tender for dg - sinnar(g.c.) industrial areasinnar water

262
MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION TENDER DOCUMENT TENDER FOR Name of Work : DG - SINNAR(G.C.) INDUSTRIAL AREA...Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing, erecting pumping machinery and HT transformer substation and allied work for Raw water works Palse .

Upload: others

Post on 25-Jan-2022

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

TENDER DOCUMENT

TENDER FOR

Name of Work : DG - SINNAR(G.C.) INDUSTRIAL AREA...Sinnar watersupply scheme... Augumentation of Sinnar water supplyscheme.... Providing, erecting pumping machinery andHT transformer substation and allied work for Raw waterworks Palse .

Page 2: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

Short Tender Notice1 1 1

Detailed Tender Notice2 2 4

B-2 Tender Form3 5 31

PRICE VARIATION CLAUSE4 32 37

Schedule A5 38 40

CLAUSE FOR PAYMENT OF STAMP DUTY6 41 41

CLAUSE FOR RECOVERY OF ADDITONAL SECURITY DEPOSIT7 42 42

CLAUSE FOR RECOVCERY OF LABOUR CESS8 43 43

COMMON CONDITIONS AND ADDITIONAL CONTRACT CONDITIONS9 44 50

CLAUSE FOR REIMBURSEMENT OF TAXES/DUTIES10 51 51

Value Added Tax (VAT) Act and Contract Labour, Income Tax Clause11 52 52

SERVICE TAX CLAUSE (For other than maintenance, labour oriented and consultancy works)12 53 53

INSURANCE Clause of Work13 54 54

QUALITY AUDIT CLAUSE14 55 55

STANDARD CEMENT CONSUMPTION STATEMENT15 56 60

CEMENT VARIATION CLAUSE16 61 61

MAINTENANCE GUARANTEE CLAUSE DURING DEFECT LIABILITY PERIOD.17 62 62

List of Defects Required to be observed and Rectified by the Contractor during the Defect Liability Period18 63 64

DECLARATION FOR NON-EMPLOYMENT OF EX-MIDC EMPLOYEE19 65 65

ADDITIONAL CLAUSE FOR WORKS COSTING MORE THAN RS.50 LAKHS20 66 66

Certificate From Contractor21 67 67

Clause, Condition and MOU for Joint Venture for works costing more than Rs.300 Lakhs22 68 68

ANNEXURE – ‘A’ Joint Venture for works costing more than Rs.300 Lakhs23 69 70

ANNEXURE – ‘B’ Joint Venture for works costing more than Rs.300 Lakhs24 71 75

BANK GUARANTEE (PROFORMA)25 76 77

ADDITIONAL CONTRACT CONDITIONS26 78 78

Special Information to the Contractor27 79 79

THIRD PARTY INSPECTION CLAUSE28 80 80

POST-QUALIFICATION FORM for Joint Venture for works costing Above Rs.300 Lakhs29 81 91

SCOPE OF WORK30 92 94

Schedule B31 95 121

LIST OF APPROVED MAKES AND MANUFACTURES32 122 124

DRAWINGS33 125 125

Item Wise Specification34 126

Index

Sr.No.

Particulars PageFrom

PageTo

Work Name : DG - SINNAR(G.C.) INDUSTRIAL AREA...Sinnar water supply scheme... Augumentation of Sinnarwater supply scheme.... Providing, erecting pumping machinery and HT transformer substation andallied work for Raw water works Palse .

Page 3: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

(A Government of Maharashtra Undertaking)

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

E tenders are invited for the work “Sinnar water supply scheme... Augumentation of Sinnar water supplyscheme.... Providing, erecting pumping machinery and HT transformer substation and allied work for Raw waterworks Palse .” having estimated cost of Rs. 8,87,88,689.00 from the contractor registered with PWD, Govt, ofMaharashtra, CPWD, MES, Railways, CIDCO, MJP in appropriate class.

The blank tender forms are available on E Tendering module on MIDC's website ,<www.midcindia.org>. The

Tenderers are requested to download the entire tender document from MIDC's website. The last date of

submission of E Tender documents duly filled in shall be 13/06/2016 upto 11:00 Hrs. and shall be opened on

the same day if possible. For further details please see detail tender notice on MIDC's website.

Right to reject any or all tenders without assigning any reason there of is kept reserved by the competentauthority.

--------------NOTICE ENDS HERE--------------

TENDER NOTICE NO. E-TENDER NOTICE NO.23/2016 /2016-2017

Chief Engineer

Zone Pune

Page 1 Executive EngineerContractor

Page 4: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

DETAILED TENDER NOTICE NO. E-TENDER NOTICE NO.23/2016

E tenders are invited from eligible contractors for the following work. The details of tender are givenbelow.An amount given below towards Earnest Money Deposit (EMD) & cost of blank tender & applicationsupport amount should be paid online and online payment for errection of Asphalt plant with in 30 Km (ifApplicable). The tender will be considered only if the enclosures are in proper order.The EMD will be forfeited incase, after the acceptance of the tender, the contractor refuses to pay the Security Deposit as noted below,within the specified time limit. Otherwise it will be refunded. The work is to be completed within the stipulatedtime as noted below.

1. Name of Work

DG - SINNAR(G.C.) INDUSTRIAL AREA...Sinnar water supplyscheme... Augumentation of Sinnar water supply scheme....Providing, erecting pumping machinery and HT transformersubstation and allied work for Raw water works Palse .

2. Rs 8,87,88,689.00Estimated Cost

Earnest Money Deposit3.

Pay Rs 4,44,000.00 online

4. Application Support Amount

Rs. 1000/- pay online (Non-refundable)

5. Security Deposit

Pay Initial security deposit Rs 26,63,700.00 or 3.00% of tenderedcost whichever is higher. S. D. inform of BG will be accepted whenamount of S.D. is more than Rs.50,000

Rs 44,39,500.00 or 5.00% of tendered cost whichever is higherthrough bills.

Cost of Blank Tender Form6.Rs 15,000.00 pay online (Non Refundable)

Not Required,Rs 0Deposit for Asphalt Plant7.

Time Period8.12 Months Including monsoon

9. Availability of blank tender form18/05/2016 To 13/06/2016 (to be downloaded from the MIDC Etendering site www.midcindia.org).

10. Queries of contractorWill be received by E tendering upto 25/05/2016 06:00 PM

11. Reply to queries & MIDC clarificationWill be published on the website on 30/05/2016 06:00 PM

Last date of submission of Tender12.13/06/2016 upto 11:00 AM hrs. @ MIDC website.

Page 2 Executive EngineerContractor

Page 5: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Date of opening of PQ & tender

Place of Tender Opening13.

13/06/2016 02:30 PM hrs. (if possible)

Superitending Engineer ( E&M ) MIDC, Jog center , PUNE.

14. Class of registerationA

15. Eligibility

Manufacturers/Authorised Dealers of approved makes ofpumps and electrical contractors registered in Class A withPWD, Govt of Maharashtra or in appropriate class withCPWD/ MES/ Railways/ MJP/ CIDCO who have1) experience of single similar work ofproviding ,erecting ,testing and commisioning of HT pumps ,motors ,panels,capacitors and other allied items as perschedule B of this tender ,costing not less than Rs. 350Lakhs during one of the year in last 5 years in Govt/Semi-Govt/ local bodies.2) As regards experience for subestimate -II of the scheduleB,the contracting agency should have an experience ofexecuting the work of Providing ,erecting ,commissioning ofHT Transformers (11 KV to 3.3 KV) and allied works duringone of the year in last 5 years in Govt/ Semi-Govt/ localbodies.

Compensation16.Rs 5,000.00 per day for delay in work execution/ completionof work.

Validity of offer17.180 days from the date of opening of the tender. (Fromopening of First Envelope)

1. Important Note: A. The information regarding the tender & PQ form (if applicable) & the facility todownload it, will be available on MIDC E tendering portal on website www.midcindia.org. The downloaded &duly completed tender form shall be submitted (by eligible contractors only) without making any change inthe script of tender document. If after submission of tender, it is noticed that the tender script is modified inany manner whatsoever, the tender will be summarily rejected. Contractors may upload their queries beforeexpiry of query period. The replies to the queries received before the due date, will be published on thewebsite along with MIDC clarification (if any) which should be downloaded by the tenderer. The document ofreply to the queries of the contractor and MIDC clarification (if any) will form part & parcel of the tenderdocument & the clarifications given in the document will supercede the provisions of the tender. After thetender is accepted & offer letter is issued to the contractor, agreement shall be executed with the contractoron the tender copy prepared/printed by MIDC

B. Contractor must pay online:- a. EMD amount. b. Cost of Blank tender form. c. Application support amount. d. Deposit for erection of asphalt machinery within 30 Kms (if applicable) in absence of certificate and location plan uploaded at appropriate place.

2. The tenderer shall upload scanned copy / copies,of the following documents at appropriate place

Envelope No.1 shall contain (i.e. in 1(a) and 1(b)):

(i) Certificate and location plan of Asphalt plant within 30 Kms. (If applicable) (In absence of Certificate and

Page 3 Executive EngineerContractor

Page 6: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Zone Pune

Chief Engineer

(i) Certificate and location plan of Asphalt plant within 30 Kms. (If applicable) (In absence of Certificate andlocation plan of Asphalt plant pay the deposit online.) (ii) Attested copy of valid Registration Certificate in appropriate class issued by PWD (GoM)/ CIDCO/ Railways/MJP/ MES/ CPWD. (iii) Professional Tax Registration Certificate for employees in E category for tenders without PQ and both i.e.'E' & 'R' category for tenders where PQ is applicable. (iv) Registration Certification with Sales Tax Deptt. under VAT Act 2002, of Govt. of Maharashtra. (v) Certified copy of PAN card. (In case of Joint Venture PAN Card of the Lead Partner) (vi) Experience certificate for single similar work during last 5 financial years executed in Govt. Deptt. semiGovt. / Local bodies such as MIDC/ CIDCO/ MJP local bodies etc. as specified elsewhere OR PQ form dulycompleted with supporting documents and specified therein (if applicable). The updation of value work will bedone at 10% per annum (Compound) by multiplying the values with applicable factor i.e. 1.1,1.21,1.33,1.46 &1.61 as the case may be. (vii) Reply to queries of the contractor and MIDC clarification (if any). (viii) If tenderer desires to form JV, the notarized MOU of JV shall be uploaded as per format enclosed (ifapplicable). (ix) In case of final asphalting work i.e. BM/AC/DBA/SDBC/PSS works included in composite work or singlework, if the asphalt work costs Rs.100 lakhs and above, the details of plant and machinery as per form No. 'A'of PQ form. (x) The photo copies duly attested, of the above certificates will have to be uploaded in Envelope No.1.Original shall be produced in the office of for verification on the day of opening of the tender as mentionedelsewhere. (xi) Service tax Registration.

Envelope No.2 shall contain Price Bid:

Important Conditions -1. The Submission of tender shall be done in the manner prescribed by MIDC only.2. If the contents of Envelope No.1(a) and 1 (b) are not found as per the requirements of MIDC, theEnvelope No.2 will not be opened at all & the tender shall be summarily rejected.3. Tenderer should digitally sign wherever required.4. The tenderer shall be bound to keep open the offer upto 180 Days from the date of opening of thetender. (i.e. from opening of First Envelope of tender)5. The acceptance of the tender rests with the competent authority which does not bind itself to accept thelowest tender & reserves the right to reject any or all tenders without assigning any reason thereof.6. The notes & conditions stipulated in this notice & elsewhere in the tender shall form the part of theagreement.7. If it is found that the information submitted is misleading/ false or if it is found that certain information ishidden, then the contractor will be disqualified during any stage of tender process & even after opening oftender.8. If any tenderer discloses/try to discloses in any manner whatsoever his offer in any other place thanenvelope No.2, his tender will be summerarily rejected.

Page 4 Executive EngineerContractor

Page 7: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(Government of Maharashtra Undertaking)

Form B-2 Item Rate Tender and Contract for Works

General Rules and Directions for the Guidance of Contractors

1. All work proposed to be executed by contract shall be notified in a form of invitation to tender posted on a boardhung up in the office of the Executive Engineer and signed by the Executive Engineer.

This form will state the work to be carried out, as well as the date for submitting and opening tender and thetime allowed for carrying out the work; also the amount of earnest money to be deposited with the tender, and theamount of the security deposit to be deposited by the successful tenderer and the percentage, if any, to be deductedfrom bills. It will also state whether a refund of quarry fees, royalties, octroi dues and ground rents will be granted.Copies of the specifications, designs and drawings and estimated rates, scheduled rates and any other documentsrequired in connection with the work which will be signed by the Execu­tive Engineer for the purpose otidentification shall also be open for inspection by contractors at the office of the Executive Engineer during officehours

Where the works are proposed to be executed according to the specifications recommended by a contractorand approved by a competent authority on behalf of the Government of Maharashtra such specification with designsand drawings shall form part of the accepted tender.

2. In the event of the tender being submitted by a firm, it must be signed by each partner thereof, and in the event orthe absence of any partner, it shall be signed on his behalf by a person holding a power-or-attorney authorising him todo so.

3. Receipts for payments made on account of any work, when executed by a firm, should also be signed by all thepartners, except where the contractors are described in their tender as a firm. In which case the receipts shall besigned in the name of the firm by one of the partners, or by some other person having authority to give effectualreceipts for the firm.

