow M3
Source of media
8. CHANNELS, PIPE WORK, PORTS AND CONTROL VALVES
Maximum design figures
Velocitv in influent channel m/sec.
Top water level in influent channel m
Filter inlet control valve mm
Filter inlet velocity m/sec.
Filtrate Outlet control valve mm
Filtrate Outlet velocity m/sec
Wash water inlet control mm
Wash water outlet velocity m/sec
Air inlet control valve mm
Air - inlet velocity m/sec
Air Water outlet control valve mm
Air wastewater outlet velocity mm/sec.
194
Contractor No. Of Correction Engineer In Charge
DESCRIPTION OF AIR PIPE WORK
CHEMICAL PLANT
CHLORINE
Drum Manufacturer
Dimensions of drums
Net capacity each drum (liquid chlorine)
Changeover panel (manufacturer/model)
CHLORINATORS
Manufacturer
Model No.
No. of chlorinators - operating
Standby
Injector capacities (water) Bars
Pressure
MI/hr
Flow rate
2. ALUMINIUM SULPHATE
i) Saturation tanks
Number, dimensions
Effective capacity (each)
Protection to be provided
Description of draw off/gravel
size, pipe size etc. .
Draw off Rate
ii) Dosing Lines
Number
Material
Diameter
iii)Hydraulic Levels
Level of stock tank outlet
Level of constant head solution feed tank Head loss from feed tank to dosing point
a) at 1 % solution strength in
b) at 2% solution strength in
c) at 5% solution strength In
195
Contractor No. Of Correction Engineer In Charge
3. HYDRATED LIME
% purity used for design purpose %
Maximum anticipated dose rate mg 1L
i) Stock tank capacity – Gross M3
Effective M3
Protection provided
Mixer manufacture
Power dissipated
Motor power rating
No. of tanks
Details of mixers
Manufacturers. motor power, drives,
gearbox, etc
Feed Tanks
No. of Tanks
Dimensions
Capacity
Protection
Levels
Feed rate meters
Manufacturer
Type [Model) NO.
Maximum design flow rate
Head loss at maximum now
iv) Dosing lines
Number Into
Diameter
Material
V) Hydraulic levels
a) Level of stock tank outlet
b) Level of solution feed tank m
c) Read loss from feed tank
dosing point
196
Contractor No. Of Correction Engineer In Charge
4. WASH WATER TANK OVER CHEMICAL HOUSE
Capacity
Dimensions
For water level m
Bottom level m
WASH WATER PUMPS (FOR WASH WATER TANK) PERFORMANCE
SCHEDULE
2.1
1. Quantity of water required to wash one filter Lit
2. Design discharge LPS
3. Static head M
2. Friction head M
3. Total head against pump no
4. Size of pumps Suction/Delivery mm
5. Calculated Power at pump coupling kw
6. Rated power of motors to be installed kw
7. Guaranteed efficiency of pumps at duty point %
8. Guaranteed efficiency of motors at pump duty point %
9. Power input at pump duty point kw
10. Maximum discharge of pumps at the top
water tank level in the channel L/sec.
11. Power required at top water level kw
12. Pump speed rpm
13. Weight of heaviest piece of machinery kg
14. Velocity through eye of impeller m/sec.
15. N.P.S.H. required M
16. Material of Impeller
17. Material of casing
18. Material of shaft
19. Material of gland sleeve
20. Material of neck bushes
21. Material of neck rings
22. Type of thrust bearing
197
Contractor No. Of Correction Engineer In Charge
23. Type of motor coupling
24. Guaranteed motor efficiency at full load
25. Guaranteed motor efficiency al 'A load
28. Guaranteed motor efficiency at 'A load
AIR SCOUR BLOWERS PERFORMANCE SCHEDULE 2.2
1. Design capacity (free air delivered) M3/Minute
2. Discharge pressure kg/cmⁿ
3. Size of blower section branch mm
4. Calculated power at blower coupling kw
5. Power absorbed in transmission kw
6. Rated power of motors to be installed kw
7. Guaranteed efficiency of blowers %
8. Guaranteed efficiency of motors at blower %
duty point
9. Guaranteed input at blower duty point kw
10. Blow speed rpm
PARTICULARS OF CLARIFLOCCULATOR- PERFORMANCE SCHEDULE 2.3
1. Speed of clarifier drive motor rpm
2. Gearbox ratio rpm
3. Output drive speed m/min
4. Peripheral speed of clarifier kw
5. Calculated power at drive wheel kw
6. Power of motor to be installed mm
7. Material of bridge mm
8. Width of bridge mm
9. Depth of bridge structure mm
10. Material of scraper blades mm
11. Maximum defection of bridge at 500 kg/M2 loading
12. Maximum lateral defection bridge
13. Material of wheels
14. No. and size of wheels dia x width -mm
15. Material/thickr.ess of weir plate/launder
16. Type of centre bearing
17. Type of slip ring collector
198
Contractor No. Of Correction Engineer In Charge
18. Lubrication of centre bearing
19. Speed of ffocculator drive motor rpm
20. Gearbox ratio rpm
21. Output drive speed m/min
22. Peripheral speed of flocculator paddles K
23. Calculated power at gearbox output shaft K
24. Power of motor to be installed
25. Material of flocculator
26. Diameter of fiocculator m
CHEMICAL TRANSFER PUMPS PERFORMANCE SCHEDULE 2.4
1. Design discharge Head on pumps Lps
2. Head on pumps M
3. Size of Pump suction/delivery kw
4. Rated Motor Power %
5. Efficiency of pump at duty Rpm
6. power Input M
7. pump speed
8. N.P .S.H. required
9. Material of impeller
10. Material of casing
11. Material of shaft
12. Material of sleeve
13. Details of bearing
14. Type of Motor coupling %
15. Motor efficiency
ELECTRICAL EQUIPMENTS PERFORMANCE SCHEDULE 2.6
A) 414 V MOTORS
1 Make and type
2 Type of frame size
3 Degree of protection
4 Rated output kw
5 Load cycle Continuous
6 Full load speed rpm
7 No load current A
199
Contractor No. Of Correction Engineer In Charge
8 Minimum voltage required under starting condition
9 Starting time with load at minimum starting voltage
10 Number of starts permissible
a) under hot condition
b) under cold condition
c) per hour after thermal equilibrium
B) 415 VOLT SWITCH GEAR AND MOTOR CONTROL CENTRE PANEL
1. Manufactured by
2. Clearances
a) between phases
b) between live parts and earth
3. Thickness of sheet/insulating barriers
4. Draw out space required in front mm
C) MOULDED CASE CIRCUIT BREAKER AND AIR CIRCUIT BREAKER
1. Make and type
2. Manufacturer's type designation
3. Rated voltage
4. Rated current
a) Nominal
5. Operation handle (dolly) in the door provided Yes/No
6. Peak current rating KA
7. Making capacity (peak value) KA
8. Type of closing mechanism
9. No. of operations the circuit breaker
is capable of performing without inspection
replacement of contacts or other parts at
a) 100% rated current
b) 100% rated interrupting capacity
D) ISOLATING SWITCHES
1. Make
2. Type
3. Rated voltage
200
Contractor No. Of Correction Engineer In Charge
E) FUSES
1. Make
2. Type
3. Standard applicable –
4. Rated voltage V
5. Category of duty KA
6. Capturing capacity
(Prospective current)
F) D.O.L. STARTERS
1. Make
2. Type
3. Rated Voltage
4. Make. rating arid duty class of
Auxiliary Contractor
5. Coil Voltage
6 . Applicable Standard
7. Over-Current Relay
a) Make
b) Type
c) Range
G) STAR DELTA
1. Make
2. No. of Taping and percentage
3. Rated- Rating and Duty Class of Main Contractor
4. Rated Voltage
5. Make. Rating and Duty Class of Aux. Contractor
6. Coil Voltage
MANUFACTURERS OF MAIN EQUIPMENTS PERFORMANCE SCHEDULE
3.1
I. Pumps
a) Wash water
b) Chemical transfer
2. Ventilation Motors
201
Contractor No. Of Correction Engineer In Charge
3. Air Conditioning Equipment
4. Pipe work
5. Sluice Valve
6. Reflux Valves
7. Air Release Valve
8. Steel work
9. Lifting Equipment
10. Paints
11. Cable
12. Butterfly Valves
13. At: Scour Blowers
14. Air Scour Blower Filters
15. Air Compressors
16. Motors
17. Control Panel
18. C.I. Pipes
19. PVC/HDPE Pipes
20. Crane
21. Instrumentation
MANUFACTURERS OF PERFORMANCE SCHEDULE 3.2
CHLORINATION EQUIPMENT
1. Chlorinators
2. Chlorine Residual Recorders
3. Chlorine Gas Leak Detectors
4. pipe work
5. Valves
6. Control Panel
7. Motor Starter Units
8. Lifting Equipment
9. Low Rate Ventilation Equipment
10. High Rate Ventilation Equipment
11. Motive Water Pump
12. Pumps motors
13. Safely Equipment
202
Contractor No. Of Correction Engineer In Charge
14. Chlorine Drums.
General, Specifications, Technical Specifications and Design Criteria.
I. General Note
1.1 Design Criteria, Structural and General.
1. 1.1 The contractor shall quote his offer in Schedule 'B' for the complete work
of constructing conventional Water Treatment Plant to be carried out as per his own
design based on the data furnished in this document.
He shall tender the rates in Schedule 'B' for construction of complete
conventional Water Treatment Plant including commissioning. trial run. water tightness
etc. complete.
The work shall he carried out as ISS the relevant ISS (latest edition). "Red Book"
published by PWD department of Government of Maharashtra and practice in vogue in
Maharashtra Jeevan Pradhikaran. The structures shall he designed for seismic forces
as per the recent declaration of zones wherever necessary.
1.1.2 The work or providing and constructing conventional WTP ESR Wash
water drainage arrangement. including providing. designing. constructing. giving water
tightness test. trial run shall he carried out as per relevant ISS. standard specifications
(Red Book published by PWD of Governrnent of Maharashlra and practice in vogue in
Maharashlra Jeevan Pradhikaran)
The contractor shall submit the name. Qualifications and experience of Design
Engineer who has prepared detailed RCC calculations or who will prepare design and
drawings on acceptance of the tender. The authorized representative of the designer will
have to inspect and certify the works at foundation level and every beam level.
1.1.3 The Design Engineer has to prepare and submit a note on design methodology
and construction and drawings in two copies through the contractor.
The note should indicate. general description. and salient features of the design
covering the following points:
1) Capacity: General layout site of structures.
2) Shape and type of wash water tank.
3) Staging height of tank indicating various levels
4) Safe hearing capacity assumed in the design or safe hearing capacity or strata
based on actual investigation report of laboratory and type of foundation
provided with proper justification.
203
Contractor No. Of Correction Engineer In Charge
5) Maximum and minimum subsoil water level.
6) Site plan showing location of WTP, ESR. Sump. Line diagram showing
dimensional and sectional elevation with important levels.
7) Design parameters proposed to he adopted for detail design.
1.1.4 This note on design will be subjected to thorough check by the Engineer-In-
Charge of the owner and the tender will he accepted and work order issued by
the competent authority only after verification that the design to be offered will
fulfil the requirements or the design as per tender specification.
1.1.5 After acceptance of tender. the contractor will have to submit six copies of
detailed design and drawings of the structure within 30 days of acceptance of
the tender.
1.1.6 The Design Engineer will he required to attend the office of Engineer in Charge
for preliminary discussion for scrutiny remarks. etc. whenever required with all
reference data. Books. IS specifications. etc. at his own cost.
1.1.7 It will he binding on the design Engineer of contractor to clarify. Modify.
redesign and prepare drawing after compliance of scrutiny remarks by the owner.
or his representative such as an Engineering College within 15 days of
communication of remarks.
1.1.8 On approval of the design, contractor shall supply free of cost six sets of design
and drawing duly bound for use of the owner. The contractor shall also furnish the
details of steel requirement along with programme of execution for completion of work
within the time limit stipulated in the tender.
1.1.9 Security Deposit of the tenderer shall be forfeited if he fails to modify his design
as per scrutiny remarks within specified time after compensation as per tender
agreement.
1.1.0 Even though the design and drawing submitted by the contractor are
approved by the owner/Engineer-in-Charge. the contractor will not be relieved
or his contractual obligation to hand over the structure in sound condition duly tested.
In case of any damage / failure either during construction. Testing or after
commissioning whether due to faulty design or defective construction. all repairs or
reconstruction of the structure shall have to carried out by the contractor entirely at his
risk and cost.
No claim for such repairs/reconstruction shall be entertained.
204
Contractor No. Of Correction Engineer In Charge
2 Common Conditions
1.2.1 The contractor at his own cost shall provide necessary housing accommodation
and the sanitary arrangement for his staff and lahour and shall pay direct to the
authorities concerned all rates. taxes. Royalties and other charges. The contractor shall
also comply with the requirement of the Health Department as regards antimalaria
measure etc.
1.2.2 A work order hook-shall be maintained on site of work and the orders given by
the Engineer-In-Charge shall be signed and carried out by the contractor.
The contractor shall construct a temporary shed of about 20 sq.m for use as office for
inspection of works within 30 days of work order. The shed shall be the properly of the
contractor.
1.2.3 Water required for execution of the work and for the water tightness lest of the
reservoir shall he supplied by the contractor at his own cost in the manner satisfactory to
the Engineer-In-Charges of work.
1.2.4 materials to be used shall conform to the relevant specifications as per latest
version of Indian Standards. unless otherwise stated in the detailed specifications of
items of work.
1.2.5 Wherever a reference to any I.S. appears in specifications. it shall be taken to
mean as a reference to the latest versions of the standard.
1.2.6 The work under this contract includes the supply of material at site of work
including railway freight. loading., carting unloading stacking-as directed. insurance.
local taxes. etc.
1.2.7 The contractor shall be responsible for observing the laws. rules and regulations
under the "Minor Mineral Act" and such other laws and rules prescribed by the
Government from time to time.
1.2.8 The hydraulic test of water retaining structure: shall have to be given by the
contractor without any extra cost. The filling of the reservoir WTP or any other water
retaining structure shall be carried out gradually at the rate not exceeding 30 cm rise in
water level per hour and shall not exceed 2.0 meters in 24 hours and total period of 72
hours. Records of leakages starting at different level of water in the reservoir if any. shall
be kept. The reservoir once filled shall be allowed to remain filled for seven days before
any readings drop in water level arc recorded. The level of water shall be recorded
again at subsequent intervals of 24 hours over a period of seven days. The total drop in
surface level over a period of 7 days shall be taken as an indication of the water
205
Contractor No. Of Correction Engineer In Charge
tightness of the reservoir. which for all practical purposes shall not exceed 40 mm.
If the structure does not satisfy the condition of test and the daily drop in water
level is increasing the period of test may be extended for a period of seven days and if
the specified limit is then reached the structure may he considered as satisfactory. 10 %
payment shall he with held till satisfactory test is given.
1.2.9. If even after extending the period of test. the drop is more than permissible. the
contractor should empty the reservoir. rectify the defects in tank by re-plastering
whenever necessary. applying water proofing paint. etc. and give the water tightness
test till the drop in level is within permissible limits. This shall be repeated at the cost of
the contractor without claiming extra cost.
Any delay in giving water tightness test will invite penal action under relevant
clauses of tender agreement.
1.2. 10 The contractor shall provide cement plaster to the external faces of the
structure in CM (1:4) 12 mm thick. if required or otherwise smooth finish until
satisfaction of Engineer in charge will be accepted.
2. Criteria For Design of Water Treatment Plant
2.1 The structural design or water contained water tank shall conform to' the
following standards, specification and Codes of Practice of I.S.I.
IS : 456 Code of Practice for plain and reinforced concrete latest edition)
IS: 875 Code or Practice for Structural safety of building. loading standards (latest
edition)
IS : 3370 Code of Practice for concrete structures for storage of Part I to IV
liquids (latest edition)
IS: 1893 Criteria for earthquake resistance design or structures
(latest edition)
IS : 13928 Ductile detailing or RCC structures
IS:13920 seismic forces
2.1. I General
Hydraulic design or various components shall he as per capacity or the container
or the tank shall he the volume of the water it can store between the designed full supply
level and the lowest supply level.
2: 1.2 Free Board is the indication of space provided above full supply level and shall
he measured at a vertical distance above I.S.I. up to soffit or beam supporting the roofs
slab/dome. or the top wall for a open water retaining structure. It shall he normally 50
206
Contractor No. Of Correction Engineer In Charge
cm. unless permitted otherwise of specified in obligatory data.
2.1.3 Height or staging shall be the vertical difference between lowest supply level and
the average ground level at the of tank.
2.1.4 The walls of container shall he designed for free hoard full condition.
2.1.4.1 The tank foundation and other members of the structure shall also be designed
for free board full condition.
2.1.5 Parts of the tanks in contact with stored water and enclosing water vapor above
I.S.I. shall be in concrete M.300 or even in richer grade.
2.1.6 The supporting structure shall be designed in M. 300 grade or in richer grade if
specified.
2.1.7 The allowable hearing pressure of safe hearing capacities are indicated. Bill of
quantities.
The tenderer is, however, advised verify actual strata before tendering and
designing the structure and offer suitable design with full justification.
2.1.8 Not with standing anything mentioned above if directed by the Engineer in
Charge the contractor shall carry out actual strata exploration as mentioned in para 0.2
of IS 1892-1979 through a Government laboratory and adopt hearing capacity so arrived
for the design.
2.19 The factor of safety shall he adopted as per clause 6.1 (a) of IS 6403-1971.
2.1.10 if the foundation consists of individual column footing clear distance between
edges of footing shall be not less then width of footing.
2.1.11 The foundation should he checked for negative pressure on soil
Due to combined direct and bending stresses. Negative pressure shall not be allowed
on the foundation soil.
2.1.12 For special type of foundation. like pile foundation under reamed pile
foundation. etc decision of the owner/Engineer-in-Charge shall be final and
binding on the designer.
2.1.13 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B.
shall be as per the soil investigation reports of Government institution/
Government approved investigators.
2.1.14 For the design of foundations of the solid raft type the Plate Theory shall he
adopted.
2.1.15 In normal circumstances, minimum 100 mm thick plain cement concrete with 100
mm projection all around in grade M.100 with coarse aggregate as metal shall be
207
Contractor No. Of Correction Engineer In Charge
provided as leveling course unless specified otherwise. Where injurious soils or
aggressive water arc anticipated the leveling course shall be of grade not weaker
than M 150 and if necessary sulphate resisting or other special cement shall be used
and the thickness of the leveling course shall be kept not less than l50mm. The ground
level within the foundation area of the structure shall be consolidated properly with
suitable slope to drain out rain water outside the foundation zone.
2.1.16 In the vicinity of lines collieries. and blasting sites or areas which may be
subjected to blast or shock, the tank shall he designed for dynamic forces adopted to
shock.
2.1.17 Member of tower which are primarily subjected to dynamic stress shall be
checked for ductility of the members at joint.
2.1.18 For wash water tank/water containers at the base of the tower (i.e. ground level)
all columns shall be tied together just above foundation level by a structural member
such as brace or a lie ring beam. Internal braces shall he provided for staging having 6
columns or more at each brace level. Braces shall be invariably provided at G.L. The
centre to centre distance between braces shall not exceed 4.5 M.
2.1.19 Column may he assumed as fixed at the top of footing.
2.1.20 Following shall be the minimum thickness of various members of the tank
container.
Roof slab 120 mm
Bottom slab 200 mm
Roof dome 100 mm
Vertical wall of container 200 mm
Inclined wall or shall 200 mm
Shuttering on both sides 200 mm
i) Slope with the horizontal more than 30 deg. 200 mm
ii) Slope with the horizontal less than 30 deg. 200 mm
2.2 Loads
2.2.1 For all RCC and PCC components unit weight of concrete shall be taken as
25000 N/Cum and 24000 N/cum respectively.
2.2.2 Water load and snow load shall be taken as per IS. 875-1964 or its
latest revision.
2.2.3 Live load on gallery all round the elevated tank shall be considered as 5000
N/sqm.
208
Contractor No. Of Correction Engineer In Charge
2.2.4 No line load mu be assumed, while designing the staging ( or tower) and
foundation for seismic loads and wind loads, in tank empty condition.
2.2.5 Wind load as per Fig. I.A. i.e. Basic maximum wind pressure map of India
including winds of short duration as in squalls as per IS 875-1964. Code of practice for
structure safety of buildings. Loading standards or it’s latest revision shall be
considered. Reduction factor as per Note 3 of Clause 4..4.2 shall not be applied to
water towers.
2.2.6 Seismic forces on the tower shall as per IS 18973-1975 or its latest
revision. Wind and seismic forces shall not be assumed be act simultaneously.
2.3 Increase in permissible stresses
2.3.1 Where stresses due to wind or earthquake temperature and shrink
effects are combined with those due to dead, live and impact loads the stresses
specified in tables 13, 16 and 17 of I.S. 456- 2000 may be increased up to a limit of 33
1/35.
2.4 Design
2.4.1 Shape of structure shall be the most economical as directed by Engineer-In-
Charge and shall he selected depending upon site conditions. .
2.4.2 Design shall be based on the worst possible combination of various loads,
moments, shears. resultant stresses in the tank following cases.
I) Tank full
II) Tank Empty
Tank full means depth of water inside the container is upto full height of the container
including free hoard.
2.4.3 Design shall be based on accepted bases and methods of design as well as the
provisions of IS 3370 IS 456, IS 1343. code of Practice for pre-stressed concrete . IS
2210. Latest version of ISS shall be referred.
However methods based on experimental investigation as mentioned in para
18.2 ‘C’ in IS 456-2000 shall not be entertained.
2.4.4 The parts of the structure neither in contact with the liquid on any face nor
enclosing the space above the liquid as in the case of staging of a tower on working
stress method in accordance with the requirement of IS 456-2000 staging should be
further checked for ultimate load conditions to ensure the desired margin of safety as
per Clause 46.300 of IS 456-2000
Design of members other than those excluded by Clause 2.4.4 above (i.e. roof,
209
Contractor No. Of Correction Engineer In Charge
walls. floor. etc of the container) shall be based on consideration of adequate resistance
to cracking as well as adequate strength. Calculation or stresses shall be as para 3.3.2
of IS 3370 (Part II) or its latest revision.
2.4.5 Permissible Stresses in concrete for Resistance to Cracking
For relating to the. Resistance of members to cracking the permissible stresses
in tension (direct and due to bending) and due to bending) and shear shall conform to
the values specified in Table I of IS 3370 (Pan II). "The permissible tensile stresses due
to bending apply to the face of the member in contact with the liquid. In members with
thickness. less than 225 mm and in contact with the liquid on one side. these
permissible stresses in bending apply also to the face remote from liquid.
2.5.1 For strength Calculations
For strength calculations. the permissible concrete stress. shall be in accordance
with para- 44 of IS 456-2000 where the ca1culated shear stress in concrete alone
exceeds the permissible value reinforcement acting in conjunction with diagonal
compression in the compression in the concrete shall he provided to take the whole of
the shear. The maximum reinforcement shall conform clause.
a) 25.0.1.1
b) and 25.0.1.2 of IS 456-2000
2.5.2 The permissible compressive stress (direct) in shells (i.e. Top dome. conical wall
and bottom dome) shall be reduced by 43% for 10 cm thick shells. For thickness more
than 30 cm the compressive stress shall be reduced by 15% and for intermediate
thickness i.e. 10 cm 30 cm linear interpolation shall be done.
2.6 Permissible stresses in steel
2.6.1 For strength calculations (concrete assumed to he cracked) the permissible
stresses in reinforcement shall he as per table 2 of 3370 (pan 11) (its latest revision).
For tor steel, the stress shall be as IS 1786-1979 cold Worked steel high strength
deformed bars for concrete reinforcement or its latest revision. .'
2.6.2 The modular ratio 'm' for different concrete mixes shall be as under:
Grade of Concrete Modular ratio ‘m’
M: 150 19
M : 200 13
M .250 11
M 300 10
210
Contractor No. Of Correction Engineer In Charge
2.6.3 The analysis of staging of the tank shall he done by using any established
method such as portal frame method. etc. The staging shall be analyzed for combination
of dead leads. live loads and wind or seismic loads. The correct or continuity or beams
at the junctions shall he properly accounted and column reaction worked out for different
combinations of loading, axial forces. shear forces. bending moments and torsion he
calculated in the members.
2.6.4 Modules of elasticity of concrete Ec shall be taken as 5700 Eck where Ec is the
is the characteristic cube strength of concrete in N/sqm. as per clause 5.2.3.1 of IS 456-
2000.
2.6.5 Columns shall be checked for tensile stress for both the conditions mentioned in
para above. in comhil1 'lion with axial tension and bending due wind and seismic loads
and shall he checked for maximum tensile stress arrived.
2.6.6 Stability or the structure shall he checked as per provisions or clause 19 of IS-
1978.
2.7 Age Factor
2.7.1 Age factor for increasing strength shall not be considered for the design.
2.8 Units
Design should be in Metric units only
2.9 Detailing
2.9.1 Minimum Reinforcement for water retailing members
The minimum reinforcement in walls, floors, roofs in each of two directions at
right angles shall have an area of 0.3% of the concrete section in that direction for
sections upto 100 mm thick. For sections of thickness greater than 100 mm and less
than 450 mm the minimum reinforcement in each of the two directions shall be linearly
reduced from 0.3 % for 100 mm thick sections to 0.2 % for 450 mm thick section. For
section of thickness greater than 450 mm minimum reinforcement in each layers of
reinforcing steel shall be placed one over each face of the section in make up the
minimum reinforcement specified in this clause.
2.9.2 The minimum reinforcement specified in 2.9.1 above may be decreased by 20 %
in case of high yield strength deformed bars conforming to IS 1786-1966 or 1139-1966.
2.9.3 Covers to Reinforcement
2.9.3 Minimum clear cover to reinforcement shall be as per ISS 3370 ( I to IV) and
211
Contractor No. Of Correction Engineer In Charge
456
2.9.4 For members of structure in contact with water effective cover shall not be more
than 60 mm for bars subjected to bending stresses. For bars subjected to pure
tension the effective cover shall not be more than 75 mm.
2.10 Spacing of Reinforcement
2.10.1 Spacing of reinforcement shall be as per para 25.3 of IS 456-2000
2.10.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.0.3.2
‘C’ of IS 456-2000
2.10.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e. other
than temperature and shrinkage steel, shall comprise of minimum 8 mm.dia. for ribbed
bars and 10 mm. dia. for mild steel bars For compressive members the minimum dia of
main reinforcement shall not be less than 12 mm.dia.
2.11 Note
1. In case of dispute regarding interpretation of any of the above clauses, the
decision of the owner or his representative will be final and binding on the designer and
contractor.
2. In case of any clause not included in the above criteria, the decision of the owner
or his authorized representative will be final and binding on the designer and contractor.
3. Technical Specifications
General
3.1 The tender is inclusive of necessary excavation in all types of soft and hard
strata, lean concrete below foundation, foundation concrete, RCC footing, container tank
covered with RCC roof slab/ dome, with RCC ventilator in the roof R.CC stair case or
M.S. ladder, lightning conductor G.I. pipe railing, fixing of pipe assembly, valves,
construction of B. B. Masonry chambers. providing and laying R.CC pipe line for drain,
cement plaster for tank from inside with waterproofing material neat finishing cement
based paint from outside painting capacity, name of scheme, etc. on body wall of tank,
etc. complete as per detailed specifications for all units of WTP, Sump Pump house,
etc. complete;
3.2: Clearing of Site
Before starting the work the site shall he cleared of all shrubs. grass and .other
vegetations including large and small bushes, all stumps, removal of roots, cutting and
disposal of small trees up to 300 mm girth, etc, (The girth shall he measured at a height
212
Contractor No. Of Correction Engineer In Charge
of 1.5 meters above (1.1) The site to be cleared shall consist of the entire area required
to be cut down to accommodate. The contractor shall make himself familiar with the
local rules and regulations pertaining to land clearance, special requirements of forest
areas, wherever applicable, and the work shall be carried out in strict accordance
therewith.
3.3 Excavation
The side slopes of the cutting shall generally have the following slopes for stability:
a) 1:1 slopes for excavation in earth, murum, boulders, etc.
b) 1 :2: 1 slope for excavation in hard murum,
c) No slope will be allowed for soft and hard rock.
If. However, the strata met with can sustain safety, steeper slopes than those
mentioned above may he permitted with the prior written permission of the Engineer-'In-
Charge of the work. .
3.4 Dewatering or Pumping
If pumping or dewatering of water is required to be done at any time during
excavation, the contractor shall arrange for such draining by excavating channels,
pumping or otherwise and shall maintain such arrangements the satisfaction or the
Engineer-In-Charge for such a period as may be required The discharge of the
dewatering pumps shall be conveyed to drains and shall not be allowed to be spread in
the vicinity of the work site. All cost for such arrangements including pumping sha1l be
borne by the contractor and no extra payment shall be admissible for such operations.
Open cutting shall be suitably shored, sheeted and braced, if required by the
Engineer or by site conditions or to meet local laws. For protecting lift property adjoining
work site.
Adequate shoring and strutting shall be provided by the contractor at his own cost
warped or deformed timber shall not be used. The shoring shall project a least 150 mm
above ground level and shall extent to a suitable depth below and bottom. Wherever
necessary the planks or struts shall be driven by compressed air pile drivers. The planks
shall be fixed close enough to avoid running in of sand or earth through the joints. The
shoring materials shall not be size less than those specified below, unless steel sheet
piling is used or unless approved by the Engineer in writing.
a) Planks 5 cm thick
b) Walling pieces 10 cm x 20 cm
c) Struts 15 cm 20 cm
213
Contractor No. Of Correction Engineer In Charge
For walling pieces round timber shall not be allowed in a vertical plane, there
shall be at least three struts or more as directed by the Engineer. They shall rest on
walling pieces. The spacing of the struts shall be as per equipments. At the bottom,
extra struts shall have to be provided if ordered by the Engineer in charge.
3.5.1 The excavated material shall be transported by the contractors and stacked at
suitable places as directed by the Engineer in charge. The stacks shall be made outside
the area of excavation and shall not endanger the work in any way and shall avoid the
obstruction to footpaths, road- driveways, hydrants, access to the properties and work
sites. Gutter shall be kept clear. Natural water courses shall not be obstructed.
Separate stacks shall be formed for
a) rubble considered suitable for masonry work or road work
b) rubble of inferior quality and boulders
c) soft rock, earth murum
d) road spoils up to 150 mm size.
3.6 General Requirements
3.6.1 Cement concrete shall be in accordance with IS 456-2000 lime and coarse
aggregates shall be conforming to IS 383-1970 or its latest revision. The selection of the
type of fine and coarse aggregates to be actually used shall be as directed by the
Engineer in charge. The proportion of fine and coarse aggregates and water to be
actually used shall be such as to produce dense concrete to the required standard.
3.7 C.I/M.S Pipe Assembly or Flanged and Sand S Pipes and Specials and
Sluice Valves
3.7.1 Detailed drawing showing the pipe assembly with pipes. specials. valves etc.
shall be obtained from the owner before fixing the pipes. specials. valves vertically and
horizontally. The drawing shall also shown bye pass arrangement from incoming main to
distribution as also the draining of overflow and washout.
3.7.2 For duck foot bend plain concrete block of adequate size and in M 150 grade
shall be provided by the contractor. These concrete blocks shall rest on firm ground
(and not on refilled soil) or on the raft shall and shall have to minimum depth of 600 mm.
The width of the block shall he such that it should have an off set of 150 mm on all
sides.
3.7.3 Thrust blocks of adequate size and in M-150 grade shall also he provided
wherever required or as directed by the Engineer-In-Charge.
3,7.4 All the C.I./M.S. flanged pipes. S and S pipes. specials. and sluice valves. M.H.
214
Contractor No. Of Correction Engineer In Charge
Frame and covers as per requirement will have to be provided by the contractor.
Jointing material shall he provided by the contractor at his own cost and got approved
from the Engineer-In Charge before using. Pig lead if required shall he procured by the
contractor. Material shall he as per respective ISS. MS or C.I. pipe insert with middle
flanges for inspection in concrete for inlet. outlet. overflow. etc. shall also he provided by
the contractor without claiming extra cost. Material shall he as per respective I55 M.S. or
C.I. pipe inserts with crippling flanges for insertion in concrete for inlet outlet overflow.
etc. shall be provided by contractor.
3.7.5 The pipes before using shall he cleaned properly from inside. The vertical pipes
shall be fixed exactly in pump. The horizontal flanged and/or Sand Spires shall be laid to
proper grade and alignment. The flanged pipes and specials and sluice valves shall be
jointed by means of nuts and bolts washers. and 3 mm thick three ply rubber packing
with hub block The S and S joints shall he made with rubber gasket or pig lead as
directed.
The sluice valves shall be fixed on horizontal pipe line for inlet and outlet.
washout and bye pass. Pipes sha1l have to be cut by the contractor if required without
claiming extra cost.
The vertical pipes specials and valves sha1l he painted with three coats of
anticorrosive paint after jointing and testing.
For draining the washout R.C.C. NP2 class. pipes as specified in the drawing
shall he provided laid and jointed by the contractor.
This work includes giving satisfactory hydraulic test to the required head of water
and all material. Equipment and labour shall he arranged by the contractor at his own
cost.
3.7.6 The horizontal pipes shall have minimum cover of 1.0 M chambers of adequate
size and height / depth as required shall be constructed for sluice valve in brick masonry
225 mm thick in C.M. 1.6. The foundation concrete shall 150 mm thickness in C.C.
M.100. The inside shall bb cement plastered in C.M. 1:3. The outer side shall he
pointed in 1:2 P.C.C. coping 100 mm thick cast in situ ill CC M.150 (1::2:4) and including
providing and fixing of C.I. M.H. frame and Cover medium duty of size 0.9 M x 0.5 M as
per 25-1726-1997.
4. Water level Indicator
A water level indicator shall be provided and fixed, reading depth of water in
meters up to 10 cm. The system shall consist of uncorrodable materials and shall be
215
Contractor No. Of Correction Engineer In Charge
simple and easy in maintain. The water level indicator shall be provided and fixed as
approved and directed by Engineer in Charge. The indicator shall be full scale to up to
3.0 meters and ratio type above 3.00 meters height. Alternatively man metric gauge or
electric water level indicator call he offered.
5. Access to Roof
Access to the roof and entry to the inside of the tank shall he provided by MS
ladder of 45 cm width at roof of tank. The access to roof manhole shall be provided
with parapet or (i.1. pipe railing. At ground level or at walk-way level. the access for
going up shall be provided with a M.S. door and locking arrangement.
6, G.I. Pipe Railing
G,I. Pipe railing at roof !eve! shall be provided as per details given in para 7.22.
7. Painting
Name of the project and capacity of RCC GSR/ESR/WTP shall be painted on the
contractor.
8. At least two C.I. manholes frame and cover with locking arrangement shall be
provided diagonally in opposite directions with ladder for entering into the container for
maintenance purpose. The size or manhole frame and cover shall he 900 mm x 450 mm
rectangular as per IS 1726-1991.
9. Lightning Arrestor
Lightning arrestor shall he provided at the highest level on the roof of the tank as
per IS 2309-1969. Code of Practice for protection of buildings and allied structures
against lightning. Position and height of lightning arrestor shall be such that the whole
structure shall be enclosed within cone having it apex at tor end of the arrestor and
generated by a line inclined at 60 deg. to the vertical. The arrestor shall be suitably
earthed. .
10. Ventilator
The roof of the tank shall be ventilated by providing cowls or shaft ventilator 1.00
meter x 1.5 meter height with mosquito-proof net for ventilators. The net shall fix with
proper framing. Ventilation area shall not be less than 0.04% of the free water surface
when cowl type ventilators are provided.
11. Waterproof Plaster
20 mm thick water proof plaster in CM 1:3 shall be provided on the inner sides of
the container and top of the floor slab of the container using minimum 1 Kg. of water
proofing powder per bag of cement or as per manufacturer's specifications used for
216
Contractor No. Of Correction Engineer In Charge
preparing motor for plastering,
12. M.S. Ladder
The contractor shall provide and fix 450mm wide M.S. ladder for gelling inside the
tank fabricated from M.S, flats 65 mm x 12 mm with 2 Nos. of 16 mm dia. double mild
steel bars for each step at 300 mm c/c . The ladder shall be fixed by stay of 10 mm x
50m flat fixed 3 M c/c,
13. Spiral Staircases
The contractor shall provide RCC circular 1.0 M wide spiral case with central
circular co1umn with 1.00 M high parapet in M-150 as per criteria for capacities greater
than 200000 litters. M.S. ladders shall he provided for smaller capacity tanks.
14, Jointing Material
All necessary jointing materials for pipe assembly. G.I. pipe railing. M.S. ladder
etc. such as nuts bolts. rubber packing and any other miscellaneous materials required
shall be provided by the contractor at his cost.
IS. Colour Wash
Snowcem paint or approved shade shall he applied in two coats of whole structure
externally.
16. M.S. Door
M.S. steel door for stair case entrance shall be provided and fixed as per
instructions of Engineer or his representative.
17. 32 mm dia. G..I. pipes railing with three horizontal rows' of pipes and posts of
RCC 15cm x 15 cm at bottom and 10 cm x 10 cm at top or angle iron of size 65 mm x
65 mm x6 mm and placed at 1.5 M C/C interval including painting two coals and
anchorage in c.c. etc. shall be provided al top of tank and at intermediate gallery.