4. Any person who submits a tender shall fill up the usual printed form including the column total according toestimated quantities, stating at what rate he is willing to undertake each item of the work. Tenders which propose anyalteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out thework, or which contain any other conditions of any sort, will be liable to rejection. No single tender shall includemore than on work, but contractors who wish to tender for two or more works shall submit a separate tender for each.Tenders shall have the name and the number of the work to which they refer written outside the envelope.

5. The Superintending Engineer/ Executive Engineer or his duly authorized Assistant will open tenders in the

Page 5 Executive EngineerContractor

Page 8: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

presence of any intending contractors who may be present at the time and will enter the amounts of the severaltenders in a comparative statement in a suitable form. In the event of a tender being accepted, the contractor shallthereupon, for the purpose of identification, sign copies of the specifications and other documents mentioned in Rule1. In the event of a tender being rejected, the Divisional Officer shall authorize the Officer concerned to refund theamount of the earnest money deposited to the contractor making the tender, on his giving a receipt for the return ofthe money.

6. The Officer competent to dispose of the tenders shall have the right of rejecting all or any of the tenders withoutassigning any reason thereof.

7. No receipt for any payment alleged to have been made by a contractor in regard to any matter relating to thistender or the contract shall be valid and binding on MIDC it unless it is signed by the Executive Engineer.

8. The memorandum of work to be tendered for and the schedule of materials to be supplied by the MIDC and theirrate shall be filled in and completed by the Office of the Executive Engineer before the tender form is uploaded. If aform issued to an intending tenderer has not been so filled in and completed, he shall request the said office to havethis done before he completes and delivers his tender.

9. All work shall be measured net by standard measure and according to the rules and custom of the MIDC withoutreference to any local custom.

10. Under no circumstances shall any contractor be entitled to claim enhanced rates for any items in this contract.

11. All corrections and additions or pasted slips should be initialled.

12. The measurements of work will be taken according to the usual method in use in MIDC and no proposals toadopt alternative methods will be accepted. The Executive Engineer's decision as to what is "the usual method in usein the M.I.D.C. will be final.

TENDER FOR WORKS Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing,erecting pumping machinery and HT transformer substation and allied work for Raw water works Palse . I/We hereby tender for the execution, for Maharashtra Industrial Development Corporation (herein before and hereinafter referred to as ‘MIDC’) for the work specified in the underwritten memorandum within the time specified insuch Memorandum at the tendered rates specified in Schedule-B (Memorandum showing items of works to becarried out) & in accordance in all respects with the specifications, designs, drawings & instructions in writingreferred to in Rule 1 hereof and in Clause 13 of the annexed Conditions of Contract & agree that when materials forthe works are provided by MIDC such materials & the rates to be paid for them shall be paid for them shall be asprovided in Schedule-A here to.

MEMORANDUM ( B2 Tender Form)

Page 6 Executive EngineerContractor

Page 9: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

If several sub works areincluded they should bedetailed in a separate list.

Name of Work Sinnar water supply scheme...Augumentation of Sinnarwater supply scheme....Providing, erecting pumpingmachinery and HTtransformer substation andallied work for Raw waterworks Palse .

Estimated Cost Rs. 8,87,88,689.00

The EMD shall be inaccordance with theprovisions of paras 202 &203 of the PWD manual.

E.M.D. Rs. 4,44,000.00 paid online.

This deposit shall be inaccordance with paras 203 &209 of the PWD manual.

Security Deposit Initial SD Rs.26,63,700.00or3.00 % of tendered costwhichever is higher by DD onNationalized Bank /Scheduled Bank or bankapproved by GoM.

Rs.44,39,500.00 or 5.00 %of tendered cost whichever ishigher through RA Bills.

Total SD Rs.71,03,200.00 or 8.00 % oftendered cost whichever ishigher

This % where no securitydeposit is taken will varyfrom 5 to 10% according tothe requirement of the case.Where security deposit istaken, see note to Clause 1 ofConditions of Contract.

Percentage, if any, to bededucted from bills so as tomake up the total amountrequired as security depositrequired by (d) above.

8 %

Give schedule wherenecessary showing dates bywhich the various items are tobe completed.

Time allowed for the workfrom the date of writtenorder to commence.

12 Months Includingmonsoon

Page 7 Executive EngineerContractor

Page 10: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

If several sub works areincluded they should bedetailed in a separate list.

Name of Work Sinnar water supply scheme...Augumentation of Sinnarwater supply scheme....Providing, erecting pumpingmachinery and HTtransformer substation andallied work for Raw waterworks Palse .

Estimated Cost Rs. 8,87,88,689.00

The EMD shall be inaccordance with theprovisions of paras 202 &203 of the PWD manual.

E.M.D. Rs. 4,44,000.00 paid online.

This deposit shall be inaccordance with paras 203 &209 of the PWD manual.

Security Deposit Initial SD Rs.26,63,700.00or3.00 % of tendered costwhichever is higher by DD onNationalized Bank /Scheduled Bank or bankapproved by GoM.

Rs.44,39,500.00 or 5.00 %of tendered cost whichever ishigher through RA Bills.

Total SD Rs.71,03,200.00 or 8.00 % oftendered cost whichever ishigher

This % where no securitydeposit is taken will varyfrom 5 to 10% according tothe requirement of the case.Where security deposit istaken, see note to Clause 1 ofConditions of Contract.

Percentage, if any, to bededucted from bills so as tomake up the total amountrequired as security depositrequired by (d) above.

8 %

Give schedule wherenecessary showing dates bywhich the various items areto be completed.

Time allowed for the workfrom the date of writtenorder to commence.

12 Months Includingmonsoon

Should this tender be accepted, I/We hereby agree to abide by & fulfill all the terms & provisions of theconditions of contract annexed hereto so far as applicable, & in default thereof to forfeit & pay to MIDC the sums ofmoney mentioned in the said conditions paid the following online.

(i) Cost of blank tender form Rs.________________ (Non refundable)

(ii) EMD (in absence of EMD

Exemption Certificate)Rs.________________

(iii)

Application Support Cost Rs.________________ (Non refundable)

(iv) Deposit towards erection of Asphalt

plant & machinery within 30 Kms (ifapplicable )

Rs.________________

Total Rs.________________

Page 8 Executive EngineerContractor

Page 11: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

(i) Cost of blank tender form Rs.________________ (Non refundable)

(ii) EMD (in absence of EMD

Exemption Certificate)Rs.________________

(iii)

Application Support Cost Rs.________________ (Non refundable)

(iv)

Deposit towards erection of Asphaltplant & machinery within 30 Kms(if applicable )

Rs.________________

Total Rs.________________

The earnest money [(a) full value of which is to be absolutely forfeited to MIDC should I/We do not depositthe full amount of security deposit specified in the above memorandum, in accordance with Clause I(A) of the saidconditions; otherwise the said sum shall be refunded].

Signature of witness: Signature of the contractor.

To contractor’s signature (before submission of tender)

Address: Address:

Occupation:

Date: Date:

The above tender is hereby accepted by me on behalf of the Maharashtra Industrial Development Corporation for Rs.(in fig).________________________ (Rupees [in words]____________________________________)

Page 9 Executive EngineerContractor

Page 12: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Date: Date:

The above tender is hereby accepted by me on behalf of the Maharashtra Industrial Development Corporation for Rs.(in fig).________________________ (Rupees [in words]____________________________________)

Place: Executive Engineer

CONDITIONS OF CONTRACT

CLAUSE 1; Security deposit: The person(s) whose tender may be accepted (hereinafter called thecontractor, which expression shall unless excluded by or repugnant to the context include his heirs,executors, administrators & assigns) shall A) within 10 days (which may be extended by the Suptd.Engineer concerned upto 15 days if the Suptd. Engineer thinks fit to do so) of the receipt by him of thenotification of the acceptance of his tender, deposit with the Exe. Engineer in cash to the Exe. Engineer (ifdeposited for more than 12months) of sum sufficient which will make up the full security deposit specifiedin the tender or B) Permit MIDC at the time of making any payment to him for work done under thecontract to deduct such as will amount (*% of all money so payable)such deductions to be held by MIDCby way of Security deposits) provided always that in the event of the contractor depositing a lump sum byway of security deposit as contemplated at (A) above, then & in such case, if the sum so deposited shallnot amount to 8.00 % of the total estimated cost of the work, it shall be lawful for MIDC at the time ofmaking any payment to the contractor for work done under the contract to make up the full amount of 8.00% by deducting a sufficient sum from every such payment at last aforesaid until the full amount of thesecurity deposit is made up. All compensation or other sums of money payable by the contractor to MIDCunder the terms of his contract may be deducted from or paid by the sale of sufficient part of his securitydeposit or from interest arising therefrom or from any sums which may be due or may become due byMIDC to the contractor under any other contract or transaction of any nature, on any account whatsoever& in the event of his Security deposit being reduced by reasons of any such deductions or sale asaforesaid, the contractor shall, within 10 days thereafter, make good in cash as aforesaid any sum(s)which may have been deducted from (* or raised by sale of his security deposit) or any part thereof.

If the amount of security deposit to be paid in a lump sum within the period specified at (A) above is notpaid the tender/contract already accepted shall be considered as canceled & legal steps taken against thecontractor for recovery of the amount.* [NOTE: This will be the same percentage as that in the tender at (f)]

CLAUSE 2; Compensation for delay: The time allowed for carrying out the work as entered in the tendershall be strictly observed by the contractor & shall be reckoned from the date on which the order to

Page 10 Executive EngineerContractor

Page 13: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

shall be strictly observed by the contractor & shall be reckoned from the date on which the order tocommence work is given to the contractor. The work shall throughout the stipulated period of the contractbe proceeded with, with all due diligence (time being deemed to be of the essence of the contract on thepart of the contractor). In the event of the contractor failing to comply with this condition he shall be liableto pay as compensation an amount of Rs.5000 per dayor such amount upto 1% as Suptd. Engineer(whose decision in writing shall be final) may decide, of the amount of the estimated cost of the wholework as shown by the tender for each day that the work remains uncommenced /unfinished, after theproper date. And further to ensure good progress during the execution of the work, the contractor shall bebound, in all the cases in which the time allowed for any work exceeds 1 month to complete:

25 % of the work in 25 % of the time

50 % of the work in 50 % of the time

75 % of the work in 75 % of the time.

100 % of the work in 100% of the time

Note: The quantity of work to be done within a particular time to be specified above shall be fixed by theofficer competent to accept the contracts after taking into consideration the circumstances of each caseand inserted in the blank space kept for the purpose & abide by the programme of detailed progress laiddown by the Exe. Engineer.In the event of contractor failing to comply with this condition, he shall be liable to pay as compensation an amountof Rs.5000 per dayor such amount upto 1% as Suptd. Engineer (whose decision in writing shall be final) may decideof said estimated cost of the whole work for every day that the due quantity of work remains incomplete, providedalways that the total amount of compensation to be paid under the provisions of this clause shall not exceed 10% ofthe estimated cost of the work as shown in the tender.

Action when whole of security deposit is forfeited.

CLAUSE 3: In any case in which under any clause(s) of this contract, the contractor shall have renderedhimself liable to pay compensation amounting to the whole of this security deposit (whether paid in onesum or deducted by installments) or in case of the abandonment of work owing to serious illness or deathof the contractor or any other cause the Exe. Engineer on behalf of MIDC shall have power to adopt any ofthe following courses, as he may deem best suited to the interest of MIDC:-

a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the Exe.Engineer shall be conclusive evidence) & in that case the security deposit of the contractor shall stand forfeited & beabsolutely at the disposal of MIDC.

b) To employ labour paid by the MIDC and to supply materials to carry out the work or any part of the works,debiting the contractor with the cost of the labour and the price of the material (as to the correctness of which costand price the certificate of the Executive Engineer shall be final and conclusive against the contractor) and creditinghim with the value of the work done, in all respects in the same manner and at the same rates as if it had been carriedby the contractor under the terms of his contract and in that case the certificate of the Executive Engineer as to the

Page 11 Executive EngineerContractor

Page 14: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

him with the value of the work done, in all respects in the same manner and at the same rates as if it had been carriedby the contractor under the terms of his contract and in that case the certificate of the Executive Engineer as to thevalue of the work done shall be final and conclusive against the contractor.

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

In case the contract shall be rescinded under clause a) above, the contractor shall not be entitled torecover or be paid any sum for any work therefor, actually performed by him under this contract unless &until the Exe. Engineer shall have certified in writing the performance of such work & the amount payableto him in respect thereof, & he shall only be entitled to be paid the amount so certified. In the event ofeither of the courses referred to in clauses b) or c) being adopted & the cost of the work executeddepartmentally or through a new contractor & other allied expenses exceeding the value of such workcredited to the contractors, the amount of excess shall be deducted from any money due to the contractorby MIDC under the contract or otherwise howsoever or from his security deposit or the sale proceedthereof provided. However, the contractor shall have no claim against MIDC even if certified value of thework done departmentally or through a new contractor, exceeds the certified cost of such work & alliedexpenses, provided always that whichever of the three courses mentioned in clause a), b) or c) is adoptedby the Exe. Engineer the contractor shall have no claim to compensation for any loss sustained by him byreason of his having purchased or procured any materials, or entered into any engagements or made anyadvances on account of or with a view to the execution of the work or the performance of the contract.

The certificate of the Executive Engineer as to all cost of the work done by the new contractor andas to the value of the work so done and shall be final and conclusive against the contractor.