18. Staging
18.1 The supporting staging shall he in the form of columns. braces. staging on hollow
cylindrical shall not he accepted. unless otherwise specially asked in NIT. If shaft
staging is permissible, the following specifications will apply for the shaft portion and
specifications for other items remain the same as specified in the foregoing paras.
For load bearing shaft minimum thickness should he 200 mm. Shaft should be
designed in M 300 mix.
18.2 Shaft supporting a water tank must he designed as given under the para
217
Contractor No. Of Correction Engineer In Charge
“Stresses in circular supporting walls’at page 84 of the book "Concrete Water Towers
Bunkers Silos and other elevated structure.'" by Gray and Manning (5th edition).
Published by Cement and Concrete' Association. The vertical load causes direct
compression. Under wind load. the wall acts as a vertical cantilever of hollow circular
section and has to resist bending moment and shearing forces. In addition to main
stresses. caused by the wall acting as a hollow circular vertical cantilever. the wind
flowing on one face tends to flatten that face. Distorting the circle into an oval. Horizontal
reinforcement to resist a bending moment. M = + 0.035 PD² producing tension on the
inside face and a moment M = -0.031 PD² causing tension on the outside face. where P
= Unit wind pressure in KN/M and D=e/c diameter of shaft in meters.
The reinforcement arrived as above should be provided on both. inside and
outside faces. However minimum horizontal reinforcement in the shaft shall be 0.3% of
the gross concrete area provided. In case of towers in high seismic zones (i.e. Zone - IV
and V) minimum horizontal reinforcement shall be 0.4% of the gross concrete area
provided. Minimum vertical reinforcement in the shaft shall he 0.4% of gross concrete
area required and it shall he provided equally on both the faces of the load hearing
shaft.
Shaft shall he checked for combined axial load and bending due to wind or
seismic loads and satisfy the provisions of IS 456- 2000 and tank empty conditions.
Horizontal construction joints ill shaft shall he as minimum as possible.
Age factor for increasing strength shall not he considered.
Shan should be checked for tensile stress in worst condition for combination
of axial tension on bending axis due to wind or seismic load for tank full and tank
empty conditions.
On account to minor inaccuracies in construction of the shaft the allowable direct
compressive stress shall be reduced by multiplying with a factor of 0.85. On account of
buckling reduction factor if any shall be multiplied by the factor of 0.85. For the
calculation of direct compressive stress the contribution of steel shall be neglected.
For buckling calculations reduced value of modules of elasticity due to creep shall be
maximum 0.4 times its value as per IS 456-2000.
At the plinth panel 50 mm thick M 150 grade shall he provided.
Rectification of Defective Members
If it is found that certain members arc defective and arc found giving acoustical or
vibration disturbances event though these may be structurally sound, rectification of
218
Contractor No. Of Correction Engineer In Charge
such members should be done by the contractor free of charge and to the satisfaction of
Engineer in charge.
Designing, Providing, Constructing and Commissioning Conventional Water
Treatment Plant 7.25 MLD Capacity.
GENERAL SPECIFICATIONS
GS 1 Specifications of Work
The work shall be carried out as per practice and procedures laid down in
National Building Code of Practice and relevant I.S.S. updated for respective items and
Public Health Engineering Manual on Water Supply published by Government of India
and as directed by the Engineer-in-charge.
GS 2 General Descriptions and Location of Site
The proposed.-water treatment plant has to be constructed at Walwadi general
contoured layout plan of the proposed site is attached. The Contractor will have to
excavate the site to requirement as per approved layout, without claiming extra cost.
GS 3 Source of Raw Water Supply
The source of raw water is Nakane Tank Raw water would be conveyed, through
a conveyance system which is a laid by same Contract through other sub work 3200 M.
distance away from the centre of duck foot bend of vertical pipe to be provided or the
aeration fountain by the Contractor as per this tender. .
GS4 Quality of Raw Water:
The result of chemical and bacteriological analysis of samples of raw water from
the source are given in the statements vide appendix 'F enclosed with the tender- These
results are only for guidance. As regards the requirements and the scope of the water
treatment plant the Contractor should carry out sample tests independently at his cost to
verify the data given for his design
The turbidity of raw water in parts per million is given as below:
1) For a few days during monsoon (maximum) 5000 to 10,000 P.P.M. approx.
2) During non-monsoon days Nearby 150 P.P.M.
GS 5. Motive Power
The Contractor shall communicate the total electrical load required for successful
operation of the water treatment plant offered, within one month from the date of getting
the work order. This electric load shall include lighting load for inside and outside light
points etc. attached to the building /structures properly.
219
Contractor No. Of Correction Engineer In Charge
The electric supply required by the Contractor for the purpose of execution and
erection of machinery and equipment shall be arranged and paid for by him. Electric
power supply required for the plant shall be submitted within 3 months from the date of
work order.
GS6 Proposed Work and Scope of Tender
The proposed water treatment plant consists of the following sub-works together
with allied items complete in all respects so as to be effective and successful parts of
the water treatment plant as a whole.
a) One aeration fountain (cascade type) and a raw water channel with measuring
Venture flume to deal with a flow of 7.25 mld 302.00 cum/hour
b) Flash mixer of adequate detention period, not less' than thirty seconds for each
Unit with mechanical equipment to deal with a flow of.7.25 mld 302.00 cum/hour.
c) A clariflocuulator of 3.0 hours detention capacity with mechanical equipment to
deal with a flow of 7.25 mld 302.00 cum/hour
d) Rapid sand gravity filters (minimum 2 beds) to deal with a flow of 7.25 mid 302
cum/hour complete with porch, entrance hall, air blower room, office, laboratory , two
toilet units, etc.
e) Mechanical equipments required for the operation of the treatment works as
specified in the items and specifications.
f) One overhead wash tank of required capacity as per obligatory condition.
g) Minimum two sets of air blowers with motors for treatment plant
h ) .Bypass arrangements for each unit
i) Two vacuum type chlorinators - one for pre- chlorination and one for post- -
chlorination. .
j) Alum, and TCL solution tanks, chemical house and stores.
k) Emergency disinfection arrangement of TO solution tanks.
l) Electrical installations for all units for power and lighting including yard lighting on
industrial pattern
m) Waste water and sludge collection and disposal.
n) Laboratory equipment, glassware and miscellaneous items.
0) Independent sanitary blocks on ground floor of filter house.
P) Pure water sumps of capacity 305000 litter and pure water pump house.
q) Dressing and leveling of site and internal asphalt roads
r) Pumping machinery for wash water for treatment plant.
220
Contractor No. Of Correction Engineer In Charge
GS 7 Basic Data
The proposed water treatment plant shall have normal supplying capacity of 7.25 mld.
Other obligatory conditions for hydraulic design shall be observed.
GS 8. Foundations, Conditions and Prescribed Bearing Capacities
a. The tenderer shall verify the bearing capacities by taking actual trial pits on site
and refilling them afterwards, at points required by him at his own cost. The foundation
levels shall be decided by the Contractor for the various works proposed. .
b. All structures shall rest on hard foundation with bearing capacities as indicated
elsewhere.
c. Filling required to be done to get foundation leveled for receiving bed concrete
shall be done in cement concrete M-100 grade of U.C.R. masonry in CM 1:6. Bedding
course of M-150 grade not less than 15 cm. thick shall be provided for foundations of all
structures including brick wall foundation without any extra cost.
d. If the work is to be done on hill portion the Contractor shall have to take proper.
care of retaining the slopes of excavation and if required he shall construct
guide/retaining walls, so as not to endanger the structure or part of the
Structure due to movement of materials of excavation on slopes or of cut part of
excavation.
GS9 Sub-soil Water
The Contractor should investigate the possibility of meeting the sub-soil water
and design the structure accordingly. The tender rates shall be inclusive of bailing out of
sub-soil water. seepage, rain, gutter or any type of water to any extent during excavation
and construction etc. till completion of the whole work.
GS10 Layout and Statement to be Submitted with the Tender
a) Layout
A tentative layout of the treatment plant should be submitted. The layout should
only indicate the positions of the different units of the treatment plant of total capacity of
5.00 mld.
The layout of whole water treatment plant shall be fairly compact, easily
accessible and functionally co-related and having architectural appearance and
aesthetic treatment to be approved by MJP.
b) Other Statement and Drawings.
The departmental contoured layout plan attached to the tender is indicative only
and just for guidance of the Contractor. Ground levels are nut binding on him excepting
221
Contractor No. Of Correction Engineer In Charge
for obligatory levels. Other architectural drawings for units are for reference and style
shall be more or less same to these aesthetics. The successful contractor may suggest
after award of contract any changes of architectural style. The MJP may accept other
architectural treatment.
Lip of aeration fountain RL 268.60 M.
FSL of pure water sump RL 263.60 M.
The Contractor shall prepare and submit his own drawings with the tender as under
i) Statement showing the detention periods adopted and calculations of capacities and
sizes of various proposed units of the works.
ii) Contoured layout plan showing clearly the works tendered for and limits of
contract work stating clearly how it is more attractive from aesthetic and functional
accessibility and compared to the departmental layout. The alternative will be
considered, should it result in material saving in capital cost without effecting the above
points.
iii) Elevation both front and new side of the contracted work as per general and
architectural requirements.
iv) Relevant sections both front and rear side of the contracted work as per general
and architectural requirements.
v) Plans at various levels to clarify the offer given.
vi) Flow diagram showing levels of water in various structures and the levels of the
structures themselves showing the details of the various units included in the tender to
give complete idea as to what the tenderer has offered.
vii) Drawing showing general electrification of the plant as a whole.
Note:-
All the tender drawings will be treated as tentative as far as structural provisions
are concerned, but leading dimensions as will be given therein will be taken as minimum
obligatory requirements and deficiencies, if any, found from functional, technical and
departmental obligatory requirement point of view, shall have to be rectified and made
good in the working drawing as pointed out by the MJP during the course of execution
without any, extra claim.
GSII Detailed Structural and Hydraulic Design Calculations, Layout, Flow
Diagram and Detailed Working Drawings and Record Drawings.
i) After the tender is accepted and the work order issued, the Contractor shall
submit ten copies of his original tender documents including tendered plans for issuing
222
Contractor No. Of Correction Engineer In Charge
certified true copies of accepted tender to all concerned without claiming my extra cost
within 30 days of the receipt of approval to the layout and flow diagram.
ii) After receipt of work order and before proceeding with the detailing and
structuring the various components of the work under the contract, the Contractor shall
first prepare and submit a layout plan to a sufficiently large scale and also flow diagram
showing the water levels in the various units in duplicate to the Executive Engineer and
simultaneously one set to the Superintending Engineer within 7 days time and get it
approved.
iii) After getting approval to the above, the Contractor shall prepare and submit
capacity calculations, structural, RCC and hydraulic design calculations and detailed
working drawings showing plan, elevation, section, etc. for each unit of the water
treatment plan and reinforcement at every junction for RCC work in six copies to the
Executive Engineer within 30 days from the date of getting approval to the layout plan
and flow diagram.
iv) The design shall be based on standard recognized reference books and shall be
as per standard Engineering code of practice and as per current ISS and it shall indicate
the reference of the standard reference books adopted, giving page number, etc. for
method of design adopted and formulas that are followed for easy and quick checking of
the design. The said reference books shall also be made available or reference and
checking whenever called for. The design calculations shall be elaborate and step by
step without any omissions and with illustrative dimensional sketches wherever required
for clarification and easy checking.
v) Any modifications, alterations in levels, design calculations and detailed drawings
to be carried out as a result of compliance of scrutiny remarks of competent authority
shall be carried out and submitted afresh by the contractor, if called upon by the
concerned authorities in the manner indicated in para (iii) above without claiming any
extra cost.
vi) The actual execution of work shall be started by the contractor only after receipt
of approval to the design calculations and detailed working drawing, from the competent
authority.
vii) If any provisions in the design and construction are found to be inadequate or
faulty, necessary modifications shall have to be carried out at my stage upto the period
of refund of security deposit without claiming any extra cost.
223
Contractor No. Of Correction Engineer In Charge
viii) After completion of the work in all respects, the contractor shall submit ten sets of
completion record drawings, of all the works as constructed with the stamps ‘RECORD
DRAWING’ before clearance of the finall bills without claiming any extra cost, failing
which the final bill shall not be paid. Similarly, the duplicate photocopy of the tracing film
of all record drawings shall be submitted to the Executive Engineer for record.
GS 12 Item wise breakup for interim payments
This shall be got approved by the Superintending Engineer concerned with respect to
the analysis, after acceptance of the tender.
GS 13 Hydraulic Test, Deposit
i) The water retaining component of civil structure will in absence of satisfactory
water tightness test, be paid at 95% of the appropriate rate payable. Remaining 5% will
be released only after satisfactory water tightness test.
a) Only 80% of the probable reasonable cost of the mechanical and electrical
equipment as assessed by the Engineer in charge will be payable on the receipt of
the same on size of work with workshop painting and accepted by the MJP
b) Further 10% shall be released on erection, trial run and site painting.
c) Balance 10% will be released on the satisfactory performance as
accepted by the MJP specified elsewhere or after one year the plant
is put to regular.
GS14 Desired Performance of the Water Treatment Plant.
The Filtered water shall conform to the following requirements.
a) Physical Quality and Requirement
i) The filtrate should be clear with. the turbidity less than I unit on J .T .U .Scale.
ii) The filtrate should be free from colour with maximum unit of 3 on platinum cobalt
scale
iii) The turbidity of the settled d water from the clariflocuulator shall not be more than
20 units on J.T.U. scale and preferably 10 J.T.U. & for filter water not more than 1
N.T.U.
iv) The filter runs should not be less than 24 hours
v) The wash water consumption should not exceed 2% of the quantity filtered as
counted on the average of the year's working. This will be observed in the performance
period of 12 months.
vi) The duration of wash should not normally exceed 10 minutes. The water on the
at the close of wash should have a turbidity not exceeding 10 units on JT.U. scale.
224
Contractor No. Of Correction Engineer In Charge
vii) At the commencement of filter run after wash, the initial loss should not be more
than 15 cms.
viii) Taste and Odour There should be nothing objectionable or disagreeable as
regards taste and odour. Up to a temperature of 45°C (atmospheric).
b) Chemical Quality
i) PH value of the filtrate should be use between 7 to 8.5.
ii) The iron as Fe should be up to 0. 1 to 0.3 mg/liter and nitrites should be absent.
iji) The break point chlorination of the filtrate water should be less than 3 p.p.m. at
the maximum ph range.
Note: The above standards should be as per CPHEEO manual depending on raw water
analysis.
C) Bacteriological Standards
Coliform count in any sample of 100 ml should be zero. The filtrate shall satisfy
all the four criteria indicated below:
E-Coli count in 100 ml of any sample should be zero.
Coliform organism not more than 10 per 100 ml shall be present in my sample.
Coliform organism should not be detectable in 100 ml of any two consecutive samples
or more than 50% of the samples collected for the year.
Throughout any year 95% of samples should not contain my Coliform organism in 100
ml.
d) Filter Outlet Controller
The filter outlet controller should be designed for an occasional overload of 50%
of its rated capacity hydraulically.
e) Other standards should conform to the CPHEEO Manual on Water Supply and
Treatment (latest- Edition).
The Contractor shall undertake the necessary sampling and testing at his own
cost to prove that the filtered water conforms to the above requirements. After
consultation with the Contractor, the sample procedure shall be as directed by the
Engineer-in-charge prior to the commencement of the commissioning of the plant.
GS 15 Water tightness Test for Structures
All the hydraulic structures (water containers such as pre-treatment units, filter-
box wash water tank, chemical tanks, channels etc.) will have to be tested for water
225
Contractor No. Of Correction Engineer In Charge
tightness by filling them with water up to their designed full supply level. Similarly the
pipe lines will have to be tested hydraulically. Masonry or RC.C. structures such as pre-
treatment works, filter box, wash water tank, chemical tanks and channels will be
considered as water-tight only when the reduction in the water level from F.S.L. is not
more than 6 mm in 48 hours. The sides of underground structures should not be refilled
till the satisfactory hydraulic test is given In case of structures above ground, the outside
surfaces of the structures must be bond-dry with water up to F.S.L. inside. In case of
dispute, the decision of the Superintending Engineer shall be final. The hydraulic tests
shall be given at the end of completion of each item and structures kept full of water
upto the time of commissioning without claiming any extra cost, in order to avoid hair
cracks if kept empty for a long time. .
As regards the pipe lines the tests shall be performed for the working pressure of
water head equivalent to 1.5 times the prescribed working pressure for the pipes used.
The Contractor will have to give all these hydraulic tests by making his own
arrangements for water supply and filling and disposing of water. All materials, test
pump, caps, plugs etc. required shall be arranged by the Contractor at his cost.
Contractor shall rectify the defects noticed and carry out the test again and repeat the
testing operation till successful result is obtained and accepted by the Engineer-in-
charge. The rates quoted for the work shall be considered as inclusive of cost of all
labour and material and plant required to give successful test for water tightness.
GS16 Use of Sand
The sand to be used for the works shall be got approved from the Engineer-in-charge.
GS17 Use of Bricks
The bricks to be used or the works shall be got approved from the Engineer-in-charge.
GS18 Use of Metal
Only graded metal from trap/granite/quartzite/black basalt should be used from
quarry approved by Department. All tests shall be carried out for the quality of metal in
the approved testing laboratory.
CS19 Commissioning and Trial Run Period
After completion of various sub -work in all respects the whole plant shall be run
on trial basis by the Contractor for a period of three months after .the acceptance of
completion by the Engineer-in-charge. During this trial run period, the cost of chemicals
and electricity will be borne by the MJP.
226
Contractor No. Of Correction Engineer In Charge
GS20 Performance Period
After completion of successful trial run in all respects, the whole plant shall be put
into regular commissioning and performance period shall start from the date of regular
commissioning of plant as designed and complete in all respects. During the
performance period, which shall be of three months, the Contractor shall supervise,
operate and maintain the plant with all its Installations to its designed full capacity. This
period shall count from the date the plant starts functioning as designed and completed
in all respects. The lump sum offer for the water treatment plant as a whole will include
the service of Contractor's 0 & M and supervisory staff for the above period and no extra
payment shall be made
Performance period shall not be considered as commenced if the plant is not put
into commission with one and all equipment in working order. So also the ,performance
period will not be considered as complete so long as the -equipment, gauges, recorders,
etc. are not found in working condition for a minimum period of eleven months out of
twelve months total period leaving 30 days except for occasional break/repairs etc.
GS21 Guarantee Period
The Contractor shall stand guarantee for the successful operation and
maintenance of the whole plant for three months inclusive of successful performance
period of three months from the date of starting of the performance period during which
time any defects and shortcomings noticed due to faulty design of the plant, defective
mechanical and electrical equipment or defective construction will have to be made
good to the entire satisfaction of the MJP without claiming any extra cost. During the
guarantee period the MJP will bear the cost of chemicals, and energy. However. the
Contractor should maintain the plant and it, operation with his own staff. However,
during the performance period, the MJP Staff will be kept on training with the Contractor.
GS22 Mechanical Equipment
All the mechanical equipment required for efficient working of the plant shall be
provided of robust and durable type conforming to relevant I.S.S. specified for the
constituent material and construction. This includes the cost of labour skilled and
unskilled, tools, lifting tackle, valves, controlling devices, prime -movers, etc.
The material used for the various items shall -v specially selected for the job and
should be durable and of best quality and proof against physical and chemical ill-effects
as a result of the quality of weather coming in its contract. The valves up to 300 mm. dia
shall be manually operated without spur gear arrangement. The valves of sizes above
227
Contractor No. Of Correction Engineer In Charge
350 mm. dia and up to 700 mm dia shall be manually operated but with spur gear
arrangements. The valves of sizes 750 mm dia and above shall be operated with
electric actuator of Beacon-Rotork/Emtork make only with suitable arrangements of
manual operation in the case of emergency. The reduction gear box shall also be of
Beacon-Rotork/Emtork make. The torque selection calculations, design of the actuator,
gear box (spur/worm) shall be got approved from the Engineer-in-charge. All the C.!.
head stocks/wheel of sluice valves etc. shall b, smooth finished, so that on painting they
present a smooth appearance. They should --painted with synthetic enamel paint of
approved quality.
GS23 Storing of Gas Cylinders
The general arrangements shall conform to latest bylaws for Gas Storage by the
Central Government. The Contractor will have to use the cylinders during the operation
and maintenance period and he should follow the complete procedure for obtaining the
regular license for using the Chlorine gas cylinders from the Competent Authority of the
Central Government, under the relevant laws. The license will be subsequently
transferred in the name of the Executive Engineer. The general arrangements shall be
got approved from the Chief Controller of Explosives, Bombay. Two gas cylinders of
capacity! MT each shall be supplied by the contractor for each plant.
GS24 Spare Parts
The Contractor shall supply before commencement of trial run, spares and
particulars of spare parts required to ensure operation of the plant continuously. The
name of the firm supplying the spare parts with trade number and probable annual
average delivery period should also be mentioned in the list of spare parts, failing which
the final bill shall not be released
228
Contractor No. Of Correction Engineer In Charge
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL ,SCHEME DIVISION JALGAON
NAME OF WORK: - WALWADI WATER SUPPLY SCHEME.
TAL: & DIST: DHULE
Providing, erecting, testing Vertical Turbine P/M with allied equipment’s.
SUB WORK NO. 9:- PURE WATER PUMPING MACHINERY
Note :- Procurement of Pumping Machinery and allied equipments shall be
allowed after 50 to 60 % completion of civil work.
Item No. 1 : V.T. PUMP.
The tenderer shall provide install and commission the V.T. pump sets (Water
Lubricated type) of approved make. Suitable for discharge 203263 LPH @ 71 meters
head with column pipe, discharge head, strainer etc., Losses in column pipes shall be
assessed by the Tendered and shall be included in the design head of the pump.
PUMP DUTIES
No. of pumps (duty + stand bye) 1 + 1
Individual pump discharge 203263 Lph
Design discharge level 299.40 mtr
Design lowest suction level in Sump
well
260.00 mtr
Design pump house floor level 264.61 Mtr
Static head 39.40 mtr
Length of Rising Main 4500 Mtr.
Dia of Rising Main 250 mm D.I.K-9
Total frictional losses in pipe line 24.90 Mtr.
Residual head 2.00 M.
Losses in valves & column pipe 2.00 M
Total head 67.00 M.
Head ranges 45.00 mtr. To 74.00 mtr.
Shut off head Not less than 80.00 mtr.
229
Contractor No. Of Correction Engineer In Charge
The pump shall confirm to IS 1710, 1972, with latest modifications from time to
time. Efficiency of the pump shall not be less than 75% at duty point under any
circumstances.
Construction and design details of the pump set shall be as follows:
A) V.T. PUMP : 1) Pump shall be water lubricated type.
2) Number of stages shall not exceed 5 Nos.
3) Speed – 1500 RPM (synchronous).
B) IMPELLERS : Impellers shall be of Bronze conforming to IS 318, grade II. Impeller
shall be dynamically balanced.
C) WEARING RING : It shall be of Bronze conforming to IS 318, grade II and shall be of
renewable type. It shall be held in place by screwing against rotation, press fit locked
with pins.
D) PUMP SHAFT : Pump Shaft shall be of stainless steel grade 410 and diameter shall
not be less than 45 mm dia or nearest commercial size.
E) LINE SHAFT :- Line shaft with coupling shall be in length 1.5 M or less and shall be
of stainless steel grade 410 since water lubricated. The diameter of the shaft shall not
be less than 45 mm or nearest commercial size. The lesser size of line shaft shall not be
accepted.
F) COLUMN PIPE :- Column pipe shall be of M S fabricated heavy duty flanged type dia
200 mm, length 1.50 M or less suitably designed to have total suspended length of
column assembly. Thickness of column pipe shall be minimum 8 mm. Total column pipe
length including Bowl assembly and Strainer is 6.00 Meter. The distance between total
depth and discharge head shall be matched with required length of distance piece.
G) LINE SHAFT BEARINGS :- Cut-less rubber bearing at 1.5 M spacing for total
column assembly including spiders (bearing holders) shall be provided.
230
Contractor No. Of Correction Engineer In Charge
H) STRAINER :- GI suction Strainer shall be flanged type heavy duty with hardware
shall be provided.
I) SUCTION BELL MOUTH :- Entrance dia of bell mouth shall be such that the suction
velocity shall not exceed 1.5 mtr/sec and shall be of M S heavy duty or CI. The shape
and curvature of the bell mouth shall be designed to streaming the flow to bowl suction.
The thickness of bell mouth shall be not less than 8 mm.
J) DISCHARGE HEAD : Discharge head shall be of CI or fabricated from MS it shall
incorporate full dia elbow, stuffing box with renewable bushing and taping for pressure
gauge. It shall be of robust construction and shall be designed to support entire load of
pump assembly. Bottom face of discharge head shall be flat and machined.
K) SOLE PLATE : Sole plate of MS 30 mm thick machined from both sides shall be
provided. The size of sole plate shall be suitable as per requirement at site. Suitable
opening for bowl assembly shall be provided at the center. The sole plate shall be fix
with nut bolt on frame of ISMB 200 X 100 mm and shall be machined. The frame shall
be anchored by nut-bolts to the provided girder and further braced to achieve rigidity.
The sole plates shall be kept on frame and blue matched to extend at least 60% of
contact area. If necessary uneven surface shall be smoothed with polish papers or
smooth file. The sole plate shall be perfectly leveled with straight edge and precision
level. The sole pate shall have tapped holes to receive discharge head. Sole plate
welded to bottom of discharge head is not acceptable. The leveling sim between sole
plate and discharge head is not acceptable.
L) The pump shall be driven by electrical hollow shaft motor.
M) For pre-lubrication, a pre-lubrication tank of 300 liters capacity of GI with MS stand
shall be provided, connection of 25 mm dia GI pipe shall be taken from rising main after
the Sluice valve and shall be connected to the pre-lubrication tank and assembly
bearing. An isolating wheel valve heavy duty (pneumatic type) shall be provided on the
25-mm dia pipeline.
231
Contractor No. Of Correction Engineer In Charge
N) Special tools i.e. two pairs of erecting clamps of forged steel for the column pipe
assembly & line shaft as recommended by the manufacturer. Adjusting nut spanner
shall be supplied. All nut bolts and washers shall be of S/S. For Each Pump.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency.(T.P.I. Circular attached )
A) HYDROSTATIC TEST :-
Following items shall be tested at hydrostatic pressure equal to I.5 times shut off
head of bowl assembly or two times working head whichever is higher.
4) Bowl assembly
5) Discharge head
6) Column pipes.
B) PERFORMANCE TEST :-
The test shall generally be carried out, as per IS 9127 code of Acceptance test for
pump class-C. The test shall be carried out at full speed full load at manufacturer work.
The test shall cover 6 points i.e. duty point, 2 above, 2 below and shut off head with
power consumption.
Make- As per List Attached
Item No.2 :- Centrifugal Monoblock pump set
The centrifugal monoblock pump set shall be confirming to I.S. 9079/1979 with
C.I. impeller, priming funnel cock, suitable flange and specials at suction and delivery
side with nuts and bolts, pump shall have common shaft for pump and motor. The pump
shall be suitable for discharge & head, with base plate, foundation nut bolts etc. The
232
Contractor No. Of Correction Engineer In Charge
motor shall be suitable for 415 V, 3 phase, 50 Hz, A.C. supply, with class-E insulation
and T.E.F.C construction and shall have 30% reserve H.P. The pump shall be erected
on a I.S.M.C. 100 channel frame, which in turn will be fixed on concrete foundation of
suitable size duly leveled.
The characteristic curve, performance chart of indicating the efficiency of the
pump set, shall be submitted along with tender and manufacturing test certificate shall
be given during actual supply.
Duty condition Discharge Head Head range H.P.
A)Zone No 1
From Pure
water Sump to
G.S.R.
96250 LPH 32.00 mtr 24 to 35 m Not less
than 20.00
H.P.
This item includes the installation of Pump set with necessary MS specials for
suction and delivery side of required diameter such as Tapers, Flanges, Bends, ,Nut
bolts, Rubber packing etc. complete.
The details of Pump set shall be furnished and get approved from competent
authority prior to supply.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency.(T.P.I. Circular attached )
Item No.3 : Vacuum Pump DV 40 With elect. motor
The vacuum pump shall be single stage suction with double delivery centrifugal
displacement type. It should be coupled to a motor (TEFC) of suitable HP, operating on
415V, 3 phase, 50 Hz A.C supply as per IS 325, RPM shall be 1500 (synchronous). The
motor and pump shall be mounted on
Common base frame, MS fabricated /CI and coupled through self aligning set.
The complete unit shall be installed on suitable concrete foundation block with
necessary foundation bolts etc as directed. It shall be connected to all centrifugal pump
233
Contractor No. Of Correction Engineer In Charge
under item No.1 with 25 mm GI pipe ‘B’ class fitting and valves etc. as per directed by
Engineer-in-charge.
D.O.L. starter in shall be connected in circuit from panel switch to starter and
starter to vacuum pump. Cost of required size copper conductor cable shall be included
in this item.
ITEM NO.4 A - Pressure gauge
The pressure gauge shall be 150mm.dia. Circular dia range 0 to 10 kg/cm². It
shall be provided with “U” tube and three way cock arrangement.
The gauge shall be installed on the first M.S. or C.I. bend above the frame of
individual pump etc. A 3/8” size socket shall be welded to both bends with a hole tapped
on bend for the gauge.
Approved Make :- As per list attached
ITEM NO.4 B - 15 MM Dia G.I. Pipe
Pressure gauge shall be install in pump house with tap on common delivery on
rising main with 15 mm dia medium duty ‘B’ Class G.I. Pipe and specials .
Approved Make :- As per list attached
ITEM No. 5 (A , B,C,D) : Providing and fixing sluice valve
Providing, erecting, jointing the C.I. double flanged sluice valve confirming to I.S.
780 and of PN-1 rating water works quality, with non rising spindle with C.I. hand wheel
without bypass arrangement, spindle of bronze / stainless steel. The valve shall be
installed in good engineering manner with all fasteners, gaskets, etc. complete as
directed by the Engineer-in-charge. The valve shall be provided with C.C. foundation or
structural steel support.
Sluice valve for delivery side of pump sets
For V.T. Pump 200 mm.dia.
For Centrifugal Pump 150 mm.dia.
Approved Make: - As per list attached
234
Contractor No. Of Correction Engineer In Charge
ITEM NO.6 (A,B,C,D,) Reflux valve
The reflux valve shall be of PN-1 rating, water works type, heavy duty, double
flanged single door with bronze on gunmetal seat. The reflux valve should be as per IS
5312 ( Part II). The valve shall be provided with/ without by pass arrangement. The
valve shall be given support of c.c. foundation or structural steel.
Reflux valve for delivery side of pump sets
For V.T. Pump 200 mm.dia.
For Centrifugal Pump 150 mm.dia.
Reflux valve for Rising Main
For V.T. Pump 250 mm.dia.
For Centrifugal Pump 200 mm.dia.
Approved Make :- As per list attached
Item No.7 :- FOOT VALVE ( 150 MM Dia)
Providing and erecting flange type C.I. foot valve having single leather flap and
gun metal seating valve shall be fixed on suction side of pump as per requirement
including jointing material and hardware .
Approved Make :- As per list attached
ITEM NO.8 A & B :C.I./M.S. pipes and specials flanged joints
The item includes providing, erecting, jointing with jointing material and
commission C.I./M.S. flanged pipes and specials hydraulically tested to with stand twice
the duty head of pump or 1.5 times the pump’s shut off head whichever is more. Rubber
jointing of 1/8” thickness with nut, bolts shall be used. The specials shall be supplied as
per layout drawing, got approved from Engineer-in-charge or as directed by him at the
time of actual erection work. C.I./M.S. specials, pipes and valves shall be given two
coats of black anticorrosive paint of superior quality. The work also includes the
dismantling and reconstruction of the portion of well to take out the delivery pipe. The
M.S. pipe shall be fabricated out of 6 mm thick plate C.C. supports shall be provided at
each 1.5 m. interval.
The weight in schedule ‘B’ is tentative payment will be made on actual weightiest
235
Contractor No. Of Correction Engineer In Charge
basis for M.S. specials and pipes . The basis for weights of C.I. pipes & specials .shall
be as per relevant ISS with permissible tolerance .
Providing fixing CIDF pipes and specials as per requirement .the pipe and
specials shall be as per IS of B class .The flange for pipes and specials shall be as per
IS 1537
Item No. 9 : DISMENTALLING JOINTS
Providing erecting and commissioning M.S. dismantling joints as per requirement
and department approved range and specification including machining and rubber rings
and suitable 16 Kg2 working pressure with required flanges of suitable size with nut bolt
etc comp. the joint should have through long bolt so that during normal pressure there
should be no sliding of sliding flanges L.O.F. (length over flange ) should not be less
than 75% of dia
150 mm dia , one no. for Flow meter
200 mm 2 nos. for V.T. Pump & one no. for Flow meter
10) Flanged Joints
Providing fixing flange joint with required jointing material such as rubber packing
nut bolts, white paste etc. to be used for flanged joints are included in this item.
Item No. 11: V H S MOTOR (Minimum 90 H.P.)
The tenderer shall provide, install and commission vertical hollow shaft motor of
approved make with required material, having capacity of 90 HP with Energy Efficient,
to drive the V T pump under item No. 1
The torque-speed and the current-speed characteristics of the motor shall be
suitable to accelerate the drive equipment to full speed, without exceeding the starting
current of 2 ½ times the full load current on A.T.S. starting.
The motor shall be flanged mounted vertical hollow shaft with non-reversible
ratchet. The motor shall be statically and dynamically balanced and critical speed shall
be in the range of 80% and 120% of the motor speed. The motor shall be of screen
protected drip proof construction with degree of enclosure protection conforming to IP-
236
Contractor No. Of Correction Engineer In Charge
23 or superior. The motor shall be designed for continuous operations and shall conform
to IS 325.
The motor shall be provided with heavy-duty friction bearing, grease lubricated
type. The terminal box shall be suitable for termination of power cable. The rated
horsepower of the motor shall be at least 20% more than power requirement of the
pump at the duty point and stipulated head range i.e. 45 to 74 mtr. The motor shall be
suitable for supply system 415 V, 3 Ph, 50 C/S with voltage variation of ± 10% and
frequency variation of ± 3%. The insulation shall be ‘F’ class. Suitable size cable entry
box shall be provided to the motor terminal cover. The rated speed should not be more
than 1500 RPM (Synchronous).
Manufacturers test report, certificate with O & M manual shall be furnished with each
motor.
Make- As per List Attached
Item No. 12 :- PANEL BOARD
Providing, fabricating, installing, testing and commissioning cubical industrial type
dust and vermin proof panel board from 16 SWG MS sheet, 50 X 50 X 6 mm size MS
angle iron frame with free standing MS channel base frame of ISMC 100 X 75 mm.
The front and the rear door shall be provided with hinges and locking
arrangement. The indicating devices and operating switchgear shall not be mounted
above 1.6 meter from floor level. The panel board shall be powder coated (Epoxy Base
7 tank process) as per relevant IS.
The contractor should get approval for designing the general layout, drawing and
wiring diagram of the panel boards from the Engineer in charge or the competent
authority of the department before commencement of the fabrication work.
The panel board shall be fitted with the following accessories:
1) M.C.C.B. For Incomer 1 No. :- Triple pole M.C.C.B. of 630 A X 50 KA capacity with
thermal overload relay-for incoming shall be provided . The M.C.C.B. shall have
switching macanizam of quick make and quick break type .type utilizing trip free
mechanism the M.C.C.B. shall be provided with handle mechanism to fascinate
operation of breaker from outside panel door and interlocking arrangement with door
shall also be provided . It shall be conform to relevant I.S. M.C.C.B. shall be provided
237
Contractor No. Of Correction Engineer In Charge
earth leakage circuit relay .with required balance transformer as per requirement of
M.S.E.D.C.L. authority M.C.C.B. shall be provided with shunt release and shall have
push button tripping arrangement with on/off indication lamp capacity shall be 50 KA.
M.C.C.B. shall have R.Y.B. phase indicating lamps
.
2) Alluminium bus bar of 630 A capacity for full length of panel board shall be provided
with R.Y.B. phase and neutral and mounted on insulators of appropriate capacity. The
bus bar shall be painted with standard colour code.
3) M.C.C.B. :- Tripple pole M.C.C.B. of 250 A capacity with thermal overload relay. The
breaking capacity be shall be 35 KA. The M.C.C.B. shall have shunt release & push
button tripping arrangement and shall have ON/OFF indicating lamp ( 2 for individual
motor & 1 spare & 1 WTP )—4 nos
4) 100 Amp 25 KA - 5 Nos. MCCB for C.F. Pump & capacitor with No volt coil & on-off
indicating, front operating mechanism- 2 No’s for mono block pumps & 3 No. for
capacitor bank.
5) Triple pole front operated, FFO switch for 500 volt ,63 Amp. With H.R.C. Fuses -2
No.
6) Capacitor- The power factor improvement capacitor ( Mix Di Electric ) banks
suitable for 415 V x 3 phase 50 cycles floor mounted with discharging devices capacitor
bank is to connected in circuit. The necessary cable and lugs / glands etc. are deem to
be included in this item. Capacity of bank shall be as following.
A. 40 KVAR – 2 No’s for 90 HP VT Pump set
B. 10 KVAR – 2 No’s for CF Pump set
7 a) Rotary change over switch four pole 300 amp X 500 Volt front operated - 1 Nos.
For V.T. Pump
7 b) Rotary change over switch i ) four pole 100 amp X 500 Volt front operated - 1
No’s .For C.F. Pump
238
Contractor No. Of Correction Engineer In Charge
8) Voltmeter- 0 to 500 Volt 150 sq.mm type flush mounted with selector switch 1 No.