CLAUSE 4; Action when the progress of any particular portion of the work is unsatisfactory: If theprogress of any particular portion of the work is unsatisfactory the Exe. Engineer shall, notwithstandingthat the general progress of the work is in accordance with the conditions mentioned in Clause 2, beentitled to take action under Clause 3(b) after giving the contractor 10 days notice in writing. Thecontractor will have no claim for compensation, for any loss sustained by him owing to such action.

CLAUSE 5; Contractor shall remain liable to pay compensation if action not taken under Clauses 3& 4. Power to take possession of or require removal of, or sell contractor's plant: In any case inwhich any of the powers conferred upon the Exe. Engineer by Clauses 3 & 4 hereof shall have becomeexercisable & the same shall not have been exercised, the non exercise thereof shall not constitute awaiver of any of the conditions hereof & such powers shall notwithstanding be exercisable in the event ofany future case of default by the contractor for which under any clause(s) hereof he is declared liable topay compensation amounting to the whole of his security deposit & the liability of the contractor for past &

Page 12 Executive EngineerContractor

Page 15: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

any future case of default by the contractor for which under any clause(s) hereof he is declared liable topay compensation amounting to the whole of his security deposit & the liability of the contractor for past &future compensation shall remain unaffected. In the event of the Exe. Engineer taking action under sub-clause a) or c) of Clause 3, he may, if he so desires, take possession of all or any tools, plant, materials &stores, in or upon the works or the site thereof or belonging to the contractor, or procured by him &intended to be used for the execution of the work or any part thereof, paying or allowing for the same inaccount at the contract rates, or in the case of contract rates not being applicable at current market rates,to be certified by the Exe. Engineer whose certificate thereof shall be final. In the alternative the Exe.Engineer may, after giving notice in writing to the contractor or his clerk of the works, foreman or otherauthorised agent, require him to remove such tools, plant, materials or stores from the premises within atime to be specified in such notice; & in the event of the contractor failing to comply with any suchrequisition, the Exe. Engineer may remove them at the contractor's expense or sell them by auction orprivate sale on account of the contractor & at his risk in all respects & the certificate of the Exe. Engineeras to the expense of any such removal, & the amount of the proceeds & expense of any such sale shall befinal & conclusive against the contractor.

CLAUSE 6; Extension of time: If the contractor shall desire an extension of the time for completion of thework on the ground of his having been unavoidably hindered in its execution or on any other ground,

he shall apply in writing to the Exe. Engineer before the expiration of the period stipulated in the tender orbefore the expiration of 30 days from the date on which he was hindered as aforesaid or on which thecase for asking for extension occurred, which, is earlier ever & the Exe. Engineer may, if, in his opinion,there are reasonable grounds for granting an extension, grant such extension as he thinks necessary orproper. The decision of the Exe. Engineer in this matter shall be final.

CLAUSE 7; Final certificate: On completion of the work, the contractor shall be furnished with acertificate by the Exe. Engineer (hereinafter called the Engineer-in-charge) of such completion, but nosuch certificate shall be given nor shall the work be considered to be complete until the contractor shallhave removed from the premises on which the work shall have been executed all scaffolding, surplusmaterials & rubbish, & shall have cleaned off the dirt from all woodwork, doors, windows, walls, floor orother parts of any buildings, in or upon which the work has been executed, or of which he may have hadpossession for the purpose of executing the work, nor until the works shall have been measured by theEngineer-in-charge or where the measurements have been taken by his subordinates until they havereceived the approval of the Engineer-in-charge, the said measurements being binding & conclusiveagainst the contractor. If the contractor shall fail to comply with the requirements of this clause as to theremoval of scaffolding, surplus materials & rubbish, & cleaning off dirt on/before the date fixed for thecompletion of the work, the Engineer-in-charge may, at the expense of the contractor, remove suchscaffolding, surplus materials & rubbish & dispose of the same as he thinks fit & clean off such dirt asaforesaid & the contractor shall forthwith pay the amount of all expense so incurred, but shall have noclaim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actuallyrealised by the sale thereof.

CLAUSE 8; Payments on intermediate certificates to be regarded as advances: No payment shall bemade for any work, estimated to cost less than rupees one thousand till after the whole of the work shallhave been completed & a certificate of completion given. But in the case of works estimated to cost more

Page 13 Executive EngineerContractor

Page 16: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

certificate of such approval & passing of the sum so payable shall be final & conclusive against thecontractor. All such intermediate payments shall be regarded as payments by way of advance against thefinal payments only & not as payments for work actually done & completed, & shall not preclude theEngineer-in-charge from requiring any bad, unsound, imperfect or unskillful work to be removed or takenaway & reconstructed or re-erected, nor shall any such payment be considered as an admission of thedate performance of the contract or any part thereof in any respect or the accruing of any claim, nor shall itconclude, determine, or affect in any other way the powers of the Engineer-in-charge as to the finalsettlement & adjustment of accounts or otherwise, or in any other way vary or affect the contract. The finalbill shall be submitted by the contractor within one month of the date fixed for the completion of the work,otherwise, the Engineer-in-charge's certificate of the measurements & of the total amount payable for thework shall be final & binding on all parties.

CLAUSE 9; Payment at reduced rates on account of items of work not accepted as completed to beat the discretion of Engineer-in-charge: The rates for several items of works estimated to cost morethan Rs.1000/- agreed to within, shall be valid only when the item concerned is accepted as having beencompleted fully in accordance with the sanctioned specifications. In cases where the items of work are notaccepted as so completed the Engineer-in-charge may make payment on account of such items at suchreduced rates as he may consider reasonable in the preparation of final or on account bills.

CLAUSE 10; Bills to be submitted monthly: A bill shall be submitted by the contractor each month on orbefore the date fixed by the Engineer-in-charge for all work executed in the previous month, & theEngineer-in-charge shall take or cause to be taken the requisite measurement for the purpose of havingthe same verified, & the claim, so far as it is admissible, shall be adjusted, if possible, within ten days fromthe presentation of the bill. If the contractor does not submit the bill within the time fixed as aforesaid, theEngineer-in-charge may depute a subordinate to measure up the said work in the presence of thecontractor or his duly authorised agent whose counter signature to the measurement list shall be sufficientwarrant, & the Engineer-in-charge may prepare a bill from such list which shall be binding on thecontractor in all respects.

CLAUSE 11; Bills to be on printed forms: The contractor shall submit all bills on the printed forms to behad on application at the office of the Engineer-in-charge. The charges to be made in the bills shall alwaysbe entered at the rates specified in the tender or in the case of any extra work ordered in pursuance ofthese conditions, & not mentioned or provided for in the tender, at the rate herein after provided for suchwork.

CLAUSE 12; Stores supplied by MIDC: If the specification or estimate of the work provides for the use ofany special description of materials to be supplied from the store of MIDC or if it is required that thecontractor shall use certain stores to be provided by the Engineer-in-charge (such material & stores, & theprices to be charged therefore as hereinafter mentioned being so far as practicable for the convenience ofthe contractor but not so as in any way to control the meaning or effect of this contract specified in theschedule or memorandum hereto annexed) the contractor shall be supplied with such materials & storesas may be required from time to time to be used by him for the purpose of the contract only, & the value ofthe full quantity of the materials & stores so supplied shall be set off or deducted from any sums then due,or thereafter to become due to the contractor under the contract, or otherwise, or from the security deposit,

Page 14 Executive EngineerContractor

Page 17: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

or the proceeds of sale thereof; of the security deposit is held in Government securities, the same of asufficient portion thereof shall in that case be sold for the purpose. All materials supplied to the contractorshall remain the absolute property of MIDC, & shall on no account be removed from the site of work, &shall at all times be open to inspection by the Engineer-in-charge. Any such materials unused & inperfectly good condition at the time of completion or termination of the contract shall be returned to MIDCstore, if the Engineer-in- charge so requires by a notice in writing given under his hand, but the contractorshall not be entitled to return any such material except with consent of the Engineer-in-charge & he shallhave no claim for compensation on account of any such material supplied to him as aforesaid butremaining unused by him or for any wastage in or damage to any such materials.

CLAUSE 13; Works to be executed in accordance with specifications, drawings, orders etc.: Thecontractor shall execute the whole & every part of the work in most substantial & workmanlike manner,both as regards materials & in every other respect in strict accordance with specifications. The contractorshall also conform exactly, fully & faithfully to the designs, drawings & instructions in writing relating to thework signed by the Exe. Engineer-in-charge & lodged in the office to which the contractor shall be entitledto have access for the purpose of inspection at such office, or on the site of work during the office hours.The contractor will be entitled to receive 3 sets of contract drawings & working drawings as well as onecertified copy of the accepted tender along with the work order free of cost. Further copies of the contractdrawings & working drawings if required by him shall be supplied at the rate of Rs.100 per No. of contractdrawings & Rs.100 per No. and working drawings except where otherwise specified.

CLAUSE 14; Alterations in specifications & designs not to invalidate contracts: The Engineer-in-charge shall have power to make any alterations in, or addition to, the original specifications, drawings,designs & instructions that may appear him to be necessary or advisable during the progress of work, &the contractor shall be bound to carry out the work in accordance with any instructions in this connectionwhich may be given to him in writing signed by the Engineer-in-charge & such alteration shall notinvalidate the contract; & any additional work which the contractor may be directed to do in the mannerabove specified as part of the work shall be carried out by the contractor on the same conditions in allrespects on which he agreed to do the main work & at the same rates as are specified in the tender for themain work.

Rates for works not entered in estimate, for schedule of rates of the district: And if the additional &altered work includes any class of work for which no rate is specified in this contract; then such class ofwork shall be carried out at the rates entered in the Schedule of Rates of the Division or at the ratesmutually agreed upon between the Engineer-in-charge & the contractor, whichever are lower. If theadditional or altered work, for which no rate is entered in the Schedule of Rates of the Division, is orderedto be carried out before the rates are agreed upon them, the contractor shall, within seven days of thedate of receipt by him of the order to carry out the work, inform the Engineer-in-charge of the rate which heintends to charge for such class of work & if the Engineer-in-charge does not agree to this rate, he shall ByNotice in writing be at liberty to cancel his order to carry out such class of work, & arrange to carry it out insuch manner as he may consider advisable provided always that if the contractor shall commence work orincur any expenditure in regard thereto before the rates shall have been determined as lastly hereinbeforementioned, then in such case he shall only be entitled to be paid in respect of the work carried out orexpenditure incurred by him prior to the date of the determination of the rate as aforesaid according to

Page 15 Executive EngineerContractor

Page 18: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

such rate(s) as shall be fixed by the Engineer-in-charge. In the event of the dispute, the decision of theSuptd. Engineer of the circle will be final.

Where, however, the work is to be executed according to the designs, drawings & specificationsrecommended by the contractor & accepted by the competent authority the alterations above referred toshall be within the scope of such designs, drawings & specifications appended to the tender.

Extensions of time in consequence of additions or alterations: The time limit for the completion of thework shall be extended in the proportions that the increase in its cost occasioned by alterations/additionsbears to the cost of the original contract work & the certificate of the Engineer-in-charge as to suchproportions shall be conclusive.

CLAUSE 15; No claim to any payment or compensation for alteration in, or restriction of work:

1. If at any time after execution of the contract documents the Engineer shall for any reason whatsoever(other than default on the part of the contractor for which MIDC is entitled to rescind the contract) desirethat the whole or any part of the work specified in the tender should be suspended for any period or thatthe whole or part of the work should not be carried out at all he shall give to the contractor a notice inwriting of such desire & upon the receipt of such notice the contractor shall forth required after having theregard of the appropriate stage at which the work should be stopped or suspended so as to cause anydamage or injury to the work already done or endanger the safety thereon provided that the decision ofthe Engineer as to the stage at which the work or any part of it could be or could have been safely stoppedor suspended shall be final & conclusive against the contractor. The contractor shall have no claim to anypayment or compensation whatsoever by reason of or in pursuance of any notice as aforesaid on accountof any suspension, stoppage or curtailment except to the extent specified hereinafter.

2. Where the total suspension of work ordered as aforesaid continued for continuous period exceeding 90days, the contractor shall be at liberty to withdraw from the contractual obligations under the contract sofar as it pertains to the unexecuted part of the work by giving 10 days prior notice in writing to the Engineerwithin 30 days of the expiry of the said period of 90 days of such intention are requiring the Engineer torecord the final measurement of the work already done & to pay the final bill. Upon giving such notice, thecontractor shall be deemed to have been discharged from his obligation to complete the remainingunexecuted work under this contract. On receipt of such notice the Engineer shall proceed to complete themeasurement & make such payment as may be finally due to the contractor within a period of 90 daysfrom receipt of such notice in respect of the work already done by the contractor. Such payment shall notin any manner prejudice the right of the contractor to any further compensation under the remainingprovisions of this clause.

3. Where the Engineer requires the contractor to suspend the work for a period in excess of 30 days atany time or 60 days in the aggregate, the contractor shall be entitled to apply to the Engineer within 30days of resumption of work after such suspension for payment of compensation to the extent of pecuniaryloss suffered by him in respect of working machinery rendered idle on the site or on account of his havinghad to pay the salary/wages of a labour engaged by him during the said period of suspension providedalways that the contractor shall not be entitled to any claim in respect of any such working machinery,

Page 16 Executive EngineerContractor

Page 19: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

salary/wages for the first 30 days whether consecutive or in the aggregate of such suspension or inrespect of any suspension where so ever occasioned by unsatisfactory work or any other default on hispart. The decision of the Engineer in this regard shall be final & conclusive against the contractor.

4. In the event of....

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

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

iii) Curtailment in the quantity of item(s) originally tendered on account of any alteration, omission orsubstitutions in the specifications, drawings, designs or instructions under Clause 15(i) where suchcurtailment exceeds 25% in quantity & the value of the quantity curtailed beyond 25% at the rates for the

item specified in the tendered is more Rs.5000/-. It shall be open to the contractor, within 90 days from theservice of...

i) The notice of stoppage of work or;

ii) Other notice of withdrawal from the contractual obligations under the contract on account of thecontinued suspension of work or;

iii) Notice under Clause 15(i) resulting in such curtailment to produce to the Engineer satisfactory documentaryevidence that he had purchased or agreed to purchase material for use in the contracted work before receipt by him ofthe notice of stoppage, suspension or curtailment & require MIDC to take over on payment such material at the ratesdetermined by the Engineer. Provided, however, that such rates shall in no case exceed the rates at which the samewere acquired by the contractor. The MIDC 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 ofquality and specifications approved by the Engineer.

CLAUSE 15(A): No claim to compensation on account of loss due to delay in supply of material byMIDC: The

contractor shall not be entitled to claim any compensation from MIDC for the loss suffered by him onaccount of delay by MIDC in the supply of materials entered in Schedule 'A' where such delay is causedby:

i) Difficulties relating to the supply of railway wagons.

ii) Force majeure.

iii) Act of God.

iv) Act of enemies of the state or any other reasonable cause beyond the control of MIDC.

Page 17 Executive EngineerContractor

Page 20: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

iii) Act of God.

iv) Act of enemies of the state or any other reasonable cause beyond the control of MIDC.

In the case of delay in the supply of materials MIDC shall grant such extension of time for the completionof the works as shall appear to the Exe. Engineer to be reasonable in accordance with the circumstancesof the case. The decision of the Exe. Engineer as to the extension of time shall be accepted as final by thecontractor.

CLAUSE 15 (B): Time limit for unforeseen claims: Under no circumstances whatever shall thecontractor be entitled to any compensation from MIDC on any account unless the contractors shall havesubmitted a claim in writing to the Engineer-in-charge within one month of the cause of such claimoccurring.

CLAUSE 16: Action & compensation payable in case of bad work: If any time before the securitydeposit or any part thereof is refunded to the contractor it shall appear to the Engineer-in-charge or hissubordinate in charge of the work, that any work has been executed with unsound, imperfect or unskillfulworkmanship or with materials of inferior quality or that materials / articles provided by him for theexecution of the work are unsound, or of a quality inferior to that contracted for, or are otherwise not inaccordance with the contract, it shall be lawful for the Engineer-in-charge to intimate this fact in writing tothe contractor & then not withstanding the fact that the work, materials or articles complained of may havebeen inadvertently passed, certified & paid for, the contractor shall be bound to forthwith rectify, or remove& reconstruct the work so specified in whole or in part, as the case may require or if so required, shallremove the materials or articles so specified & provided other proper & suitable materials or articles at hisown charge & cost & in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate ofone percent on the amount of the estimate for every day not exceeding 10 days, during which the failureso continues & in the case of any failure the Engineer-in-charge may rectify or remove & re-execute thework or remove & replace the materials or articles complained of as the case may be at the risk & expensein all respects of the contractor. Should the Engineer-in-charge consider that any such inferior work ormaterials as described above may be accepted or made use of, it shall be within his discretion to acceptthe same at such reduced rates as he may fix therefore.

CLAUSE 17: Work to be open to inspection. Contractor or responsible agent to be present: Allworks under or in course of execution or executed in pursuance of the contract shall at all times be opento the inspection & supervision of the Engineer-in-charge & his subordinates, & the contractor shall at alltimes during the usual working hours, & at all other times at which reasonable notice of the intention of theEngineer-in-charge or his subordinate to visit the work shall have been given to the contractor, eitherhimself be present to receive orders & instructions, or have a responsible agent duly accredited in writingpresent for that purpose. Orders given to the contractor's duly authorised agent shall be considered tohave the same force & effect as if they had been given to the contractor himself.

CLAUSE 18: Notice to be given before work is covered up: The contractor shall give not less than fiveday's notice in writing to the Engineer-in-charge or his subordinate in-charge of the work before coveringup or otherwise placing beyond the reach of measurement any work in order that the same may bemeasured & correct dimensions thereof taken before the same is so covered up or placed beyond the

Page 18 Executive EngineerContractor

Page 21: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

measured & correct dimensions thereof taken before the same is so covered up or placed beyond thereach of measurement, & shall not cover up or place beyond the reach of measurement any work withoutthe consent in writing of the Engineer-in-charge or his subordinate in-charge of the work & if any workshall be covered up or placed beyond the reach of measurement without such notice having been given orconsent obtained, the same shall be uncovered at the contractor's expense, & in default thereof nopayment or allowance shall be made for such work or for the materials with which the same was executed.

CLAUSE 19: Contractor liable for damage done & for imperfections: If during the period of 1 Yearfrom the date of completion as certified by the Engineer-in-charge pursuant to Clause-7 of the contract orafter commissioning the work, whichever is earlier in the opinion of the Exe. Engineer, the said work isdefective in any manner whatsoever, the contractor shall forthwith on receipt of notice in that behalf fromthe Exe. Engineer, duly commence execution & completely carry out at his cost in every respect all thework that may be necessary for rectifying & setting right the defects specified therein including dismantling& reconstruction of unsafe portions strictly in accordance with & in the manner prescribed & under thesupervision of the Exe. 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&/or to complete the same as aforesaid as required by the said notice, the Exe. Engineer get the sameexecuted & carried out departmentally or by any other agency at the risk on account & at the cost ofcontractor. The contractor shall forthwith on demand pay to the MIDC the amount of such costs, charges &expenses sustained or incurred by the MIDC of which the certificate of the Exe. Engineer shall be final &binding on the contractor. Such costs, charges & expenses shall be deemed to be arrears of land revenue& in the event of the contractor failing or neglecting to pay the same on demand as aforesaid withoutprejudice to any other rights & remedies of the MIDC the same may be recovered from the contractor asarrears of land revenue. The MIDC shall also be entitled to deduct the same from any amount which maythen be payable or which may thereafter become payable by the MIDC to the contractor either in respectof the said work or any other work whatsoever or from the amount of security deposit retained by MIDC (ofwhich the certificate of the Engineer-in-charge shall be final) from any sums that may then be due or maythereafter become due to the contractor; or from his security deposit or the proceeds of sale thereof, or ofa sufficient portion thereof.

CLAUSE 20: Contractor to supply plant, ladders, scaffoldings etc.: The contractor shall supply at hisown cost all materials (except such special materials, if any, as may, in accordance with the contract, besupplied from the MIDC stores) plant, tools, appliances, implements, ladders, cordage, tackles,scaffolding, & temporary works requisite or proper for the proper execution of the work, whether, in theoriginal, altered or substituted form, & whether included in the specifications, or other documents formingpart of the contract or referred to in these conditions or not & which may be necessary for the purpose ofsatisfying or complying with the requirements of the Engineer-in-charge as to any matter as to which underthese conditions he is entitled to be satisfied, or which is entitled to require together with carriagetherefore, to & from the work.

Contractor is liable for damages arising from non-provisions of lights, fencing etc.

The contractor shall also supply without charge the requisite number of persons with the means &

Page 19 Executive EngineerContractor

Page 22: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

materials necessary for the purpose of setting out works, &, counting, weighing & assisting themeasurement or examination at any time & from time to time of the work or the materials. Failing this thesame may be provided by the Engineer-in-charge at the expense of the contractor & the expenses may bededucted from any money due to the contractor under the contract or from his security deposit or theproceeds of sale thereof, or of a sufficient portion thereof. The contractor shall provide all necessaryfencing & lights required to protect the public from accident, & shall also be bound to bear expenses ofdefense of every suit, action or other legal proceedings, that may be brought by any persons for injurysustained owing to neglect of the above precautions, & to pay any damages & costs which may beawarded in any such suit, action or proceedings to any such person, or which may with the consent of thecontractor be paid for compromising any claim by any such person.

CLAUSE 21: The contractor shall provide suitable scaffolds & working platforms, gangways & stairways, & shallcomply with the following regulations in connections there with.

a) Suitable scaffolds shall be provided for workmen for all work that cannot be safely done from aladder or by other means.

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

i) Under the supervision of a competent & responsible person; &

ii) as far as possible by competent workers possessing adequate experience in this kind of work

c) All scaffolds & appliances connected therewith & all ladders shall :-

i) be of sound materials;

ii) be of adequate strength having regard to the loads & strains to which they will be subjected; &

iii) be maintained in proper condition.

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

e) Scaffolds shall not be overloaded & so far as practicable the load shall be evenly distributed

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

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

h) Before allowing a scaffold to be used by his workmen the contractor shall, whether the scaffold has

Page 20 Executive EngineerContractor

Page 23: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

been erected by his workmen or not, take steps to ensure that it complies fully with the regulations hereinspecified.

i) Working platforms, gangways & stairways shall :-

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

ii) be so constructed & maintained, having regard to the prevailing conditions as to reduce as far as practicablerisks of persons tripping or slipping; &

iii) be kept free from any unnecessary obstructions,

j) In the case of working platforms, gangways, working places & stairways at a height exceedingeight feet.

i) every working platform & every gangway shall be closely boarded unless other adequate measureare taken to ensure safety.

ii) every working platform & gangway shall have adequate width; &

iii) every working platform, gangway, working place & stairway shall be suitably fenced

k) Every opening in the floor of a building or in a working platform shall, except for the time & to the extentrequired to allow the access of persons or the transport of shifting of material, be provided with suitable means toprevent the fall of persons or material.

l) When persons are employed on a roof where there is a danger of falling from a height exceeding six feetsuitable precautions shall be taken to prevent fall of persons or material,

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

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

Page 21 Executive EngineerContractor

Page 24: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

CLAUSE 22: The contractor shall comply with the following regulations as regards hoisting appliances tobe used by him:

a) Hoisting machines & tackles, including their attachments, anchorages & support shall:-

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

ii) be kept in good repair & in good working order.

b) Every rope used in hoisting/lowering materials or as a means of suspension shall be of suitable quality, adequatestrength & free from patent defect.

c) Hoisting machines & tackle shall be examined & adequately tested after erection on the site & before use & bere-examined in position at intervals to be prescribed by the MIDC.

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

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

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

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

h) Every hoisting machine & all gears referred to in the preceding regulation shall be plainly marked with thesafe working load.

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

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

k) Motors, gearings, transmissions, electric wiring & other dangerous parts of hoisting appliance shall be providedwith efficient safeguards.

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

m) Adequate precautions shall be taken to reduce to a minimum the risk of any part of a suspended load becomingaccidentally displaced.

Page 22 Executive EngineerContractor

Page 25: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

descent of the load.

m) Adequate precautions shall be taken to reduce to a minimum the risk of any part of a suspended load becomingaccidentally displaced.

CLAUSE 23: Measure for prevention of fire: The contractor shall not set fire to any standing jungle,trees, brushwood or grass without written permit from the Exe. Engineer.

When such permit is given, & also in all cases when destroying cut or dug up trees, brushwood, grass etc.by fire, the contractor shall take necessary measures to prevent such fire spreading to or otherwisedamaging surrounding property. The contractor shall make his own arrangements for drinking water forthe labour employed by him.

CLAUSE 24: Liability of contractor for any damage done in or outside work area: Compensation forall damage done intentionally or unintentionally by contractor's labour whether in or beyond the limits ofMIDC property including any damage caused by the spreading of fire mentioned in Clause 23 shall beestimated by the Engineer-in-charge or such other officer as he may appoint & the estimates of theEngineer-in-charge subject to the decision of the Suptd. Engineer on appeal shall be final & the contractorshall be bound to pay the amount of the assessed compensation on demand failing which the same will berecovered from the contractor as damages in the manner prescribed in Clause 1 or deducted by the

Engineer-in-charge from any sums that may be due or become due from MIDC to the contractor under thiscontract or otherwise.

The contractor shall bear the expenses of defending any action or other legal proceedings that may bebrought by any persons for injury sustained by him owing to neglect of precautions to prevent the spreadof fire & he shall pay any damages & cost that may be awarded by the court in consequence.

CLAUSE 25: Employment of female labour: The employment of female labourers on works in theneighbourhood of soldier's barracks should be avoided as far as possible.

CLAUSE 26: Work on Sundays: No work shall be done on a Sunday without the sanction in writing of theEngineer-in-charge.

CLAUSE 27: Work not to be sublet. Contract may be rescinded & security deposit forfeited forsubletting it without approval or for bribing a public officer or if contractor becomes insolvent: Thecontract shall not be assigned/sublet without the written approval of the Engineer-in-charge. And if thecontractor shall assign or sublet his contract, or attempt so to do or become insolvent or commence anyproceeding to get himself adjudicated an insolvent or make any composition with his creditors, or attemptso to do or if any bribe, gratuity, gift, loan, perquisite, reward or advantage, pecuniary or otherwise, shall

Page 23 Executive EngineerContractor

Page 26: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

either directly or indirectly be given, promised or offered by the contractor, or any of his servants or agentsto any public officer or person in the employ of MIDC in any way relating to his office or employment, or ifany such officer or person shall become in any way directly or indirectly interested in the contract, theEngineer-in-charge may thereupon by notice in writing rescind the contract, & the security deposit of thecontractor shall thereupon stand forfeited & be absolutely at the disposal of MIDC & the sameconsequences shall ensue as if the contract had been rescinded under Clause 3 hereof & in addition thecontractor shall not be entitled to recover or be paid for any work therefore actually performed under thecontract.