9) Ammeter – 1 No. 0 - 300 – 600 suppressed scale Ammeter
C.T. operated ammeters with selector switch set of 3 Nos. CTS of suitable
ratio for measuring current of motors with 0 - 300 – 600 amp. Range size of ammeter
shall be 150 sq.mm flush mounted for measuring total load of the system. CT’s shall be
of class of accuracy 1, burden 15 VA.
10) Ammeter – 3 No.
150 mm size square, flush mounted ammeter of range 200 to 400 with
suppressed scale connected in circuit for measuring current of motors for pump sets
under item no. 1 for measuring individual load of motors with CTS & Selector switch.
10 b ) Ammeter – 2 No.
150 mm size square, flush mounted ammeter of range 0 to 70 with suppressed
scale connected in circuit for measuring current of motors for pump sets under item no.
1 b ( C. F. Mono block Pump ) for measuring individual load of motors with CTS &
Selector switch.
11) Supplying erecting Fully automatic star delta starter to operate squirrel cage
induction motor working on 380 – 440 volt phase 50 Hz. With no volt coil – overload
element and on off push buttons with necessary material connected to supply etc comp.
Suitable for 30 HP motor 2 Nos.
(ML3 Type)
12) Coloured Indicating 25 mm neon lamp – 1 set
13) M.C.C.B. shall have two indicating neon lamps separately for on-off indication.
14) 1 No 15 Amp socket and switch point shall be provided on panel.
15) 2 Nos. earthing terminals shall be provided on panel board
16) Rubber matting 6 mm thick suitable for 22 kv shall be laid in front of L.T. panel and
starter – 7 sqm.
239
Contractor No. Of Correction Engineer In Charge
17) Suitable size quartz watch to be fixed at suitable place – 1 No.
18) Hour meter – 4 No ( To be Fixed on Starter)
19) ELR with required C.B.T.
20) Danger board – 2 No
The internal wiring shall be in proper size with color code clip at the end of each
wire.
The panel board drawing, wiring diagram shall be furnished and get approved
from department prior to fabrication and supply, panel shall have cable entire from
bottom with suitable glands. All incoming and out going feeders shall have on
indications. The panel shall be installed as directed by Engineer-in- charge.
All the wiring of the panel board shall be of RYB copper conductor. PVC insulated
wires of suitable size only. It shall be carried out by using cable clips. The wiring inside
the panel board shall be in engineering manner, with cable clips at required length.
Necessary extra looping length for cables and wire shall be provided.
FACTORY TEST: -
The factory test shall be carried out by third party inspecting agency approved by
M.J.P. & in presence of competent authority of M J P. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall
arrange all required test equipment’s duly calibrated. All the necessary charges shall be
borne by agency. .
1.Revieve of raw materials test certificate and quality control procedure.
2.Routine test
3.Checking components and wiring diagram, control circuit and operation of panel.
4.Insulation resistance test
5.High voltage test
240
Contractor No. Of Correction Engineer In Charge
6.Power frequency test
7.Fault simulation
8.Revieve of type test certificate of breaker.
THE DETAILED SPECIFICATIONS OF THE PANEL BOARD ACCESSORIES SHALL
BE AS UNDER: -
BUS BAR:
Bus bar shall be of Aluminium of cross-section size to suit 630 Amps load and of
withstanding the electro-mechanical forces due to short circuit.
The neutral bar shall not be smaller than half cross-section of main bus bar. The bus bar
chamber and supported on unbreakable non-hydroscopic supports rigidly held to the
framework. The bus bar shall have separate special screwed cover with ventilating
louvers. The temperature rise of the bus bar shall not exceed 55°C over an ambient
temperature of 40°C. the bus bar shall be PVC insulated with colour code for phase
indication. The bus bar shall be easily accessible for inspection. The power distribution
bus bars or cables shall be bolted clamp type. The parallel bus bars shall not be used
for main bus bars or distribution.
MOULDED CASE CIRCUIT BREAKER:
All the MCCB shall be provided with tripping devices with inverse type
characteristics for over load protection and instantaneous protection against short
circuit. MCCB shall have spring assisted quick make-brake manually operated trip free
front operating mechanism. It should display ON & OFF position of H.T. handle. It
should be calibrated at ambient temperature with higher and lower temperature
compensation. Each MCCB shall have the capacity as mentioned above and shall be of
approved make only.
SWITCH FUSE UNIT;
All insulating switches shall be double break type quick load break type and have
the rating to suit the load connected on it. The ON-OFF position shall be clearly marked
241
Contractor No. Of Correction Engineer In Charge
on the panel. The mechanical interlocking shall be provided so that the door opens only
in OFF position of switch. The switch shall confirm to IS 4047 and IS 4237.
HRC FUSES:
HRC cartridge fuse shall be of link type of power and control non-deteriorating
have adequate fault capacity to show health and trip condition fuses shall confirm
IS2208.
INDICATION LAMP;
The indicating lamp shall be of filament bulb types of 160V rating with series
resistance for different voltages. The oil and dust proof unbreakable suitable
polycarbonate lenses shall be used to improve appearance and illumination.
SELECTOR SWITCH:
The selector switch shall be with three position & off units designed for heavy-
duty application and handling for robust design. The required position shall be engraved
in the front plate.
Acceptable make- Keycee, L&T.,Siemens
POWER FACTOR IMPROVING CAPACITOR :
The capacitor shall be suitable for operation at 440/400V 3 phase 50 Hz supply
and variations in supply as mentioned elsewhere. The capacitor shall be mixed dielectric
or poly propylene low loss type.
The capacitor shall be supplied in hermetically sealed unit each of same capacity
with non-inflammable and non-oxidizing synthetic impermanent if used and shall be
complete connected with switch fuse unit and earthing devices. HRC fuses and self
discharging, resistance connected with common bus bar with adequate capacity. The
capacitor shall be designed to withstand electro-dynamic and thermal stresses caused
by transit over current during switching. The capacitor banks shall be of robust design
and shall confirm to IS 2834.
The capacitor bank shall be mounted on a base fabricated from 50 mm X 6 mm
angle and shall be installed as directed by Engineer in charge.
242
Contractor No. Of Correction Engineer In Charge
RUBBER MATTING:
The 22 kV 6 mm thick 1 meter width rubber mating of approved make shall be
provided for panel boards and starters.
QUARTZ WATCH :
Providing and installing the Quartz watch with required setting, having figure of
SBC 50 mm, and shall be fixed on panel. Rectifier of suitable capacity if necessary shall
be provided and fixed without any extra cost.
HOUR METER:
Hour meter with totaliser shall be provided for measuring pumping hours of each
pump set.
Item No. 13 : FULLY AUTOMATIC A.T. STARTER
Providing, installing and commissioning fully automatic air brake contactor type
floor mounted auto-transformer starter locally assembled, having oil immersed copper
wound auto-transformer with first filling of good quality of transformer oil, oil gauge, level
indicator, drain plug, etc., and shall be provided with 50% 65% and 80% tapping. It shall
be suitable to accelerate the pump (item No.1) to full speed with 65% tapping. Magnetic
Over-load relays and Under-voltage relays, complete and duly installed in position as
directed including all misc. materials and hardware to complete the job shall be
provided. Wiring connection shall have feature to prevent Zero voltage condition while
changing from tap to full voltage.
The starter shall be suitable for motor to work at 375 – 440 V, 3 Ph, and 50 c/s
electric supply. The starter shall be provided with negative sequence current operated
single phasing preventer. One suitable scale Ammeter of 300 Amp shall be provided on
the starter. The rating of the main contractor shall not be less than 200 Amps and of
auxiliary contactor shall not be less than 110 Amps. Indicating lamps for ON & OFF
indications shall be provided. The starter shall be installed in position on C.C. (1:2:4)
foundation or on channel frame. The complete job should be executed as required and
as directed by the Engineer in charge, complete with painting with conventional paint.
The item includes the required tested transformer oil for first filling with test certificate
and test and trial. Suitable size cables end boxes for incoming and outgoing terminals of
the starter shall be provided. The starter shall be designed for minimum 6 operations/hr.
243
Contractor No. Of Correction Engineer In Charge
uniformly distributed with equal period of interval over an hour. Cubical box for starter
size 1.25 M. height 0.75 M. width & 0.45 Mtr. Depth.
The contractors shall be made of 200/110/110 rating anti-shield silver cadmium
oxide and contact system shall be designed with minimum balance to ensure long
contact life. Hour meter shall be fixed.
The starter shall be got tested from third party inspecting agency approved by M
JP& witnessed by competent authority of MJP at manufacturers work. Field test shall
be carried out in the presence of competent authority.
The manufacturers test repot, O&M manual with circuit diagram shall be supplied with
each starter.
Make- As per List Attached
Item No. 14 (A,B,C,D,E ) : CABLE AND CABLING.
A) 3.5 Core x 185 Sq.mm Aluminum conductor PVC / XLPE insulated armoured cable to
be laid in Double run from transformer to main panel.
B) 3 core x 120 sqmm Aluminum conductor PVC insulated armoured cable to be laid
from panel to ATS starter to 90 H.P. motor.
C) 3 core x 10 sqmm Aluminum conductor PVC insulated armoured cable to be laid
from panel to FASD starter and starter to 20 H.P. motor.
D) 3 core x 16 sqmm Aluminum conductor PVC insulated armoured cable to be laid
from panel to capacitor.
E) Lugs and Glands :- Providing fixing all cable ends as per requirement the cable
lugs and the cable glands of required size etc comp.
This includes the work of providing, laying & jointing PVC sheathed, PVC insulated
aluminum conductor armored cable of approved make. Cable shall satisfactorily
withstand without damage due to transportation to site, installation at site, cabling from
control switch board to different motors, capacitors and operation under normal and
short circuit condition of various system to which the respective cables are connected
when operating under climatic conditions prevailing at the site.The cable length shown
244
Contractor No. Of Correction Engineer In Charge
in schedule B is tentative and can be vary on both side. Payment will be made as per
actual supply and laying.
The cable shall be aluminum conductor PVC insulated and sheathed galvanized flat
steel wire armored cable. Cable shall confirm with IS 1554. The cable shall be suitable
for satisfactory performance when laid on trays or through conductor under a power
supply system, voltage variation of ± 10% of frequency variation ± 3%. The size and
length estimated for cables as per cable schedule are indicative only. The cable shall be
connected to the equipment’s with the help of water tight flange type cable glands.
All cable shall be supported by conduits or cable trays, trenches run in air or in cable
duct channel. This shall be installed in exposed & run parallel or perpendicular to
dominant surface with right angle turn made of symmetrical bend of fittings. When
cables are run on cable trays that they shall be clamped at minimum intervals of 2000
mm or otherwise as directed by the Engineer-in-charge.
Each cable whether power or control, shall provide with a metallic or plastic tag of an
approved type, bearing of cable reference number indicated in the cable and a conduit
list (prepared by the contractor) at every 5 M run or part thereof and at both ends of the
cable adjacent to the terminations. Cable routing is to be done in such a way that cables
are accessible to any maintenance and for easy identification. Shaft bending and kicking
of cable shall be avoided. The minimum ratio of PVC insulated cable 1100 V grade shall
be 1.5 D where ‘D’ is overall diameter of the cable. Installation of other cables like high
voltage co-axial screened, compensating, mineral insulated shall be in accordance with
the cable manufacturers recommendations, wherever cables cross roads and water,
special care should be taken or the protection of the cables in designing the cable
channel. In each cable run some extra length shall be kept at suitable point.
F) Trench :- Making a trench of suitable width and 0.90 m deep and laying provided
cable and refilling the same with screen sand bed of 0.20 m thick to embed the cable
and bricks to placed on both side lengthwise and top widthwise all over the cable run
and refilling the excavated earth without stone on hard material and making the surface
proper with 0.15 m crown on top .
Make- As per List Attached
245
Contractor No. Of Correction Engineer In Charge
Item No. 15 (A ) : TRANSFORMER : - 200 KVA
Providing erecting & commissioning out door type 200 KVA transformer of
average ratio 11 KV/0.433 kV, 3 phase, 50 C/S. Outdoor type oil immersed core type
naturally cooled copper winding distribution transformer vector group Dy - 11 with Off
load tap changing hence having locking arrangement with Godrej Navtal lock with
duplicate keys. Tap changing from –12.5% to + 2.5% in steps of 2.5% provided on H.T.
side shall be delta (D) and L.T. winding in star with neutral brought out. Outdoor type
open porcelain bushing on H.T. side and cable box suitable for 400 Sq.mm 3.5 core
cable with cable glands on LV side. The transformer shall be continuously rated for full
load and capable of taking 25% overload for short duration. Temperature rise in oil
should not exceed 45 degree ‘C’ above the ambient temperature. The transformer shall
be conforming to IS 2926/1962 bushing conforming to IS 2099/1962. The transformer oil
shall be as per reverent IS. The transformer oil should be provided with first filling of
best quality transformer oil, test report of filled oil should be submitted along with
transformer. The no load losses & load losses shall not be more than 500 Watt & 3000
Watt respectively. as per M.S.E.D.CL. Norm allowed.
Following accessories should be provided with transformer :
1) Off load changing gear.
2) Oil conservator with filling hole with cap and plain oil level gauge.
3) Silica gel de-hydrating breather charged with Silica Gel.
4) Oil drain valve.
5) 100 mm dia. Thermometer gauge.
6) Oil filter valve.
7) Lifting eyes/hooks.
8) Two earthling terminals.
246
Contractor No. Of Correction Engineer In Charge
9) Diagram and rating plate.
10) First filling of oil with di-electric strength of 50 kV as per I.E.rule
11) Four bi-directional plain rollers.
12) Air vent.
13) Explosion vent
The transformer shall be erected on PCC block at suitable height. Required civil
work shall be carried out as directed at the time of execution with channel guide and
stopper as required as per IS 1886 Indian electricity rule and as directed on site.
Cement will own cost of contractor.
Drawing of substation shall be submitted duly approved by competent authority to
this office for construction of civil work required for substation well in advance (with one
month from the date of issue work order.)
Routine test temperature rise test will be carried out in manufacturers work in
presence of Engineer in charge. Please refer Clause No. 43 of general condition.
Factory test certificate of transformer, oil test report etc. duly witnessed by departments
Engineers shall be given along with warranty certificate, detail drawing, manual etc.
shall be supplied in duplicate. No payment will be released in absence of this certificate.
: Additional Capacitor
Providing ,fixing & testing additional mix Di – Electric capacitor for improve the power
factor off- load condition with panel box fabricated out of 14 SWG sheet with painting
having required size as directed by engineer in charge . following accessories shall be
fixed in panel box . The panel box shall be installed in sub-station area by providing
proper cabling etc completed.
1) 20 KVAR Mix Di-electric capacitor
2) 630 Amp front operated MCCB
3) 630 Amp Aluminum Bus – Bar.
4) Pilot lamp set.
Make- As per List Attached
247
Contractor No. Of Correction Engineer In Charge
Item No. 15B : Foundation Plinth :-
Providing transformer plinth 1.50 X 1.50 X1.50 M in size with nesseary
excavation in ground at the botttem with 150 mm thick 1:2:4 ration cement concrete raft
at the bottem and top and 225 mm thk. Wall constructed in stone masonary and
remaining hallow portion filled by 1:5:10 ratio cement concrete , duly plastered 20 mm
thick of size including watering etc complete .
Item No. 16 : H.T. SUB_STATION (Four Pole ) :-
Pole structure made from 4 Nos. of ISMB 175 mm X 90 mm size having length of
9 Mtr . conforming to IS 2713/1664.
Required members made from MS channel of size 100 mm X 50 mm – 16 Nos.
for mounting disc insulator, lighting arrester, A.B. switch G.O.D,.D.O. fuse, pin insulator
suitable for 200 KVA transformer shall be provided and fixed on poles with suitable
clamps. Cement will be own cost of contractor.
Necessary leveling and spreading of 10 cm layer of metal in substation area shall be
carried out by the contractor.
Cement concrete foundation block for poles shall be carried out in cement concrete
1:2:4 by contractor as directed at the time of actual execution.
1) Disc insulator : 11 kV disc insulator for terminal of H.T. line. ----------- 12 Nos.
2) Lighting arrestor : 1 set of lighting arrestor consisting of 3 Nos. suitable for 11 kV
conforming to IS ------------------------------------------------- 1 sets.
3)A.B. switch G.O.D. : consists of outdoor off load triple pole Rocking / Tilting type
single break with hot dip galvanized iron base, post type H.T. insulator copper/copper
alloy high pressure tinned contacts. Plated MS arcing horn for breaking magnetizing
current GI pipe down rod, operating handle suitable for 11 KV conforming to IS with one
Godrej Navtal lock and duplicate keys shall be provided for locking ----------------------------
- 1 Sets.
2) Drop out fuses : D.O. fuses shall consist of (set of 3 Nos.) hot dip galvanized
channel iron base for insulator per phase with fuse carrier Bakelite tube non ferrous
248
Contractor No. Of Correction Engineer In Charge
metal part heavily tinned to withstand weather and spring loaded phosphor-bronze
coated with fuse element for 11 KV load. As per IS. two sets of fuse elements shall be
provided for maintenance ----------------------------------------------------------- 1 Sets.
3) Operating rod: D.O. fuse operating rod or four section socket head mounted on
synthetic rasin banded tube . Assembled length should be 6 mtr and when collapse
about 1.5 mtr. Rechargeable battery shall be provided for night operation.----------- --------
---------------------------- 1 sets.
4) Pin insulator: Pin insulator for 11 kV shall be provided A.B. switch and transformer
for supporting H.T. copper wire.------------------------------- 6 Nos.
5) Anti-climbing devices and danger board: As per I.E. rule should be provided on
each pole complete. Four pole structure and accessories should be painted with one
coat of anticorrosive primer and two coats of aluminum paint. -------2 Nos
6) Superior quality, Extra thick alkathine pipe 10mm, dia shall be provided and used to
enclosed bare conductor wire 30 mtr.
7) Hard drawn copper wire solid conductor of 6 SWG shall be supplied and used for
connection between M.S.E.D.C.L.. point of supply of H.T. side to Bushing of 160 KVA
transformer as per requirement. ------------------ 10 Kg.
8) Enameled iron sheet 18 gauge caution board of size 200mm X 150mm as per IS
2552/1982 in Hindi / Marathi shall be fixed at suitable places.---------------10 Nos.
9) Pole clamp : M.S. pole clamp pole clamp made from 50 X 10 mm flat for pole or
pipe post complete erected with 15 mm bolts and nuts .complete dually prepainted with
one coat of red oxide and two coat of al. paint ------------- 20 nos.
10) Isolator of 630 Amp MCCB 415 V with cabinet suitable for outdoor installation with
required bus bar shall be provided and erected in sub station.
249
Contractor No. Of Correction Engineer In Charge
FENCING & GATE:-
Providing and fixing fencing of each frame size 2.45 m (H) and 1.25m (L) made
from iron support of angle 50mm X 50mm X 6mm with 2.5 sq. m Chain link jali made
from G.I. wire 4 mm dia. The frame shall have extended angle of 400mm to be grouted
in C.C. foundation of 200 mm X 300 mm X 500 mm size. The frame shall have welded
spikes to work as anti-climbing devices. Angle iron supports frame shall be at every 1.20
mtr grouted in C.C. foundation overall size of substation shall be 7mtr X 9 mtr. two Nos.
Gate shall be fabricated from 40 mm G.I. pipes in two half, each half of 2.5 m(H) X 1.5
m (L) shall be supported on hinges and fixed to RSJ channel support. One pilot wire
mesh of size 1.00 m wide shall be provided as per direction of Engineer-in-charge. & 7
liver Navtal Lock shall be provided for locking arrangement of gates
All iron work shall be painted with one coat of primer and two coats of aluminum
paint. .( 8 nos. of angle corner supports shall be fixed.)
Item No. 17 : SAFETY EQUIPMENT:-
1) Supplying G.I. bucket, round bottom duly painted 13 liters capacity and filled with
dry sand and kept on provided stand or wall hook/duly painted with one coat of red
oxide and two coats of post office red paint. -----4 Nos.
2) Supplying floor mounting stand for keeping 4 Nos. of buckets 1.5 mtr length 1
meter in height and 2 mtr. Width made out 40mm X 40mm X 4mm angle iron welded
with 4 hook and duly painted with one coat of red oxide and two coats of red enamel
paint. -------------------1 No.
3) Supplying and erecting approved make chemical fire extinguisher 5 kgs capacity
erected on wall/ column with necessary clamps made out of 50mm X 6mm M.S. flat with
nut bolts grouted in wall/column complete 4 Nos. The extinguisher shall be provided.
---- 2 nos
4) Providing printed instructions charts for treating persons suffering from electric
shock printed in English and Marathi duly framed with glasses ------
2 Nos.
250
Contractor No. Of Correction Engineer In Charge
5) Supply of standard first aid box with all the standard contents. --- 2Nos.
6) Emergency lamp with recharabale dry battery with all asserious --- 2 Nos.
7) Pair of rubber hand gloves suitable for working on 11 kV supply.-- --2 Nos.
8) Rubber matting 6 mm thick suitable for 22 kv supply – 2 sqmtr
ITEM NO.18 (A) :- Earthing
Supplying & erecting 2.5 mtr. long 40 mm dia G.I .pipe with perforated cross
holes at 150 mm center to center the hole the Galvanized cast iron earth plate of size
60X60X0.6 cms buried in specifically prepared earth pit 3.50 Mt. below ground level with
alternate layers of charcoal and salt with 1mtr. long 19mm dia GI pipe with funnel with a
wire mesh for watering and brick masonry chamber 30cm,X 30cm & 25 cm deep with
C.I. cover complete as per para 73 of IS 3043 with necessary length of earth strip bolted
with lug to the plate and connected to the nearest switch gears with socket as per
direction and duly tested by earth tester and recording the results.
Item No. 18 (B) : EARTHING STRIP (G.I.):
Supplying and erecting earthing strip of different sizes used for earthing and
laying in ground, trench or erected on the wall with necessary clamps fixed on the wall
joints painted with bituminous paint in an approved manner.
Item No. 19 : ELECTRIFICATION TO PUMP HOUSE:
The item includes electrification to pump house. The wiring shall be done in
copper conductor 1.5 Sq.mm wire, PVC insulated only. PVC conduit flat of suitable size
shall be used for encasing. Following electrical fittings shall be provided :
The following electrical equipment shall be provided & fixed.
Internal Electrification
4. 2 nos X 18 watt CFL Street light fitting with Energy Efficient – 7 nos
2 . Out door type Fluo fitting 1X 40 watt tube bracket etc. – 4 nos
251
Contractor No. Of Correction Engineer In Charge
3 . Supplying and erecting Pedestal Fan 600 mm sweep qscillating type suitable to work
230 Volts 50 cycles 1440 RPM with speed regulator – 2 nos
4 . Exhaust Fan heavy duty 230 Volts AC 50cycles 450 mm 1400 RPM complete to be
erected as directed by Engineer- in – charge.
5. Bulkhead fitting cast alluminium enameled body with 25 watt CFL – 2 nos
External Electrification
1.150 watt HP S.V. street light lamp fitting with bracket fixture etc. erected on pole G.I.
heavy duty 80 mm- 6 mtr. long with all required accessories & cable – 2 Nos ( To be
installed on pole) & 2 no. to be erected on wall of pump house as directed by Engineer-
in-charge.
Pole foundation :- Providing CC foundation including excavation of the pole with 60 X 60
cm and 180 cm deep in 1:3:6 cement concrete (20 to 25mm stone metal )and 45X
45X45 cm plinth duly plastered and with necessary curing and finishing etc comp.
5. Required size aluminum conductor PVC cable shall be provided & laid Suitably
with required Kit-Kat fuse on poles or wherever required.
6. Supplying pedestal fan 600 mm sweep oscillating type suitable to work on 230
Volts 50 cycles 1440 RPM with speed regulator-1 No
Item No. 20 : PROVIDING TOOLS:
Providing hand tools as mentioned below :
1) Double ended open jaws spanner of selected carbon steel and chrome plated
size 6-32 mm (set of 12 pieces) ---------------------------------------------------- 1 set.
2)Ring spanner set (bi-hexagonal) shallow half set selected carbon steel and chrome
plated size 6-32mm (set of 12 pieces) --------------------------------- 1 set.
3) Hacksaw frame with blade ---------------------------------------------------- 1 No.
252
Contractor No. Of Correction Engineer In Charge
4)Insulated combination cutting pillar 150 mm ----------------------------------- 1 No.
5) Ball pen hammer 800 grams ------------------------------------------------------- 1 No.
6)screwdriver electrical patterned blade for selected steel chrome plated size
8 X 200 mm ---------------------------------------------------------------------------- 2 No.
6 X 300 mm -----------------------------------------------------------------------------2 No.
9)screwdriver Engineering patterned blade for selected steel chrome plated size
5 X 200 mm ---------------------------------------------------------------------------- 2 No.
5 X 300 mm -----------------------------------------------------------------------------2 No.
10) Adjustable screw-wrench 300 mm ------------------------------------------------ 1 No.
11) Tabular box spanner set -------------------------------------------- 1 No
11) Long Nose Player ------------------------------------------------------------------- 1 No
13) Electric supply tester ------------------------------------------------------------------ 1 No.
14) Pipe-wrench stilton pattern selected carbon steel
450 mm --------------------------------------------------------------------------------- 2 No.
600 mm ---------------------------------------------------------------------------------- 2 No.
15) Tong tester 0 – 1000 Amp, 0 – 600 Volts --------------------------------------- 1 No.
16)Insulation tester (megger) 100 Volts.1000 ohms ------------------------ 1 No.
17) Hand operated crimping tools 65 Sq.mm to 500 Sq.mm.-------------------- 1 No.
18) Earth tester 4 terminal of range 0-10-100-1000-10000 ohm--------------- 1 No.
19) Tool box M.S. of size 50x30x30 cm---------------------------------------------- 1 No
253
Contractor No. Of Correction Engineer In Charge
20)Steel level 300 mm -------------------------------------------------------------------- 2 No
21) Electronic continuity tester ----------------------------------------------------------- 1 No.
Acceptable make – As per sheet attached
Item No.21:- GANTRY ARRAGEMENT :
5. Providing and Erecting Hand operated 2 MT capacity 6 M. lift Geared travelling
trolley, lift tested to 50% overloading.
B) Providing fixing ISMB 300 in pump house for mounting geared monorail trolley
girder shall be fixed in walls exactly on the top of the pump sheets this item includes
required civil work
C) 2 Ton capacity triple spar gear C.P. block with swiveling hook having lifting range of 6
M and load chain.
The convene of department the item includes the operation during trial and other testing
material etc.
ITEM NO.22:- Name board
Supplying and erecting G.I./ M.S. sheet of 18 gauge, size 1.0 mtr x 0.6 mtr duly
painted with red oxide and enamel black painted back ground fixed on T.W. batten
frame letters should be written in Marathi in white colour. Following details of pumping
machinery should be covered on board Qty 1 No.
Maharashtra Jeevan Pradhikaran Works Division, Jalgaon
Name of Scheme :-
Details of Pumps :-
Sr. No. :-
Head in meter:-
Discharge in LPM :-
Details of Motor:-
Make:-
Sr. No.:-
H.P.:-
254
Contractor No. Of Correction Engineer In Charge
Starter:-
Type & Make:-
Relay Range:-
Name & Address of Supplier:-
Item No23:- Electro Magnetic Flow Meter
Providing , installing and commissioning of electromagnetic flow meter with accuracy
±±±± 0.5 % of measured value and protection as per given specification including sensor,
transmitter, surge arrestor, cable duct, separate / PVC of 25 mm dia for 25 mtr. The job
include the pipe cutting, levelling and installation of flowmeter in the pipe line with
necessary tools, trakles, cranes etc. As may be required @ site and based on technical
specification.
2) 200 mm dia. ---------------------- 1 No. (For VT Pump. )
3) 200 mm dia. ---------------------- 1 No. (For CF Pump. )
Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN 10 rating
from CS-1 No.
2) The sensor coil housing shall be lP- 68 This protected against external magnetic
field.
3) The transmitter shall have one current 4mA-20 Ma output.
4) The current output shall be galvanic ally/optically isolated. It shall be fitted with
switched mode power supply capability 85-260 V & 45-65 Hz to cope with power
transients without damage.
5) Signal & power cables not more than 50 Mtrs length/each.
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating: Suitable conduit
duct for route rig of cable with suitable digging, laying & concealing the duct- 25
Mtrs/each.
255
Contractor No. Of Correction Engineer In Charge
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous
operation-I No.
8)Data storage capacity with built in or separate for date time, actual flow rate, totaliser
and error messages if any with storage capacity of 120 days at 5 minutes interval data
logging- I No.
9)21 inch ,80 column Dot matrix printer of EPSON, WIPRO or Hewlett Packard make
with printer interface unit for printing of stored data as per 8)- 1 No.
10) proper earthing shall be provided for protection against high voltage surge.
11) Suitable over voltage protection unit for protection of instrument from higher voltage
(up to 275 V — 300 VAC)
B) Working Conditions & Specifications
a) Water Temp.: 10°to 50°
b) Water Quality: Raw water, turbid in nature Portable chlorinated water.
c) Operating pressure: 10— 15 Kg/cm 2
d) Pipeline MOC: Cl, DI, MS with/without mortar lined, Non-metallic pipes. HS & PSC.
e) Pipe condition: pipe shall be running full. Full Bore Bi-directional Electromagnetic
Flow meters shall be designed, manufactured & calibrated to International standards
with accuracy of +/- 0.5% of reading.
g)The supplier should have full lSO-9000 series accreditation & full it actable calibration
methods to either of the two primary standard means of testing
i.e. mass (ISO 4185) or volume (ISO 6817).
256
Contractor No. Of Correction Engineer In Charge
h) Each meter shall be wet calibrated at the place of manufacturing with 3 point
calibration at sufficient flow rates. The testing facility shall be duly accredited in
accordance to ISO 17025.
I) The sensor shall be of standard length as per ISO 13359.
j) The sensor shall have built in stainless steel grounding electrode & empty pipe
detection. Any ground probes, rings flanges or straps will be strictly not acceptable.
k) The liner material shall be either, Certified Hard Rubber (HR) with Drinking water
approval or Polyurethane (PU) & Teflon.
l) The sensor & transmitter shall be capable of working in tropical environment.
m)The meter body shall be flanged or with custom connector as per the requirement
water designs will not be acceptable.
n) The housing of flow meter shall be Dicast Alluminium painted steel with suitable anti
corrosive paint.
o)The flow meter shall be suitable for both submergence as well as burial installation
and shall withstand all necessary natural shocks.
p) The transmitter & sensor shall not have any EMI interferences in the actual flow
meter reading.
q) The transmitter shall be wall mounted type with a 2 line display for the indication of
Actual Flow rate & totalized value. The material enclosure shall be sufficient to
guarantee of 5 year operation life.
r) The transmitter shall be capable of fully programmed with push buttressing HART
communicator. It shall have a set-up menu so that all relevant parameters
may be user-set from the self-prompting driven menu.
257
Contractor No. Of Correction Engineer In Charge
The repeatability shall be 0.1% or reading or better, minimum +1- 0.5mm/s.
s) The transmitter shall have one scale pulse output.
One current (HART) output. The current output shall be galvanically isolated. It shall be
fitted with switched mode power supply capability 85-260 V & 45-65 Hz
to cope with power transients without damage.
t) The totalized value shall be protected by EEPROM during power outage, and utilizes
an overflow counter.
u) The flow meter shall be provided with remote display suitable without any signal
booster/amplifier for distance up to 150 Meters. for online MIMIC
C)Sensor / Transmitter cable of following specification:
3 x 0.38 mm2 PVC cable with common, braided copper shield 0.7mm dia) & individually
shielded cores-with empty pipe detection 9 EPD) 4x0.38 mm2 PVC cable with common,
braided copper shield 0.7mm dia) & individually shielded cores. Conductor
resistance <I 420 p21m permanent operating temperature 20+/- 80
b)Repairs/replacement of components/spare parts as may be necessary during the flow
meter inspection.
c) Free replacement of the spare parts & consumables as necessary.
d)Emergency visit to site within 48 hours for attending any major trouble shooting and
break
downs.’
e)Technical training/trouble shooting training to the user by the supplier.
f) Providing complete technical details on instrument with necessary manuals.
258
Contractor No. Of Correction Engineer In Charge
D)General Terms and Conditions:
a)General specification with accessories ( except required for each type of meter
specified) working conditions, mandatory accessories, calibration, inspection testing
manufacturers test certificates, installation & commissioning guarantee & training shall
be common for all flow meters as mentioned above. The additional /optional accessories
mentioned above to be considered as per project & site requirements.
b) The above prices are inclusive of import duty as applicable in year 2010.
c) The above prices inclusive of countervailing duty (CVD) as applicable in year 2010
with education cess of 2% on CVD. Also includes necessary charges for customs
clearances clearing & forwarding charges in India.
d) The above prices are includes local inland transportation from manufacturer’s
godown/customs godown up to sites anywhere in Maharashtra.
e)The above prices includes necessary packing & forwarding charges as applicable for
each project.
t) VAT 12.5% currently applicable are included in above rates.
g) Octroi charges are not included in above rates & shall be as per actual which will be
included wherever applicable in estimates for meter up to site storage.
h)The above prices are inclusive of Marine and inland insurance of flow meters up to
site storage.
i) Meter shall be procured with prior permission from concerned Superintending
Engineer/Chief Engineer.
j) Planning for installation of meter shall be done during execution of pipe work. Straight
pipe length of 5 D or more on upstream side and 2 D or more on downstream side of
meter is necessary( D is diameter of flow meter) The meters shall be installed so as to
have a linear flow with pipe running full.
259
Contractor No. Of Correction Engineer In Charge
E) Calibration, Testing & Inspection
The flow meters shall be pre-calibrated at the manufacturer’s place as per
international standards given above. Additionally as may be required 10%
of total supply lot shall be inspected tested at below mentioned institutes in India to be
carried at manufacturer’s place.
Testing in India
e. FCRI , Palakkad
f. IDEMI, Mumbai
g. CWPRS, Pune
Manufacturer’s Guarantee, Certificate & Training the flow meters shall be supplied
with manufacturer’s test certificate as per international standards given above.
Calibration certificates with 12 months guarantee for the trouble free performance &
give adequate training for handling flow meter & installation in field so that trainees can
carryout the job independently.
D) 6 Month’s 0 & M towards flow meter &. Accessories:
C)Sensor / Transmitter cable of following specification:
3 x 0.38 mm2 PVC cable with common, braided copper shield 0.7mm dia) & individually
shielded cores-with empty pipe detection 9 EPD) 4x0.38 mm2 PVC cable with common,
braided copper shield 0.7mm dia) & individually shielded cores. Conductor
resistance <I 420 p21m permanent operating temperature 20+/- 80
b)Repairs/replacement of components/spare parts as may be necessary during the flow
meter inspection.
c) Free replacement of the spare parts & consumables as necessary.
d) Emergency visit to site within 48 hours for attending any major trouble shooting and
break downs.’
e) Technical training/trouble shooting training to the user by the supplier.
f) Providing complete technical details on instrument with necessary manuals.
260
Contractor No. Of Correction Engineer In Charge
Item No 1 ( a ) :- Designing and constructing RCC Sump etc complete.
WATER RETAINING STRUCTURES SUCH AS ESR / SUMP. ETC CAP-3.05 Lakh Lit.
WATER RETAINING STRUCTURES SUCH AS ESR GSR / SUMP. ETC
a) Constructing Storage Reservoirs viz. ESR, GSR, SUMP on Contractor own Design.
1) The Reservoir will be a covered RCC container supported on RCC column with
footing and intermediate braces, etc. as per drawings.
2) Suitable MS ladders spiral stair for ESR of capacity 3, 00,000 liters and above with
landing at regular intervals for approach to the gallery and top slab of ESR shall be
provided.
RCC cantilever catwalk (Gallery of 1.0 meter width GI pipe railing shall be
provided a floor level. preferably at junction of floor slab and vertical walls.
Ventilators shall be provided on top slab of ESR.
One number of CI Manhole frame and cover shall be provided and fixed in the
roof of tank and at catwalk way.
One M.S. ladder shall be provided and fixed for access into the tank through
manhole left in the roof. Ladders shall be provided as per specifications. Water level
indicator assembly of approved type shall be provided and installed.
Lightening arrestor as per IS specifications and conforming to I.E. Rules shall be
provided and fixed .Vertical and horizontal piping of C.I. flanged ,pipes, C.I. specials of
required sizes for inlet, outlet and overflow arrangements together with suitable sluice
valves shall be provided as per drawings. For washout one tee shall be fixed on the
outlet pipe with one valve of suitable .Diameter
Sluice Valve of required size shall be fixed for inlet, outlet and washout. These
valves shall supplied by the Contractor conforming to relevant ISS and of makes
approved by M.J.P .Required no. of B.B .masonry chambers of size 0.45 x 0.9 M with
manhole frames and covers shall be provided and constructed at suitable locations for
sluice valves.
Water proof cement plaster of CM 1:2 proportion 20 mm thick shall be provided
for inside surface of the tank; including roof slab bottom.
outside surface of tank, exposed faces of columns, braces, beams catwalk
bottom portion slab and any exposed surface of the tank shall be provided with smooth
finish and then three coats of approved shade of Snowcem paint as per colour scheme
approved by the MJP shall be rendered.
Letters indicating capacity of tank, name of scheme and year of construction shall
261
Contractor No. Of Correction Engineer In Charge
be .either embossed or engraved on vertical wall of tank and shall be painted with
suitable shade of oil paint in two coats.