CLAUSE 28: Sum payable by way of compensation to be considered as reasonable compensationwithout reference to actual loss: All sums payable by a contractor by way of compensation under any ofthese conditions shall be considered as a reasonable compensation to be applied to the use of MIDCwithout reference to the actual loss or damage sustained, & whether any damage has or has not beensustained.

CLAUSE 29: Changes in the constitution of firm to be notified: In the case of tender by partners, anychange in the constitution of a firm shall be forthwith notified by the contractor to the Engineer-in-chargefor his information.

CLAUSE 30: Works to be under direction of Suptd.Engineer: All works to be executed under thecontract shall be executed under the direction & subject to the approval in all respects of theSuperintending Engineer of the Circle for the time being, who shall be entitled to direct at what point(s) &in what manner they are to be commenced, & from time to time carried on.

CLAUSE 31: Decision of Superintending Engineer to be final:

Except where otherwise specified in the contract & subject to the powers delegated to him by MIDC underthe Code rules then in force, the decision of the Suptd. Engineer of the Circle for the time being shall befinal, conclusive & binding on all parties to the contract upon all questions relating to the meaning of thespecifications, designs, drawings & instructions hereinbefore mentioned & as to the quality ofworkmanship, or materials used on the work, or as to any other question, claim, right, matter or thingwhatsoever, if any way arising out of, or relating to the contract, designs, drawings, specifications,estimates, instructions, orders or other conditions, or otherwise, concerning the works or the execution, orfailure to execute the same, whether arising during the progress of work, or after the completion orabandonment thereof.

CLAUSE 32: Stores of European/American manufacture to be obtained from MIDC: The contractorshall obtain from the MIDC's store all stores & articles of European or American manufacture which maybe required for the work, or any part thereof or in making up any articles required therefor or in connectiontherewith unless he has obtained permission in writing from the Engineer-in-charge to obtain such stores& articles elsewhere. The value of such stores & articles as may be supplied to the contractor by theEngineer-in-charge will be debited to the contractor in his account at the rates shown in the Schedule inForm 'A' attached to the contract & if they are not entered in the said Schedule, they shall be debited tohim at cost price which for the purposes of this contract shall include the cost of carriage & all other

Page 24 Executive EngineerContractor

Page 27: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

him at cost price which for the purposes of this contract shall include the cost of carriage & all otherexpenses whatsoever, which shall have been incurred in obtaining delivery of the same at the storesaforesaid.

CLAUSE 33: Lump sums in estimates: When the estimate on which a tender is made includes lumpsums in respect of parts of the work, the contractor shall be entitled to payment in respect of the items ofwork involved or the part of the work in question at the same rates as are payable under this contract foreach items, or if the part of the work in question is not in the opinion of the Engineer-in-charge capable ofmeasurement, the Engineer-in-charge may at his discretion pay the lump amount entered in the estimate,& the certificate in writing of the Engineer-in-charge shall be final & conclusive against the contractor withregard to any sum(s) payable to him under the provision of this clause.

CLAUSE 34: Action where no specification exists: In the case of any class of work for which there isno such specification as is mentioned in Rule 1 such work shall be carried out in accordance with theDivisional specification, & in the event of there being no Divisional specification, then in such case thework shall be carried out in all respects in accordance with the instructions & requirements of the Engineer-in-charge.

CLAUSE 35: Definition of work: The expression "work(s)" where used in these conditions, shall, unlessthere be something in the subject or context repugnant to such construction, be construed to mean thework(s) contracted to be executed under or in virtue of the contract, whether temporary or permanent &whether original, altered, substituted or additional.

CLAUSE 36: Payment of quarry fees & royalties: All quarry fees, royalties, octroi, dues & ground rentfor stacking materials, if any, should be paid by the contractor.

CLAUSE 37: Compensation under the Workmen's Compensation Act: The contractor shall beresponsible for & shall pay any compensation to his workmen payable under the Workmen'sCompensation Act, 1923 (VIII of 1923), hereinafter called the said Act) for injuries caused to the workmen.If such compensation is paid by MIDC as principal under sub-section (1) of section 12 of the said Act onbehalf of the contractor, it shall be recoverable by MIDC from the contractor under sub-section (2) of thesaid section. Such compensation shall be recovered in the manner laid down in Clause 1 above.

CLAUSE 38: The contractor shall be responsible for & shall pay the expenses of providing medical aid toany workman who may suffer a bodily injury as a result of an accident. If such, expenses are incurred byMIDC the same shall be recoverable from the contractor forthwith & be deducted without prejudice to anyother remedy of MIDC from any amount due or that may become due to the contractor.

Page 25 Executive EngineerContractor

Page 28: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

other remedy of MIDC from any amount due or that may become due to the contractor.

CLAUSE 39: The contractor shall provide all necessary personal safety equipment & first aid apparatusavailable for the use of the persons employed on the site, shall maintain the same conditions suitable forimmediate use at any time & shall comply with the following regulations in connection herewith :-

a) The workers shall be required to use the equipment so provided by the contractor & the contractor shall takeadequate steps to ensure proper use of the equipment by those concerned.

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

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

CLAUSE 40: Claim for Quantities entered in the Tender or Estimate:

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

2. The contractor shall, if ordered in writing by the Engineer to do so, carry out any quantities inexcess of the limit mentioned above in sub-clause (1) hereof, on the same conditions as & inaccordance with the specifications in the tender & at the rates (i) derived from the rates enteredin the current Schedule of Rates & in absence of such rates, (ii) at the rate prevailing in themarket. The said rate being increased/decreased as the case may be, by the percentage whichthe total tendered amount bears to the estimated cost of the work as put to tender based onSchedule of Rates applicable to the year in which the tender was invited. For the purpose ofoperation of this clause, this cost shall be taken to be worked out from the DSR prevailing at thetime at the acceptance of tender.

3. Claims arising out of reduction in the tender quantity of any item beyond 25% will be governedby the provision of Clause 15 only, when the amount of such reduction beyond 25% at the rateof the item specified in the tender is more than Rs.5,000/-.(The clause is not applicable to extraitems)

4. The clause is not applicable to extra items.5. There is no change in the item rate if the excess is more than 25% of the tendered quantity but

the value of excess work at the tendered rate does not exceed Rs.5000/-6. The quantities to be paid at tendered rate shall include

Page 26 Executive EngineerContractor

Page 29: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

the value of excess work at the tendered rate does not exceed Rs.5000/-6. The quantities to be paid at tendered rate shall include

a) Tendered quantity plusb) 25% excess of the tendered quantity or the excess quantity of the value of Rs.5000/- at the tendered rates,whichever is more.

CLAUSE 41: Employment of famine affected labour: The contractor shall employ any famine, affected,convict or other labour of a particular kind or class if ordered in writing to do so by the Engineer-in-charge.

CLAUSE 42: Claim for compensation for delay in starting the work: No compensation shall beallowed for any delay caused in the starting of the work on account of acquisition of land or, in the case ofclearance works, on account of any delay in according sanction to estimates.CLAUSE 43: Claim for compensation for delay in the execution of work: No compensation shall beallowed for any delay in the execution of the work on account of water standing in borrow pits orcompartments. The rates are inclusive for hard or cracked soil, excavation in mud, sub-soil water or waterstanding in borrow pits & no claim for an extra rate shall be entertained, unless otherwise expresslyspecified.

CLAUSE 44: Entering upon or commencing any portion of work: The contractor shall not enter uponor commence any portion of work except with the written authority & instructions of the Engineer-in-chargeor of his subordinate-in-charge of the work. Failing such authority the contractor shall have no claim to askfor measurements of or payment for work.

CLAUSE 45: Minimum age of persons employed, the employment of donkeys &/or other animals &the payment of fair wages:

i) No contractor shall employ any person who is under the age of 18 years.

ii) No contractor shall employ donkeys or other animals with breaching of string or thin rope. Thebreaching must be atleast three inches wide & should be of tape (Nawar).

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

iv) The Engineer-in-charge or his agent is authorised to remove from the work any person/ animal foundworking which does not satisfy these conditions & no responsibility shall be accepted by MIDC for anydelay caused in the completion of work by such removal.

v) The contractor shall pay fair & reasonable wages to the workmen employed by him in the contractundertaken by him. In the event of any dispute arising between the contractor & his workmen on thegrounds that the wages paid are not fair & reasonable the dispute shall be referred without delay to the

Page 27 Executive EngineerContractor

Page 30: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

undertaken by him. In the event of any dispute arising between the contractor & his workmen on thegrounds that the wages paid are not fair & reasonable the dispute shall be referred without delay to theExe. Engineer, who shall decide the same. The decision of the Exe. Engineer shall be conclusive &binding on the contractor but such decision shall not in any way affect the conditions in the contractregarding the payment to be made by MIDC at the sanctioned tender rates.

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

CLAUSE 46: Method of payment: Payment to contractors shall be made by cheques drawn on any bankwithin the Division convenient to them, provided the amount exceeds Rs.10. Amounts not exceedingRs.10 will be paid in cash.

CLAUSE 47: Acceptance of conditions compulsory before tendering for work: Any contractor whodoes not accept these conditions shall not be allowed to tender for works.

CLAUSE 48: Employment of scarcity labour: If Government declares a state of scarcity or famine toexist in any village situated within 10 miles of work, the contractor shall employ upon such parts of thework, as are suitable for unskilled labour, any person certified to him by the Exe. Engineer or be anyperson to whom the Exe. Engineer may have delegated this duty in writing to be in need of relief & shallbe bound to pay to such persons wages not below the minimum which the Government may have fixed inthis behalf. Any dispute which may arise in connection with the implementation of this clause shall bedecided by the Exe. Engineer whose decision shall be final & binding on the contractor.

CLAUSE 49: The prices quoted by the contractor shall not in any case exceed the control price if anyfixed by Government or reasonable price which is permissible for him to charge a private purchaser for thesame class & description of goods under the provisions of Hoarding & Profiteering Prevention Ordinance,1943 as amended form time to time. If the price quoted exceeds the controlled price or the pricepermissible under Hoarding & Profiteering Prevention Ordinance the contractor will specifically mentionthis fact in his tender along with the reasons for quoting such higher price. The purchaser at his discretionwill in such case exercise the right of revising the price at any stage so as to conform with the controlledprice on the permissible under the Hoarding & Profiteering Prevention Ordinance. This discretion will beexercised without prejudice to any other action that may be taken against the contractor.

CLAUSE 50: The rates to be quoted by the contractor must be inclusive of sales tax/VAT. No extrapayment on this account will be made to the contractor.

CLAUSE 51: The contractor should as far as possible obtain his requirement of labour, skilled & unskilledfrom the nearest Employment Exchange.

CLAUSE 52: The provision regarding contractor's labours provisioning the Contract Labour (Regulation &Abolition) Act, 1970 with the Maharashtra Contract Labour (Regulation & Abolition) Rule, 1971 shall bebinding on the contractors. If the provision in the said Act contradicts with any of the provisions regarding

Page 28 Executive EngineerContractor

Page 31: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Contractor's labours in any of the clauses in this tender, the provisions in the Contract Labour (Regulation& Abolition) Act, 1970 with the Maharashtra Labour (Regulation & Abolition) Rules, 1971 shall prevail.

CLAUSE 53: The contractor shall comply with the provisions of the Apprentices Act, 1961 & the rules &the orders issued under these from time to time. If he/they fails to do so, the failure will be a breach of thecontract & the Superintending Engineer, may in his discretion, cancel the contract. The contractor shall beliable to him/them, of the provisions of the Act.

CLAUSE 54: Supply of materials etc. by the contractors: The contractors are to provide every article(with the exceptions noted in Schedule 'A' attached) which may be necessary & requisite for the due &proper execution of the several works included in contract according to the true indent & measuring of thedrawings & specifications taken together which are to be signed by Exe. Engineer, MIDC, (hereinaftercalled the Exe. Engineer) & by the contractor(s) whether the same may or may not have been prescribedin the specifications or shown on the drawings provided however that the same are reasonable &obviously to be informed therefor. In case of any discrepancy between the drawing & the specification theExe. Engineer, shall decide which of the two is to be followed.

CLAUSE 55: Execution of work: The contractor shall set out the whole of the work as per approveddrawings & details supplied to him & as per the instruction given during the execution of work by theEngineer-in-charge or his agent, & shall rectify any errors, which may be found therein & shall provide allnecessary labour & materials for the purpose. The contractor shall also provide plants, labour & materials(with the exceptions noted in Schedule attached which may be necessary & requisite for the works). Thematerials & workmanship are to be the best of their respective jobs. The contractor shall have the work inall respects clean & perfect at the completion thereof.