On completion of work hydraulic test or water tightness test shall be given as per
standard specifications. Therefore, required water arrangements shall be made by
Contractor at his own cost.
3) Since this is lump sum offer, the interim payments will be given as per standard
specifications. Therefore, required water arrangements shall be made by Contractor at
his own cost.
Since this is water retaining structure, Contractor shall give a satisfactory
hydraulic test of the tank. This test shall be considered as water tightness test and
accepted if the structure appears bone dry form outside after filing with water up to full
supply level and the dram in water levels is not more than 40 mm in 7 days. For this
purpose the water filling arrangements shall be made by the Contractor at his own cost
including cost of water pumping arrangements. etc.
If during testing and damages occurs to the structure, it will be the responsibility
of the Contractor to rectify the same. Until satisfactory water tightness test is given on
completion of work, interim payments to be made at different stage of works, up to 90%
shall be released on completion of work and remaining 1 0% after giving required water
tightness test.
MATERIALS REQUIRED FOR CONSTRUCTION
1.SAND METAL AND BRICKS.
sand, metal and bricks of best variety within a lead of 30 km. will be insisted. Samples
of these will have to be got approved prior to use on work
2. CEMENT
Ultra tech OPC ( 43 Grade) cement in Jute/PVC bags (weighing 50 kg. each) shall be_
used for all water retaining structures.
3. REINFORCEMENT,
The steel to be used shall be of grade Fe-250. Fe 450 as per design. The Contractor
shall have to procure the steel form open market. The steel procured by Contractor
shall be only tested one and the Contractor shall produce manufacture's test certificate
Without which it shall not be accepted. further the Contractor shall .arrange to get
262
Contractor No. Of Correction Engineer In Charge
tested any samples from steel brought at site by him in Laboratory at his cost and result
should by submitted to the CMC. Defective steel brought by Contractor shall be
rejected and will not be allowed to be used..
At least three samples of each diameter should be tested from every 5 tonnes or
part thereof. Tested lots only will- be permitted to be used.
4 CONCRETE
The PCC ( and RCC works shall be as per IS 456/2000 Concrete mixer shall be used
for preparing concrete. Vibrator shall be used to consolidate concrete while placing in
position.
While concreting. Representatives samples in form of test cubes shall be taken by the
CMC. Supervisor and shall be tested under his supervision. Charges of testing shall be
borne by the Contractor and will be recovered from bills payable to him.
5 WATER LEVEL INDICATOR ASSEMBLY.
Mercury water level indicator with 15mm dia, required G.I. pipes (Medium Duty) stop
cocks ( 2 Nos). necessary fixtures. suitable for staging height up to 15 M and water
depth up to 5 M to represent depth of water in tank; etc. shall be. provided-and ,fixed by
the Contractors as per direction of CMC. The indicator should be fixed to exterior face
of column at about 1.5 m above ground level at site or as per requirement of Engineer
in charge.
6. LIGHTENING ARRESTOR
Lightening arrestor conforming to IS and Indian Electricity Rules shall be provided. The
lowermost portion of tape for 2 metre above ground level and 2 meters below ground
level shall be enclosed by 50 mm GI pipe of Medium class.
7 PIPE RAILING AT FREE END OF CATWALK
Railing shall be of GI pipes B class not less than 25 mm diameter in the three rows and
shall be fixed in position to RCC posts or M.S. angle posts of size 65mm x 65 mm x 6
mm. 1.0. meter in height, located at a maximum distance of 1 M. clc. The railing and the
posts shall be provided with two coats of oil paint of approved shade.
263
Contractor No. Of Correction Engineer In Charge
8.M.S.LADDER
One number of M.S. ladder shall be provided and fixed to give access into to tank
through manhole in the roof slab. The ladder shall be comprising of 65 mm x 6mm
M.S. angles placed at 45 cm. apart with 16 mm diameter M.S. bars in double rows as
steps at 20 cm. clc .
9. CENTERING WORK
Before starting the work of ESR, the Contractor should submit design of centering and
its detailed drawings for approval by CMC. This set of drawings shall be kept at site.
This conditions shall be applicable for the ESR with Contactor's design.
264
Contractor No. Of Correction Engineer In Charge
B)- SPECIFICATIONS AND DESIGN CRITERIA FOR RCC ESRS/ GSRS / SUMP
WITH CONTRACTOR'S OWN DESIGN.
DESIGNING. PROVIDING AND CONSTRUCTING RCC E.S. R.
1 GENERAL NOTE
1.1 The contractor shall quote his offer in Schedule 'B' for the complete work of con
strutting RCC ESR to be carried out as per his own design based on given data i e he
shall tender the offer in Schedule 'B' for construction of elevated tank of required
capacity including fixing pipes, specials, valves and providing and fixing, lightning
conductor, C.I manhole frame and cover, water level indicator ventilator, etc. complete
with his own design and drawings. The design shall be got checked from the institutes
like Engineering College remarks shall be complied and scrutiny charges, shall be borne
by the Contractor.
1.2 The contractor shall submit the name, qualifications and experience of design En-
gineer who has prepared detailed RCC calculations or who will prepare design and
drawings on acceptance of the tender. The authorized representative of the designer
will have to inspect and certify the works at foundation level and every beam level.
1.3 The design Engineer has to prepare and submit a note on design methodology and
construction and drawings in two copies though the contractor.
The note should indicate general description, and salient features of the design covering
the following points.
1. Capacity
2. Shape and type
3. Staging height of tank indicating various levels
4. Safe bearing capacity assumed in the design or safe bearing capacity of strata based
actual investigation report of laboratory and type of foundation provided with proper with
proper justification.
5. Maximum and minimum subsoil water level.
6. Site plan showing location of ESR.
7. Line diagram showing dimensional and sectional elevation with important levels.
8. Design parameters proposed to be adopted for detailed design.
1.4 This note on design will be subjected to thorough check by the Engineer in charge
265
Contractor No. Of Correction Engineer In Charge
of the owner and the tender will be accepted and work order issued by the competent
authority only after verification that the design to be offered will fulfil the requirements of
the design as per tender specification.
1.5 After acceptance of tender, the contractor will have to submit three copies of detail
design and drawings of the structure within 30 days of acceptance of the tender.
1.6 The Design Engineer will be required to attend the office of Engineer in charge for
preliminary discussion for scrutiny remarks, etc. whenever required with all reference
data books, IS specifications, etc. at his own cost.
1.7 It will be binding on the design Engineer of contractor to clarify, modify redesign
within 15 days of communication of remarks. Even though design will be approved by
owner, it will be the entire responsibility of the Design engineer and the Contractor.
1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design.
and drawing duly bound for use of the Owner. The Contractor shall also furnish the
details of steel requirement along, with program of execution for completion of work
within the time limit stipulated in the tender.
1.9 Security deposit of the tendered shall be forfeited if he fails of modify design as per
scrutiny remarks within specified time after Ievy_ of compensation as per tender
agreement.
1.10 Even though the design and drawing submitted by the Contractor are approved by
the Owner/ Engineer-in-Charge, the Contractor will not be relieved of his contractual
obligations to hand over the structure in sound condition, duly tested.
1.11 In case of any damage/ failure either during construction, testing or after
commissioning ., whether due to faulty design or defective construction, all repairs or
reconstruction of the structure shall have to be carried out by contractor entirely at his
risk and cost. No claim for such repairs/ reconstruction shall be entertained.
266
Contractor No. Of Correction Engineer In Charge
SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER RETAINING
STRUCTURE/GSR/SUMPS-STORAGE RESERVOIRS WITH OWN DESIGN
DESIGN CONDITION
The Contractor can alternatively quote his own design with following conditions.
1 The design of R.C.C. ESR shall be carried out by a designer having minimum
qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the
design and affix his name and stamp.
The design shall be carried out in conformity with following IS code.
a) IS 456/2000
b) IS 3370-Part I and IV
c) IS 875
d)IS 11682
e) IS 1893 with inclusion of seismic zones as per latest circular.
f) IS 1786 for cold worked steel high grade deformed bars.
( Tor steel of 415 grade and Mild steel grade I shall only be used.)
9) IS 13920/1993 for ductile detailing. applicable for ESR under seismic zone III,IV and
V (recent edition of IS shall be refered.)
h) IS Publication S.P. 34 (5 and T) 1987.
3. The free board shall be included in the depth of water for design purposes.
4 Minimum free board shall be 500 mm measured below bottom of roof beam.
5 Maximum actual water depth shall not exceed 5.0 M
6 Clear Cover for reinforcement shall be provided as follow:
a) Footing / Raft 50 mm at bottom and sides
40mm at top
b) Columns 40 mm
c) Branches ,beams, slab(Bottom and roof) 25 mm
vertical wall, gallery
7 Minimum thickness of container members shall be as below.
a) Bottom slab and vertical wall 200 mm
b) Roof slab 120 mm
8. The design and casting of container members which includes bottom and roof beams
,bottom Slab ,roof slab, vertical wall and gallery, shall be done in M 30 grade of
concrete(1:1/2: 1 proportion)
267
Contractor No. Of Correction Engineer In Charge
9. The staging of ESR (column, braces, footing / raft) shall be designed in M 25 Grade
of concrete (1:1:2 Proportion.) however, casting shall be done in M 30 grade of
Concrete (1:1/2 : 1proportion)
10. The staging shall be designed for ductile detailing as per IS 13920 /1993, whenever
applicable.
11 The width of braces shall be maximum of the following in case of Earth Quake Zone
III & above.
a) 250mm or
b) 75% of column side (column diameter in case circular column)
12. Minimum width of braces in case of Earth Quake Zone I and II shall be 200mm
13. Width to depth ratio in case of braces shall preferably be more than 0.30
14. Increase in permissible stresses in braces, for earth Quake /wind force design, will
not be allowed. .
15. The centre to centre distance between braces shall not exceed 4.50 M. At the joints
of braces and columns, the links to the column bars shall be tied properly and this shall
be thoroughly checked before concreting.
16.Wherever annular raft is provided, the inside and outside width of raft shall be
provided in such way that the centre of gravity of upward reaction shall co-inside with
column/ raft -beam centre.
17. Uplift pressure on the foundation of structure should be considered as per available
water table at site in rainy season however, minimum uplift up to 50% of depth of
foundation below ground level should be considered in the design.
18. 20 mm thick cement plaster with CM 1:2 proportion with water proof compound shall
be provided to the container from inside (including foot beam slab/ dome etc.)
19. The shape of container may be square or circular. Similarly the column shape may
also be square or circular.
20. Minimum size of column (width or diameter) shall not be less than 300mm Columns,
if required to be provided inside container, for supporting roof ring beams/dome/slab,
may be provided as per design requirements, following minimum cover requirements.
However the size shall not be less than 200 x 200 mm (or 200 mm dia)
21. Minimum dia of main bars in the footing shall be 10 mm and minimum clear distance
between reinforcing bars shall not be more than 180 mm.
22. Water density shall be taken as 1000 Kgl Cum and live load on gallery shall be
considered as 300 Kg / Sqm. Minimum load of water proof treatment on roof slabs shall
268
Contractor No. Of Correction Engineer In Charge
be taken as 100 Kg/Sqm.
23. The diameter, weight per meter, tensile strength and minimum elongation properties
of steel, brought by the contractor! supplied by the department, shall be got tested from
the approved laboratory before using it. It shall be used only when the test report
indicates that the steel is in accordance with the 1.5. specification and design
presumptions.
24 i) The inlet, outlet, overflow and by pass piping shall be of cast D.F. pipes only M.S.
pipes will not be allowed.
ii) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall
be from top to bottom as a vertical pipe assembly with proper drainage arrangement.
iii) for all duck foot bends for inlet, outlet and overflow arrangement, individual columns
with footings resting at foundation level of ESR. column/ raft shall be provided.
iv) The manhole frame and covers, provided in the roof slab, shall be of cast iron only.
Mild steel covers shall not be allowed.
The above four condition i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be of followed without
substitutes and equals. No M.S. piping and spout type overflow arrangement shall be
accepted, even if rebates, etc. are offered.
V )Inlet outlet. Bye pass and scour valves with chambers shall be provided. The
horizontal piping for inlet, overflow, bye pass up to 5 M from outer brace shall be
provided and laid without any extra cost.
vi) Lightening conductor, water level indicator, central ventilator and M.S. ladders/ RCC
staircase shall be provided as per Dept. specifications.
25 The design submitted by the Contractor, shall be got checked from the nearest
Government engineering College/ Government Polytechnic/ reputed Engineering
College / reputed consultants, for which the scrutiny charges shall be born by the
Contractor. The delay in checking design from the third party as above shall be treated
as the delay on the part of contractor for operation of tender clauses.
26 The Contractors who have already successfully constructed, tested, as per
provisions of 1.5. 3370, and commissioned minimum three no of ESR shall only be
allowed to quote for alternative offers for the work on own design basis.The Contractor
desiring to quote for alternative offer, based on their own design, will be required to
submit a certificate to above effect, at the time of pre-qualification. The certificate shall
be signed by an officer of rank not below Executive Engineer. The tenders shall be
269
Contractor No. Of Correction Engineer In Charge
invited, based on the departmental designs only, while those pre-qualified as above,
may quote alternative offer. The alternative offers shall be in the form of additional
amount / rebate in terms of fixed sum over the main offer. The main offer (Departmental
Design based) shall essential be quoted. The officer accepting the tender shall be
competent to decide whether to accept the alternative offer shall be accepted only in
cases where it is beneficial to the Chalisgaon Municipal Council .
27 Size of inlet, outlet, overflow, bye pass piping and vaves including scour valve shall
be specified as per actual requirements and makes of valves shall also be specified as
per standard practice.
28 Capacity of the container of the tank shall be volume of the water it can store
between the designed full supply level and the lowest supply level.
29 Height of staging shall be the vertical difference between lowest supply level and the
average ground level at the site of tank.
NOTE :- Above condition shall also be applicable for design of RCC ESR s of capacity
, more than 5.0 lakh litres and above except for condition at Sr. No.26 and with a
change in condition at Sr. no. 9, that the design as well as construction of staging
shall be in M 300 only( ie 1: 1/2: 1 Proportion)
RECTIFICATION OF DEFECTIVE MEMBERS
If it is found that certain members are defective and are found giving acoustical or
vibrational disturbance even though these may be structurally sound, rectification of
such member should be done by the contractor free of charge and to the satisfaction of
Engineer in Charge
270
Contractor No. of Corrections. Executive Engineer.
CRITERIA FOR DESIGN OF R.C.C. GROUND TANK /ESR
The structural design of water tank shall conform to the following standards,
specifications and codes of Practice of 1.S.
I.S. 456 Code of Practice for plain and reinforced concrete (latest edition)
IS: 875 Code of practice for structural safety of building, loading, standards
(latest edition)
IS: 3370 Code of Practice for concrete structures for storage of liquids
Pare I to IV (latest edition)
IS: 1893 Criteria for earthquake resistance design of structures (latest
edition)
Other ISS (latest edition)
2. GENERAL
Capacity of the container of the tank shall be volume of the water it can store between
the designed full supply level and the lowest supply level.
2.1 Free Board is the indication of space provided above full supply level and shall be
measured at a vertical distance above FSL up to soffit of beam supporting the roofs
slab/ dome. Free Board shall be minimum 50 cm below soffit of beam or slab, in case of
domed roof, free board may be reduced up to 15 cm.
2.2 The walls of container shall be designed for free board full condition.
2.3 The tank foundation and other members of the structure shall be also designed for
free board full condition.
2.4 Parts of the tank in contact _with stored water and enclosing water vapour above
F.S.L. shall be in concrete M 300 even in richer grade
2.5 The allowable bearing pressure Or safe bearing capacities are indicated in
Schedule B. The tenderer is, however advised to verify actual strata before tendering
and designing the structure and offer suitable design with full justification.
2.6 Not with standing anything mentioned above if directed by the Engineer in charge
the contractor shall carry out actual strata exploration as mentioned in para 0.2 of IS
1892 1979 through a Government laboratory and adopt bearing capacity so arrived for
the design.
2.7 The factor of safety be adopted as per clause 6.1 (a) of 15-6403-
1971.
271
Contractor No. of Corrections. Executive Engineer.
2.8 If the foundation consists of individual column footing minimum clear distance
between centre of column shall be equal to twice the width of footing and clear distance
between edges of footing shall be not less than width of footing. .
2.9 The foundation should be checked for negative pressure on soil due to combined
direct and bending stresses. Negative pressure shall not be allowed on the foundation
soil.
2.10 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B. shall
be as per the soil investigation reports of Governments institution /Government
approved investigators.
2.11 For the design of foundation of the raft type, the Plate Theory shall be adopted.
2.12 In normal circumstances, minimum 100 mm thick plain cement concrete with 100
mm projection all around in grade M.100 with coarse aggregate as metal shall be
provided as leveling course. Where injurious soils or aggressive water are anticipated
the leveling course shall be of grade not weaker than M-150 and if necessary sulphate
resisting or other special cement shall be used and the thickness of the leveling course
shall be kept not less than 150 mm. The ground level within the foundation area of the
structure shall be consolidated properly with suitable slope to drain out rain water.
outside the foundation zone. .
2.13 In the vicinity of mines, collieries and blasting sites or areas which may be
subjected to blast or shock, the tank shall be designed for dynamic forces adopted to
shock.
2.14 Column may be assumed as fixed at the top of footing.
2.15 Following shall be the minimum thickness of various members of the tank
container:
Roof slab 120 mm
Bottom slab 200 mm
Roof dome 80 mm
Vertical wall of container 200 mm
3 LOADS
3.1 For all RCC and PCC components unit weight of concrete shall be takes as 25000
N/Cum and 24000 N/ Cum respectively.
3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest revision.
272
Contractor No. of Corrections. Executive Engineer.
3.3 Seismic forces shall be as per IS 1893 (its latest revision)
4. DESIGN
4.1 Shape of structure shall be most economical as directed by Engineer in charge and
shall be selected depending upon site conditions.
4.2 Design shall be on the worst possible combination of various loads, moments,
shears, resultant stresses in the tank following cases.
iv) Tank full
v) Tank Empty
vi) Uplift pressure if any
Tank full means depth of water inside the container is up to full height of the container
including free boards. .
4.3 Design shall be based on accepted bases and methods of design as well as the
provisions of .IS 3.3.70, IS 456, IS 13.43, Code of Practice for pre-stressed concrete IS
2210. (Latest edition of IS shall be referred)
However, methods based on experimental investigation as mentioned in para 18.2 C in
IS 456 1978 shall not be entertained.
4.4 Design of members other than those excluded by Clause 5.4 above (ie. Roof ,walls
,floor, etc. of the container) shall be based on consideration of adequate resistant to
cracking as well as adequate strength . Calculation of stresses shall be as per para
3.3.2 of IS 3370 Part, II) (its latest revision). .
5. PERMISSIBLE STRESSES IN CONCRETE FQR RESISTANCE TO CRACKING
5.1 For calculations relating to the resistance of members to cracking the permissible
stresses in tension (direct and due to binding) and shear shall conform to the values
specified in Table 1 of IS 3370 {Part II}.he permissible tensile stresses due to bending
apply to the face of the member in contact with the liquid. In members with thickness
less than 225 mm and in contact with the liquid on one side, these permissible stresses
bending apply also to the face remote from liquid.
5.2 FOR STRENGTH CALCULATIONS
For strength calculations, the permissible concrete stresses shall be in accordance with
273
Contractor No. of Corrections. Executive Engineer.
Para 44 of IS 456/2000 where the calculated shear stresses in concrete alone exceeds
the permissible value reinforcement acting in conjunction with diagonal compression in
the concrete shall be provided to take the whole of the shear. The maximum
reinforcement shall confirm Clauses 25.5.1.1. and 25.5.1.2 of IS 456/2000
6. PERMISSIBLE STRESSES IN STEEL.
6.1 For strength calculations (concrete assumed to be cracked) the permissible stresses
in reinforcement shall be as per table 2 of IS 3370 (Part II) (its latest revision) For to
steel. the stress shall be as per IS 1786-1979 for cold worked steel high strength
deformed bars for concrete reinforcement or its latest revision.
6.2 The modular ratio 'm' for different concrete mixes shall be as under:
Grade of concrete Modular ratio 'm'
M: 150 19
M: 200 13
M250 11
M300 10
6.3 Modulus of elasticity of concrete EC shall be taken as 5700 Eck where EC is the
characteristic cube strength t of concrete in N/Sq. mm as per clause 5.2.3.1 of IS
456/2000
7. AGE FACTOR
Age factor for increasing strength shall not be considered for the design.
8. UNITS:
Design should be in Metric units only.
9 .DETAILING
9.1 MINIMUM REINFORCEMENT FOR WATER RETAINING MEMBERS
The minimum reinforcement in walls, floors, roofs in each of two directions at right
angles shall have an area of 0.3% of the concrete section in that direction for sections
up to 100 mm thick. For sections of thickness greater than 100 mm and less than 450
mm the minimum reinforcement in each of the two directions shall be linearly reduced
274
Contractor No. of Corrections. Executive Engineer.
form 0.3% for 100 mm thick sections to 0.2% for 450 mm thick section. For section of
thickness grater than 450 mm minimum reinforcement in each directions shall be kept at
0.2%. In concrete sections of thickness 225 mm or more, two layers of reinforcing steel
shall be placed one over each of the section to make up the minimum reinforcement
specified in this clause.
9.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in
case of high yield strenght deformed bars conforming to IS 1786 or IS 1139 (Latest
revision of 155 shall be followed.)
9.3 COVERS TO REINFORCEMENT
Minimum clear cover to reinforcement shall be as per is 456 and 3370 (Latest revision
shall be referred.)
For members of structure in contact with water effective cover shall not be more than 60
mm. for bars subjected to bending stresses. For bars subjected to pure tension the
effective cover shall not be more than 75 mm.
9.4 SPACING OF REINFORCEMENT
9.4.1 Spacing of reinforcement shall be as per para 25.3 of IS 456 /2000
9.4.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 'C’ of
IS 456/2000
9.4.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e. other
than temperature and shrinkage steel, shall comprise of minimum 8 mm dis. for ribbed
bars and 10 mm dia. for mild steel bars. For compressive members, the minimum dia of
main reinforcement shall not be less than 12 mm dia.
NOTE :- 1) In case of dispute regarding interpretation of any above clauses, the
decision of the owner or his representative will be final and binding on the designer and
contractor.
2) In case of any clause not included in the above criteria, the decision of the owner or
his authorized representative will be final and binding on the designer and contractor.
275
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 7 :- PURE WATER RISING MAIN
Item No 1,2 :- Providing and supplying P.V.C. pipes etc. complete.
The items includes Supply of PVC Pipes as per I.S. 4985/1988 with cost of third party
Inspection from agency Approve by M.J.P. ( third party Agencies are following)
1) M/S Iteng Engineering ( A Division of Dr Amin Controllers Pvt Ltd.)
2) M/S SGS India Pvt Ltd.
3) M/S Superintendance Company of India Pvt Ltd .
PVC PIPES :-
The PVC Pipes Shall be Confirming to the latest IS No 4985/1988 & Should be
get Inspected From Third Party Approved by the Maharashtra Jeevan Pradhikaran. In
case of PVC Pipes the above relevant Specifications shall apply the Cost of Jointing
Material is included in the item of lowering, laying & jointing of PVC Pipes. The Pipes &
Couplers should be cleaned thoroughly, cement solvent should be applied quickly as it
is fast drying. The Pipes Should be Self fit Types, The Surface temperature should not
be more than 45 degree C. Assembly Jointing should be done till male & Female ends
of Pipes are soft & Wet with Solvent cement, & Excess cement should be removed.
Following Setting time should be observed for newly jointed Pipes
30 Min Minimum @ 60 To 100 Degree F & Above ( 15 To 40 Degree C) .
1 Hours Minimum @ 40 TO 60 Degree F & Above (5 To 15 Degree C)
2 Hours Minimum @ 20 To 40 Degree F & Above (-5 To 5 Degree C )
4 Hours Minimum @ 0 TO 20 Degree F & Above (-20 To -5 Degree C )
Hydraulic Test
Suitable section as directed by the Engineer in charge shall be taken for such
testing from time to time during progress of the work and satisfactory test given for that
section. All testing apparatus, gauges, connections, etc and water required for testing
shall be arranged by contractor at his cost. The M.J.P. does not undertake any
276
Contractor No. of Corrections. Executive Engineer.
responsibility to supply water for testing, which the contractor has to arrange from the
municipality or otherwise by paying the required charges directly. The M.J.P. shall have
the right to recover such charges from his bills if complaints are received that contractor
has not paid the charges thereof. If there is delay in testing, the contractor shall refill the
trenches for the time being and reopen them at time of testing at his own cost, failure of
which shall entitle to do the refilling and reopening of trenches at the risk and cost of the
contractor. If the trenches are filled due to any reason whatsoever before testing the
contractor shall have to open them for testing at no extra cost.
1. Satisfactory hydraulic test shall be regarded when the section under test shall
withstand the pressure as specified by the Engineer in charge for about 15 minutes
without operating the test pump, the test pressure being maintained at the specified
figures during that 15 minutes interval.
2. The entire pipe line, specials and all joints in that section appear to be dry. The test
pressure shall be normally 50% higher highest working pressure for that particular
section.. The test pressure shall be as per circular no. MJP/RCC/322/ Dt. 31/12.97 vide
appendix IV
3. The criteria for maximum pressure up to which hydraulic test should be given as per
provision in the rei event latest I.S..S. for different types of pipes such as C.I./ M.S./
P.S.C.I P.V.C.I A.C. D.I. etc.
During testing if any joints are found leaky they shall be repaired and! or redone
by the contractor at his cost till the test is found satisfactory similarly, any pipes, collars,
specials, show hair cracks, leaks, etc. during testing, the contractor shall replace them
with sound pipes and specials together with new joints, entirely at his own cost, till a
satisfactory test is given. The pipe, specials etc which crack during testing will, however,
be supplied by the contractor, replacement free of cost. The hydraulic test shall be given
in the presence of the Engineer in charge..The mode of measurement of payment shall
be on Running meter basis.
Item No 3:- Providing and supplying P.V.C. specials etc. complete.
Specification as per Item No 1 above & also The items includes Supply of PVC
specials of required pressure & required diameter of standard PVC pipe manufacturing
company Item will be measured and paid on number basis. Excess specials will not be
accepted after completion of work at the time of final bill.
277
Contractor No. of Corrections. Executive Engineer.
Item No 4:- Providing and supplying D.I. Specials etc. complete.
Specification as per Item No 6 of Sub work no.1
Item No 5:- Providing and supplying M.S. Specials etc. complete.
Specification as per Item No 7 of Sub work no. 1
Item No 6 :- Providing , Supplying & Fixing Reflux Valves ……etc Complete.
Specification as per Item No 5 of Sub work no. 1
Item No 7 :- Providing , Supplying & Fixing Sluice Valves ……etc Complete.
Specification as per Item No 5 of Sub work no. 1
Item No 8 :- Providing and supplying Kinetic Double Orifice Air Valves etc
Complete.
Specification as per Item No 5 of Sub work no. 1
Item No 9:- Excavation in all types of strara etc. complete.
Specification as per item No 1 of Sub Work 1
Item No 10 :- Filling in plinth and floor murum bedding in trenches etc.
complete.
Specification as per item No 2 of Sub Work 1
Item No 11 :- Lowering ,laying and jointing D.I. pipes etc. complete.
Specification as per item No 7 of Sub Work 1
278
Contractor No. of Corrections. Executive Engineer.
Item No 12 :- Lowering ,laying and jointing P.V.C. pipes etc. complete.
Specification as per item No 1 of Sub Work 7
Item No 13 :- lowering ,laying and joining C.I.D.F Reflux Valves etc. complete
Specification as per Item No 5 of Sub work no. 1
Item No 14 :- lowering ,laying and joining C.I.D.F Sluice Valves etc. complete
Specification as per Item No 5 of Sub work no. 1
Item No 15 :- Providing and fixing Air Valve shaft etc. complete.
Specification as per Item No 11 of sub work . No. 4
Item No 16 :- Providing and constructing B. B. Masonry chamber etc. complete.
Specification as per Item No 9 of sub work . No. 1
Item No 17:- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 18- Refilling the trenches etc Complete.
Specification as per item No 10 of Sub work No 1
279
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 8 :- CONSTRUCTION OF R.C.C. E.S.R.(Cap- 3.0,2.0,1.5 Lac Lit)
Item No 1 :- Designing & constructing R.C.C.E.S.R. of different Capacities etc
Complete.
Specification as per Item No 3,4,9,10, of Sub work No. 1, Item No 9,15,17,23,25,27 of
Sub work No 2 . Also as per item No. 2 of Sub work no 5 of Sump.
SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER RETAINING
STRUCTURE ELEVATED STORAGE RESERVOIR WITH OWN DESIGN
DESIGN CONDITIONS
The Contractor can alternatively quote with his own design with following
1.The design of RCC ESR shall be carried out by a designer having minimum
qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the
design and affix his name and stamp.
2. The design shall be carried out in conformity with following IS code. (Latest
Revisions.)
1) IS 456/2000
2) IS3370-Part I and IV
3) IS 875
4) IS 11682
5) IS 1893 with inclusion of seismic zones as per latest circular.
6) IS1786 for cold worked steel high grade deformed bars. (Tor steel of 415 grade and
Mild steel grade I Shall only be used.)
7) 13920/1993 - for ductile detailing, applicable for ESR under seismic zone III, IV and V.
(Recent editions of IS shall be referred.)
8 )B.S.F . Publication S.P. 34 (S and T) 1987.
3 . Minimum free board shall be 500 mm measured below the bottom of the roof beam.
The free Board shall be included in the depth of water for design purposes.
4. Maximum actual water depth shall not exceed 5.0 M.
280
Contractor No. of Corrections. Executive Engineer.
5. Clear cover for reinforcement shall be provided as below:
Footing I Raft 50 mm and bottom and
sides,40mm at top.
Column 40mm
races, Beams, slab (Bottom and Roof) 25 mm
vertical wall, gallery
6.Minimum thickness of container members shall be as below.
a) Bottom slab and vertical wall _ 200 mm.
b) Roof slab 120 mm.
c) Roof dome 100 mm
7 . All members of container should be designed as "un cracked section" as per I.S.
3370.
8 The staging shall be designed for ductile detailing as per I.S. 13920-1993, where
applicable.
9. Column should be designed by "working stress method" and as per IS 456. it can be
checked by limit state method. Is: 11682-1985 should be followed for design of staging.
10 . Maximum center-to-center vertical distance between braces shall be as below.
(a) ESR/MBR of capacity 5.0 lakh litres and above 6 m
(b) ESR/ MBR of capacity less than 5 lakh litres 4.5 m
11. Brace at G.L. shall be provided without exception.
12 .Minimum diameter of column should be 400 mm for staging and 200 mm for columns
inside container.
Design of staging shall be done in M-25 grade of concrete. However, casting shall be
done in M-30 grade of concrete.
14 The minimum width of braces shall be as below_
a) 250mm or 75% of column side ( column diameter in case of circuar column) for ESR s
In earth quake zone III and above.
b) 200mm for E.S.R. in earth quake zone I and II.
15 Width to depth ratio in case of braces shall preferably be more than 0.3.
16 Increase in permissible stresses in braces for earthquake I wind force design shall not
be allowed.
17 Whenever annular raft is provided, the inside and outside distances of raft shall be
designed in such a way that the center of gravity of upward reaction coincides with center
of the columns I raft beam.
281
Contractor No. of Corrections. Executive Engineer.
18 Uplift pressure on the foundation shall be considered as per water table of site,
inrainy
season. However, minimum uplift pressure at 50 % of depth of foundation below ground
level shall be considered in the design.
19 20 mm thick cement plaster with cement mortar in 1:2 proportion, with water proof
compound, shall be provided to the container from inside (including roof beams and roof
slabs I Dome etc.)
20 The shape of container may be square or circular. Similarly, the column shape may
also be Square or circular. Wherever possible, the bottom and top of the container shall
be in the form of a dome.
21 Minimum diameter of main bars in the footing shall be 10 mm and minimum clear
distance between reinforcing bars shall not be more than 180 mm..
22 Minimum size of steel bars for bottom slab and vertical wall shall be 10 mm diameter.
23 Water density shall be taken as 100 Kg/m3 and live load on gallery shall be
considered at 300 Kg/m_ Minimum load of waterproofing treatment on roof slabs shall be
taken as 100 Kg/m3
24 The diameter, weight per meter, tensile strength and minimum elongation properties
of steel, brought by the contractor I supplied by the department, shall be got tested from
the approved laboratory, before its use. Steel shall be used only when the test report
indicates that the steel is accordance with the I.S.S. and design presumptions.
25. Minimum size of column ( width or diameter) shall not be less than 300 mm, column if
required to be provided inside container, for supporting roof ring beam/dome/slab may be
provided as per design requirement following minimum cover requirements. however the
size shall not be less than 2000x200 mm ( or 200 mm dia )
FOUNDATION
1 All columns shall have the same foundation level, as far as possible, in any case
the foundation level difference between any two columns shall not exceed 1.5 m .in such
case “Sway Analysis” of the staging shall be done and additional reinforcement 'or
increase in the sizes shall be provided, if necessary.
2 when Safe Bearing capacity at foundation level less than _15 mt/m² isolated column
footing shall not be allowed. In such case, only raft foundation should be provided.
282
Contractor No. of Corrections. Executive Engineer.
GENERAL
1 The inlet, outlet, overflow & bye-pass piping shall be provided as below
a) For ESR only C.I. double flanged pipes shall be provided.
b) For ESR the vertical assembly & horizontal pipe line from duck foot bend of
vertical pipe up to a distance of 8 m beyond external face of nearest column &
bypass arrangement shall be in cast iron double flanged pipes.
c) For ESR the horizontal piping for inlet, outlet, overflow & bypass shall be
provided up to
d) 5 m from outer, brace.
d) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall
be from top to bottom in the form of a vertical pipe assembly with proper drainage
arrangement.
e) For all duck foot bends for inlet, outlet & overflow arrangement, individual columns
with footing resting at foundation level of columns of ESR shall be provided.
2 The manhole frame & covers, provided in the roof slab shall be of cast iron only with
proper locking arrangement. Mild steel covers shall not be allowed.
3 Lightening conductor, water Ievel indicator, central ventilator & M.S. ladder RCC
staircase shall be provided as per departmental specifications.
4 The design submitted by the contractor shall be got checked from the nearest
, Government Engineering ColIege I IT/ VJTI / VRCE / WCE, for which the scrutiny
charges shall be borne by the contractor. The delay in checking design from third party
as above shall be treated as the delay on the part of contractor for operation of tender
clauses.
5 Every ESR should be properly fenced & protected by compound wall & gate with
proper locking arrangement.
6. Reinforcement of foundation ring beam, bottom slab, slab, joints of brace column
junction between cylindrical wall & bottom slab should be invariably checked by
competent authority.
7 .Rectification of defective Member :- If it is found that certain members are defective and are found giving accoustical or
vibration disturbance even though these may be structurally sound rectification of such
member should be by the contractor free of charges and to the satisfaction of Engineer in
283
Contractor No. of Corrections. Executive Engineer.
Charge.
7 MATERIALS
1 Cement
In practice, only the strength of the concrete is checked rather than W/C ratio which
affects durability of the concrete. Hence only 43 grade cement shall be used. 53 grade
cement is not recommended, Since it increases the W/C ratio. Super plasticizer in the
proportion of 0.5 % ( 0.25 Kg of cement bag) should be used. The advantage of using
super plasticizer is that it does not allow W/C ratio to increase. .
2 Steel :-
Fe-415" CTD bars, conforming to I.S.: 1780-1985, shall be used. In costal areas,
3 Centering
Centering should be designed by the contractor. 'The same should be approved.
4 Mix of Concrete .
Following concrete grades should be used for various components of E.S.R.
1.Container M-30
2. Staging M-30
3. Foundation M-30
4. P.C.C. M-20
Item No 2 :- Providing & supplying C.I.D.F Pipes etc. complete.
The items includes supply of pipes as per IS 1536/1989 including loading,
unloading ,& carting of pipes at sites of works Mode of measurement of payment shall
be on Running meter basis.
Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,
overflow etc.
The item included erecting, fixing and jointing pipes and specials for inlet, outlet,
washout, overflow etc as described in tender item. The pipes and the specials of any
category are to be erected and joined under ground or above either in horizontal or
vertical or inclined direction as per requirements with all leads and lifts involved in the
work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,
chain-pulley, etc if required shall be arranged by the contractor at his own cost.
The item includes cost of all labour and materials for jointing such as lead, nuts
284
Contractor No. of Corrections. Executive Engineer.
and bolts, rubber packing etc. The materials shall be procured by the contractor from
open market at his own cost. The tendered rate includes both lead and flanged joints
depending upon the nature of pipes and specials and no extra claims for any
modification, increase or decrease in joints of any category shall be entertained. In case
of lead joints the standard lead consumption for lead shall be as per specifications of
item of pipe line . works.
The cost involved in fixing pipes and specials in walls, etc together with leak proof
arrangements thereof required is included in the tendered rate and no extra claims for
any provision required shall be entertained.
Satisfactory hydraulic test shall be given by contractor at his cost which is
included in tender item. During testing if any joints are found leaky they shall be repaired
at the contractor's cost.
Pipes are found leaky, cracked, during testing they shall be removed, replaced refixed
and jointed with good pipes and specials.
Two coats of anti-corrosive black paint shall be given to the pipes and specials
above ground and cost thereof is included in the tender item. The job shall include
laying of pipes and specials up to ground, sluice valves for inlet, outlet washout,
overflow, etc and their interconnection, etc as required and directed by the MJP.