CLAUSE 56: Drawings & Specifications: At least 6 copies of the drawings & specifications submitted bythe Contractor & approved & signed by the Superintending Engineer shall be furnished by the Contractorsto the MIDC & copies there of shall be kept on binding. Contractor's agent who is to be constantly kept onthe ground by theExe. Engineer, MIDC, under Schedule 'A' of the contract will supply plain MS rounds &/or TOR steeldepending upon the availability. As such, designs based on exclusive use Tor steel shall not be accepted.

CLAUSE 57: Control over works: The Exe. Engineer or his duly authorized representative have at alltimes access to the works which are to be entirely under his control. He may require the Contractors todismiss person in the Contractor's employment upon the works if such person in his opinion isincompetent or misconducts himself & the contractor shall forthwith comply with every such requirements.

CLAUSE 58: Materials left at site: All works & materials brought & left upon the site of the work either bythe contractor or by his orders for the purpose of forming part of the work are to be considered to beproperty of the MIDC, & the same shall not be removed or carried away by the Contractor or any other

Page 29 Executive EngineerContractor

Page 32: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

property of the MIDC, & the same shall not be removed or carried away by the Contractor or any otherperson, without the special leave or consent in writing of the Exe. Engineer, but the MIDC shall not in anyway be answerable for any loss or damage which may happen to or in respect of any such work ormaterials on account of the same being lost or stolen or injured or damaged by weather or otherwise.

CLAUSE 59: Removal & substitution of materials: The Exe. Engineer, shall have full power to order theremoval from the premises of the materials which in his opinion are not in accordance with thespecifications & may employ other persons to remove the same without having to be answerable oraccountable for any loss or damage that may be caused to such materials. The Exe. Engineer, shall alsohave full power to order other proper material to be substituted & in case of default the Exe. Engineer, maycause the same to be supplied & all cost which be incurred in such removal & substitution shall be borneby the contractor.

CLAUSE 60: Action in case of improper materials & workmanship: If in the opinion of the Exe.Engineer, any work or any part thereof is executed with improper materials or defective workmanship, thecontractor shall when required by the Exe. Engineer, forthwith re-execute the same & substitute propermaterial & workmanship & in case of default by the contractor in so doing within a week from the date ofthe requisition, the Exe. Engineer, shall have full power to employ other persons to re-execute the work &cost there of shall be borne by the contractor.

CLAUSE 61: Action & compensation payable in case of backlog/delay: If at any time before securitydeposit is refunded to the Contractor, it shall appear to the Exe. Engineer or his subordinate in-charge ofthe work, that any works have been executed with unsound, imperfect or unskillful workmanship or withmaterials or articles provided by him for the execution of the work are unsound, or of a quality inferior tothat contracted, 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 or any have beeninadvertently passed, certified & paid for, the contractor shall be bound to forthwith rectify or remove orreconstruct the work so specified in whole or in part, as the case may require, or if so required, shallremove the materials or articles so specified & provide other proper & suitable materials or articles at hisown charge & cost. In the event of his failing to do so within in the limit aforesaid, the Contractor shall beliable, to pay compensation at the rate of 1 % on the amount of the estimated cost for every day not

exceeding 10 days, during which the failure so continues & in the event of any such failures as aforesaidthe Engineer-in-charge may rectify or remove & re-execute the work or remove & replace thematerial/articles complained of, as the case may be, at the risk & expenses in all respects of theContractor. Should the Engineer-in-charge consider that any such inferior work or materials as described

Page 30 Executive EngineerContractor

Page 33: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Contractor. Should the Engineer-in-charge consider that any such inferior work or materials as describedabove is not acceptable, then it will be straight way rejected.CLAUSE 62: Performance & guarantee of the work or plant completed by the contractor: Thecontractor shall make good & repair defects in materials & workmanship & performance etc. revealed inthe finished work or the plant completed by him, for a period of 1 Year from the date of which finalcompletion certificate, is issued by the Engineer-in-charge. The decision of the Engineer-in-charge as tothe necessity of repairs shall be binding on the contractor. If the contractor fails to maintain & keep inproper condition the work completed by him or if the plant erected by him falls in performance ofguarantee furnished by the contractor over the stipulated period of maintenance or performance, then theEngineer-in-charge shall be entitled to carry out the necessary repairs, departmentally or through anotheragency at the cost of contractor. The decision of Engineer-in-charge regarding the amount of theexpenses incurred in carrying out the repairs shall be final & binding on the contractor. The Engineer-in-charge shall be entitled to forfeit the whole or any part of the security deposit towards the expensesincurred by him in repairing the work completed by the contractor.

CLAUSE 63: Responsibility of contractor for damage or fire etc.: From the commencement of thework to the completion of the same, the work shall be under the Contractor's charge. The contractor shallbe held responsible for any damage done to the same by fire or any other cause & they shall be liable tomake good all such damages & to carry out any repairs which may be rendered necessary to the same byfire or other causes & they are to hold the MIDC harmless from any claims for injuries to persons orstructural damage, damage to property happening from any neglect or default or want of proper care ormisconduct on the part of the Contractor or any of their employee during the execution of the work.CLAUSE 64: Execution of work included in the contract: The Exe. Engineer shall have full power tosend workmen on the premises to execute fittings & other works not included in the Contract & for whichthe Contractors shall afford every reasonable facility during ordinary working hours, provided that suchoperations shall be carried on in such a manner as not to impede the progress of the work included in the

Page 31 Executive EngineerContractor

Page 34: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

ACCOMPANIMENT TO THE GOVERNMENT RESOLUTION

PUBLIC WORKS DEPARTMENT NO. CAT/06/04/148 DT 16.5.2005

PRICE VARIATION CLAUSE

1. If during the operative period of the contract as defined in condition (i) below,there shall be any variation in theConsumer Price Index (New Series) for Industrial workers for MUMBAI Centre as per the Labour Gazette publishedby the Commissioner of Labour, Govt.of Maharashtra &/or in the Wholesale Price Index for all commoditiesprepared by the Office of Economic Adviser, Ministry of Industry, Govt. of India, or in the price of petrol/oil &lubricants & major construction materials like bitumen, cement, steel, various types of metal pipes etc, then subjectto the other conditions mentioned below, price adjustment on account of

i) Labour component

ii) Material component

iii) Petrol, oil & lubricant components

iv) Bitumen component

v) HYSD & mild steel component

vi) Cement component

vii) CI & DI pipes component

calculated as per the formula hereinafter appearing, shall be made. Apart from these, no other adjustment shall bemade to the contract price for any reason whatsoever. Component percentage as given below are as of the total costof work put to tender. Total of labour, material & POL components shall be 100 & other components shall be as peractual's,i) Labour component (Kl) [20] %ii) Material component (K2) [76] %iii) Petrol, Oil & Lubricant components (K3) [4] %iv) Bitumen componentv) HYSD & mild steel componentvi) Cement componentvii) CI & DI pipes component

Note: if cement, steel, bitumen, CI & DI 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 components :

V1 = 0.85 P x K1 x L1-L0

Page 32 Executive EngineerContractor

Page 35: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

100 L0

Where

V1= Amount of price variation in Rupees to be allowed for labour component P= Cost of work done during the

quarter under consideration minus the cost of cement, HYSD & mild steel, bitumen, CI & DI pipes calculated at the

basic star rates as applicable for the tender, consumed during the quarter under consideration. Star rates:

CEMENT:- Rs.6000.00/ MT

K1= Percentage of LABOUR component as indicated above.

L0= Basic Consumer Price Index for MUMBAI centre shall be average consumer price index for the quarter

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

L1= Average Consumer Price Index for MUMBAI centre for the quarter under consideration.

2) Formula for Materials components :

V2 = 0.85 P x 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.

M0= Basic Wholesale Price Index shall be average wholesale price index for the quarter preceding the month in

which the last date prescribed for receipt of tender falls.

M1= Average Wholesale Price Index for the quarter under consideration.

3) Formula for petrol, oil & lubricant components :

V3 = 0.85 P x K3 x P1-P0

Page 33 Executive EngineerContractor

Page 36: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

100 P0

Where

V3= Amount of price variation in Rupees to be allowed for POL component

P= Same as worked out for labour component

K3= Percentage of petrol, oil & lubricant component as indicated above.

P0= Average Price of HSD at MUMBAI, during the quarter preceding the month in which the last date prescribed for

receipt of tender falls.

P1= Average Price of HSD at MUMBAI, during the quarter under consideration.

4) Formula for Bitumen Component:

V4 = QB (B1 - B0)Where

V4= Amount of price variation in Rupees to be allowed for bitumen component

QB= Quantity of bitumen (Grade ) in Metric Tonnes used in the

permanent works & approved enabling works during the quarter under consideration.

B1= Current, average ex-refinery price per metric tonne of bitu

men (Grade ) under consideration including taxes (octroi,

excise, sales tax/VAT etc) during the quarter under consideration.

B0= Basic rate of bitumen in Rupees per metric tonne as considered for working out value of P or average ex-

refinery price in Rupees per metric tonne including taxes (octroi, excise, sales tax/VAT) of bitumen for the grade of

bitumen under consideration during prevailing quarter preceding the month in which the last date prescribed for

receipt of tender falls whichever is higher.

5) Formula for HYSD & mild steel component: V5 = SO x (SI1 - SI0) x T

Page 34 Executive EngineerContractor

Page 37: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

SI0

Where

V5= Amount of price variation in Rupees to be allowed for HYSD/ mild steel component SO= Basic rate ofHYSD/mild steel in rupees per metric tonne as considered for working outvalue of P. SI1= Average Steel Index asper RBI Bulletin during the quarter under considerationSI0= Average of Steel Index as per RBI Bulletin for thequarter preceding the month in which the last date prescribed for receipt of tender falls. T= Tonnage of steel used inthe permanent works for the quarter under consideration.

6) Formula for cement component :V6 = CO x (CI1 - CI0) x T

CI0

Where

V6= Amount of price escalation in Rupees to be allowed for cement component CO= Basic rate of cement inrupees per metric tonne as considered for working out value of P. CI1= Average Cement Index published in the RBIBulletin for the quarter under consideration. CI0= Average of Cement Index published in the RBI Bulletin for thequarter preceding the month in which the last date prescribed for receipt of tender falls. T= Tonnage of cement usedin the permanent works for the quarter under consideration.

7) Formula for CI/DI pipe Component: V7 = QD x (D1 - D0)

Where

V7= Amount of price escalation in Rupees to be allowed for CI/DI pipe component D0= Pig iron basic price inRupees per tonne considered for working out value of P. D1= Average pig iron price in Rupees per tonne during thequarter under consideration (Published by IISCO). QD= Tonnage of CI/DI pipes used in the works during the quarterunder consideration.

The following conditions shall prevail:

b) The operative period of the contract shall mean the period commencing from the date of the work order issued tothe contractor & ending on the date on which the time allowed for the completion of work specified in the contractfor work expires, taking into considering the extension of time, if any, for completion of the work granted byEngineer under the relevant clauses of the Conditions of Contract in cases other than those where such extension isnecessitated on account of default of the contractor. The decision of Engineer as regards the Operative Period of thecontract shall be final & binding on the contractor. Where any compensation for liquidated damages is levied on thecontractor on account of delay in completion or inadequate progress under the relevant contract provisions, the priceadjustment amount for the balance of work from the date of levy of such compensation shall be worked out bypegging the indices L1, M1, C1, P1, B1, SI1, CI1 to levels corresponding to the date from which such compensationis levied. ii) This price variation clause shall be applicable to all contracts in B1 & B2 forms but shall not apply topiece works. The price variation shall be determined during each quarter as per formula given above in this clause.iii) Price variation under this clause shall not be payable for the extra items required to be executed during thecompletion of the work & also on the excess quantities of items payable under the provision of Clause 14/41 of the

Page 35 Executive EngineerContractor

Page 38: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

completion of the work & also on the excess quantities of items payable under the provision of Clause 14/41 of thecontract form B1 & B2. Since the rates payable for the extra items or the extra quantities under Clause 14/41 are tobe fixed as per the current DSR or as mutually agreed to yearly revision till completion of such work. In other words,when the completion/execution of extra items as well as extra quantities under Clause 14/41 of the Contract Form B1& B2 extends beyond the operative date of the DSR, then rates payable for the same beyond that date shall be revisedwith reference to the current DSR prevalent at that time on year to year basis or revised in accordance with mutualagreement thereon, as provided for in the contract, whichever is less. iv) This clause is operative both ways ie.if theprice variation as calculated above is on the plus side, payment on account of the price variation shall be allowed tothe contractor & if it is on the negative side, MIDC shall be entitled to recover the same from the contractor & theamount shall be deductible from any amounts due & payable under the contract. v) To the extent that fullcompensation for any rise or fall in costs to the contractor is not entirely covered by the provisions of this or otherclauses in the contract, the unit rate & price included in the contract shall be deemed to include amount to cover thecontingency of such other actual rise or fall in costs.

vi) Calculation for working out escalation payment on account of material, labour & POL will be restricted to 2digits only.

Where V5= Amount of price variation in Rupees to be allowed for HYSD/ mild steel component SO= Basic rate ofHYSD/mild steel in rupees per metric tonne as considered for working out value of P. SI1= Average Steel Index asper RBI Bulletin during the quarter under consideration. SI0= Average of Steel Index as per RBI Bulletin for thequarter preceding the month in which the last date prescribed for receipt of tender falls. T= Tonnage of steel used inthe permanent works for the quarter under consideration.

8) Formula for CI/DI pipe Component: V7 = QD x (D1 - D0)

Where V7= Amount of price escalation in Rupees to be allowed for CI/DI pipe component D0= Pig iron basic pricein Rupees per tonne considered for working out value of P. D1= Average pig iron price in Rupees per tonne duringthe quarter under consideration (Published by IISCO).

QD= Tonnage of CI/DI pipes used in the works during the quarter under consideration.

The following conditions shall prevail: b) The operative period of the contract shall mean the period commencingfrom the date of the work order issued to the contractor & ending on the date on which the time allowed for thecompletion of work specified in the contract for work expires, taking into considering the extension of time, if any,for completion of the work granted by Engineer under the relevant clauses of the Conditions of Contract in casesother than those where such extension is necessitated on account of default of the contractor. The decision ofEngineer as regards the Operative Period of the contract shall be final & binding on the contractor. Where anycompensation for liquidated damages is levied on the contractor on account of delay in completion or inadequateprogress under the relevant contract provisions, the price adjustment amount for the balance of work from the date oflevy of such compensation shall be worked out by pegging the indices L1, M1, C1, P1, B1, SI1, CI1 to levels

Page 36 Executive EngineerContractor

Page 39: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

levy of such compensation shall be worked out by pegging the indices L1, M1, C1, P1, B1, SI1, CI1 to levelscorresponding to the date from which such compensation is levied.

ii) This price variation clause shall be applicable to all contracts in B1 & B2 forms but shall not apply to piece works.The price variation shall be determined during each quarter as per formula given above in this clause.

iii) Price variation under this clause shall not be payable for the extra items required to be executed during thecompletion of the work & also on the excess quantities of items payable under the provision of Clause 14/41 of thecontract form B1 & B2. Since the rates payable for the extra items or the extra quantities under Clause 14/41 are tobe fixed as per the current DSR or as mutually agreed to yearly revision till completion of such work. In other words,when the completion/execution of extra items as well as extra quantities under Clause 14/41 of the Contract Form B1& B2 extends beyond the operative date of the DSR, then rates payable for the same beyond that date shall be revisedwith reference to the current DSR prevalent at that time on year to year basis or revised in accordance with mutualagreement thereon, as provided for in the contract, whichever is less. iv) This clause is operative both ways ie.if theprice variation as calculated above is on the plus side, payment on account of the price variation shall be allowed tothe contractor & if it is on the negative side, MIDC shall be entitled to recover the same from the contractor & theamount shall be deductible from any amounts due & payable under the contract.

v) To the extent that full compensation for any rise or fall in costs to the contractor is not entirely covered by theprovisions of this or other clauses in the contract, the unit rate & price included in the contract shall be deemed toinclude amount to cover the contingency of such other actual rise or fall in costs.

vi) Calculation for working out escalation payment on account of material, labour & POL will be restricted to 2digits only.

Note-The price escalation clause shall be applicable for main work only ( Excluding amount of item no 40of estimate no 1 )

Page 37 Executive EngineerContractor

Page 40: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Maharashtra Industrial Development Corporation

Schedule A

Name Of Work : Sinnar water supply scheme... Augumentation of Sinnar water supply scheme....Providing, erecting pumping machinery and HT transformer substation and allied workfor Raw water works Palse .

Schedule showing (approx) the material to be issued to the contractor for works to be executed on thiscontract, & the rate at which they are to be charged.

Sinnar water supply scheme... Augumentation of Sinnar water supplyscheme.... Providing, erecting pumping machinery for Raw water works Palsealongwith power supply arrangement .

Schedule B

Sr. No. Particulars Quantity

Rate at which theMaterial is to becharged to the

contractor with unit

Place ofDelivery

Unit

NILNIL NIL NIL NILNIL

TERMS & CONDITIONS FOR ISSUE OF MATERIAL UNDER SCHEDULE 'A'

1.Materials required in excess of the quantity may or may not be supplied by the Deptt. If notsupplied, the contractor should make his own arrangements to provide the same, for which no extraclaims will be entertained.

2.All materials remaining unused after the completion of the works should be returned to theDepartment at the Departmental Store. For the materials remaining unused & not returned, recoverywill be effective at twice the issue rate of the materials or the prevailing market rate at the time ofcompletion of work, whichever is higher.

3.Considerable delay is likely to occur in getting the materials required to be conveyed by rail,whether such materials are to be supplied by the MIDC or by the contractor himself. The contractor,therefore, should submit indent for his requirement sufficiently in advance to allow for the periodusually taken for supply of such material.

No responsibility can be accepted for such delays in regard to supply of these materials. Everyassistance will be given to obtain the supplies as quickly as possible.

4.Contractor should check the materials before they are issued to him. Any complaint after thematerial is accepted by him will not be entertained.

5.The contractor should make his own arrangements for storing, the material issued to him, byconstructing a pucca shed which should be leak proof & should protect against moist climates.

Page 38 Executive EngineerContractor

Page 41: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

constructing a pucca shed which should be leak proof & should protect against moist climates.

6.All other materials not included in the above schedule will have to be procured by the contractorsfrom the open market at his own cost.

7.The contractor shall maintain a regular account of consumption of the material issued to him by theDepartment, either at cost or free of cost & shall be produced when asked for.

8.All conveyance charges including loading & unloading operations for bringing the materials issuedfrom the place of delivery to the site of work should be borne by the contractor.

9.Weight of MS rounds that will be issued under Schedule 'A' will be computed on the basis offollowing table.

Dia of Bar in mm. Weight in Kg/RM length of

bar

6 0.22

8 0.39

10 0.62

12 0.89

16 1.58

18 2.00

20 2.46

22 2.92

25 3.85

28 4.83

32 6.31

36 7.99

40 9.87

In case of dispute or delegations in diameters, computation of weights shall be made at a rate of

0.785 Kg/Sq.cm. of cross sectional area.

10.The issue of steel from the stores stipulated in Schedule 'A' shall be on the basis of lengths of MS

rounds measured in metric system to the nearest 10mm. length. The surplus steel after completion

Page 39 Executive EngineerContractor

Page 42: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

of work shall also be taken back & measured on the same basis. The MS rounds returned to the

departmental store shall be in the form of cut pieces of whole lengths remaining unutilised & will be

accepted as such. Pieces of length one metre & above shall accepted. The percentage waste in the

form of pieces of length below one metre shall not be more than 1% of the tonnage actually used in

work. Any additional loss beyond 1% stipulated above, shall be treated as used in an unauthorized &

wasteful manner, & recovery at double the issue rate or market rate, whichever is more, shall be

effected for such wasteful use of steel.

Page 40 Executive EngineerContractor

Page 43: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

CLAUSE FOR PAYMENT OF STAMP DUTY

As per Article-63 of Schedule-I of Bombay Stamp Act, 1958, stamp duty charges shall be as follows: Workscontract, that is to say a contract for works & labour or services involving transfer of property in goods(whether asgoods or in some other form) in its execution & includes sub-contract:

a) Where the amount or value set forthin such contract

does not exceed Rs.10 lakhs.

Rs.100/-

b) Where it exceeds Rs.10 lakhs. Rs.100/- plus Rs.100/- for everyRs.1,00,000/- or part thereof, aboveRs.10 lakhs, subject to the maximum ofRs.5,00,000/-

The contractor whose offer will be accepted will be called for execution of the agreement & shall only be liable topay the stamp duty applicable thereon.

==============================================================================

Page 41 Executive EngineerContractor

Page 44: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Govt of Maharashtra Undertaking)

CLAUSE FOR RECOVERY OF ADDITONAL SECURITY DEPOSIT A) Clause for Recovery of Additional Security Deposit in case tenders ACCEPTED more than 15% below :The tenderer shall note that, in case the tender is quoted and accepted more than 15% below then theadditionalsecurity deposit shall be recovered in the form of cash / DD, as the case may be, at the time of execution ofagreement .The recovery of additional security deposit shall be as detailed below:

Sr.No.

Offer received below Additional securitydeposit to berecovered

1) For offer between 15.01% upto20% below

1% of estimated cost.

2) For offer between 20.01% upto25% below

2% of estimated cost

3) For offer more than 25.01%below

3% of estimated cost

B) Clause for Recovery of security deposit for quantities Exceeding 125% and Extra Item Rate List (EIRL):

It shall also be noted that security deposit for the quantities exceeding 125% of tendered quantities and/orEIRL shall also be deducted at the % to be recovered through bills (i.e. in cash) as mentioned in the tender text.

C) Refund of above Security deposit:

The security deposit so recovered in above events shall be refunded after satisfactory completion of defectliability period.

Page 42 Executive EngineerContractor

Page 45: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

CLAUSE FOR RECOVERY OF LABOUR CESS

The Govt. of Maharashtra vide its decision dated 17/06/2010 has decided to recover Labour cess on allthe construction works undertaken by Govt., Public sector undertaking and Municipal Corporation, MunicipalCouncils, Gram Panchayat etc.

The contractors are therefore requested to note that labour cess at 1% of the cost of construction (excludingland cost) arrived at after deducting amount of compensation if any paid to the workers or their relatives underworkers compensation Act 1923 will be recovered from them. The recovery of labour cess at 1% shall be made fromthe payment due for each bill to be paid to the contractor.

Page 43 Executive EngineerContractor

Page 46: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

COMMON CONDITIONS & ADDITIONAL CONTRACT CONDITIONS

1. COMMON CONDITIONS: Extra charges for any item of work shall not be allowed unless the work to which it is related is clearly withinthe spirit & meaning of the specification or unless such works are ordered in writing by the Engr-in-charge & are claimed for in thespecified manner before the commencement of work. The contractor shall at his own expense make all necessary provisions for housing,water supply, electricity & sanitary arrangements for his employees at site of works as required. He shall pay directly to the concernedauthorities all rates, taxes, royalties & other charges. He shall also comply with all requirements of health department of the concernedauthorities.

2. MATERIALS: Unless otherwise specifically provided for either in the item or in the specifications or in the Schedule 'A' for Supply ofMaterials by MIDC, all items in the tender are inclusive of costs of material required for the execution of the items. Materials not stipulatedto be supplied by MIDC, shall be brought by the contractor at his cost. The quality, type & make of materials used in the work shall be asper samples got previously approved from Engineer-in-charge, as mentioned in the detailed specification All rejected material shall beremoved by the contractor from site of work immediately failing which the same will be got removed by MIDC at his cost.

3. WORKS: The lining out of all works shall be marked by the contractor on site with permanent pillars as directed. The necessary levelswill be given by MIDC. The contractor must however, provide the necessary labour & material for making out the ground & keeping allreferences, levels & lining props sealed in cement concrete & execute the work in accordance with those levels for which he will beresponsible throughout the whole period of contract. The few bench mark pillars to be connected with MIDC benchmark shall beconstructed by the contractor at the site of work as directed for reference of various levels in connection with work. The line out if requiredto be carried out more than one time, the same shall be done by the contractor without extra cost.

4. CARTING: The contractor shall convey pipes, specials & other sundry materials required for the Execution of the work at his owncost.The contractor shall provide diversion to the affected existing road, if required, as directed by Engineer-in-charge at his own cost

5. GENERAL: The contractor shall be deemed to be thoroughly conversant with the local condition such as the availability of allconstruction materials, skilled & unskilled labour & to have based his rates accordingly for this work. He shall be deemed to have carefullystudied all the specifications & drawings & followed them before the submission of his tender.

6. In case of any discrepancy between the type of working drawings on one hand & the wording of the corresponding item & specificationsthereof as per the contract, the later will be deciding for the purpose of actual execution of items. However, the Exe. Engineer's decisionshould be obtained in the matter before hand. For a composite item, if any higher specification are to be adopted for any component as aresult than specified in the item & specification therefore, extra rate will be payable on approvaNo major deviation involving substantialextra outlay will be made without the prior approval of the Superintending Engineer.

7. Work progress register will be maintained by MIDC on site &/or in the Divisional office &/or Sub division under it. The contractor willsign all instruction issued by Exe. Engineer or his representative/ his superior officers & comply with them. For this purpose the contractoror his authorised representative shall attend the site or said office daily for receiving instructions.

8. i) Metered water supply will be made available to the contractor from MIDC pipeline if available & water consumed will be charged atthe prevailing industrial rate or near by industrial area or in that area subject to change as decided by MIDC from time to time. Theconnection, metering etc. shall be taken by the contractor at his cost. In case of water supply to CETP and CHWTSDF will be provided atdomestic rate applicable in that area during construction and operation period.

ii) For taking water supply connection separate agreement for water supply connection is necessary to be executed with MIDC and the termsand conditions of this agreement will prevail until water supply connection is in force.

9. It willbe the contractor's responsibility to inspect & investigate the work site thoroughly so as to arrive at the rates quoted in the tender.In

Page 44 Executive EngineerContractor

Page 47: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

this regard necessary information available with MIDC Will be given to him without any guarantee about it's foolproofness.

10. Contractor has to clear road land width/plot which includes cutting trees less than 30 Cms. In girth with permission from concernedcompetent authority, cleaning brush wood, loose stones, vegetation, bushes, stumps & mole hills without any extra cost. The contractor shallprovide diversion to the affected existing road, if required as directed by Engineer-in-charge at his own cost.

11. The contractor shall engage an authorised all time person on this work capable of engaging & guiding the work & understanding allspecifications. He will take orders as willbe issued by the Exe.Engineer, or his authorised representative & shall be responsible for carryingthem out. The person shall not be changed without prior intimation to the Exe. Engineer & his representative on the work site.