Erecting, laying and fixing in position CI/MS pipes and specials for inlet, washout,
overflow etc.
The item included erecting, fixing and jointing pipes and specials for inlet, outlet,
washout, overflow etc as described in tender item. The pipes and the specials of any
category are to be erected and joined under ground or above either in horizontal or
vertical or inclined direction as per requirements with all leads and lifts involved in the
work. The erecting shall be in perfect line and level Necessary supporting girders, ropes,
chain-pulley, etc if required shall be arranged by the contractor at his own cost.
The item includes cost of all labour and materials for jointing such as lead,
nutsand bolts, rubber packing etc. The materials shall be procured by the con tractor
from open market at his own cost. The tendered rate includes both lead and flanged
joints depending upon the nature of pipes and specials and no extra claims for any
modification, increase or decrease in joints of any category shall be entertained. In case
of lead joints the standard lead consumption for lead shall be as per specifications of
item of pipe line . works. The mode of measurement of payment for pipes are on
Running meter basis & Specials on Weight ( Kg ) Basis.
285
Contractor No. of Corrections. Executive Engineer.
Item No 3 :- Providing & supplying C.I.D.F.Specials etc. complete.
Specification as per Item No 2 of above
Item No 4 :- Providing & supplying Sluice valves etc. complete.
Specification as per Item No 5 of Subwork No 1.
Item No 5 :- Providing and making cross connection etc. complete.
The items includes excavation & breaking the existing pipe line ,lowering ,laying of
pipeline, specials in position refilling the excavated trenches etc complete Nos of joints
involved will be paid separately, The required materials like pipes, Valves & specials
will be given by the department free of cost item will be measured and paid on number
basis as directed by Engineer In charge All Responsibilities to start water of the area
after cross connection will lies with the contractor The mode of measurement of
payment shall be on Completed Number basis.
286
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 9 :- CONSTRUCTION OF R.C.C. G.S.R.(Cap – 460000 lit)
Item No 1 ( a ) :- Designing and constructing RCC GSR etc complete.
WATER RETAINING STRUCTURES SUCH AS ESR GSR / SUMP. ETC
Specification as per Item No.3,4,9,10 of Jack well No.1 Item No.2,6,9,15,17,23,25,27 of
Sub work No.2 Also as per Item No.2 of Sub Work No.5 of sump.
a) Constructing Storage Reservoirs viz. ESR, GSR, SUMP on Contractor own Design.
1) The Reservior will be a covered RCC container supported on RCC column with
footing and intermediate braces, etc. as per drawings.
2) Suitable MS ladders spiral stair for ESR of capacity 3,00,000 liters and above with
landing at regular intervals for approach to the gallery and top slab of ESR shall be
provided.
RCC cantilever catwalk (Gallery of 1.0 metre width GI pipe railing shall be provided a
floor level. preferably at junction of floor slab and vertical walls.
Ventilators shall be provided on top slab of ESR.
One number of CI Manhole frame and cover shall be provided and fixed in the
roof of tank and at catwalk way.
One M.S. ladder shall be provided and fixed for access into the tank through
manhole left in the roof. Ladders shall be provided as per specifications. Water level
indicator assembly of approved type shall be provided and installed.
Lightening arrestor as per IS specifications and conforming to I.E. Rules shall be
provided and fixed .Vertical and horizontal piping of C.I. flanged ,pipes, C.I. specials of
required sizes for inlet, outlet and overflow arrangements together with suitable sluice
valves shall be provided as per drawings. For washout one tee shall be fixed on the
outlet pipe with one valve of suitable .Diameter
Sluice Valve of required size shall be fixed for inlet, outlet and washout. These
valves shall supplied by the Contractor conforming to relevant ISS and of makes
approved by M.J.P .Required no. of B.B .masonry chambers of size 0.45 x 0.9 M with
manhole frames and covers shall be provided and constructed at suitable locations for
sluice valves.
287
Contractor No. of Corrections. Executive Engineer.
Water proof cement plaster of CM 1:2 proportion 20 mm thick shall be provided for
inside surface of the tank; including roof slab bottom.
outside surface of tank, exposed faces of columns, braces, beams catwalk
bottom portion slab and any exposed surface of the tank shall be provided with smooth
finish and then three coats of approved shade of Snowcem paint as per colour scheme
approved by the MJP shall be rendered.
Letters indicating capacity of tank, name of scheme and year of construction shall
be .either embossed or engraved on vertical wall of tank and shall be painted with
suitable shade of oil paint in two coats.
On completion of work hydraulic test or water tightness test shall be given as per
standard specifications. Therefore, required water arrangements shall be made by
Contractor at his own cost.
3) Since this is lump sum offer, the interim payments will be given as per
standard specifications. Therefore, required water arrangements shall be made by
Contractor at his own cost.
Since this is water retaining structure, Contractor shall give a satisfactory
hydraulic test of the tank. This test shall be considered as water tightness test and
accepted if the structure appears bone dry form outside after filing with water up to full
supply level and the dram in water levels is not more than 40 mm in 7 days. For this
purpose the water filling arrangements shall be made by the Contractor at his own cost
including cost of water pumping arrangements. etc.
If during testing and damages occurs to the structure, it will be the responsibility
of the Contractor to rectify the same. Until satisfactory water tightness test is given on
completion of work, interim payments to be made at different stage of works, up to 90%
shall be released on completion of work and remaining 1 0% after giving required water
tightness test.
MATERIALS REQUIRED FOR CONSTRUCTION
1.SAND METAL AND BRICKS.
sand, metal and bricks of best variety within a lead of 30 km. will be insisted.
Samples of these will have to be got approved prior to use on work
2. CEMENT
Ultra tech OPC ( 43 Grade) cement in Jute/PVC bags (weighing 50 kg. each)
shall be_ used for all water retaining structures.
288
Contractor No. of Corrections. Executive Engineer.
3 REINFORCEMENT,
The steel to be used shall be of grade Fe-250. Fe 450 as per design. The
Contractor shall have to procure the steel form open market. The steel procured by
Contractor shall be only tested one and the Contractor shall produce manufacture's test
certificate Without which it shall not be accepted. further the Contractor shall .arrange
to get tested any samples from steel brought at site by him in Laboratory at his cost
and result should by submitted to the CMC. Defective steel brought by Contractor shall
be rejected and will not be allowed to be used. .
At least three samples of each diameter should be tested from every 5 tonnes or
part thereof. Tested lots only will- be permitted to be used.
4 CONCRETE
The PCC ( and RCC works shall be as per IS 456/2000 Concrete mixer shall be
used for preparing concrete. Vibrator shall be used to consolidate concrete while
placing in position.
While concreting. Representatives samples in form of test cubes shall be taken by the
CMC. Supervisor and shall be tested under his supervision. Charges of testing shall be
borne by the Contractor and will be recovered from bills payable to him.
5 WATER LEVEL INDICATOR ASSEMBLY.
Mercury water level indicator with 15mm dia, required G.I. pipes (Medium Duty)
stop cocks ( 2 Nos). necessary fixtures. suitable for staging height up to 15 M and
water depth up to 5 M to represent depth of water in tank; etc. shall be. provided-and
,fixed by the Contractors as per direction of CMC. The indicator should be fixed to
exterior face of column at about 1.5 m above ground level at site or as per requirement
of Engineer in charge.
6. LIGHTENING ARRESTOR
Lightening arrestor conforming to IS and Indian Electricity Rules shall be
provided. The lowermost portion of tape for 2 metre above ground level and 2 meters
below ground level shall be enclosed by 50 mm GI pipe of Medium class.
289
Contractor No. of Corrections. Executive Engineer.
7 PIPE RAILING AT FREE END OF CATWALK
Railing shall be of GI pipes B class not less than 25 mm diameter in the three
rows and shall be fixed in position to RCC posts or M.S. angle posts of size 65mm x 65
mm x 6 mm. 1.0. meter in height, located at a maximum distance of 1 M. clc. The railing
and the posts shall be provided with two coats of oil paint of approved shade.
8.M.S.LADDER
One number of M.S. ladder shall be provided and fixed to give access into to tank
through manhole in the roof slab. The ladder shall be comprising of 65 mm x 6mm
M.S. angles placed at 45 cm. apart with 16 mm diameter M.S. bars in double rows as
steps at 20 cm. clc .
9. CENTERING WORK
Before starting the work of ESR, the Contractor should submit design of centering
and its detailed drawings for approval by CMC. This set of drawings shall be kept at
site. This conditions shall be applicable for the ESR with Contactor's design.
B)- SPECIFICATIONS AND DESIGN CRITERIA FOR RCC ESRS/ GSRS / SUMP
WITH CONTRACTOR'S OWN DESIGN.
DESIGNING. PROVIDING AND CONSTRUCTING RCC E.S. R.
1 GENERAL NOTE
1.1 The contractor shall quote his offer in Schedule 'B' for the complete work of con
strutting RCC ESR to be carried out as per his own design based on given data i e he
shall tender the offer in Schedule 'B' for construction of elevated tank of required
capacity including fixing pipes, specials, valves and providing and fixing, lightning
conductor, C.I manhole frame and cover, water level indicator ventilator, etc. complete
with his own design and drawings. The design shall be got checked from the institutes
like Engineering College remarks shall be complied and scrutiny charges, shall be
borne by the Contractor.
1.2 The contractor shall submit the name, qualifications and experience of design En-
gineer who has prepared detailed RCC calculations or who will prepare design and
drawings on acceptance of the tender. The authorized representative of the designer
will have to inspect and certify the works at foundation level and every beam level.
290
Contractor No. of Corrections. Executive Engineer.
1.3 The design Engineer has to prepare and submit a note on design methodology and
construction and drawings in two copies though the contractor.
The note should indicate general description, and salient features of the design
covering the following points.
1. Capacity
2. Shape and type
3. Staging height of tank indicating various levels
4. Safe bearing capacity assumed in the design or safe bearing capacity of strata
based actual investigation report of laboratory and type of foundation provided with
proper with proper justification.
5. Maximum and minimum subsoil water level.
6. Site plan showing location of ESR.
7. Line diagram showing dimensional and sectional elevation with important levels.
8. Design parameters proposed to be adopted for detailed design.
1.4 This note on design will be subjected to thorough check by the Engineer in charge
of the owner and the tender will be accepted and work order issued by the competent
authority only after verification that the design to be offered will fulfil the requirements of
the design as per tender specification.
1.5 After acceptance of tender, the contractor will have to submit three copies of detail
design and drawings of the structure within 30 days of acceptance of the tender.
1.6 The Design Engineer will be required to attend the office of Engineer in charge for
preliminary discussion for scrutiny remarks, etc. whenever required with all reference
data books, IS specifications, etc. at his own cost.
1.7 It will be binding on the design Engineer of contractor to clarify, modify redesign
within 15 days of communication of remarks. Even though design will be approved by
owner, it will be the entire responsibility of the Design engineer and the Contractor.
1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design.
and drawing duly bound for use of the Owner. The Contractor shall also furnish the
details of steel requirement along, with program of execution for completion of work
within the time limit stipulated in the tender.
1.9 Security deposit of the tendered shall be forfeited if he fails of modify design as per
scrutiny remarks within specified time after Ievy_ of compensation as per tender
agreement.
291
Contractor No. of Corrections. Executive Engineer.
1.10 Even though the design and drawing submitted by the Contractor are approved by
the Owner/ Engineer-in-Charge, the Contractor will not be relieved of his contractual
obligations to hand over the structure in sound condition, duly tested.
1.11 In case of any damage/ failure either during construction, testing or after
commissioning ., whether due to faulty design or defective construction, all repairs or
reconstruction of the structure shall have to be carried out by contractor entirely at his
risk and cost. No claim for such repairs/ reconstruction shall be entertained.
SPECIAL OBLIGATORY CONDITIONS OF DESIGN FOR WATER RETAINING
STRUCTURE/GSR/SUMPS-STORAGE RESERVOIRS WITH OWN DESIGN
DISIGN CONDITION
The Contractor can alternatively quote his own design with following conditions.
1 The design of R.C.C. ESR shall be carried out by a designer having minimum
qualification of graduation in Civil Engineering / Structural Engineering. He shall sign
the design and affix his name and stamp.
The design shall be carried out in conformity with following IS code.
b) IS 456/2000
b) IS 3370-Part I and IV
c) IS 875
d)IS 11682
e) IS 1893 with inclusion of seismic zones as per latest circular.
f) IS 1786 for cold worked steel high grade deformed bars.
( Tor steel of 415 grade and Mild steel grade I shall only be used.)
9) IS 13920/1993 for ductile detailing. applicable for ESR under seismic zone III,IV and
V (recent edition of IS shall be refered.)
h) BSI Publication S.P. 34 (5 and T) 1987.
3. The free board shall be included in the depth of water for design purposes.
4 Minimum free board shall be 500 mm measured below bottom of roof beam.
5 Maximum actual water depth shall not exceed 5.0 M
6 Clear Cover for reinforcement shall be provided as follow:
a) Footing / Raft 50 mm at bottom and sides 40mm at top
292
Contractor No. of Corrections. Executive Engineer.
b) Columns 40 mm
c) Branches ,beams, slab(Bottom and roof) 25 mm
vertical wall, gallery
7 Minimum thickness of container members shall be as below.
a) Bottom slab and vertical wall 200 mm
b) Roof slab 120 mm
8. The design and casting of container members which includes bottom and roof
beams ,bottom Slab ,roof slab, vertical wall and gallery, shall be done in M 30 grade
of concrete(1:1/2: 1 proportion)
9. The staging of ESR (column ,braces , footing / raft) shall be designed in M 25 Grade
of concrete( 1:1:2 Proportion.) however, casting shall be done in M 30 grade of
Concrete (1:1/2 : 1proportion)
10. The staging shall be designed for ductile detailing as per IS 13920 /1993,
whenever applicable.
11 The width of braces shall be maximum of the following in case of Earth Quake
Zone III & above.
a) 250mm or
b) 75% of column side (column diameter in case circular column)
12. Minimum width of braces in case of Earth Quake Zone I and II shall be 200mm
13. Width to depth ratio in case of braces shall preferably be more than 0.30
14. Increase in permissible stresses in braces, for earth Quake /wind force design, will
not be allowed. .
15. The centre to centre distance between braces shall not exceed 4.50 M. At the joints
of braces and columns, the links to the column bars shall be tied properly and this shall
be thoroughly checked before concreting.
16.Wherever annular raft is provided, the inside and outside width of raft shall be
provided in such way that the centre of gravity of upward reaction shall co-inside with
column/ raft -beam centre.
17. Uplift pressure on the foundation of structure should be considered as per available
water table at site in rainy season however, minimum uplift up to 50% of depth of
foundation below ground level should be considered in the design.
18. 20 mm thick cement plaster with CM 1:2 proportion with water proof compound
shall be provided to the container from inside (including foot beam slab/ dome etc.)
293
Contractor No. of Corrections. Executive Engineer.
19. The shape of container may be square or circular. Similarly the column shape may
also be square or circular.
20. Minimum size of column (width or diameter) shall not be less than 300mm
Columns, if required to be provided inside container, for supporting roof ring
beams/dome/slab, may be provided as per design requirements, following minimum
cover requirements. However the size shall not be less than 200 x 200 mm (or 200 mm
dia)
21. Minimum dia of main bars in the footing shall be 10 mm and minimum clear
distance between reinforcing bars shall not be more than 180 mm.
22. Water density shall be taken as 1000 Kgl Cum and live load on gallery shall be
considered as 300 Kg / Sqm. Minimum load of water proof treatment on roof slabs
shall be taken as 100 Kg/Sqm.
23. The diameter, weight per meter, tensile strength and minimum elongation
properties of steel, brought by the contractor! supplied by the department, shall be got
tested from the approved laboratory before using it. It shall be used only when the test
report indicates that the steel is in accordance with the 1.5. specification and design
presumptions.
24 i) The inlet, outlet, overflow and by pass piping shall be of cast D.F. pipes only M.S.
pipes will not be allowed.
ii) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall
be from top to bottom as a vertical pipe assembly with proper drainage arrangement.
iii) for all duck foot bends for inlet, outlet and overflow arrangement, individual columns
with footings resting at foundation level of ESR. column/ raft shall be provided.
iv) The manhole frame and covers, provided in the roof slab, shall be of cast iron only.
Mild steel covers shall not be allowed.
The above four condition i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be of followed without
substitutes and equals. No M.S. piping and spout type overflow arrangement shall be
accepted, even if rebates, etc. are offered.
V )Inlet outlet. Bye pass and scour valves with chambers shall be provided. The
horizontal piping for inlet, overflow, bye pass up to 5 M from outer brace shall be
provided and laid without any extra cost.
vi) Lightening conductor, water level indicator, central ventilator and M.S. ladders/ RCC
staircase shall be provided as per Dept. specifications.
25 The design submitted by the Contractor, shall be got checked from the nearest
294
Contractor No. of Corrections. Executive Engineer.
Government engineering College/ Government Polytechnic/ reputed Engineering
College / reputed consultants, for which the scrutiny charges shall be born by the
Contractor. The delay in checking design from the third party as above shall be treated
as the delay on the part of contractor for operation of tender clauses.
26 The Contractors who have already successfully constructed, tested, as per
provisions of 1.5. 3370, and commissioned minimum three no of ESR shall only be
allowed to quote for alternative offers for the work on own design basis.The Contractor
desiring to quote for alternative offer, based on their own design, will be required to
submit a certificate to above effect, at the time of pre-qualification. The certificate shall
be signed by an officer of rank not below Executive Engineer. The tenders shall be
invited, based on the departmental designs only, while those pre-qualified as above,
may quote alternative offer. The alternative offers shall be in the form of additional
amount / rebate in terms of fixed sum over the main offer. The main offer
(Departmental Design based) shall essential be quoted. The officer accepting the
tender shall be competent to decide whether to accept the alternative offer shall be
accepted only in cases where it is beneficial to the MJP .
27 Size of inlet, outlet, overflow, bye pass piping and vaves including scour valve shall
be specified as per actual requirements and makes of valves shall also be specified as
per standard practice.
28 Capacity of the container of the tank shall be volume of the water it can store
between the designed full supply level and the lowest supply level.
29 Height of staging shall be the vertical difference between lowest supply level and the
average ground level at the site of tank.
NOTE :- Above condition shall also be applicable for design of RCC E5R s of capacity
, more than 5.0 lakh litres and above except for condition at Sr. No.26 and with a
change in condition at Sr. no. 9, that the design as well as construction of staging
shall be in M 300 only( ie 1: 1/2: 1 Proportion)
RECTIFICATION OF DEFECTIVE MEMBERS
If it is found that certain members are defective and are found giving acoustical or
vibrational disturbance even though these may be structurally sound, rectification of
such member should be done by the contractor free of charge and to the satisfaction of
Engineer in Charge
295
Contractor No. of Corrections. Executive Engineer.
CRITERIA FOR DESIGN OF R.C.C. GROUND TANK /ESR
The structural design of water tank shall conform to the following standards,
specifications and codes of Practice of 1.S.
I.S. 456 Code of Practice for plain and reinforced concrete (latest edition)
IS: 875 Code of practice for structural safety of building, loading, standards
(latest edition)
IS: 3370 Code of Practice for concrete structures for storage of liquids
Pare I to IV (latest edition)
IS: 1893 Criteria for earthquake resistance design of structures (latest
edition)
Other ISS (latest edition)
2. GENERAL
Capacity of the container of the tank shall be volume of the water it can store between
the designed full supply level and the lowest supply level.
2.1 Free Board is the indication of space provided above full supply level and shall be
measured at a vertical distance above FSL up to soffit of beam supporting the roofs
slab/ dome. Free Board shall be minimum 50 cm below soffit of beam or slab, in case
of domed roof, free board may be reduced up to 15 cm.
2.2 The walls of container shall be designed for free board full condition.
2.3 The tank foundation and other members of the structure shall be also designed for
free board full condition.
2.4 Parts of the tank in contact _with stored water and enclosing water vapour above
F.S.L. shall be in concrete M 300 even in richer grade
2.5 The allowable bearing pressure Or safe bearing capacities are indicated in
Schedule B. The tenderer is, however advised to verify actual strata before tendering
and designing the structure and offer suitable design with full justification.
2.6 Not with standing anything mentioned above if directed by the Engineer in charge
the contractor shall carry out actual strata exploration as mentioned in para 0.2 of IS
1892 1979 through a Government laboratory and adopt bearing capacity so arrived for
the design.
2.7 The factor of safety be adopted as per clause 6.1 (a) of 15-6403-
1971.
296
Contractor No. of Corrections. Executive Engineer.
2.8 If the foundation consists of individual column footing minimum clear distance
between centre of column shall be equal to twice the width of footing and clear distance
between edges of footing shall be not less than width of footing. .
2.9 The foundation should be checked for negative pressure on soil due to combined
direct and bending stresses. Negative pressure shall not be allowed on the foundation
soil.
2.10 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B. shall
be as per the soil investigation reports of Governments institution /Government
approved investigators.
2.11 For the design of foundation of the raft type, the Plate Theory shall be adopted.
2.12 In normal circumstances, minimum 100 mm thick plain cement concrete with 100
mm projection all around in grade M.100 with coarse aggregate as metal shall be
provided as leveling course. Where injurious soils or aggressive water are anticipated
the leveling course shall be of grade not weaker than M-150 and if necessary sulphate
resisting or other special cement shall be used and the thickness of the leveling course
shall be kept not less than 150 mm. The ground level within the foundation area of the
structure shall be consolidated properly with suitable slope to drain out rain water.
outside the foundation zone. .
2.13 In the vicinity of mines, collieries and blasting sites or areas which may be
subjected to blast or shock, the tank shall be designed for dynamic forces adopted to
shock.
2.14 Column may be assumed as fixed at the top of footing.
2.15 Following shall be the minimum thickness of various members of the tank
container:
Roof slab 120 mm
Bottom slab 200 mm
Roof dome 80 mm
Vertical wall of container 200 mm
3 LOADS
3.1 For all RCC and PCC components unit weight of concrete shall be takes as 25000
N/Cum and 24000 N/ Cum respectively.
3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest revision.
3.3 Seismic forces shall be as per IS 1893 (its latest revision)
297
Contractor No. of Corrections. Executive Engineer.
4. DESIGN
4.1 Shape of structure shall be most economical as directed by Engineer in charge and
shall be selected depending upon site conditions.
4.2 Design shall be on the worst possible combination of various loads, moments,
shears, resultant stresses in the tank following cases.
vii) Tank full
viii) Tank Empty
ix) Uplift pressure if any
Tank full means depth of water inside the container is up to full height of the container
including free boards. .
4.3 Design shall be based on accepted bases and methods of design as well as the
provisions of .IS 3.3.70, IS 456, IS 13.43, Code of Practice for pre-stressed
concrete IS 2210. (Latest edition of IS shall be referred)
However, methods based on experimental investigation as mentioned in para 18.2 C in
IS 456 1978 shall not be entertained.
4.4 Design of members other than those excluded by Clause 5.4 above (ie. Roof ,walls
,floor, etc. of the container) shall be based on consideration of adequate resistant to
cracking as well as adequate strength . Calculation of stresses shall be as per para
3.3.2 of IS 3370 Part, II) (its latest revision). .
5. PERMISSIBLE STRESSES IN CONCRETE FQR RESISTANCE TO CRACKING
5.1 For calculations relating to the resistance of members to cracking the permissible
stresses in tension (direct and due to binding) and shear shall conform to the values
specified in Table 1 of IS 3370 {Part II}.he permissible tensile stresses due to bending
apply to the face of the member in contact with the liquid. In members with thickness
less than 225 mm and in contact with the liquid on one side, these permissible stresses
bending apply also to the face remote from liquid.
5.2 FOR STRENGTH CALCULATIONS
For strength calculations, the permissible concrete stresses shall be in accordance
with Para 44 of IS 456/2000 where the calculated shear stresses in concrete alone
exceeds the permissible value reinforcement acting in conjunction with diagonal
compression in the concrete shall be provided to take the whole of the shear. The
298
Contractor No. of Corrections. Executive Engineer.
maximum reinforcement shall confirm Clauses 25.5.1.1. and 25.5.1.2 of IS 456/2000
6. PERMISSIBLE STRESSES IN STEEL.
6.1 For strength calculations (concrete assumed to be cracked) the permissible
stresses in reinforcement shall be as per table 2 of IS 3370 (Part II) (its latest revision)
For to steel. the stress shall be as per IS 1786-1979 for cold worked steel high strength
deformed bars for concrete reinforcement or its latest revision.
6.2 The modular ratio 'm' for different concrete mixes shall be as under:
Grade of concrete Modular ratio 'm'
M: 150 19
M: 200 13
M:250 11
M:300 10
6.3 Modulus of elasticity of concrete EC shall be taken as 5700 Eck where EC is the
characteristic cube strength t of concrete in N/Sq. mm as per clause 5.2.3.1 of IS
456/2000
7. AGE FACTOR
Age factor for increasing strength shall not be considered for the design.
8. UNITS:
Design should be in Metric units only.
9 .DETAILING
9.1 MINIMUM REINFORCEMENT FOR WATER RETAINING MEMBERS
The minimum reinforcement in walls, floors, roofs in each of two directions at
right angles shall have an area of 0.3% of the concrete section in that direction for
sections up to 100 mm thick. For sections of thickness greater than 100 mm and less
than 450 mm the minimum reinforcement in each of the two directions shall be linearly
reduced form 0.3% for 100 mm thick sections to 0.2% for 450 mm thick section. For
section of thickness grater than 450 mm minimum reinforcement in each directions
shall be kept at 0.2%. In concrete sections of thickness 225 mm or more, two layers of
299
Contractor No. of Corrections. Executive Engineer.
reinforcing steel shall be placed one over each of the section to make up the minimum
reinforcement specified in this clause.
9.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in
case of high yield strenght deformed bars conforming to IS 1786 or IS 1139 (Latest
revision of 155 shall be followed.)
9.3 COVERS TO REINFORCEMENT
Minimum clear cover to reinforcement shall be as per is 456 and 3370 (Latest
revision shall be referred.)
For members of structure in contact with water effective cover shall not be more
than 60 mm. for bars subjected to bending stresses. For bars subjected to pure tension
the effective cover shall not be more than 75 mm.
9.4 SPACING OF REINFORCEMENT
9.4.1 Spacing of reinforcement shall be as per para 25.3 of IS 456 /2000
9.4.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 'C’ of
IS 456/2000
9.4.3 Reinforcing steel which accounts for resisting moments, tension etc. i.e. other
than temperature and shrinkage steel, shall comprise of minimum 8 mm dis. for ribbed
bars and 10 mm dia. for mild steel bars. For compressive members, the minimum dia of
main reinforcement shall not be less than 12 mm dia.
NOTE :- 1) In case of dispute regarding interpretation of any above clauses, the
decision of the owner or his representative will be final and binding on the designer and
contractor.
2) In case of any clause not included in the above criteria, the decision of the owner or
his authorized representative will be final and binding on the designer and contractor.
Item No 2 :- Providing & supplying C.I.D.F Pipes etc. complete.
Specification as per Item No 2 of Subwork No 8.
Item No 3 :- Providing & supplying C.I.D.F.Specials etc. complete.
Specification as per Item No 2 of Subwork No 8.
Item No 4 :- Providing & supplying Sluice valves etc. complete.
Specification as per Item No 5 of Subwork No 1.
300
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 10 :- DISTRIBUTION SYSTEM
Item No 1 :- Providing and supplying H.D.P.E. pipes etc. complete. Specification for HDPE DISTRIBUTION Main Pipes
2.1 HDPE PIPES
These specifications are for distribution pipes of diameters 75mm to 225mm.
2.1.1. Grade of Material
Raw material Raw material used to manufacture the HDPE pipes shall be virgin compounded
or Natural black PE 100 resin confirming to IS4984:1995, IS7328:1992 .The resin
proposed to be used for manufacturing of the pipes for drinking water should also
comply with the following norms as per ISO 9080:1992:
a. The resin should have been certified by the an independent laboratory of
international repute for having passed 10,000 hour long term hydrostatic strength
(LTHS) test extrapolated to 50 years to show that the resin has a minimum MRS of over
10MPa. Internal certificate of any resin manufacturer will not be acceptable.
b. Certificate for having passed the full scale rapid crack propagation test as per ISO
13478
2.1.2 Quality assurance certificate
Quality assurance certificate, for the raw material proposed to be used for the
project, from one of the certifying agencies such as Bodycoat or Slevan or Advantica or
any other internationally reputed organization shall be submitted along with the bid.
The bidder should submit the above raw material certificates along with his bid in
the first cover. Bids without these certificates will be treated as non-responsive.
2.1.3 Pressure Rating The pressure rating of HDPE pipes and specials shall be of PN 8 confirming to clause
3.3 of IS 4984.
301
Contractor No. of Corrections. Executive Engineer.
2.1.4 Colour of pipes
The Colour of the HDPE pipe shall be confirming to clause 4 of IS4984:1995 or
clause 3.1.2, 3.1.3 and 3.2.
2.1.5 Reworked material As per the provision clause 5.4 of IS4984:1995, addition of not more than 10
percent of the manufacturer’s own reworked material resulting from the manufacture of
pipes is permissible. No other reworked or recycled material shall be used. The material
to be used shall be clean and should be derived from the same resin as used for the
relevant production.
2.1.6 Dimensions The pipe dimensions shall be as per latest revisions and amendment of Clause 6
of IS4984:1995. The pipes up to diameters 110mm shall be supplied in coils of 100m
length. The coils shall be as per the provisions of clause 6.5 of IS4984:1995. Pipe
beyond 110mm shall be supplied in straight lengths of minimum 6m.
The internal diameter, wall thickness, length and other dimensions of pipes shall
be as per relevant tables of IS: 4984 for different class of pipes. Each pipe shall be of
uniform thickness throughout its length.
The wall thickness of the PE100, PN10 pipes shall be as per the table given below:
Nominal Dia of
HDPE Pipe (mm)
Wall Thickness (mm)
Minimum Maximum
75 5.6 6.4
110 8.1 9.1
160 11.8 13.2
The dimension tolerances shall be as per IS: 4984.
2.1.7 Performance requirements
The pipe supplied should have passed the acceptance tests as per clause 9.2 of
IS4984:1995. The manufacturer should provide the test certificates for the tests
conducted, as required in clause 9.2 of IS4984:1995 along with the supply of pipes.
These tests can be performed in the in-house laboratory of the pipe manufacturer or at
an approved laboratory.
2.1.8 Marking As per the provisions of clause 10 of IS4984:1995, each straight length of the
pipe shall be clearly marked in inedible ink/ paint on either end and for coils at every 5m
the following information:
a. The manufacturer’s name and/ trade mark
b. Designation of the pipe as per IS (PE 100 & PN10)
302
Contractor No. of Corrections. Executive Engineer.
c. Lot number/ Batch number
d. The words “NMC – 24x7 WATER, Demo Project”
2.1.9 BIS License
The pipe manufacturer who is going to supply the pipes for the project has to
have a valid BIS license to do so for the kind of pipes required for this project. The
bidders shall included this valid license along with the their bid. Bid without these
licenses may be treated as non-responsive.
2.1.10 Third Party Inspection The pipes shall be accepted successful after the third party inspection by SGS,
RITES or any other agency authorized by NMC, the charges for the same shall be borne
by the contractor.
2.1.11 Fittings/Specials All HDPE fittings/ specials shall be fabricated in accordance with IS: 8360 (Part I
& III). PE Injection moulded fittings shall be as per IS: 8008 (Part I to IX). All
fittings/specials shall be fabricated or injection moulded at factory only. No fabrication or
moulding will be allowed at site, unless specifically permitted by the Engineer.
Fittings will be butt welded on to the pipes or other fittings by use of heat fusion.
a) Bends
HDPE bends shall be plain square ended conforming to IS: 8360 Part I & III
Specifications. Bends may be fabricated by jointing several small sections of pipes to
reach the required angle.
b) Tees
HDPE Tees shall be plain square ended conforming to IS: 8360 Part I & II
Specifications. Tees may be equal tees or reduced take off tees. Tees may be
moulded or fabricated from pipes elements.
c) Reducers
HDPE Reducers shall be plain square ended conforming to IS: 8008 Part I & VII
Specifications. Reducer must be moulded. The length of the reducer neck shall not be
less than:
75 diameter 75mm length
110mm diameter 100mm length
160mm diameter 125mm length
303
Contractor No. of Corrections. Executive Engineer.
d) Flanged HDPE Pipe/Stub Ends
HDPE Stub ends shall be square ended conforming to IS: 8008 Part I & VII
Specifications. Stub ends will be welded on the pipe. Flange will be of slip on flange
type as described below.
e) Slip-On Flanges
Slip-on flanges shall be metallic flanges covered by epoxy coating or plastic
powder coating. Slip-on-flanges shall be conforming to standard mating relevant flange
of valves, pipes etc. Nominal pressure rating of flanges will be PN10 and thickness as
per relevant IS standard..
2.1.12 Welding Procedure Jointing between HDPE pipes and specials shall be done as per the latest IS:
7634 part II. Method of jointing between the pipes to pipes and pipes to specials shall be
with EF coupler upto 110mm dia. and for above by using automatic or semi automatic,
hydraulically operated, superior quality butt fusion machines which will ensure good
quality butt fusion welding of HDPE pipes. If approved by the concerned Engineer,
jointing with PP compression fittings may be carried out for smaller diameters of PE
pipes (up to 110mm). The bidder shall furnish along with his bid the detailed
specifications, procedure, tools and equipments for butt/EF fusion welding.
2.2 Laying and Jointing of HDPE pipes
2.2.1 Jointing of HDPE Pipes shall be made using auto/ semi-automatic butt/EF
welding machine only. Use of manual welding machines is not permitted except in
exceptional cases that too with the special permission of the Engineer in charge.
Jointing shall be by Electrofusion welding upto pipe size 110 mm & by Butt fusion above
110 mm.
TECHNICAL SPECIFICATIONS FOR ELECTROFUSION FITTINGS FOR HDPE
DISTRIBUTION MAINS
All the electrofusion fittings included in this document should be designed for use
in water distribution systems and be manufactured/supplied by manufacturers having
ISO 9001: 2000 certification for their quality systems. The products should comply with
the following specific requirements.
1. The products shall comply with the requirements of BS EN 12201-3: 2003, BS EN
1555-3 or ISO 8085-3.
2. All the fittings shall be of SDR 11 rating.
304
Contractor No. of Corrections. Executive Engineer.
The product group used for drinking water applications should have undergone
type test by WRc-NSF, U.K according to BS 6920 in any of their Certified Laboratories
like WRc – NSF/DVGW/KIWA/SPGN and certificate of Compliance to be produced for
the following parameters::
a. Odour & Flavour of Water
b. Appearance of Water
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals
3. All the products shall be manufactured by injection moulding using virgin
compounded PE 80 (MDPE) polymer having a melt flow rate between 0.5 – 1.1
grams/10 minutes and shall be compatible for fusing on either PE 80 or PE 100
distribution mains manufactured according to the relevant national or international
standards. The polymer used should comply with the requirements of BS 3412 and/or
BS EN 12201-1.
4. The fittings intended for water distribution applications shall be coloured blue for
the clear identification of the services.
5. All the electrofusion products should be individually packed so that they can be
used instantaneously at site without additional cleaning process. The protective packing
should be transparent to allow easy identification of the fittings without opening the
bags..
6. The electrofusion products should be with only a single heating coil to fully
electrofuse the fitting to the adjoining pipe or pipe component as applicable. The heating
coils shall be terminated at terminal pins of 4.0 or 4.7 millimetre diameter, protected with
terminal shrouds. Each terminal shroud should be additionally protected with
polyethylene shroud caps.
7. No heating element shall be exposed and all coils are to be integral part of the
body of the fitting. The insertion of the heating element in the fitting should be part of the
injection moulding process and coils inserted after the injection moulding process or
attached to the body of the fitting as a separate embedded pad etc. are strictly not
acceptable.
8. The pipe fixation shall be achieved by external clamping devices and integral
fixation devices are not acceptable.
305
Contractor No. of Corrections. Executive Engineer.
9. The brand name, size, raw material grade, SDR rating and batch identification are
to be embedded as part of the injection moulding process. Each fitting should also be
supplied with a barcode sticker for fusion parameters attached to the body for setting the
fusion parameters on an automatic fusion control box. The barcode sticker should also
include the fusion and cooling time applicable for the fitting for the manual setting of a
manual fusion control box.
10. The fittings should be V-regulated type designed to fuse at a fusion voltage of 40
volts AC.
11. The heating elements should be designed for fusion at any ambient temperatures
between -5 to +40 degree centigrade at a constant fusion time i.e. without any
compensation of fusion time for different ambient temperatures.
12. A limited path style fusion indicator acting for each fusion zone as visual
recognition of completed fusion cycle should be incorporated into the body of each fitting
near the terminals. The fusion indicators should not allow the escape of the molten
polymer through them during or after the fusion process.
13. All the sockets in the electrofusion fittings should include a method of tapping
controlling the pipe penetration (pipe positioner/stopper).
13..2 Jointing of HDPE Pipes shall be made by qualified/certified welders only.
13.3 All specials/ fittings such as Valves. Flange adopters, Cast Iron (CI)/Mild Steel
(MS) specials, Galvanised Iron (GI) pipes and GI specials, Brass Tap etc., will be
supplied by the Contractor. Contractor shall install these specials/fittings as per the
standards specifications and as per the instructions of the Engineer in charge.
13.4 The HDPE pipes shall be laid in accordance with the latest IS 7634 Part- 1 and 2
and BS EN 12201-3.
13.5 After laying and jointing of the HDPE pipes, after partial refill and before final refill
a blue plastic sheet shall be laid at a depth of 0.6m above the crown of the pipe as per
the standards and as per the instructions of the Engineer in charge.
13.6 GI (light duty)/concrete (Non Pressure) casing pipe shall be provided for
HDPE/MDPE pipe for the particular section line plus required bearing where the
alignment of pipe line crossing major roads, natural/side/cross drains, as instructed by
engineer in charge.
13.7Layer of concrete of required grade shall be provided over the particular section the
pipe line where contractor is not able to achieve the specified depth of excavation due
to natural hard strata as instructed by engineer in charge.
306
Contractor No. of Corrections. Executive Engineer.
13.8 Contractor has to submit detailed as built drawing of work done in latest Auto
Cad version, showing the details of pipe line, specials/fittings, valves and joints in Six
hard copies and one soft copy..
13.9 Minimum two working teams, one in slum area and other in out of slum area OR
as per engineer in charge shall be deputed by the contractor for excavation, Laying &
jointing, Testing.
Field Hydraulic Test
a. The Sectional Hydraulic Test shall be carried out after the pipeline section to be
tested has been laid jointed and backfilled to a depth sufficient to prevent floatation, but
leaving the joints exposed which are to be tested. The sections to be tested shall have
be to the approval of the Engineer and shall not be longer than 2000 m when either the
pipeline is laid adjacent to or underneath the carriageway or when section includes an
air valve chamber. The joints between each tested section shall be left exposed until the
pipeline has passed the test on completion.
b. Each length of the pipeline to be tested shall be capped or blanked off at each end
and securely strutted or restrained to withstand the forces which will be exerted when
the test pressure is applied. Air valves already fitted shall be permitted to function during
the test.
c. Proposals for testing where thrusts on structures are involved, even where thrust
flanges on the piping are installed, shall be with the prior approval of the Engineer.
d. The method of filling the pipeline with water shall be approved by the Engineer. The
length under test shall be filled making certain that all air is displaced through an air
valve or any other appropriate mechanism as approved by the Engineer. The test length
shall then remain under constant moderate pressure, 10 to 20m head of water, for a
period of several hours until the pressure can be maintained without additional pumping.
The cost of water shall be borne by the contractor.
e. The pressure shall then be slowly increased at a maximum rate of 1 bar per minute
to the full test pressure and pumping discontinued for 3 hours or until the pressure has
dropped by 10m, whichever occurs earlier. Thereafter pumping shall be resumed and
continued until the test pressure has been restored. The quantity of water pumped to
restore the pressure, which is called make up water, shall be the measure of thermal
expansion or leakage from discontinuation of pumping until its resumption. The makeup
water shall be as below:
307
Contractor No. of Corrections. Executive Engineer.
OD of pipeline
(mm)
Litres per 1000 m of the pipe length tested
One hour test Two hour test Three hour test
63 9 14 24
110 16 31 50
160 37 74 112
200 50 87 124
315 136 285 422
400 174 347 521
f. The maximum allowable test pressure shall be 1.5 times the system design pressure
or pipe rating whichever is higher
g. Notwithstanding the satisfactory completion of the hydraulic test, if there is any
discernible leakage of water from any pipe or joint, the Contractor shall, at his own cost,
replace the pipe, repair the pipe or re-make the joint and repeat the hydraulic test with
cost including the cost of water. Water used for hydrostatic test shall be clean and
potable.
h. Pipelines shall be tested as above except where the Engineer issues such
instructions as are necessary for testing parts of the Works that have been designed for
stresses limited by considerations other than those applying to the pipeline systems.
i. Test pressures are to be measured in kg/cm2 at the centre of the blank flange
situated at the lowest end of the pipeline under test.
Commissioning After satisfactory installation and testing of the entire pipelines including fittings shall be
disinfected as the relevant IS/ISO standard before commissioning of pipeline and fittings
for operation and to be certified by the Engineer in charge.
Store
The Contractor has to establish his own store at sites for stacking the material/machine
as per the relevant IS/ISO standards.
Training
The Contractor shall provide on-site training on HDPE pipe laying, jointing, testing and
maintenance etc., to CMWSSB staff and new O&M staff.
308
Contractor No. of Corrections. Executive Engineer.
Item No 2 :- Providing and supplying P.V.C. pipes etc. complete.
The items includes Supply of PVC Pipes as per I.S. 4985/1988 with cost of third
party Inspection from agency Approve by M.J.P. ( third party Agencies are following)
4) M/S Iteng Engineering ( A Division of Dr Amin Controllers Pvt Ltd.)
5) M/S SGS India Pvt Ltd.
6) M/S Superintendance Company of India Pvt Ltd .
PVC PIPES :-
The PVC Pipes Shall be Confirming to the latest IS No 4985/1988 & Should be
get Inspected From Third Party Approved by the Maharashtra Jeevan Pradhikaran. In
case of PVC Pipes the above relevant Specifications shall apply the Cost of Jointing
Material is included in the item of lowering, laying & jointing of PVC Pipes. The Pipes &
Couplers should be cleaned thoroughly, cement solvent should be applied quickly as it
is fast drying. The Pipes Should be Self fit Types, The Surface temperature should not
be more than 45 degree C. Assembly Jointing should be done till male & Female ends
of Pipes are soft & Wet with Solvent cement, & Excess cement should be removed.
Following Setting time should be observed for newly jointed Pipes
30 Min Minimum @ 60 To 100 Degree F & Above ( 15 To 40 Degree C) .
1 Hours Minimum @ 40 TO 60 Degree F & Above (5 To 15 Degree C)
2 Hours Minimum @ 20 To 40 Degree F & Above (-5 To 5 Degree C )
4 Hours Minimum @ 0 TO 20 Degree F & Above (-20 To -5 Degree C )
Hydraulic Test
Suitable section as directed by the Engineer in charge shall be taken for such
testing from time to time during progress of the work and satisfactory test given for that
section. All testing apparatus, gauges, connections, etc and water required for testing
shall be arranged by contractor at his cost. The M.J.P. does not undertake any
responsibility to supply water for testing, which the contractor has to arrange from the
municipality or otherwise by paying the required charges directly. The M.J.P. shall have
the right to recover such charges from his bills if complaints are received that contractor
has not paid the charges thereof. If there is delay in testing, the contractor shall refill the
trenches for the time being and reopen them at time of testing at his own cost, failure of
which shall entitle to do the refilling and reopening of trenches at the risk and cost of the
contractor. If the trenches are filled due to any reason whatsoever before testing the
309
Contractor No. of Corrections. Executive Engineer.
contractor shall have to open them for testing at no extra cost.
1. Satisfactory hydraulic test shall be regarded when the section under test shall
withstand the pressure as specified by the Engineer in charge for about 15 minutes
without operating the test pump, the test pressure being maintained at the specified
figures during that 15 minutes interval.
2. The entire pipe line, specials and all joints in that section appear to be dry. The test
pressure shall be normally 50% higher highest working pressure for that particular
section.. The test pressure shall be as per circular no. MJP/RCC/322/ Dt. 31/12.97 vide
appendix IV
3. The criteria for maximum pressure up to which hydraulic test should be given as per
provision in the rei event latest I.S..S. for different types of pipes such as C.I./ M.S./
P.S.C.I P.V.C.I A.C. D.I. etc.
During testing if any joints are found leaky they shall be repaired and! or redone
by the contractor at his cost till the test is found satisfactory similarly, any pipes, collars,
specials, show hair cracks, leaks, etc. during testing, the contractor shall replace them
with sound pipes and specials together with new joints, entirely at his own cost, till a
satisfactory test is given. The pipe, specials etc which crack during testing will, however,
be supplied by the contractor, replacement free of cost. The hydraulic test shall be given
in the presence of the Engineer in charge..The mode of measurement of payment shall
be on Running meter basis.
Item No 3 Providing and supplying H.D.P.E. /P.V.C. Specials etc. complete.
For P.V.C. Pipes:- Specification as per Item No 2 above & also The items includes
Supply of PVC specials of required pressure & required diameter of standard PVC pipe
manufacturing company Item will be measured and paid on number basis. Excess
specials will not be accepted after completion of work at the time of final bill.
For H.D.P.E. Pipes:- All the electro fusion fittings included in this document should be
designed for use in water distribution systems and be manufactured/supplied by
manufacturers having ISO 9001: 2000 certification for their quality systems. They should
have supplied to government water boards for their water supply projects. The products
should comply with the following specific requirements.
1. The products shall comply with the requirements of BS EN 12201-3: 2003, BS
EN 1555-3 or ISO 8085-3.
2. All the fittings shall be of SDR 11 rating.
310
Contractor No. of Corrections. Executive Engineer.
3. The EF Tapping Saddle used for drinking water applications should have
undergone type test by WRc-NSF, U.K according to BS 6920 in any of their Certified
Laboratories like WRc – NSF/DVGW/KIWA/SPGN and certificate of Compliance to be
produced for the following parameters::
a. Odour & Flavour of Water
b. Appearance of Water
c. Growth of Micro Organism
d. Extraction of substances that may be of concern to Public Health (Cyto Toxicity)
e. Extraction of Metals
4. All the EF Tapping Saddle shall be manufactured by injection moulding using
virgin compounded PE 80 (MDPE) polymer having a melt flow rate between 0.5 – 1.1
grams/10 minutes and shall be compatible for fusing on either PE 80 or PE 100
distribution mains manufactured according to the relevant national or international
standards. The polymer used should comply with the requirements of BS 3412 and/or
BS EN 12201-1.
5. The Electro fusion Tapping Saddle intended for water distribution applications
shall be coloured blue for the clear identification of the services.
6. All the electro fusion Tapping Saddle should be individually packed so that they
can be used instantaneously at site without additional cleaning process. The protective
packing should be transparent to allow easy identification of the fittings without opening
the bags..
7. The electro fusion Tapping saddle should be with only a single heating coil to fully
electro fuse the fitting to the adjoining pipe or pipe component as applicable. The
heating coils shall be terminated at terminal pins of 4.0 or 4.7 millimetre diameter,
protected with terminal shrouds. Each terminal shroud should be additionally protected
with polyethylene shroud caps.
8. No heating element shall be exposed and all coils are to be integral part of the
body of the fitting. The insertion of the heating element in the fitting should be part of the
injection moulding process and coils inserted after the injection moulding process or
attached to the body of the fitting as a separate embedded pad etc. are strictly not
acceptable.
9. The pipe fixation shall be achieved by external clamping devices and integral
fixation devices are not acceptable.
311
Contractor No. of Corrections. Executive Engineer.
10. The brand name, size, raw material grade, SDR rating and batch identification
are to be embedded as part of the injection moulding process. Each fitting should also
be supplied with a barcode sticker for fusion parameters attached to the body for setting
the fusion parameters on an automatic fusion control box. The barcode sticker should
also include the fusion and cooling time applicable for the fitting for the manual setting of
a manual fusion control box.
11. The fittings should be V-regulated type designed to fuse at a fusion voltage of 40
volts AC.
12. The heating elements should be designed for fusion at any ambient temperatures
between -5 to +40 degree centigrade at a constant fusion time i.e. without any
compensation of fusion time for different ambient temperatures.
13. A limited path style fusion indicator acting for each fusion zone as visual
recognition of completed fusion cycle should be incorporated into the body of each fitting
near the terminals. The fusion indicators should not allow the escape of the molten
polymer through them during or after the fusion process.
14. All the sockets in the electro fusion fittings should include a method of tapping
controlling the pipe penetration (pipe positioner/stopper).
15. The Electro fusion Tapping saddle should be the top loading type which are to be
clamped on the mains for fusion using the custom made top loading clamps exerting
1500N (150 kilograms approximately) top load. Saddles with wrap around clamps made
of polyethylene, nylon or any such other material will not be acceptable.
16. The tapping EF Tapping Saddle should be supplied with suitable adaptors for
proper positioning of the top loading clamp into the saddle.
17. The torque required to operate the cutter after fusion on the PE mains should not
exceed 45 N-m.
18. The common cutter provided by the manufacturer should be designed in such a
way that the cut coupon is not allowed to fall into the pipeline and is retained inside the
body of the cutter providing a positive sealing of the hole in the cutter head for pressure
testing.
19. The EF tapping Saddle, will have female threaded outlet to connect Compression
Metal insert Male thread adaptor fitting for further extension of connection.
20. The threaded outlet should be from sizes ½” to 2” BSP to suit the required House
service connections.
21. The outlets should be reinforced with female threaded metal inserts of SS 304.
312
Contractor No. of Corrections. Executive Engineer.
22. The tapping on the PE mains shall be achieved by a custom built metal cutter
supplied by the manufacturer one each for the standard packing box.
Item No 4 :- Providing , Supplying & Fixing Sluice Valves ……etc Complete.
Specification as per Item No 5 of Sub work no. 1
Item No 5:- Excavation in all types of strara etc. complete.
Specification as per item No 1 of Sub Work 1
Item No 6 :- Filling in plinth and floor murum bedding in trenches etc. complete.
Specification as per item No 2 of Sub Work 1
Item No 7 :- Lowering ,laying and joining H.D.P.E. pipes etc. complete.
Specification as per item No 1 of above
Item No 8 :- Lowering ,laying and joining P.V.C. pipes etc. complete.
Specification as per item No 2 of above
Item No 9 :- Lowering ,laying and joining C.I.D.F Sluice Valves etc. complete
Specification as per Item No 5 of sub work . No. 1
Item No 10 :- Providing and constructing B. B. Masonry chamber etc. complete.
Specification as per Item No 9 of sub work . No. 1
Item No 11:- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 12- Refilling the trenches etc Complete.
Specification as per item No 10 of Sub work No 1
313
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 11 :- CHAIN LINK FENCING Item No 1 a&1b :- Excavation in all types of strara etc. complete. Specification as per item No 1 . of Subwork No.1 Item No 2 :- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete. Specification as per item No 3 of Sub work No 1 Item No 3a & b :- Providing & laying U.C.R. Masonary ….. etc Complete.
Bd .H . STONE MASONRY
Bd. H. 1. Providing uncaused rubble masonry on trap /granite/quartzite /gneiss
stones in cement mortar1: in foundations and plinth of inner walls in plinth on external
walls including dewatering, striking joints on unexposed faces and pointing with cement
mortar 1:3 on outside exposed faces and watering.
Bd.H.1.1 General.—The item provides for the construction of uncoursed rubble masonry
in foundations and plinth and shall comply with the specification No. B.9(k ) fully subject
to the following:-
Bd H. 1.2. Construction _ If masonry is to be laid directly on the excavated bed or on
concrete footing, the bed or footing shall be cleared of al loose materials, cleanded and
wetted just before laying masonry. Bushings shall not project more than 40 mm. (about
11/2” ) in faces where joints are to be pointed or struck. Quoins in the unexposed
portions shall have the same facing as the rubble stones and shall have uniforma
chaisel drafts of 40 mm. (about 1,1/2”) at the corner edge. In the exposed portions and
up to 15 cm. (about 6” ) below the finished ground level, quoins shall be rough tooled or
have Khandki face ad directed. They shall have chisel drafts of 40 mm. (about 1,1/2:”)
at the corner edge.
Where flooring is to be provided flush with the top of plinths, the inside offset of the
plinths walls shall be kept below the outside offset by the flooring at the time of laying
the masonry.
314
Contractor No. of Corrections. Executive Engineer.
Verandah walls shall also be built with due regard to the slope to be given to the
floors.
The top of the plinth and verandah walls shall be levelled up with flat chips laid in
mortar if necessary to receive damp-proof course ,coping etc.
Holes of the required size and shape shall be left in the masonry during construction
alone for fixing pipes ,service lines or for passage of water. After the service lines, pipes
etc. are fixed, the extra hollow left if any shall be filled with 1 ;3 cement mortar of 1 ;3 ;6
cement concrete and the face shall be neatly finished with matching stones. If any
fixtures are to be provided , they shall be neatly embedded in the required prostitutions
while laying the masonry. Iron fixtures shall be embedded in 1: 5 cement mortar. When
the masonry is in time mortar without extra cost.
Joints in the outside face of external walls of plinth shall be pointed with cement
mortar 1 : 3 up to 15 mm. (about 6”) below the finished ground level. Pointing shall
conform to specification No. B. 13 unless otherwise specified ing the special provisions.
All other joints inside shall be struck flush while laying the masonry. If no pointing for the
outside face is provide ding the wording of the item, the joints shall be struck during
construction alone.
Bd. H. 1.3 Item to include __ According to specification No.B. 9.K. 12.
Pointing outside face fo external walls with cement mortar 1: 3 upto 15 cm. about 6” )
below finished ground leves shall also be included in the rate for the item.
Bd. H. 1.4. Mode of measurement and payment according to specification
No.B.9K.13.
No deduction shall be made for opening each upto .0.1 sq. m. area or for pipes or
fixtures embedded in the masonry up to 500 sq. cm. in section.
Bd.H.2. Providing uncoursed rubble masonry of trap/granite/quartzite/gneiss stones in
cement mortar 1: in basements including dewatering. scaffolding, pointing with
cement mortar 1:3 on exposed faces, raking out joints when plastering Is to be done,
striking joints where no pointing or plastering is to be done and watering.
Bd.H.2.1 General ___ The item provides for the construction of uncoursed rubble
masonry in basements and shall comply with the specification No. B.9.K. fully subject to
the following :-
Bd.H.2.2. Construction ___ If masonry is to be laid directly on the excavated bed or
concrete footing or raft, the area on which the masonry is to be built shall be cleared of
315
Contractor No. of Corrections. Executive Engineer.
all loose materials, cleaned and wetted just before laying masonry. Bushings shall not
project more than 40 mm. (about 1/1/2”) in faces where joints are to be pointed or struck
and 12mm. (about ½”) in faces proposed to be plastered. Quoins in the unexposed
protions shall have the same facing as the rubble stones and shall have uniform chisel
drafts of 40 mm. (about 11/2”) In the exposed portions and up to 15 cm. (about 6”)
below the finished ground leave, quoins shall be rough tooled with 40 mm. (about 1 ½”)
chisel drafts at the corner edge, Finer dressing if required shall be provided in the
special provisions.
Verandah walls shall also be built with due regard to the slope to be given to the
floors.
Stones in corners of walls and angles which are to be plastered shall be rounded.
The corners shall also be rounded in plaster while plastering . The frames of doors,
windows, cupboards etc. shall be housed into the masonry while laying the masonry
only. If so shown on the drawings or specified in the special provisions, rebates shall be
cut into the jambs to hold the frames. Otherwise, chisel dressing for the width of door
and window frames shall be done to botain good fit between the frame and the
masonry.
Jambs shall be made up of quoins only. Where shown to be other than square, the
jambs shall be splayed to conform to the drawings or the instructions of the Engineers
and shall be true to the template. Quoins of the full thickness of the wall shall be
provided at the rate of 3 for each side of the door opening and 2 for each side of the
window opening when the wall is 40 cm. (about 15”) thick or less. In thicker walls, two
quoins may be used to make up the full thickness of the wall with break of joint of not
less than 8 cm. (about 3”) with stones above and below.
Holes of the required size and shape shall be left in the masonry during construction
alone for fixing pipes, service lines, passage of water etc. After the service lines, pipes
etc. are fixed, the extra hollow left shall be filled with 1:3 cement mortar or 1:3:6
cement concrete and the face shall be finished with matching stones.
Niches shall also be cut in the sill stones to house the ends of vertical scantlings of
door frames where no sills are provided for the door frames . Wooden and heavy steel
door and window frames shall be put up as the masonry is being built up. But for
ordinary steel doors and windows, openings required for them and their hold fasts etc.
shall be left in the wall and frames embedded later to avoid warping and damage to the
316
Contractor No. of Corrections. Executive Engineer.
steel frames. Iron and steel fixtures shall be embedded in 1:5 cement mortar without
extra cost, when the masonry is in lime mortar.
Well seasoned tapered wooden plugs of sufficient length and cross section shall be
built up in the masonry as the work proceeds at locations and levels directed by the
Engineer for facility of fixing of frames, door and window shutter appliances, rails,
service lines etc.
The top of masonry. On which coping, R.C.C. slab or other flooring is to be laid,
shall be finished level of to the required slope with stones and mortar to give an even
bearing. Bed blocks of stone or R.C.C. shall be built up in the masonry under beams, if
separately provided in the tender,
The jambs of doors, windows and clerestory windows and sills for windows and
clear storey windows shall be square or splayed as shown in the drawings or directed
by the Engineer. If concrete or stone slabs are to be provided for sills, they shall be paid
for separately.
Bd.H.2.3. Joints __ Joints in the outside faces shall be raked out when the mortar is
green and pointed with cement mortar 1 :3 : up to 15 cm. (about 6”) below the finished
ground level. Pointing with cement mortar shall conform to specification No. B. 13
unless otherwise specified in the special provisions. Below 15 cm. below the finished
ground level, the joints shall be struck flush while laying the masonry. The joints in the
inside faces shall be raked if plaster is to be provided. Otherwise they shall be pointed.
Bd.2.4. Item to include __According to specification No. B 9 (k).12 and as above.
The rate for masonry shall include providing and fixing wooden plugs. The rate shall
also include lab our charge for fixing pipes, rawl plugs, fixtures etc. separately provided,
making grooves, rebates and chamfers, making arrangements for receiving door,
window or other frames and their attachments and fixing and finishing them, making
square or splayed jambs and sills in masonry and raking out joints for plastering.
Pointing outside exposed faces and inside faces which are not to be plastered shall
also be included.
Bd. H. 2.5. Mode of measurement and payment __According to specification
No.B.9.K 13.
No deduction shall be made for the rebates or plugs or other fixtures. The
deduction for openings of doors, windows etc, shall be for the actual opening in the
masonry exclusive of the plaster at the frames. If jambs of doors and windows and sills
of windows etc. are splayed, only the square openings as at the frames shall be
317
Contractor No. of Corrections. Executive Engineer.
deducted. No deduction shall be made for the parts of fixtures, frames of doors,
windows etc. embedded in the masonry. No deduction shall be made for ends of
dissimilar materials each less than 500 sq. cm. in area. No deduction shall be made for
opening up to 0.1 sq. m. in area. No deduction shall be made for chambers and
rounding of corners nor anything extra paid for them.
Item No 4 :- Providing & laying Tuck pointing ….. etc Complete.
Bd. L. 16. Providing tuck pointing with cement mortar 1:3,for stone masonry/brick
work including scaffolding and curing complete.
Bd.L. 16.1 General - The specifications given for item No. Bd.L.15 for cement
pointing shall apply subject to the following changes:-`
Bd.L. 16.2 pointing - The raked out joints shall out joints shall be filled with mortar of
the specified mix and required consistency and well pressed and rubbed smooth with
the mortar projecting beyond the face of the masonry joint by half the thickness of the
joint. The protruding strip of the pointing shall have its centre line coinciding with the
centre line of the joint. The width of the protruding strip shall be equal to the specified
thickness of the joint in the masonry or as directed by the Engineer. The width and
depth of projection shall be uniform throughout. The junctions of horizontal and vertical
joints shall be finished neatly. Where joints are not horizontal or vertical as in the case of
U.C.R masonry, the pointing shall be made along the centre line of actual joints to
uniform width and depth as directed and the junctions of pointing made neatly . The
mortar shall not spread over the adjoining stones.
Item No 5 :- Providing & laying R.C.C. M 150 for coping …. etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 6 :- Providing and Erecting chain link fencing etc. complete.
The item includes providing and erecting chain link fencing 1.6 M. height with G.I.
chain link of size 50 x 50 mm 8 gauge thick and fixed 75 mm above Ground level
vertical M.S Angle of 40 x 40 x 6 mm size embedded in C.C. block of 1:4:8 mix of size
450 x 450 x 670 mm. at 1.75 M. c / c with iron bar 16 mm dia as hold fast including
welding link with angle frame at 30 cm c / c nuts and bolts and horizontal M.S. Angles at
318
Contractor No. of Corrections. Executive Engineer.
top and bottom of 25 x 25 x 5 mm size and vertical M.S. flat 35 x 5 mm and 25 x 5 mm
horizontal including cross support of 40 x 40 x 6 mm Angles both sides at every corner
or bends embedded in concrete blocks of 1:4:8 of size 450 x 450 x 670 mm including 3
coats of oil painting etc. complete. Additional Item Spec. No. : As directed by Engineer
in charge. As per standard Specification of Public Works department and as directed by
Engineer In Charge. The mode measurement of payment shall be on Running meter
basis.
Item No 7,8 :- Providing and fixing Main M.S. Gate & Wicket Gate etc. complete
Providing and fixing wrought iron I mild steel gate as per the detailed
drawing including hinges, pivot, locking arrangement with lock and painting.
General: - The item pertains to the provision and fixing of wrought iron or steel gate as
mentioned in the item as per the drawings including hinges, pivot blocks, locking
arrangement and lock and painting.
Materials: - The wrought iron or mild steel sections shall conform to A.14 or A.11 as
relevant. The sections shall be of the dimensions and shapes as shown on the
drawings. Standard revets and welding rods shall be used. Stone pivot blocks shall be
of hard compact, fine grained and durable stone without any defect. They shall be as
approved by the Engineer.
Oil paint shall conform to A.17 . The priming coat shall be of red lead and the
subsequent two coats shall be of approved shade. Cement concrete 1:2:4 shall conform
to specification No.B.6.
Construction:- The hinges flat shall have been embedded in the pillars as indicated on
the drawings at specified heights. There shall be one such hinge to each of the shutters.
The hinges shall comprise of mild steel flat bent through 180 with a radius sufficient to
hold the end vertical bars of the gate. A square bar piece with curved end shall be used
as a spacer and stopper at the time of fixing. This piece shall be fixed to the flats with
nuts and bolts.
The fabrication of the gate shall conform to specifications Nos. B.19, B.18, and
B.10.
The design of the gate shall be as per the drawings. The joints shall be riveted
and welded as shown on the drawings or as ordered by the Engineer.
The gate shutters shall be fixed on the the hinges and the lower ends of the outer
verticals shall be supported on stone pivot blocks 20cm x 20cm x 20cm fixed into 1:2:4
319
Contractor No. of Corrections. Executive Engineer.
cement concrete block of 45 cm x 45cm x 45 cm with its top flush with the ground.
The central vertices of the two shutters shall have to rollers 40mm x 6mm mild
steel flat shall be bent to the required curvature and fixed with welded pins over 1:2:4
cement concrete bed 15cm thick and 10cm wide perfectly level. The rollers shall roll
over these flats.
The gate shall be painted with one coat of red lead oil paint and two coatsof
approved shade of oil paint. Painting shall conform to B.21.
Item to include : -1) All wrought iron of mild steel sections of specified dimensions and
shape oil paint, revets, welding rods locking arrangement with lock, rollers, cement
concrete 1:2:4 hinges on stone pivot blocks.
2)Fabrication of gate to the required design, fixing stone pivot blocks and sliding flat rails
in cement concrete and fixing gate to the pillars, Iocking arrangement with lock and
painting.
Also the items includes providing 2.5 m wide M.S. gate with 40 mm dia M.S. black
pipe of medium class with approved grill work with two coats of anticorrosive paint ,with
side pillar in RCC M150 of size 25x40x2.5 M height its foundation as per asper
departmental design and drawing and as directed by Engineer In Charge.
3) AII necessary labour, materials and use of tools, plant and equipment.
Mode of measurement and payment:- The contract rate shall be for number basis
The measurements shall be for the net area covered by the gate.
The height being inclusive of the tips and toes of the vertical if extending beyond the top
and bottom/ rails. The horizontal width shall be measured outside to vertical of side rails.
The dimensions shall be measured correct up to a cm and the area calculated correct
up to three places of decimals of a square metre.
tem No 9 :- Providing and applying water proof cement paint paint etc.
complete
Specification as per item No 25 of Sub work No 2 and as per departmental specification
as directed by engineer in charge.
320
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON.
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME, TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUB WORK NO 12 :- STAFF QUARTER
Item No 1 a&1b :- Excavation in all types of strara etc. complete.
Specification as per item No 1 . of Subwork No.1
Item No 2 :- Providing & laying P.C.C. 1:2:4 ( M150 ) etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 3a & b :- Providing & laying U.C.R. Masonary ….. etc Complete.
Specification as per item No 3 of Sub work No 11
Item No 4 :- Providing & laying Tuck pointing ….. etc Complete.
Specification as per item No 4 of Sub work No 11
Item No 5 :- Providing & laying C.C. M 150 for coping …. etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 6 :- Providing B.B. masonary (using second class Burnt Brick ) …. etc
Complete.
Specification as per item No 18 of Sub work No 2
Item No 7 :- Providing B.B. masonary (using second class Burnt Half Brick ) ….
etc Complete.
Specification as per item No 18 of Sub work No 2
321
Contractor No. of Corrections. Executive Engineer.
Item No 8 :- Filling in plinth and floor murum bedding with contractor murum
etc. complete.
Specification as per item No 2 . of Subwork No.1
Item No 9 :- Refilling the trenches etc Complete.
Specification as per item No 10 . of Subwork No.1
Item No 10 :- Providing and fixing single leaf panel door CCTW ….etc.
Bd.T.53.1 General __The item refers to providing and fixing steel windows in buildings.
The windows shall conform to I.S. 1038-1957 regarding material, fabrication,
dimensions of steel windows, sizes of rolled steel sections and fixtures and fastening
unless other sizes ar specified no the special provisions. Steels window frames shall be
hot dip zinc coated if so mentioned in the item. The type of window shall be as shown on
drawings or as directed by the Engineer with fixed and \or side hung shutter. If
ventilators are provided the shall be top or centre hung as shown on drawing or
directed by the Engineer The steel windows without or with ventilators shall be fixed and
glazed as specified in I.S 1081-1910 . The type of glass shall be as mentioned in the
item and approved by the Engineer. It shall not weigh less than 7.5 kg./sq. m.(about 24
oz/sq.ft.) If the steel windows are supplied by an approved manufacturer they shall be
fixed and glazed as per the instructions of the manufacturer. Unless otherwise specified
in the special provisions, the sizes of openings for windows shall be from those specified
in I.S. 1038-1957 and as shown in the drawings.
Bd.T.53.2 T.W boxing and architraves - When included in the item teak wood boxing lf
20cm. X m. and architrave of 6 cm. X 2cm. or other sizes shown in the drawings shall be
provided all round the window from inside and the edges shall be finished with plaster or
dado work as the case may be to obtain in a finished job. The joints of the window frame
with masonry shall be finished neatly with cement mortar.
Bd.T.53.3 Finishing - The steel windows which are not hot dip zinc coated shall be
finished with 2 coats of oil paint of approved colour and shade on a primer coat of red
lead as specified in B.21a. The wooden boxing and architraves shall be finished with 2
coats of oil paint of approved shade as specified in Bd.N.
322
Contractor No. of Corrections. Executive Engineer.
Bd.T.53.4. Item to include - All lab our, materials and equipment required for
(1) providing the fabricated steel windows as specified above at the site with all
accessories, fixing materials and glass panes,
(2 ) Fixing the steel windows in the required positions and glazing.
(3) Providing the T.W. boxing and architraves.
(4) Finishing the joints of frames with masonry with cement mortar and painting the steel
windows and boxing and architraves.
Bd.T. 53.5. Mode of measurement and payment . The contract rate shall be for a unit of
one sq. m. of the area covered by the outer dimensions of the window frame. The
dimensions shall be measured outside to outside of the outer edges of the frame
(excluding lugs)correct up to a cm. The dimensions of composite windows, ventilators
etc. shall be measured from outside of the outer most members of the composite farm
including mullions , transoms etc. but excluding lugs. The area shall be worked out
correct up to 3places of decimals of a sq. m.
The item include providing and fixing single leaf panelled door C.C.T.W. 60mm.x
100mm. frame without ventilator, shutter 35mm.thick as per detailed drawing consisting
C.C. T.W. vertical styles & top rail 95mm. x 35mm. & lock & bottom rail 195mm. x
35mm. & panel with 12 mm. thick particle board (Conforming I.S.3097:1980 ) including
iron oxidised fixtures & fastenings & T.W. beading at junctions of panels inserted
including 3 coats of oil painting complete. Additional Item. Spec.No. As directed by
Engineer in charge. Also as per specification no B and C-7 page no – 418 and Sp no BD
1.4 page no 479 .
Item No 11 :- Providing and fixing Box frame steel window ….etc.
Bd.T.53.1 General -The item refers to providing and fixing steel windows in buildings.
The windows shall conform to I.S. 1038-1957 regarding material, fabrication,
dimensions of steel windows, sizes of rolled steel sections and fixtures and fastening
unless other sizes ar specified no the special provisions. Steels window frames shall be
hot dip zinc coated if so mentioned in the item. The type of window shall be as shown on
drawings or as directed by the Engineer with fixed and \or side hung shutter. If
ventilators are provided the shall be top or centre hung as shown on drawing or
directed by the Engineer .The steel windows without or with ventilators shall be fixed
and glazed as specified in I.S 1081-1910 . The type of glass shall be as mentioned in
the item and approved by the Engineer. It shall not weigh less than 7.5 kg./sq. m.(about
323
Contractor No. of Corrections. Executive Engineer.
24 oz/sq.ft.) If the steel windows are supplied by an approved manufacturer they shall
be fixed and glazed as per the instructions of the manufacturer. Unless otherwise
specified in the special provisions, the sizes of openings for windows shall be from those
specified in I.S. 1038-1957 and as shown in the drawings.
Bd.T.53.2:- T.W boxing and architraves when included in the item teak wood boxing lf
20cm. X m. and architrave of 6 cm. X 2cm. or other sizes shown in the drawings shall be
provided all round the window from inside and the edges shall be finished with plaster or
dado work as the case may be to obtain in a finished job. The joints of the window frame
with masonry shall be finished neatly with cement mortar.
Bd.T.53.3 Finishing- The steel windows which are not hot dip zinc coated shall be
finished with 2 coats of oil paint of approved colour and shade on a primer coat of red
lead as specified in B.21a. The wooden boxing and architraves shall be finished with 2
coats of oil paint of approved shade as specified in Bd.N.
Bd.T.53.4. Item to include __ All lab our, materials and equipment required for
(1) providing the fabricated steel windows as specified above at the site with all
accessories, fixing materials and glass panes,
(2 ) Fixing the steel windows in the required positions and glazing.
(3) Providing the T.W. boxing and architraves.
(4) Finishing the joints of frames with masonry with cement mortar and painting the steel
windows and boxing and architraves.
Bd.T. 53.5. Mode of measurement and payment__ The contract rate shall be for a unit
of one sq. m. of the area covered by the outer dimensions of the window frame. The
dimensions shall be measured outside to outside of the outer edges of the frame
(excluding lugs)correct up to a cm. The dimensions of composite windows, ventilators
etc. shall be measured from outside of the outer most members of the composite framr
including mullions , transoms etc. but excluding lugs. The area shall be worked out
correct up to 3places of decimals of a sq. m.
Item No 12 :- Providing and fixing steel ventilator ….etc. comp.
Specification as per item No 11 of same sub work .
Item No 13 :- Providing & laying R.C.C. M 200 for Beam …. etc Complete.
Specification as per item No 3 of Sub work No 1
324
Contractor No. of Corrections. Executive Engineer.
Item No 14 :- Providing & laying R.C.C. M 200 for Pardi and chajja …. etc
Complete.
Specification as per item No 3 of Sub work No 1
Item No 15 :- Providing & laying R.C.C. M 200 for Slab …. etc Complete.
Specification as per item No 3 of Sub work No 1
Item No 16 :- Providing fixing M.S. Tor Reinforcement etc Complete
Specification as per item No 4 . of Subwork No.1
Item No 17a :- Providing cement plaster 12mm thk. etc Complete
Specification as per item No 22 of Sub work No 2
Item No 17b :- Providing neeru finish …….. etc Complete
Specification as per item No 22 of Sub work No 2
Item No 17c :- Providing cement plaster 20 mm thk. etc Complete
Specification as per item No 23 of Sub work No 2
Item No 18 :- Providing finished kotah stone ... etc Complete
Bd.M.29. Providing sills of polished Shahabad /Tandur/ Kotah stones……..mm thick on
a bed of 1:4 Cement mortar including neat Cement float, filling joints with neat Cement
slurry,curing,polishing and cleaning complete.
Bd.M.29.1. General - The item refers to providing sills of polished Shahabad, Tandur or
Kotah stone slabs mentioned it the item for windows etc. The item shall comply with
relevant specifications given for item No.28.2. and Bd M.28.3. and the following:-
325
Contractor No. of Corrections. Executive Engineer.
As far as possible sills of windows shall be in one piece. The outer edges of sills of
windows shall be rounded when so shown in the drawings or directed by the Engineer.
Measurements shall be taken as if the edges were square including the rounding.
Bd.M.28.2. The slabs shall be uniform in thickness and be preferably of one stone and
at least as long as can be procured. The outside edges shall be rounded or square as
shown in the drawings or directed by the Engineer. The projection of the sill beyond
each edge of the splayed jamb shall be uniform for all windows and shall not normally
exceed 2 cm. There shall be no gap between the sill and the frame.
Bd.M.28.3. Mode of measurement and payment - The contract rate shall be per sq .m of
the sill area. The dimensions shall be measured overall including all the embedded
portions limited to those shown on the drawings or directed by the Engineer in writing.
The length shall not be more than 2 cm. beyond each splayed jamp at the ends. The
dimensions shall be measured correct upto a cm and the area worked out correct upto 2
places of decimals of a square meter. No deductions shall be made for ends of sills
embedded in the jambs . the rounded edges shall be measured square including the
rounding .
Specification as per given by engineer in charge and as per PWD handbook .
Item No 19 :- Providing coloured glazed tiles ... etc Complete
Bd.M.12 . providing and laying white glazed tiles 148.5 mm X148.5 mm (about 6” x 6”)
in size and 8 mm/9.5mm (about 5/16”/3/8”) thick for flooring in required positions, laid on
a bed of 1 :2 lime mortar 1 :4 cement mortar including neat cement float, all specials
required like round edge tiles, cups etc, filling joints with neat white cement slurry, curing
and cleaning complete.
Bd. M.12.1. Materials –Tiles - White glazed tiles including specials shall be of the
approved make and quality and shall conform to I.S. 777-1961 in all respects. Samples
of tiles shall be got approved by the Engineer, who will keep them in his office for
verifications as to whether the materials brought for use conform to the approved
samples.
Bd. M.12.1.2. Mortar ___As per Bd.M.1.1.2.
Bd.m.12.1.3. White Cement :- This shall be of approved quality and make.
Bd.M. 12.2. Mortar bedding :- The amount of water added while preparing mortar shall
be the minimum necessary to give sufficient plasticity for laying. Care shall be taken in
the preparation of the mortar to ensure that there are no hard lumps that would interfere
326
Contractor No. of Corrections. Executive Engineer.
with even bedding of the tiles. Before spreading the mortar bed, the base shall be
cleaned of all dirt, scum or laitance and loose materials and then well wetted without
forming any pools of water on the surface. The mortar shall then well wetted without
forming any pools of water on the surface. The mortar shall then be evenly and
smoothly spread over the base by the use of screed battens to proper laves or slope .
The thickness of the bedding shall not be less than 12 mm (about ½”)or more than
20mm (about ¼”) in any one place. The tiles shall be laid on the bedding mortar when it
is still plastic but has become sufficiently stiff to offer. A fairly firm cushion for the tiles.
Bd.M.12.3. Fixing tiles:- The tiles before laying shall be soaked in water for at least 2
hours. Tiles which are fixed in the floor adjoining the wall shall be so arranged that the
surface of the round edge tiles shall correspond to the skirting or dado. Neat cement
grout of honey like consistency shall be spread over the bedding mortar just to cover so
much area as can be tiled within half an hour. The edges of the tiles shall be smeared
with neat white cement slurry and fixed in this grout one after the other, each tile being
well pressed and gently tapped with a wooden mallet till it is properly bedded and in
level with the adjoining tiles. There shall be no hollows in bed or joints.. The joints shall
be kept as close as possible and in straight lines. The joints between the tiles shall not
exceed 1.5 mm (about 1/16”) wide. The joints shall be grouted with a slurry of white
cement. After fixing the tiles finally in an even plane the flooring shall be covered with
wet saw dust and allowed to mature undisturbed for 14 days.
Bd. M.12.4. Cleaning __After the tiles have been laid in a room or the day’s fixing work
is completed , the surplus cement grout that may have come out of the joints shall be
cleaned off before it sets. Once the floor has set, the floor shall be carefully washed
clean and dried. When dry, the floor shall be covered with oil free dry saw dust which
shall be removed only after completion of the construction work and just before the floor
is occupied.
Bd. M.12.5 Item to include__ The rate shall include all lab our, materials. tools and
equipment required for the following operations to carry out the item as specified
above:--
(1) Providing and laying the bedding mortar and leveling
(2) Providing and fixing the tiles including round edges, corner cups etc. in neat
cement float over the bedding.
(3) Grouting the joints of the tiles with white cement slurry.
(4) Curing.
327
Contractor No. of Corrections. Executive Engineer.
(5) Cleaning the floor.
Bd,M. 12.6. Mode of measurement and payment - same as for Bd.M.1.
Item No 20 :- Providing orrisia type W.C. span ... etc Complete
The item include providing and fixing 1st class white glazed earthenware "Orissa
type" W.C. Pan 600 x 400 mm size including 'P' or 'S' trap UPVC soil and vent pipe up
to the outside face of the wall, 1:5:10 cement concrete bedding, 10 litre fibre high level
flushing cistern with fittings, inlet pipe with stop tap, bracket for fixing the cistern, 32 mm
dia. UPVC flush pipe with fitting and clamps, 20 mm dia. UPVC over flow pipe with
mosquito proof coupling, chain and pulley, painting of the exposed pipe and cutting and
making good walls and floor, testing etc. complete. Prior approval of sample and brand
by Ex. Engineer is necessary before use. Also as per Specification given by engineer in
charge and as per PWD handbook .
Item No 21 :- Providing bib cock of brass ... etc Complete
Bd.V.8. Providing and fixing 15 mm. diameter screw down bib-tip/stop-tab of Brass
including necessary socket /union nut complete.
Bd.V.8.1. General __ The item pertains to the provision and fixing of screw down bib tap
or stop-tap as mentioned in the item, of the specified diameter including necessary
accessories. This item shall be subject to the general specifications.
Bd.V.8.2 Materials__The bib or stop tap shall conform to I.S. 781-1959
Bd. V.8.3. Fixing__ The bib tap or stop tap shall be fixed into the pipe line with
necessary sockets or union nut in places indicated on the drawing or as ordered by the
Engineer. A few turns of fine hemp dipped in linseed oil shall be taken over the
threaded ends to obtain a completely watertight joint. If there is a leak observed on test,
the joint shall be remade to make it leak proof.
Bd.V. 8.4. Item to include__ (1) Screw down bib tap of the specified diameter, fine
hemp, linseed oil and fixing of bib tap or stop tap.
(2 ) All necessary materials, lab our and use of tools.
Item No 22 :- Providing P.V.C. long arm nahani tap ... etc Complete
Bd.V.32. Providing and fixing 8 cm.(3”) cast iron nahani trap including cast iron grating,
bend and piece of cast iron pipe upto the outside face of the wall.
328
Contractor No. of Corrections. Executive Engineer.
Bd.V.32.1. General - The item pertains to the provisions of fixing of 8cm (3”) cast iron
nahani trap in sinks and baths including the cast iron grating. Bends and cast iron pipe
piece upto the outside face of the wall.
This item shall be subject to the general specification.
Bd.V.32.2. Material - The 8 cm. (3”) cast iron nahani trap, bend and pipe with 12.5
cm.(5”) grating shall be the best available in the market and approved by the Engineer.
It shall conform to A.13 regarding its material.
Bd.V.32.3 Fixing - The cast iron nahani trap with the bend and pipe piece shall be fixed
as per the drawings or the instructions of the Engineer.
The joints shall be sealed with 1:1 cement mortar. This shall conform to para.5 of
I.S. 1742-1962 .
Bd.V.32.4 .Item to include - (1) Nahani trap with grating, bend, cast iron pipe up to the
outside face of the wall and cement mortar.
(2) Fixing of the trap, bend and pipe, cutting and waste.
(3) All necessary labour, materials and use of tools.
Bd.V.32.5. Mode of measurement and payment - The contract rate shall be for one
nahani trap fixed. The measurement shall be for the number of nahani traps fixed.
Item No 23 :- Providing screwed down wheel stop tap of brasss.. etc Complete
General :- The item shall conform to specification No. Bd V. 8 (Specification as per I.No.
21 of same sub work ) in all respect except that it shall have an operating wheel . The
material of the wheeled stop valve shall be gun metal or brass as specified in the item .
Item No 24 :- Providing high density polyethylene tank ... etc Complete
The item include providing, hoisting and fixing in position sintex or equivalent high
density polyethylene UV stabilised conforming to IS-12701. Water storage tank with
necessary connection, testing etc. complete. Prior approval of sample by Executive
Engineer is necessary before use. Also as per specification as per given by engineer in
charge and as per PWD handbook .
Item No 25 :- Providing & Fixing G.I. pipe ... etc Complete
Bd.V.5 providing laying and fixing mm. diameter heavy medium type galvanized iron
pipes with screwed socket joints and necessary galvanized iron fittings such as sockets,
back nut , elbows, bends, tees, reducers, enlargers, plugs, clamps etc… including
329
Contractor No. of Corrections. Executive Engineer.
necessary excavation, backfilling , fixing with clamps, drilling holes in walls slabs etc
and remaking complete.
Bd.V.5.1. General - The item pertains to providing and fixing of heavy or medium type
as mentioned in the item, galvanized iron pipes of the specified diameter for water
supply including necessary galvanized iron fittings and all connected work such as
excavation, drilling through walls. Slabs, fixing with clamps, backfilling and making good
the damage.
This item shall be subject to general specifications.
Bd.V.5.2 Materials__ The galvanized iron pipes shall be of the type and diameter
specified in the wording of the item and shall comply with I.S.1239-1958 for the specified
type. The specified diameter of the pipes shall refer to the inside diameter of the bore
pipes and fittings of which the galvanizing has been damaged shall not be used. Unless
otherwise specified, heavy type (C class) galvanized iron pipes shall be used in Greater
Bombay and medium type (B class) elsewhere. Clamps, screws, and galvanized iron
fittings shall be of the standard type to match the pipes.
Fine hemp and linseed oil for fixing of the fittings.
Bd.V.5.3. Excavation - The trench for laying the pipes shall be excavated to the lines
and levels as directed by the Engineer. The bed shall be about 30 cm.(about 12”) wide
and not less than 45 cm. (about 18”) deep. The trench shall be excavated through all
strata met with. Where necessary, sides may be shored or sloped. In case rock is met
with the section of the trench may be slightly reduced but sufficient to receive the pipe
and the cushioning with a safe margin Dewatering shall be done where necessary.
The excavation shall be done only so much in advance of laying of pipes as to
cause least damage to the trench and least inconvenience to traffic and in other
respects.
In case of excavation across, a road, permission of road authorities shall be
obtained for the excavation of the road surface which shall be made good and restored
to the original condition at the contractor’s cost. At all road crossings. The trench shall
be dug only for half the width of the road and pipe laid. The other half shall be excavated
only after back filling is done over the laid pipe and making it suitable for the traffic. In
case of such road excavations and in other cases where accidents are likely to occur
due to the excavation and pipe laying operations sufficient care shall be taken to avoid
accidents etc. by erecting barricades, caution boards, keeping watchman and
330
Contractor No. of Corrections. Executive Engineer.
maintaining red lights at night time. This contractor shall be responsible for accidents
due to his carelessness in this respect and shall bear the consequences.
At all the road crossings the pipes shall be laid lower than the crust of the road.
All the pipes, water mains, cables etc. met in the excavation shall be carefully
protected and supported. Any damage done shall be made good by the contractor at his
own cost.
The pipe shall be laid on a well compacted bed in the trench. The trench after
laying the pipe shall be refilled except at the joints, in layers and manually rammed.
Care shall be taken to see that no earth etc. gets inside the pipes. The filling shall be
kept raised by about 5 cm. for subsequent settlement. In the case of trench through
rock. A bedding and cushioning of murmur, good earth or sand shall be provided for the
pipe. The trench at the joints shall be filled similarly after satisfactory testing of the pipe.
Any surplus excavated stuff shall be disposed off satisfactorily without causing
nuisance.
Bd.V.5.4. Laying and fixing __The plumbing contractor shall get the layout of the
plumbing and drainage system approved by the competent authorities as may be
required by the bye-laws. Should any changes iln the layout be necessary to get such
approval, the contractor shall get the approval of the Engineer and make the
amendments to comply with the Bye-laws. The pipes shall be generally so laid or fixed
as not to be exposed to the heat of the sun or be subject to any injury or risk to the pipe.
As far as possible. the pipes shall be laid plumb and in straight and parallel lines. The
pipe shall be laid to falling or rising gradients or dead level so as to avoid air locks. It
should be possible to empty the pipes readily and completely. All water supply pipes
shall as far as possible be kept out side of walls, partitions and floors and be exposed to
view and accessible . They shall be used in standard lengths, cut lengths being used
only where necessary to make up the exact lengths.
The pipe shall be laid into the trench and screwed with sockets, elbows, tees,
bends, etc. as necessary. In making the joints, a few turns of fine hemp, dipped in
linseed oil shall be taken over the threaded end of the pipe and the socket screwed
home over the pipe with pipe wrench. Pipes connected shall generally touch each other,
the socket covering each and about equally. The branch connections shall not protrude
in the bore of the parent pipes.
No joint shall be located in the thickness of the walls.
331
Contractor No. of Corrections. Executive Engineer.
If the pipe is required to be cut and the end threaded, the burns of the cut end shall
be filled smooth and any obstruction in the bore shall be entirely eliminated. The rate
includes wastage in cutting etc.
When the pipe is to be fixed to walls it shall be fixed with standard brackets, clips or
holder bats keeping the pipe about 12mm. (about ½”) clear of the wall. The pipe shall be
fixed to the wall horizontally and vertically and parallel to one another when more than
one pipe is laid unless unavoidable. The supporting clips etc. for the pipe shall be
spaced at about two meters or so as necessary. When holes are not left during
construction they shall be cut into the walls or slabs etc. to pass the pipe through or to
fix clamps etc. After fixing of the pipes, clamps etc. these shall be neatly made good.
Bd.V.5.5 Painting__ After laying of the pipes, the trench shall be refilled as explained
earlier. All external pipes shall be painted with two coats of approved shade of
anticorrosive paint and internal pipes with two coats of oil paint of approved shade
according to B.21.
Bd.V.5.6 Testing - On completion of laying the pipe line and fixing taps etc. the pipeline
shall be tested with a hydraulic pump for a pressure of 7kg/sq.cm. (about 100 1ba/sq.
inch ) or for any other pressure if mentioned in the special provisions or the Municipal
Bye-laws. No leakage at the joints shall be allowable. Any leakage found shall be
removed by redoing the joint satisfactorily, without extra cost to the Department.
Any other test specified in the Bye- laws of the local Authority shall be carried out
by the contractor to the satisfaction of such authorities and any defects found out shall
be remedied by the contractor without extra claims.
Bd.V..5.7. Items to include__(1) supply of galvanised iron pipes of specified diameter
and type and galvanised iron fittings such as sockets, elbows, bends, tees, enlargers,
reducers, backnuts, plugs, unions etc, hemp, linseed oil, clamps, screws, wooden plugs
etc. to fix the pipe to the walls.
(2) Excavating and back filling trenches including dewatering, cutting though walls, floor
etc.and making good.
(3)Laying, jointing and fixing the pipe with the fitting including pipes, wastage and
threading the ends.
(4) Painting exposed pipes.
(5) Testing.
(6) All necessary labour, materials and use of tools.
332
Contractor No. of Corrections. Executive Engineer.
Bd. V.5.8. Mode of measurement and payment___ The contract rate shall be for one
metre of each type and diameter of pipe laid complete with fittings, clamps etc. as
specified.
The lengths shall be measured net on the straight and bends along the centre line
of the pipes and fittings correct upto a cm.
Item No 26 :- Providing B.B. masonary chamber ... etc Complete
Specification as per item No 9 of Sub work No 2
Item No 27 :- Providing hume pipe for septic tank ... etc Complete
The item include providing and fixing hume pipe septic tank 900mm diameter with
vent pipe and cap including necessary (excluding excavation and laying) Specification
as per given by engineer in charge and as per PWD handbook . and as per IS No.
13592 & IS 4985 .
Specification as per given by engineer in charge and as per PWD handbook .
Item No 28 :- Providing SWR pipe for rain water ... etc Complete
The item include providing and fixing 110 & 160 mm diameter.UPVC soil / vent /
waste SWR pipe/Rain water pipes of required diameter conforming to IS 13592 and IS
4985 to with stand 2.5 kg/cm2 including necessary fixtures and fittings such as bends,
tees, single junction, double and joining with rubber and lubricants on wall by means of
clips or in ground including necessary excavation, laying filling trenches, testing etc.
complete
Item No 29 :- Providing washable oil bond distemper ... etc Complete
Specification as per Item no 24 sub work no 2
Item No 30 :- Providing and applying Washable acrylic emulsion paint etc.
complete
Providing & applying washable oil-bound distemper of approved colour and
shade to old & new surfaces in two coats including scaffolding, preparing the
333
Contractor No. of Corrections. Executive Engineer.
surfaces, (excluding the primer coat.) complete.Also as per specifications given in PWD
hand book and as per departmental specification as directed by engineer in charge .
Item No 31 :- Providing electrical point ... etc Complete
Providing and fixing electrical point of approved quality for lighting purpose
including all material and labour etc. complete. Also as per specifications as per
standard specification given in PWD hand book and as per departmental specification
as directed by engineer in charge .
Item No 32 :- Providing Kaddapa stone 25 to 30 mm ... etc Complete
Specification as per item No 18 of same sub work .
334
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
DETAILED ITEMWISE SPECIFICATION
SUBWORK NO 13 :- TRIAL RUN OF THE SCHEME.
Item No 1 :- Commissioning ,Running & maintaining the scheme etc. complete.
MAINTAINING RURAL WATER SUPPLY SCHEME FOR THREE MONTH ON TRIAL
RUN BASIS.
1 On completion of scheme the contractor should commission the schemes to its
rated capacity of three month including cost of all labour items attending execution,
defect noticed including cost of material & labour for above period.
2 The contractor should employ necessary staff such as operator, valve man. It
should be the. responsibility of the contractor to see the regular supply shall maintained
which should be disinfected by T.C.L/Chlorine Gas & the Village Panchayat is made
aware of day to day maintenance. The running charges exclude the cost of raw water
T.C.L. & cost of Electric bill. The defects noticed during this period arising out of
defective workmanship should be attended by the contractor, without any extra cost.
3. The Contractor should maintain necessary log book of pumping & chemical
doses etc. up to date,
Item No.2:-
2.2 SATISFACTORY RUNNING OF THE SCHEME FOR ONE YEAR PERIOD (AS
PER GOVT. G.R.NO. GRAPADHO/1109/PRAKRA-104 (A) /WS-07 DT.17.3.2010
After satisfactory completion of the scheme for trial run period of three month the
contractor has to run the scheme for one year. For this one year period contractor
should employ necessary staff such as Valve man, Filter operator , pump Operator etc.
& it is responsibility of contractor to see the regular water supply .Village panchyat is
made aware of day to day maintenance the running charges exclude the cost of TCL/
chlorine & cost of electricity bill the defect noticed during this period arising out of
defective workman ship should be attended by the contractor without any extra cost.
During this period Contractor should maintain necessary log book of pumping &
chemical doses etc. up to date,
Contractor has to run the scheme for one year period .
335
Contractor No. of Corrections. Executive Engineer.
After satisfactory completion of running the scheme for one year period
contractor has to handed over the scheme to the concern village Panchyat. The joint
inspection of the committee member shall be arranged as decided by the Executive
Engineer & regular handing over note shall be signed by the concerned authority the
responsibility of the contractor shall cease only after signing of such a handing over
documents.
336
Contractor No. of Corrections. Executive Engineer.
. MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME,
TAL. & DIST :- DHULE.
SUBWORK NO 14 :- Detailed Specifications of Electro Magnetic Flow meter,
ECE Mark Bul meter, Domestic Water flow meter
Providing, erecting, testing Electro Magnetic Flow Meter, ECE Mark Bulk Meter,
Domestic Water Flow Meter
Item No1:- Electro Magnetic Flow Meter ( 500 MM dia.)
Manufacturing, supplying & commissioning Electromagnetic flow meter with (EMF)
for Raw/Pure water with accuracy ±±±± 0.5 % of measured value and protection as per
given specification for all sizes including sensors, transmitter, surge arrestor, flow meter
including pipe cutting, levelling and installation of flowmeter in the pipe line with
necessary tool, trakles, cranes etc as may be required at site and based on technical
specifications.
Mandatory Accessories:
1) The sensor should be as per IP-68 protection & with flanges of up to PN 10 rating
from CS-1 No.
2) The sensor coil housing shall be lP- 68 This protected against external magnetic
field.
3) The transmitter shall have one current 4mA-20 Ma output.
4) The current output shall be galvanically/optically isolated. It shall be fitted with
switched mode power supply capability 85-260 V & 45-65 Hz to cope with power
transients without damage.
5) Signal & power cables not more than 50 Mtrs length/each.
6) Conduit pipe (PVC Plumbing) 25 mm diameter with suitable rating: Suitable conduit
duct for route rig of cable with suitable digging, laying & concealing the duct- 25
Mtrs/each.
337
Contractor No. of Corrections. Executive Engineer.
7) UPS working on 230 V AC, 50 Hz power supply suitable for 12 hrs continuous
operation-I No.
8)Data storage capacity with built in or separate for date time, actual flow rate, totaliser
and error messages if any with storage capacity of 120 days at 5 minutes interval data
logging- I No.
9)21 inch ,80 column Dot matrix printer of EPSON, WIPRO or Hewlett Packard make
with printer interface unit for printing of stored data as per 8)- 1 No.
10) proper earthing shall be provided for protection against high voltage surge.
11) Suitable over voltage protection unit for protection of instrument from higher voltage
(up to 275 V — 300 VAC)
B) Working Conditions & Specifications
a) Water Temp.: 10°to 50°
b) Water Quality: Raw water, turbid in nature Portable chlorinated water.
c) Operating pressure: 10— 15 Kg/cm 2
d) Pipeline MOC: Cl, DI, MS with/without mortar lined, Non-metallic pipes. HS & PSC.
e) Pipe condition: pipe shall be running full. Full Bore Bi-directional Electromagnetic
Flow meters shall be designed, manufactured & calibrated to International standards
with accuracy of +/- 0.5% of reading.
g)The supplier should have full lSO-9000 series accredation & full it aceable calibration
methods to either of the two primary standard means of testing
i.e. mass (ISO 4185) or volume (ISO 6817).
h) Each meter shall be wet calibrated at the place of manufacturing with 3 point
calibration at sufficient flow rates. The testing facility shall be duly accredited in
accordance to ISO 17025.
I) The sensor shall be of standard length as per ISO 13359.
338
Contractor No. of Corrections. Executive Engineer.
j) The sensor shall have built in stainless steel grounding electrode & empty pipe
detection. Any ground probes, rings flanges or straps will be strictly not acceptable.
k) The liner material shall be either, Certified Hard Rubber (HR) with Drinking water
approval or Polyurethane (PU) & Teflon.
l) The sensor & transmitter shall be capable of working in tropical environment.
m)The meter body shall be flanged or with custom connector as per the requirement
water designs will not be acceptable.
n) The housing of flow meter shall be Dicast Alluminium painted steel with suitable anti
corrosive paint.
o)The flow meter shall be suitable for both submergence as well as burial installation
and shall withstand all necessary natural shocks.
p) The transmitter & sensor shall not have any EMI interferences in the actual flow
meter reading.
q) The transmitter shall be wall mounted type with a 2 line display for the indication of
Actual Flow rate & totalized value. The material enclosure shall be sufficient to
guarantee of 5 year operation life.
r) The transmitter shall be capable of fully programmed with push buttressing HART
communicator. It shall have a set-up menu so that all relevant parameters
may be user-set from the self-prompting driven menu.
The repeatability shall be 0.1% or reading or better, minimum +1- 0.5mm/s.
s) The transmitter shall have one scale pulse output.
One current (HART) output. The current output shall be galvanically isolated. It shall be
fitted with switched mode power supply capability 85-260 V & 45-65 Hz
to cope with power transients without damage.
t) The totalized value shall be protected by EEPROM during power outage, and utilizes
an overflow counter.
u) The flow meter shall be provided with remote display suitable without any signal
booster/amplifier for distance up to 150 Meters. for online MIMIC
C)Sensor / Transmitter cable of following specification:
3 x 0.38 mm2 PVC cable with common, braided copper shield 0.7mm dia) & individually
shielded cores-with empty pipe detection 9 EPD) 4x0.38 mm2 PVC cable with common,
braided copper shield 0.7mm dia) & individually shielded cores. Conductor
resistance <I 420 p21m permanent operating temperature 20+/- 80
339
Contractor No. of Corrections. Executive Engineer.
b)Repairs/replacement of components/spare parts as may be necessary during the flow
meter inspection.
c) Free replacement of the spare parts & consumables as necessary.
d)Emergency visit to site within 48 hours for attending any major trouble shooting and
break downs.’
e)Technical training/trouble shooting training to the user by the supplier.
f) Providing complete technical details on instrument with necessary manuals.
D)General Terms and Conditions:
a)General specification with accessories ( except required for each type of meter
specified) working conditions, mandatory accessories, calibration, inspection testing
manufacturers test certificates, installation & commissioning guarantee & training shall
be common for all flow meters as mentioned above. The additional /optional accessories
mentioned above to be considered as per project & site requirements.
b) The above prices are inclusive of import duty as applicable in year 2010.
c) The above prices inclusive of countervailing duty (CVD) as applicable in year 2010
with education cess of 2% on CVD. Also includes necessary charges for customs
clearances clearing & forwarding charges in India.
d) The above prices are includes local inland transportation from manufacturer’s
godown/customs godown up to sites anywhere in Maharashtra.
e)The above prices includes necessary packing & forwarding charges as applicable for
each project.
t) VAT 12.5% currently applicable are included in above rates.
g) Octroi charges are not included in above rates & shall be as per actual which will be
included wherever applicable in estimates for meter up to site storage.
h)The above prices are inclusive of Marine and inland insurance of flow meters up to
site storage.
i) Meter shall be procured with prior permission from concerned Superintending
Engineer/Chief Engineer.
j) Planning for installation of meter shall be done during execution of pipe work. Straight
pipe length of 5 D or more on upstream side and 2 D or more on
downstream side of meter is necessary( D is diameter of flow meter) The meters shall
be installed so as to have a linear flow with pipe running full.
340
Contractor No. of Corrections. Executive Engineer.
E) Calibration, Testing & Inspection
The flow meters shall be pre-calibrated at the manufacturer’s place as per
international standards given above. Additionally as may be required 10%
of total supply lot shall be inspected tested at below mentioned institutes in India or third
party inspection through MJP approved agencies to be carried at manufacturer’s place.
Testing in India
a) FCRI , Palakkad
b) IDEMI, Mumbai
c) CWPRS, Pune
d) Any other institute approved by MJP
e) Manufacturer’s Guarantee, Certificate & Training the flow meters shall be
supplied with manufacturer’s test certificate as per international standards
given above. Calibration certificates with 12 months guarantee for the trouble free
performance & give adequate training for handling flow meter & installation in
field so that trainees can carryout the job independently.
F)3 6 Month’s 0 & M towards flow meter &. Accessories:
G) Cabinet:- Providing & Fixing flow meter transmitter to internal of walls building
in suitably designed panel cabinet with proper looking arrangement with glass
window on front door for seeing reading of flow transmitter and data looser
without opening panel cabinet etc.comp.
Item No. 2 :- EEC Mark Bulk water meter ( As Per Schedule B)
Providing, installing and giving satisfactory field testing of various mm dia
Flanged ends bulk water meter EEC Mark having remote reading facility with FGI 250
cast iron body or suitable moc class B conforming to ISO 4064 marked to read in metric
system, along with manufacturers test and guarantee certificate including cost of materials
and labour etc complete.
341
Contractor No. of Corrections. Executive Engineer.
One Bulk Water meter of each size shall be got calibrated from a) FCRI,
Palakkad. b) IDEMI, Mumbai c) CWPRS, Pune. d) Any other institute approved by M.J.P
and calibration certificate shall be produced .The manufacturer test certificate guaranty
card for all meters .
Item No 3 :-C.I.Stainers :- C.I. Strainers T Basket type with flanged end and stainless
steel or brass mesh with opening of 2.50 MM to 3.00 MM and suitable for operating
pressure of 16 Kg/cm2 .
Itm No 4 :-M.S.Specials providing and supplying ISI standard MS Specials of required
thickness with 3 coats of approved make epoxy paint from outside &inside including all
taxes,octroi,inspection charges, transportation to site etc complete
Itm No 5 :- Mechanigal Joints
Manufacturing supplying of C.I. Mechanical compression flanged/socket tail
pieces suitable for making flanged connection with the plain barrel of C.I spun pipes (As
per IS 1538/2001) and D.I. Pipes as per IS 8329/2000) The tail pieces to be supplied
complete with sealing rubber gasket of SBR cast iron follower glands and mild steel nut
bolts. The whole assembly should be mechanically and hydraulically tested to the
provision as laid down in IS 1538/1993. The rates are inclusive of cost of material of
warding charges sales tax, loading, transportation and un loading at departmental store.
.etc. complete as directed
Item No 6 :- Providing and supplying domestic water meter …….etc comp.
Providing, installing & giving satisfactory field testing of domestic water meter
horizontal inferential multi jet type with magnetic type with magnetic drive and dry dial
suitable for ambient 50 degree celcious temp. to be sealed against tempering complete
with coupling at both end confirming to class B along with manufacture test certificate and
guaranty certificate including cost of all marital and labour the rate includes providing and
supplying 15 MM dia water meter on existing consumer connection /new connection
including cost of required matirals such as pipe ,saddle , union ,ferrule etc with required
labour charges etc complete EEC make (With provision of remote reading facility . The
works shall be carried out as directed by engineer in charge.
342
Contractor No. of Corrections. Executive Engineer.
ANNEXTURE-IV ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö“µÖÖ Öê¡ÖßµÖ •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß ²Ö§ü»Ö
´Ö.•Öß.¯ÖÏÖ/ µÖã×−Ö ú/ ŸÖÖÓ¿ÖÖ/ 322 פü−ÖÖÓ ú 31/12/1997 ŸÖÖÓ×¡Ö ú ¯Ö׸ü¯Ö¡Ö ú (‹ úÖ“Ö ¾Öêôûß ´Ö¸üÖšüß ¾Ö ‡Ó ÖÏ•ÖßŸÖ ¯ÖÏßÖãŸÖ êú»Öê) úÖê ÖŸµÖÖÆüß ¯ÖÏ úÖ¸ü“µÖÖ ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö“Öê úÖ´Ö —ÖÖ»µÖÖ¾Ö¸ü ŸÖê úÖ´Öê Öã Ö¾Ö¢ÖÖ ¯Öã ÖÔ —ÖÖ»Öê †ÖÆêü ¾Ö ¯ÖÏŸµÖ ÖÖŸÖ µÖê ÖÖ-µÖÖ •ÖÖßÖßŸÖ •ÖÖÃŸÖ •Ö»Ö¤üÖ²ÖÖÃÖ ¾ÖÖ¯Ö¸ü»Öê»Öê ¯ÖÖ‡Ô ÖÃÖË ×™ü ãú−Ö üÖÆüŸÖÖŸÖ Ø ú¾ÖÖ −ÖÖÆüß µÖÖ“Öß ÖÖ¡Öß ú¹ý−Ö ‘Öê µÖÖÃÖÖšüß ŸµÖÖ ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö“Öß Öê¡ÖßµÖ •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß ‘Öê Öê †Ö¾Ö¿µÖ ú †ÖÆêü. †¿Öß “ÖÖ“Ö Öß ‘ÖêŸÖÖÓ−ÖÖ •Ö»Ö¤üÖ²Ö × úŸÖß †ÃÖÖ¾ÖÖ µÖÖ²Ö§»Ö ³ÖÖ¸üŸÖ ÃÖ ü úÖ¸ü“µÖÖ ¾ÖÖ™ü¸ü ÃÖ¯»ÖÖµÖ †ò−›ü ™Òüß™ü´Öë™ü ´µÖã−Ö†»Ö ¾Ö ןÖÃÖ¸üß †Ö¾Öé¢Öß - ´ÖÖ“ÖÔ 1991) ´Ö¬µÖê ´ÖÖ ÖÔ¤ü¿ÖÔ−Ö †ÃÖã−Ö ¾Öê Ö¾Öê ÖôûµÖÖ ¯ÖÏ úÖ¸ü“µÖÖ ¯ÖÖ‡Ô Ö ÃÖÓ²Ö¬Öß“Öê ¯Ö׸ü“”êû¤ü ÖÖ»Öᯙ ¯ÖÏ ÖÖ Öê †ÖÆêüŸÖ. 1. ‹´Ö. ‹ÃÖ. ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.5.2 −ÖãÃÖÖ¸ü ¯Ö׸ü“”êû¤ü 6.4.4.2 ¯ÖÏ ÖÖ Öê 2. ›êüŒ™üÖ‡Ô»Ö †ÖµÖ−ÖÔ ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.5.2 −ÖãÃÖÖ¸ü ¯Ö׸ü“”êû¤ü 6.4.4.2 ¯ÖÏ ÖÖ Öê 3. úÖò Îúß™ü ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.8.3 −ÖãÃÖÖ¸ü ¯Ö׸ü“”êû¤ü 6.4.4.2 ¯ÖÏ´ÖÖ Öê 4. ׯÖÏÙÒêüÛü ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.9.3 −ÖãÃÖÖ¸ü ¯Ö׸ü“”êû¤ü 6.4.4.2 ¯ÖÏ´ÖÖ Öê 5. ¯Öß. ¾Æüß. ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.10.5 −ÖãÃÖÖ¸ü ¯Ö׸ü“”êû¤ü 6.4.4.2 ¯ÖÏ´ÖÖ Öê 6. úÖÙü †ÖµÖ−ÖÔ ¯ÖÖ‡Ô Ö ¯Ö× ü“”êû¤ü 6.4.4 −ÖãÃÖÖ¸ü ¯Ö× ü“”êû¤ü 6.4.4.2 ¯ÖÏ´ÖÖ Öê †¿ÖÖ ¸üߟÖß−Öê ¾Ö 6 ¯ÖÏ úÖ¸ü“µÖÖ ¯ÖÖ‡Ô ÃÖÃÖÖšüß ¯Ö׸ü“”êû¤ü 6.4.4.2 −ÖãÃÖÖ ü •Ö»Ö¤üÖ²Ö ¬Ö¸üÖ¾ÖµÖÖ“ÖÖ †ÖÆêü. ÃÖ¤ü¸ü ¯Ö× ü“”êû¤üÖ−ÖãÃÖÖ ü ÖÖ»Öᯙ (†) (²Ö) ( ú) ¾Ö (›ü) ¯Öî úß •ÖÖê ¤üÖ²Ö ´ÖÆü¢Ö´Ö †ÃÖê»Ö ŸµÖÖ ¤üÖ²ÖÖ»ÖÖ Öê¡ÖßµÖ •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß ‘µÖÖ¾ÖµÖÖ“Öß †ÖÆêü. †) ´ÖÆü¢Ö´Ö †Öò Ö¸êü™üà Ö ¯ÖÏê¿Ö¸ü“µÖÖ ×¤ü›ü ¯Ö™ü ²Ö) ´ÖÆü¢Ö´Ö †Öò Ö êü™üà Ö ¯ÖÏê¿Ö¸ü“µÖÖ ×¤ü›ü ¯Ö™ü ú) ´ÖÆü¢Ö´Ö †Öò Ö¸êü™üà Ö ¯ÖÏê¿Ö ü ¾Ö ÃÖ•ÖÔ ¯ÖÏê¿Ö¸ü µÖÖÓ“µÖÖ ²Öê ü•Öê ‹¾Öœêü ›ü) ´ÖÆü¢Ö´Ö Ùòü™üß ú ¯ÖÏê¿Ö¸ü ¾Ö ÃÖ•ÖÔ ¯ÖÏê¿Ö¸ü µÖÖÓ“µÖÖ ²Öê ü•Öê ‹¾Öœêü ŸÖÃÖê“Ö ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö“ÖÖ Œ»ÖÖÃÖ šü¸ü¾ÖŸÖÖÓ−ÖÖ ‡ŸÖ ü †™üà²Ö¸üÖê²Ö¸ü“Ö ¾Ö¸üᯙ “ÖÖ“Ö Öß •Ö»Ö¤üÖ²ÖÖ“ÖÖ ×¾Ö“ÖÖ¸ü ÆüÖê Öê Æüß †Ö¾Ö¿µÖ ú †ÖÆêü †ÃÖê ïÖ™ü ú ü µÖÖŸÖ †Ö»Öê †ÖÆêü. ‹. ÃÖß. ¯ÖÖ‡Ô Ö»ÖÖ‡Ô−Ö“Öê ²ÖÖ²ÖŸÖ ‹. ÃÖß. ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö“µÖÖ •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß ²ÖÖ²ÖŸÖ ´Öò−µÖã†»Ö ´Ö¬Öᯙ ¯Ö׸ü“”êû¤ü Îú. 6.7.1 ´Ö¬µÖê ¾Ö¸üᯙ ¯Ö× ü“”êû¤ü 6.4.4.2 “ÖÖ Ã¯ÖÙü ˆ»»Öê Ö −ÖÖÆüß. ŸµÖÖ´Öãôêû ‹. ÃÖß. ÖÏÖòÛ¾Æü™üß ´Öê−Ö ²ÖÖ²ÖŸÖ Öê¡ÖßµÖ “ÖÖ“Ö Öß ²ÖÖ²ÖŸÖ •Ö»Ö¤üÖ¾Ö × úŸÖß †ÃÖÖ¾ÖÖ µÖÖ ²Ö§»Ö ŸÖ¸üß †Öò Ö¸êü™üà Ö/ ¾ÖÙ ú Ö ¯ÖÏê¿Ö¸ü ²Ö§»Ö úÖÆüß Öê¡ÖßµÖ †×¬Ö úÖ-µÖÖÓŸÖ Ã¯Ö™ü ú»¯Ö−ÖÖ ×¤üÃÖ»Öß −ÖÖÆüß. ŸµÖÖ´Öãôêû ÆüµÖÖ ²ÖÖ²Öß ÖÖ»Öᯙ ¯ÖÏ ÖÖ Öê ïÖ™ü ú¸ü µÖÖŸÖ µÖêŸÖ †ÖÆêüŸÖ. ¯ÖÖ‡Ô Ö“ÖÖ Œ»ÖÖÃÖ šü¸ü×¾ÖŸÖÖÓ−ÖÖ ŸÖÃÖê“Ö “ÖÖ“Ö Öß ÃÖÓ¤ü³ÖÖÔŸÖ ¾ÖÙ ú Ö ¯ÖÏê¿Ö¸ü ´Æü Ö•Öê ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö ´Ö¬µÖê −ÖêÆü´Öß“µÖÖ ¯Ö× üãÖߟÖßŸÖ µÖê ÖÖ¸üÖ †ÓŸÖ ÖÔŸÖ ¤üÖ²Ö †ÃÖÖ †ÖÆêü. ÃÖ¬µÖÖ ¯ÖÏÖ×¬Ö ú¸ü ÖÖŸÖ ‹. ÃÖß. ¯ÖÖ‡Ô Ö »ÖÖ‡Ô−Ö ˆ¬¤ü¸ü Ö −Ö×»Ö úÖ ´Æü Öã−Ö ¾ÖÖ¯Ö ü µÖÖŸÖ µÖêŸÖ −ÖÖÆüß. Öã¹ýŸ¾Ö ¾ÖÖ×Æü−Öß ´Æü Öã−Ö ‹. ÃÖß. ¯ÖÖ‡Ô ÖÖÓ“ÖÖ ¾ÖÖ¯Ö¸ü ú üŸÖÖÓ−ÖÖ ŸµÖÖ ŸµÖÖ ÃÖꌿÖ−Ö ´Ö¬Öᯙ ÃÖ¾ÖÖÔŸÖ
343
Contractor No. of Corrections. Executive Engineer.
ú´Öß ¯ÖÖŸÖôûß¾Ö¸ü“ÖÖ ¾ÆüÖ»Ö ²ÖÓ¤ü †ÃÖŸÖÖÓ−ÖÖ ÃŸÖÖêŸÖÃÖÖšüµÖÖ“Öß †ŸÖß †ŸµÖãŸÖ´Ö •Ö»Ö¯ÖÖŸÖôûß (‹±ú. ‹ÃÖ. ‹»Ö) ¾Ö ¯ÖÖ‡Ô Ö“µÖÖ ‡−Ö¾Æü™Ôü »Öê¾Æü»Ö ´Ö¬Öᯙ ±ú¸ü úÖ ‹¾Öœêü (Ùòü×™ü ú Æêü›ü) ¯ÖÏê¿Ö¸ü −ÖêÆü´Öß µÖêŸÖ †ÃÖŸÖÖê ¾Ö Öã¹ýŸ¾Ö ¾ÖÖ×Æü−Öß ´Ö¬µÖê Æêü“Ö ¯ÖÏê¿Ö¸ü ÃÖ¾ÖÖÔŸÖ •ÖÖÃŸÖ †ÃÖŸÖê. ( ÃÖÖê²ÖŸÖ“Öê ×“Ö¡Ö ²Ö‘ÖÖ¾Öê) ŸµÖÖ´Öãôêû ‹. ÃÖß. ¯ÖÖ‡Ô Ö“ÖÖ †ÖµÖ. ‹ÃÖ. 6530/1972 “ÖÖ ÃÖÓ¤ü³ÖÔ ‘Öê‰ú−Ö Öã¹ýŸ¾Ö ¾ÖÖ×Æü−Öß“Öß •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß †Öò Ö¸êü™Óüß Ö ¯ÖÏê¿Ö ü“µÖÖ ¤üß›ü¯Ö™ü ´Æü Ö•Öê “ÖÖ“Ö Öß ‘µÖÖ¾ÖµÖÖ“µÖÖ »ÖÖÓ²Öß ´Ö¬Öᯙ ÃÖ¾ÖÖÔŸÖ •ÖÖÃŸÖ Ã™òü™üß ú ¯ÖÏê¿Ö¸ü“µÖÖ ¤üß›ü¯Ö™ü ¤üÖ²ÖÖ»ÖÖ ‘Öê Öê †Ö¾Ö¿µÖ ú †ÖÆêü. †£ÖÖÔŸÖ ×Æü“Ö †™ü ´Öò−µÖㆻ֓µÖÖ ¯Ö׸ü“”êû¤ü 6.4.4.2 ´Ö¬µÖê †ÖÆêü. ‹. ÃÖß. ¯ÖÏê¿Ö¸ü ¯ÖÖ‡Ô Ö“ÖÖ Œ»ÖÖÃÖ ´Öò−µÖã†»Ö ´Ö¬Öᯙ †ò Öë×›üŒÃÖ 6.4 ´Ö¬Öᯙ ŸÖ¸üŸÖã¤üß −ÖãÃÖÖ¸ü šü¸ü¾ÖÖµÖÖ“ÖÖ †ÃÖŸÖÖê. µÖÖ ŸÖ¸üŸÖã¤üß−ÖãÃÖÖ¸ü Öã¹ýŸ¾Ö ¾ÖÖ×Æü−Öß ´Ö¬µÖê Ùòü×™ü ú ¯ÖÏê¿Ö¸ü“µÖÖ ¤ãü¯¯Ö™ü ¯ÖÏê¿Ö¸ü“ÖÖ Œ»ÖÖÃÖ“ÖÖ ¯ÖÖ‡Ô Ö ¾ÖÖ¯Ö¸ü Öê †Ö¾Ö¿µÖ ú †ÖÆêü. ÃÖ¾ÖÔ ¯ÖÏ úÖ¸ü“µÖÖ ¯ÖÖ‡Ô Ö ²Ö§»Ö Öê¡ÖßµÖ •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß × úŸÖß ¤üÖ²ÖÖ»ÖÖ ‘µÖÖ¾Öß Æêü ¾Ö¸ü ïÖ™ü ú ü µÖÖŸÖ †Ö»Öê †ÖÆêü. ÆüµÖÖ“Ö ¤üÖ²ÖÖ»ÖÖ ¯ÖÏŸµÖê ú ךü úÖ Öß •Ö»Ö¤üÖ²Ö “ÖÖ“Ö Öß ‘Öê µÖÖŸÖ µÖÖ¾Öß. ÃÖÖê²ÖŸÖ :- ‹ ú ×“Ö¡Ö ÃÖÆüß ( ¸üÖ•Öë¦ü ÃÖ Ö Öê) ÃÖ¤üÃµÖ ÃÖ×“Ö¾Ö (ŸÖÖÓ×¡Ö ú)
344
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN 4
th floor Phone : 202 6249
Express Towers 202 5354 Nariman Point, 283 5247 Mumbai 400 021 (India) Fax 202 9348 STD 022 Gram : PANIMANDAL, Mumbai
No. MJP/MS (T)/TS-I/350/4161 Date:- 10.12.1998
CIRCULAR
Sub:- Third party inspection of Electrical/ Mechanical equipment’s used in water supply scheme in MJP In order to improve the quality of electrical and mechanical equipments, the scope of third party inspection is revised as under, superceeding the circular issued under this office letter No. MWSSB/AB/B/Stores dated 19th Sept 1989 S.N. Equipment Limits Scope of inspection
1 2 3 4 1 Pumps
a) Submersible pumps
20 HP and above
i) Review of raw materials test Certificates and quality control procedure. ii) Hydrostatic test iii) Performance test iv) Strip inspection for one random pump after performance test to check
• Rubbing if any
• Wearing ring clearances.
• Dynamic balancing of impeller v) High voltage Test vi) Insulation test ( before and after performance test)
b) Vertical Turbine pumps Oil./ Water lubricated
30 HP and above
i) Review of raw materials test Certificates and quality control procedure. ii) Hydrostatic test on bowl assembly, discharge head, hydrostatic test on 20% quality of shaft enclosing tubes and column pipes. iii) Performance test iv) Strip inspection after performance test for one random pump, to check
• Rubbing if any
• Wearing ring clearances.
• Dynamic balancing of impeller c)Centrifugal pumps
(coupled) 50 HP and above
i) Review of raw materials test Certificates and quality control procedure. ii) Hydrostatic test on casing. iii) Performance test
345
Contractor No. of Corrections. Executive Engineer.
iv) Strip inspection after performance test for one random pump, to check
• Rubbing if any
• Wearing ring clearances.
• Dynamic balancing of impeller d)Centrifugal monoblock
pumps 15 HP & above
i) Review of raw materials test Certificates and quality control procedure. ii) Performance test
2 Electric Motors 100 HP & above
i) Review of raw materials test Certificates and quality control procedure. ii)Routine test for all iii) Type test for one no random motor for 300 HP & above, including vibration and noise level.
3 Starters
a)Auto Transformer All i) Review of raw materials test Certificates and quality control procedure. ii) High Voltage test iii) Insulation Resistance test iv) Full load test of Auto transformer winding v) Dielectric strength of oil vi) Fault simulation for testing protection relays except short circuit and earth fault.
b)Soft/ Gentle start starters All i) Review of raw materials test Certificates and quality control procedure. ii) High Voltage test iii) Insulation Resistance test iv) Fault simulation for testing protection relays except short circuit and earth fault.
4 L. T. Panel & L.T. Breaker Connected load of 100 HP & above
i) Review of raw materials test Certificates and quality control procedure. ii) High Voltage test iii) Insulation Resistance test iv) Routine test v) Checking phase and earth clearance of bus bars vi) Checking wiring diagram and contract circuit and operation of panel. vii) Fault simulation for testing protection relays except short circuit and earth fault.
5 Transformers 315 KVA i) Review of raw materials test
346
Contractor No. of Corrections. Executive Engineer.
and above Certificates and quality control procedure. ii) Routine test for all iii) Temperature rise for one no upto and including 3000 KVA and all transformers above 3000 KVA. iv) Type test excluding impulse test for random one transformer above 1000 KVA and upto 3000 KVA v) Type test including impulse test for transformer of 3000 KVA and above..
6 H.T. panel / H.T. Breaker/ Vacuum contractors
i) Review of raw materials test Certificates and quality control procedure. ii) Routine test iii) Checking components, and wiring diagram, control circuit and operation of panel. iv) Insulation Resistance test v) High voltage test vi) Power frequency test vii) Fault simulation viii) Review of type test certificate or breaker
7 Relay & Metering panel All i) Review of raw materials test Certificates and quality control procedure. ii) Checking wiring diagram iii) Relay operation test for over current, earth fault by D.C. injection. iv) Reviewing test certificate of relays. v) High voltage insulation test
8 Scanner panel All i) Review of raw materials test Certificates and quality control procedure. ii) Operation test for indication of temp of Bearing, windings and oil. iii) Hooter test with respective setting of alarm and tripping circuit. iv) Checking wiring diagram and control circuit v) H.V. and I.R. test.
9 D.C. Battery and Battery charger and Distribution panel
All i) Review of raw materials test Certificates and quality control procedure. ii) Checking components. iii)Checking wiring diagram, and control circuit. iv) H.V. and I.R. test
10 Cables LT 300 sqmm and above
i) Review of raw materials test Certificates and quality control
347
Contractor No. of Corrections. Executive Engineer.
and if length is 300 mtr. or above
procedure. ii) Routine test iii) Over load test iv) High voltage test v) Insulation Resistance test
11 Cables HT 95 sqmm & above & if length required is 300 mtr and above
i) Review of raw materials test Certificates and quality control procedure. ii) Routine test iii) Overload test iv) High voltage test v) Insulation Resistance test
12 E.O.T. Crane/ Monorail 3 Mt & above
i) Review of raw materials test certificate and quality control procedure. ii) Operation test iii) Deflection test iv) Load test
13 Sluice valves/ Butterfly valve
350 mm.dia. and above
i) Review of raw materials test certificate and quality control procedure. ii) Body and seat test iii) Test with operation of actuator and reduction gear box fully assembled with valve opening and closing ( in case actuators are provided) with synchrozing. iv) Checking wear travel (for S.V. only)
14 Non-return valve 350 mm.dia. above with by pass fitted if specified
i) Review of raw materials test certificate and quality control procedure. ii) Body test and seat test
15 Air valve 150 mm.dia. & above
i) Review of raw materials test certificate and quality control procedure. ii) Body test iii) Operation test for functioning of small orifice and large orifice.
16 Valve actuator All i) Review of raw materials test certificate and quality control procedure. ii) High voltage test iii) Insulation Resistance test iv) Routine and operation test v) Checking wiring diagram and circuit vi) Operation test with limit switches.
17 Capacitors 50 KVAR bank or
i) Review of raw materials test certificate and quality control
348
Contractor No. of Corrections. Executive Engineer.
above procedure. ii) Routine test iii) High voltage test iv) Insulation Resistance test
18 Multi programmable automatic control unit/ Motor protection relays
All i) Review of raw materials test certificate and quality control procedure. ii) High voltage test iii) Insulation Resistance test iv) Operation test v) Fault simulation vi) Checking wiring
19 Voltage stabilizer Above 25 KVA
i) Review of raw materials test certificate and quality control procedure. ii) Routine test iii) High voltage test iv) Insulation Resistance test v) Ratio test vi) Temperature rise test
20 Water hammer control devices
All i) Review of raw materials test certificate and quality control procedure. ii) Hydrostatic test iii) Radiographic test for welding (for Air vessel)
21 Water meters/ Flow meters 150 mm.dia. and above
i) Review of raw materials test certificate and quality control procedure. ii) Hydrostatic pressure test iii) Calibration test
22 Wireless communications equipments
All i) Review of raw materials test certificate and quality control procedure. ii) Operation test for all equipments
It shall be specifically mentioned in the tender or supply order that it shall be responsibility of the contractor/ Supplier to organise the third party inspection ( by approved agency of MJP) and the contractor/ supplier shall bear all expenses including inspection charges. Necessary provision for inspection charges as per C.S.R. (Elect/Mech.) for the equipment to be inspected shall be made in the estimated cost put to tender. The contractor shall furnish the details of specifications./ test etc. to the inspection agency and the inspection agency shall furnish the copy of inspection report to the department and copy to contractor/supplier. Sd/- ( Rajendra Sagane) MEMBER SECRETARY (TECH) Copy submitted to Additional Chief Secretary, WSSD, Mantralaya, Mumbai. Copy to Chief Engineer, MJP, Thane/ Pune/ Nashik/ Amaravati/ Aurangabad/ Nagpur. Copy to Technical Members of MJP Copy to All Superintending Engineer, MJP Copy to All Executive Engineer, MJP
349
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN
Updated List of approved makes ( Elect/ Mech) as on April-2008
1) PUMPS
Submersible pumps
a) For 100 mm (4”) Pumps with
Polypropylene Impellers
Pluga Vadoara (Upto 31-12-08)
Shakti Ichalkaranji (31-3-11)
Amrut Visnagar (Gujrat) (31-3-11)
Waterman Ahmedabad (31-3-11)
Falcon Rajkot ( Up to 5 HP only) (31-12-11)
b) For 150 mm (6”) and above
with Bronze impellers only
No Limit
Name of pump Manufactured at
Categary “A”
Agasti Mira, Thane (31-3-11)
Waterman Ahmedabad (31-3-11)
Amrit Visnagar (Gujrat) (31-3-11)
Shakti Ichalkaranji (31-3-11)
Unnati (U-Neel) Ahmedabad (31-3-11)
Pluga Vadoara (Upto 31-12-08)
MBH Ahmedabad (31-12-08)
Lubi Ahmedabad (31-12-11)
Category “B” HP 30, Q-1000 LPM, head 100 Mtrs
Falcon Rajkot (Upto 31/3/11)
Jyoti Vadodra
Unnati Ahmedabad (Unnati Brand 31-3-11)
Sabar Ahmedabad (upto 31/3/11)
Varuna- (La-Gajjar) Ahmedabad (Upto 31/3/11)
Category “C” HP-15 Q-500 LPM, Head-80 mm
350
Contractor No. of Corrections. Executive Engineer.
Konark (La- Gajjar) Ahmedabad (31-3-11)
Ellen Coimbator (upto 31/12/2008)
Deccan Coimbtor (31/3/11)
Texmo Coimbator (upto 31/12/2008)
Taro Coimbator (Texmo) upto (31/12/2008)
Category “D” (7.5 HP, 250 LPM 65 M)
Anco Palghar Mumbai (Upto 31/12/08)
Globe Ahmadabad (upto 31/3/11)
Mahendra upto Coimbator (upto 31/3/11)
SB Pump upto Jabalpur (31/12/08)
Aroma (Arihant Pumps) Ahmadabad (upto 31/3/2010)
Saguna Coimbator (upto 31/12/2008)
c) Polder pumps ( Upto 50 HP)
MBH Ahmdabad (upto 31/7/2008)
II Monoblock pumps
a) Centrifugal Monoblock pump Kirloskar, Jyoti, Crompton Graeaves,
Texmo (upto 31/12/08)
Aquatex (upto 31/12/08) MBH (upto 50
HP 31/12/2009)
b) Submersible monoblock
Horizontal
Waterman, Shakti, Aqua tex upto
31/12/08 MBH (upto 31/12/2008)
Darling
c) Submersible Monoblock
vertical
Other makes as approved at local level
Aquatex upto 31/12/08
d) Submersible for dewatering Modi MBH upto 31/12/08
III Centrifugal pumps
a) No limit Kirloskar, Jyoti, WPH, M+ P, Flowring
b) Upto 300 H.P. All above
IV Vertical Turbine pumps
a) No limit Jyoti, M+P, FBM, Kirloskar, WPH
b) Upto 600 HP All above
c) Upto 300 HP All above
V) Sewage pumps
351
Contractor No. of Corrections. Executive Engineer.
a) Submersible
i)No limit Kishor, Aqua, KSB
ii) Upto 250 HP All above
iii) Upto 100 HP All above & Pullen MBH (upto Dec-08)
iv) upto 50 HP All above & Jyoti
v) Upto 30 HP Darling (Indore) Modi (Thane) upto
31/5/08
b) Dry well Installation
No limit Kirloskar, Jyoti, M+ P, , kishor
Upto 100 HP Flowmore (upto 31/12/08)
Vert. Non clog Flowmore (upto25 HP) 31/12/08
VI Vaccume pumps
a) 5 HP and above Kirloskar
b) Below 5 HP Kirloskar & makes approved at local
level
2 Valves
a) Sluice valve
i) 600 mm and above Kirloskar IVI, IVC
ii) 400 mm to 600 mm dia. All above, Durga (31/3/11) Gavane Patil
upto 31/3/11 Mayur, Patson
iii) 200 mm to 600 mm.dia. All above
iv) 50 to 200 mm.dia. All above
b) Reflux valve
i) 600 mm and above Kirloskar IVI, IVC
ii) 400 mm to 600 mm dia. All above, Durga (31/3/11) Gavane Patil
upto 31/3/11 Mayur, Patson
iii) 200 mm to 600 mm.dia. All above
iv) 50 to 200 mm.dia. All above
c) Kinetic air valves IVI, IVC, Hawa, Mayur, Durga
d) Foot valve upto 80 mm.dia. Kirloskar & makes approved at local
level
ii) Above 80 mm.dia. Kirloskar
e) Butterfly valves IVI, IVC, Dynamic (upto 900 mm)
352
Contractor No. of Corrections. Executive Engineer.
f) Actuators Limtorque
3) Pipes
a) G.I. pipes and specials Zenith, Tata, GSt, Suryaprakash, Jindal
b) C.I. pipes and special Reputed makes approved at a local
level
4) Tools Gedore, Jhalani, Taparia
5) Pressure/ Vacuum Gauges Feibig, Uday, H-Guru
6) Lifting equipments
a) Chain pulley block monorail
with travelling trolley
Elephant, W.H. brady ( 5 T only)
b) HOT, cranes Harculas, Anupakm & smaco
c) EOT, cranes W.H. Brady 5 ton, Anupam & Smaco)
Herculas
7) Motors
A L.T. Motors
1 Horizontal Motors Kirloskar, Jyoti, Crompton, Alstom,
NGEF, Sismens, BHEL.
2 Vertical solid shaft motors Kirloskar, Jyoti, Crompton, Alstom,
NGEF, Sismens, BHEL.
3 Vertical hollow shaft motors Kirloskar, Jyoti,
B H.T. Motors Kirloskar, Jyoti, Crompton, Alstom,
NGEF, BHEL.
8 Starters
a) D.O.L. L & T, simence, SEIL, Kirloskar, MEI,
Chandan, Minilec
b) Star delta L & T, Siemence, SEIL, Bhartiya Inds,
Ltd. Minilec, Kirloskar
c) Auto transformer starter with air
brake with contactor
Locally fabricated as per M.J.P.”s
specification
d) Power contractor for ATS
Upto 800 Amps
Upto 600 Amps
Upto 400 Amps
SEIL, L & T siemens
All above * BCH, Andrew Yule Havell’s
Killburn, C & S, Andrew Yule, Havell’s
353
Contractor No. of Corrections. Executive Engineer.
e) Soft strat starters Instronix, Electrotech system (Sangli)
upto 200 HP Jayshree (Pune),
Innovative (Pune), Jag (Miraj),
Crompton Greaves (Nashik)
9) Switches & Fuse
a) Rotary Kaycee, L & T Simens, Chandan,
Thaakur standard
b) Iron clad Stanley, Ashok, KEW, crompton,
chandan, JSL standard
c) Metal clad CPI, L & T Elecon, Ashok, standard,
Crompton, chandan
d) Fuses switch L & T, crompton, control & switch gear,
Indoasian (upto 31-7-08)
e) Change over switch on load, off
load
Havell’s standard -1250 A,
Indoasian (upto 31-7-08) JSL, control &
switches)
f) HRC Fuses L & T, Alstom, siemens, standard 630
A, Indoasian (31-7-08) control &
switchgear
10) Oil Circuit Breakers --
11 Moulded case circuit Breake
a) No limit L & T, ABB, SEIL, Jyoti, Alstom, Andrew
Yule, Havell’s, control & switches
standard Electrical ( upto 800 Amp)
(31/3/11) schneidar, JSL
b) Upto 630 AMP All above & AEG- NGEF, Indoasian,
BCH
12) Air circuit breaker
a) No limit L & T, Siemens, control & switch gear
schneider, Jyoti JSL
b) Upto 1000 Amp All above and ABB, SGIL
c) Upto 630 Amp As above
13) Vacuum contactors ABB, 1.1 Kv amp to 630 A,
354
Contractor No. of Corrections. Executive Engineer.
Crompton7.2 & 11 KV-400 A Crompton,
Jyoti, Megawin, Bhel, Alstom, JSL
a) 22 Kv/ 33 kv Crompton, MEI, Bhel, siemens, Alstom,
Jyoti
b) 11 kv All above & Andrw Yule, Jyoti, Megawin
14) vacuum contactors ABB, 1.1 kv amp to 630 A, crompton 7.2
& 11 Kv 400 A crompton, Jyoti,
Megawin, Bhel, Alstom JSL
15 ELCB Minilec
16) Water level guard & single
phasing preventor
Reputed makes to be decided at local
level minilec
17) Protection Relay
i) Motor protection relay for HT
motors
ABB, English Electric, Minilec
ii) Motor protection relay for LT
motors
Reputed makes to be approved by
M.J.P. at local level, softhard (31/12/08)
Minilec ( Upto 31/7/08)
iii) Over current and earth fault
relay high speed tripping relay
ABB, BCH, Minilec
iv) Static relay Ashida, Minilec
18) Transformers
i) No limit
ii) Upto 3000 Kva Kirloskar, Bharat Bijlee, Crompton
NGEF, Alstom, BHEL
iii) Upto 1600 Kva All above
iv) Upto 750 Kva All above & Pactil, EMCO
v) Upto 315 kva All above & vivekanand Bangalore (31-
3-11)
19) Ammeters/ Voltmeters AE, DIP, IMP, MECO, Rishabh,
Enercon, Nippen
20) Capacitors
i) L.T. capacitor 25 Kvar and
above
Madhav
Savin, Navi Mumbai Upto 31/7/08
355
Contractor No. of Corrections. Executive Engineer.
ii) L.T. Capacitor 25 Kvar All above and as approved by MSEB
ii) H.T. capacitors Savin capacitors, Navi Mumbai upto
31/12/08 Prabodha, Madhav
21) Sub station equipment
i) Outdoor CT/PT Transdelta, Madhav, AE
ii) A.B.switch (GOD) / Isolators pactil, Kiran, Southern- switchgear,
Atlas, Universal- switchagar
iii) D.O. Fuse Unit/ Horn Gap Fuse
unit
Pactil, Kiran, Southern- Switchgear
Atlas, Universal- switchgear
iv) Lightening arrestor Elpro
22) Cables
i) PVC submersible/ copper
conductor) cable
Finolex, Perfect
ii) 1.1 Kv armored and unarmored
cable
Tropodur, Finolex, Asian, Gloster,
Incab, Universal, Polycab, Primecab,
Vardhaman,
iii) 1.1 Kv XLPE cable Primecab upto 550 single core/ multi
core) vardhaman 1.5 core upto 630
sq.mm & multicore upto 400 sq.mm.
iv) 3.3 Kv/6.6 kv/11 Kv/ 22 Kv/ 33
Kv XLPE cable
Tropodur, Asian, Gloster, Universal
Bharat Cab, Primecab
v) Control cable Tropodur, Finolex, Asain, Gloster,
Incab, Universal, polycab, Macro (HMT
brand)
23) Automatic control unit for
submersible pump
Bamo, Minilec (upto 31/12/08)
vidyut control (upto 150 HP)
24 Voltage stabilizers
i) Upto 800 Kva Automatic Electric Ltd. (Mumbai)
ii) Upto 300 Kva AE
iii) Upto 150 Kva All above & Statlec (31/3/11)
iv) 50 Kva All above API ( Indore) upto 30/12/08
v) Upto 12.5 Kva All above & Protovolt ( 31/3/2011)
25) Air blowers Kulkarni bolwers, Usha (31/3/11)
356
Contractor No. of Corrections. Executive Engineer.
ANNEXTURE I
DETAILS OF RESPECTIVE ISS AND APPROVED MAKES FOR MATERIAL
TO BE USED FOR EXECUTION OF WATER SUPPLY SCHEMES
LATEST VERSION OF ISS SHALL BE REFERRED
S.N. Material ISS No. Approved Make
1 2 3 4
1 Cement 26(a) Approved manufactures
2 Tor Steel 1786(Fe-415) Approved manufactures
3 M.S. Round Bar 432 ( Part-I & II) /
1982
Approved manufactures
4 A) D.I Pipes
B) C.I. pipes
8329/2000
1536/1989
Firms on Rate contract
of D.G.S. & D.S.S.I.
Units registered with
Government of
Maharashtra and
holding valid BIS license
Manufactures holding
valid BIS License
5 A.C. Pipes & CID Joints 1592/1989
8794/1978
6 G.I.Pipes For pipes 554/1975
For thread
1239/1990
7 PVC pipes and specials
HDPE pipes and
specials
IS 4985/1988
IS 4984/ 14151/
12786/13488
S.S.I. units registered
with Government of
Maharashtra and
holding valid BIS license
8 A Sluice Valves
50 to 300 mm dia.
2906
Makes approved by
M.J.P
8 b Above 300 mm dia. 14846 Makes approved by
357
Contractor No. of Corrections. Executive Engineer.
GNK catalogue M.J.P
9 Air valves Firms approved by
MJP under letter
No. MWSSB/ 1091/
33 / store/ 5284
dated 17.7.92 &
relevant I.S.
Makes approved by
M.J.P
10 C.I. Specials for CI
pipes
1538/1960 Manufactures approved
by M.J.P
C.I. Specials for AC
pipes
5531/1969 Manufactures approved
by M.J.P
11 Tyton rubber rings 5382/1985
12820/1989
Approved manufactures
12 Reflux valves IS 5312 (Part-I)
1984
Approved manufactures
13 Jiffy Mech. Joints 13282/1992 Manufactures approved
by M.J.P
Note:- 1 In case of cement and steel, contractor shall submit manufacturer`s test
certificate . However samples of the materials supplied by the Contractor will be
tested from Government Engineering college/ Recognized Institutes.
2. All types of pipes i.e. CI/ D.I . / P.V.C./ P.S.C./ M.S. / G.I./H.D.P.E. etc. shall be
tested by Third party approved by MJP. before dispatches from Manufacturer’s
places
at contractor’s cost.
3 The contractor shall purchase AC/PVC /H.D.P.E. pipes, CID Joints at R C rates
from any RC holder SSI unit of his choice through MSSIDC only.
358
Contractor No. of Corrections. Executive Engineer.
ANNEXTURE II REFERENCE OF TECHNICAL SPECIFICATIONS
----------------------------------------------------------------------------------------------- --
S.N. Short Description of Tender items Specifications reference from book of standard specification of Govt. of Maharashtra (Red Book)
---------------------------------------------------------------------------------------------------
1 2 3
--------------------------------------------------------------------------------------------------
1. Excavation in all sorts Sp. No. B-1 on page No.24 to 28 Spn of
material IDS-I
2. Plain Cement Concrete Sp.No. B-6 on page No. 33 to 38 of
Volume I and Bd-EP No.287 to 291 of
Volume II Spn. GS-1 to GS-1
3. Masonry work Sp. No. B-9 page No.55 to 60 of Volume
( Stone Masonry) I and BH and page of Volume II Spn.
GS-12
4. Murum Bedding Sp. No. Bd. A.P.No. 262 to 265 of
Volume VI, IDS-6, GS-22
5. M.S. Reinforcement Grade-II Stresses as per IS-456-1976 and
or Tor Steel ( Fe415) Sp. No. B-10. Spn. GS-3
6. C.C. 1:2:4 proportion & Page No.62 to 65 of Vol. I, IS 3370
1:1. ½:3 proportion for Part I and Part II. Sp. No. Bd-F-P
RCC Works No. 297 to 309 and ISA 456-1976
Spn. GS-1 to GS-11
7. B.B. Masonry work Sp. No. 88 (b) page No.42, Volume I,
Spn. GS-13
8. Dewatering Sp. No. BR-4 page no. 103 to 104
9. Cement Plasters Sp. No. B-11 page No. 60 to 66, Spn.
GS-15
10. Whitewash and colour washing Sp.No. BD-P-1, page No. 411 to 414
Spn. GS-18
11. Oil Bound Distemper, etc. Sp. No BD-P ii S.P.No. 431, 414
Spn. GS-18
12. T.W. Doors and windows As per Sp. No. B and C 7, page No. 418
and Sp. Bd-1-4 pageNo.479 Spn. GS-14
13. Structural steel Sp.No.Bd-C-6, Page No. 277 Spn. GS-21
14. Rough Shahabad Stone Flooring Sp.No.BD-M-1, page No.379 Spn.GS-16
15. Lowering, laying and Jointing As per Departmental Specifications, IDS
of all types of pipes 7, IDS-8, IDS-9
Erecting flanged pipes, etc. Spn. IDS-12
16. Road surface Boxes As per type design and Departmental
Specifications Spn. IDS-16
17. B.B. Masonry chamber As per type design and Departmental
359
Contractor No. of Corrections. Executive Engineer.
Specification Spn. IDS-11
18. Fixing of valves, Air valves etc. As per type design and Departmental
Specification Spn. IDS-10
19. Constructing Standpost As per type design and Departmental
Specification Spn. IDS-13
20. Refilling As directed by the Engineer-in-charge
Spn. IDS-2 A
21. Storage Reservoirs Spn. IDS-17
22. Fixing of Inlet, Outlet As per Departmental Drawing and
Overflow and Washout
Designs & Specifications.
23. Lighting Conductor As per Departmental Drawing and
Designs & Specifications
24. M.S. Ladder Sp.No. BD-V-19, page No. 559
Spn. GS-19, IDS-3
25. G.I. pipe Hand Railing Sp. No. BR-51 (a), Page No. 136 and
with RCC bars 139 Spn. GS-20
26. Providing, lowering, laying Spn. IDS-2 slotted pipe gallery.
27. Providing and fixing weep Spn. IDS-4
holes
28. Dapuri type steps Spn. IDS-5
29. Providing and fixing C.I. Spn. IDS-15
MH frame and cover
30. Plastering Spn. GS-15
31. IPS Flooring Spn. GS-16
32. Rubble Filling Spn. GS-23
33. Maintaining of scheme Spn. GS-24
---------------------------------------------------------------------------------------------------
Note :- Specifications mentioned above are for reference only. Other relevant
specifications shall be referred.
Field Test pressure for pipe line
No. MJP/QCC/TB/ 322 Date 31/12/1997
360
Contractor No. of Corrections. Executive Engineer.
TECHNICAL CIRCULAR
After laying and jointing any pipe line, the pipe line must be pressure tested to easure
that pipes and joints are strong enough to withstand the maximum pressure likely to be
developed under working condition. In this respect G.O.I. Manual on water supply and
Treatment (IIIrd Edition March 1991) describes the field test pressure to be imposed on
pipe lines. In this respect, for different types of pipes concerned paras from this manual
are as follows.
-----------------------------------------------------------------------------------------------------------
S.N. Type of pipe Page No. Page No.
----------------------------------------------------------------------------------------------------------
1. M.S. pipe Para 6.5.2 As per Para 6.4.4.2
2. Ductile Iron pipes Para 6.5.2 As per Para 6.4.4.2
3. Concrete pipes Para 6.8.3 As per Para 6.4.4.2
4. Prestressed pipes Para 6.9.3 As per Para 6.4.4.2
5. P.V.C. pipes Para 6.10.5 As per Para 6.4.4.2
6. C.I. pipe Para 6.4.4.2 As per Para 6.4.4.2
------------------------------------------------------------------------------------------------------------
Thus, for above 6 types of pipes, field test pressure is as per para 6.4.4.2. As per this
paragraph the field test pressure to be imposed should be not less than the maximum
of the following.
a) 1.5 times the maximum sustained operating pressure.
b) 1.5 times the maximum static pressure in the pipe line
c) Sum of maximum sustained operating pressure and the maximum surge pressure.
d) Sum of maximum pipe line static pressure and the maximum surge pressure subject to
a maximum equal to the work test pressure for any pipe fittings incorporated.
Here it is to be noted specifically that, while determining the class of pipe along with
other conditions, aspect of above field hydraulic test pressure should also be contested
Para 6.7.1 of the Manual refers to A.C. pipes lines and there is no specific mention
about field hydraulic test pressure and it is not clear whether it should be as per para
6.4.4.2 or not. Hence there were doubts in the minds of some field officers about field
hydraulic test pressure of A.C. pipe line. It is also seen that the idea of operating
pressure and working pressure is also not very clear in the field. Hence these points
are clarified as under.
About working pressure, it is clarified that working / operating pressure is the maximum
361
Contractor No. of Corrections. Executive Engineer.
sustained internal pressure, excluding the one coming in abnormal conditions such as
surge (water hammer) to which the pipe line may be subjected to when in use. When
we consider A.C. pipe lines as Gravity Mains, then maximum internal pressure occurs
when water in tank is at the F.S.L. (Full supply level of full tank level) and the sluice
valve, located at lowest level in the section under consideration, Is in closed position. In
such case, the static head i.e. the difference between the F.S.L. of source and lowest
invert level of pipe line in that section, is the maximum, head in that section. Thus here
as for as test pressure and class of pipe is concerned maximum operating pressure is
the static pressure. When we refer to I.S. 6530/ 1972, the field hydraulic test pressure
for A.C. pipe line should be 1.5 times the operating pressure and as explained about,
considering the definition of operating pressure A.C. pipe Gravity main should be tested
for 1.5 times the operating pressure i.e. for 1.5 times the static pressure. In other
words, this is the condition given in G.O.I. Manual para 6.4.4.2 for gravity mains. For
deciding the class of A.C. Gravity main, maximum static pressure shall not exceed 50%
of pressure defining class of pipe 9Ref. App. 6.4)
All the field tests should be carried out for the pressure as clarified above only.
Single we are not using A.C. pressure pipes for large/ long rising main no
mention of A.C. pipe rising mains is made in the above circular.
Encl:- On Sketch
Sd//-
( R.M. Sagane)
Member Secretary (Technical)
362
Contractor No. of Corrections. Executive Engineer.
363
Contractor No. of Corrections. Executive Engineer.
364
Contractor No. of Corrections. Executive Engineer.
365
Contractor No. of Corrections. Executive Engineer.
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME CIRCLE, NASHIK
MAHARASHTRA JEEVAN PRADHIKARAN URBAN & RURAL SCHEME DIVISION JALGAON
NAME OF SCHEME:- WALWADI WATER SUPPLY SCHEME, TAL. & DIST :- DHULE
LIST OF DRAWING
Sr.No. Description Pages Nos.
From To
1) Village Map
1 1
2) Key plan
2 2
3) Flow Diagram
3 3
4) L-section of Connecting Main
4 4
5) Details of Sump with O/H pump house
and B.P.T.
5 5
6) L-section of Gravity Main Ch.0.00 to 3200.00
6 6
7) Countour map on W.T.P.
7 7
8) Pure water Risig Main
i) L-section Ch. 0-1950 ii) L-section Ch. 0-4500
iii) Branch L. Sec. Ch. 30.00 to 30/10
iv) Branch L. Sec. Ch. 900.00 to 900/150
v) Branch L. Sec. Ch. 2790.00 to
2790/270
vi) Branch L. Sec. Ch. 3840.00 to
3840/270
8 13
9) Distribution system
Zone No.1- Nayana Colony
Zone No.2- Adhar Nagar- I
Zone No.3- Adhar Nagar-II
Zone No.4- Gayatry Nagar
Zone No.5- Borase Nagar
Zone No.6- Om Nagar
Zone No.7- Saptshrungi Nagar
Zone No.8- Sainik Colon
14 21
366
Contractor No. of Corrections. Executive Engineer.