12. The contractor will take all precautions during the execution of work so as not to cause any damage to any property/ adjacent properties& shall be responsible to make good any damaged property as directed by the Exe. Engineer till his satisfaction.

13. All installations such as electric cable, water pipeline, telephone lines, OFC, Sewer main manhole, natural drainage, gas/ fuile pipelines,CD works, strom water draines etc coming in the way shall be looked after carefully. The protections and support against any damages,which otherwise willhave to made good by contractor at his cost. In case any permission is required from Concerned authority for handlingthese lines, the contractor will co-ordinate with such authority. All safety precautions shall be taken from traffic flow point of view.

14. Contractor should specifically indicate the metal & murum quarries from which he proposes to bring the material for completing thework.

15. Where the proper measurement of work, it is necessary to have an initial set of levels taken,the same as recorded in the authorised fieldbook by the Exe. Engineer or his authorized representative & willbe signed by the contractor who willbe entitled to have a true copy of thesame on demand. Any failure on the part of the contractor to get such levels before starting the work will render him liable to accept thedecision of the Exe. Engineer as to the basis of taking measurements. Likewise the contractor will not cover any work which will render itssubsequent measurement difficult or impossible, without first getting the same jointly measured by himself & the authorised representativeof the Exe. Engineer. The record of such measurements on to Department's side willbe signed by the contractor & he willbe entitled to havea true copy of the same on demand.

16. All work before being finally taken over by MIDC will be entire liability of the contractor for guardingmaintaining & making good anydamage of any magnitude. Interim payments made for such work will not alter this position. The handing over by the contractor & takingover by the Exe. Engineer, or his authorised representative, will be always in writing, of which copies will go the Exe. Engineer, hisauthorised representative & the contractor. It is, however understood that before taking over such work, MIDC will not put it to its regularuse distinct from casual/incidental one.

17. Orders issued by the Superintending Engineer of MIDC by whatever designation he may be knownfrom time to time regarding theconduct of the work shall be binding on the contractor.

18. The tendered rates for supply of materials are for delivery of materials properly stacked in regular heaps or otherwise as directed forfacility of measurement before use. In case of road materials, the same shall be stacked by the road side as directed. Materials shall not betacked at places where they are likely to be damaged or lost. The contractor shall have no claim for any loss on this account. If such materialhas been paid for& is subsequently lost before use in the work, the contractor shall make good the loss.

19. No material shall be removed from the road land, except for excavation of gutters, or any other adjoining land unless permitted in writingsubject to such conditions as the Exe. Engineer may specifyThe contractor is liable for the damages/compensation arising out of disregard ofthis condition.

20. The orders of collection & utilisation of materials shall be decided by Exe.Engineer/his authorised representative so as to ensure orderlywork.

21. For the items so indicated, no materials shall be used without first having been measured by regular stacks. The whole of the quantity ofa particular material required for a sizable section of the work shall be first collected before it can be measured & used. The same materialshall either be collected separately or the collection shall not be started at all unless the material collected in the section under reference has

Page 45 Executive EngineerContractor

Page 48: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

shall either be collected separately or the collection shall not be started at all unless the material collected in the section under reference hasbeen all used.

22. The contractor will have to construct a shed for storing controlled & valuable materials issued to him under Schedule 'A' of theagreement, at work site, having double locking arrangement.The material shall be taken for use in the presence of the departmental person.No material will be allowed to be removed from site of work.

23. Under no circumstances shall any contractor be entitled to claim enhanced rates for any items in this contract.

24. The contractor shall study all the plans, specifications & other terms & conditions of the contract carefully before tendering & shall alsoinspect the site & get self acquainted with nature of work & local conditions regarding the availability of labour, material, source &sufficiency of water supply required for the execution of the work & site conditions, rivers, nallas, topography etc existing roads, means ofcommunication & access to site of work etc.

25. The contractor shall submit, within one month from the date of work order of MIDC, designs & drawings to the Exe.Engineer. Aftergetting the letter of approval of design from Exe.Engineer, the contractor shall at his own expense clear the site & take up theprovisional & final setting & carryout the work under the supervision of his responsible representative & shall provide necessary material,labour, tools, instruments etc required for the same. The line & setting out shall be done most accurately & it shall be the full responsibilityof the contractor for correctness of the position, level, dimensions, alignment etc of all parts of the work & if any time during the execution,any error appears/arises, the same shall be rectified by the contractor at his own cost. The checking of any setting out/line/level by theEngineer shall not in any way absolve the contractor of his own responsibility for the correctness thereof. The contractor shall protect &preserve all benchmark, site rails etc used for setting out of the work.

26. The contractor shall, if necessary, construct temporary roads & maintain these in proper condition till the completion of work at hisown cost. If necessary, he shall also at his own cost, make necessary arrangement for acquisition of land for construction of suchtemporary road or for any other purpose in connection with the execution of work.

27. The contractor shall comply with all proper & legal orders & direction of the local/public authority/ municipality & abide by their rules& regulations & pay all such fees & charges which he may be liable to. No reimbursement of such fees & charges will be made by MIDC.

28. The contractor shall inform the Engineer-in-charge in writing when any portion of the work is ready for inspection giving himsufficient notice to enable him to inspect the same without regarding the further r progress of work. The work shall not be considered tohave been completed inaccordance with terms of contract until the Engineer-in-charge shall have certified in writing to that effect

29. If contractor desires to use any design/material/process covered by letter "Patent" or "Copy Right", it shall be responsibility of thecontractor to observe all legal formalities for the use of the same

30. In the event of there being reasonable doubt as to the quality of workmanship & material used in the construction, the Engineer-in-chargemay order to the contractor to satisfy MIDC by carrying out suitable test of structure or part thereof. In the manner as prescribed in Clauseon Page 53 of the Indian Std. Code for practice for PCC & RCC for general building construction & as per Std.Spcf. of Deptt. As may beapproved by the Engineer-in- charge regarding the sufficiency wherever necessary at his own cost to the entire satisfaction of the Exe.Engineer

31. All the laboratory equipment required for the field test of materials, concrete, steel shall be arranged by contractor at his own cost

32. The contractor shall take all precautions, due care against damage by floods, rains, storms,out break of fire & accidents. Nocompensation willbe allowed to the contractor for his plants/materials lost, damaged by way of the above cause or other causes which isin charge of the contractor.

33. Safety of materials & recoveries: The contractor shall use the materials supplied to him by the department at free of cost or as mentionedin the Schedule ‘A’ very properly & economically. The contractor shall be responsible for proper handling & safe custody of the materialsso issued to him. The materials remaining unused after the completion of the work shall be returned by the contractor at the Department. Thedepartment will accept only such materials as are in perfect conditions. If any of the materials issued to the contractor free of cost there of

Page 46 Executive EngineerContractor

Page 49: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

department will accept only such materials as are in perfect conditions. If any of the materials issued to the contractor free of cost there ofshall be recovered from the contractor at double the rate at which it was purchased by the department, or the market rate prevailing at thetime whichever is higher. The contractor shall maintain a day to day account of materials issued to him by the department & shall produce itto the Engineer-in-charge when demanded.

34. Road Crossings: Any work at the road crossing shall be restricted only to half the width of the road, leaving the other half open fortraffic. Second half is taken up only after the first half is completed & made upto the original surface, serviceable with the permission ofEngineer-in-charge. All roads shall be reinstated by the contractor without any extra cost after proper consolidation, watering, cutting etc.Guarding barricading shall be provided by the contractor for 24 hrs. a day. The work of road crossing shall be planned well in advance &shall be carried out within the minimum possible time thereby causing least disturbance to traffic. No road sha ll remain excavated for morethan 24 hrs. Where the roads are very narrow such that traffic cannot be allowed in the second half when the work in first half is in progress,the contractor shall provide necessary diversions & maintain the same at his cost till such time as the work is in progress & the road isopened to traffic.

35. Interpretation: Singular & Plural 'Work' imparting the singular number shall include the plural number also & vice versa where thecontext requires.

36. Removal of Contractor's Employees: The contractor shall employ in & about the execution of the works only such persons as are careful,skilled, competent & experienced in their several trades & shall, on the direction of the Engineer-in-charge forthwith cease to employ in &about the execution of the works. Any person who in the opinion of the MIDC or En-Engineer-in-charge, misconduct himself, or isincompetent or negligent in the proper performance of his duties or whose continued employment is undesirable for any reason, suchpersons shall not be again employed upon the works without the written permission of the MIDC/Engineer-in-charge

37. Access to site of work: The provisions of clauses & conditions of this contract shall also apply to all premises, work shops, factories,plants, quarries & all other places from where materials, manufactured articles & machineries are being obtained or stored for the works.The MIDC/Engineer-in-charge or their representative & other subordinates shall be furnished with such information, assistance & facility bythe contractor as is required to make a complete & detailed investigation/inspection/supervision of the said goods.

38. Inspection of Works & Materials:

All materials & each part of details of the work shall be subject at all times, to inspection by the MIDC/Engineer-in-charge or theirrepresentative or other authorized subordinateswho shall be furnished with reasonable facilities & assistance by the contractor forascertaining whether or not the work as performed or the materials used are in accordance with the requirements & intent of the plans &specifications.

The contractor shall also inform the Engineer-in-charge in writing, when any portion is readyfor inspection giving him at least 24 hrs.advance intimation to enable him to inspect the same without regarding further progress of the work.

Any work done or materials used without supervision or inspection by the MIDC/Engineer-in-charge or is representative, is liable to beordered to be removed & replaced at the contractor's expense.

39. Testing of Materials & Works: All materials before being incorporated in the work shall be inspected. After satisfactory necessary testsas per prevalent standards shall be approved by the Engineer-in-charge. The testing shall be done in the Government approvedlab or anylaboratory approved by MIDC & the testing charges shall be borne by the contractor himself only.

Any work in which such materials are used prior to inspection & when necessary, testing & without approval or written permission of theEngineer-in-charge shall be considered as unauthorized, defective & not acceptable.

The testing of materials & works where necessary shall be carried out in accordance with the latest standards Methods of Bureau of IndianStandards Institution current on the date fixed for opening of the tender. If no such standard exists for a particular test, the standard methodas laid down by the British Standard Institution or by American Association of State Highway Officials or the American Society or othersuitable organization for testing of materials, will be used at the discretion of the Engineer-in-charge. He may also adopt any other suitable

Page 47 Executive EngineerContractor

Page 50: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

method at his discretion.

The contractor shall furnish such facilities instruments, machinery, equipment, labour and material as the Engineer-in-charge may require forcollecting & forwarding sample or for ascertaining the quantity, quantity or weight of materials used and if so directed shall not make usedof or incorporate in the work of any materials represented by the said sample until the required test are made and the materials accepted.

The contractor shall establish a laboratory at site where routine testing of materials of concrete, asphalt etccan be done to the requirements asper work at his cost. The daily test report register should be maintained at site/ lab and shall be produced as and when required.

The cost of collection of sample including transportations as well as of the testing shall be borne by the contractor for the followings.

i) The collection & supply of the samples & carrying out of such tests is provided for or clearly intended in the contract, willbe carried outin the laboratories approved by the Engineer-in-charge.

ii) The collection & supply of the samples & the carrying out of such tests if not provided for or clearly intended in the contract but ontesting, the material is found defective & has to be rejected. The defective material should be removed from site within 24 hours & report ofthe same should be given to Engineer-in-charge.

40. Unauthorized & Defective Works: No work shall be done without lines, levels, grades, lengths & other dimensions having been givenor approved by the Engineer-in-charge or when authorized by him or by his representative or other authorized subordinates. Any work doneby the contractor prior to the approval of the contract, work done contrary to or regardless of the instructions of the Engineer-in-charge,work done beyond the lines shown on the plans or as given, or any extra work done without authority willbe considered as unauthorized &willnot be paid for under the provisions of this contract. Work so done shall be ordered to be removed or replace at the contractor's expense.All works & materials which do not conform to the requirements of the contract whether on account of poor workmanship, defectivematerials, unsuitable equipments & plans, carelessness or any other causes, shall be considered as defective.

The Engineer-in-charge shall have the power to order removal or replacement of all unauthorized/defective materials/works which in hisopinion should be removed or replaced all defects, be removed, replaced or corrected as may be directed by the Engineer-in-charge.

41. Night Work: Subject to any provisions to the contrary contained in the contract, no work shall be carried out between the hours of sun set& sunrise without the written permission of the Engineer-in-charge except when the work is unavoidable or absolutely necessary,for savinglife or property or for the safety of the work, in which case, the contractor shall immediately inform the Engineer-in-charge or hisrepresentative, provided always that the provision of this clause shall not be applicable in the case of any work which it is customary to carryout by double or rotary shifts in which case sufficient advance notice shall be given of the intention of work at night to the Engineer-in-charge. After making all requisite arrangements & managementof areas, materials & equipments,required under any emergency etc.Overtime to supervisory staff of the MIDC, in such cases shall have to be however borne by the contractor.

The contractor shall also carry on work between sunset & sunrise if so required by the Engineer-in-charge, subject to obtaining approval inwriting, for expediting the progress on the works or for any other reasons of technical safety.

Whenever any work is required to be carried out at night in the interest of structural safety or any other reason with express approval of theEngineer-in-charge or his representativeauthorized to supervise, adequate lighting & other arrangement shall be made in advance by thecontractor for proper execution & supervision of the such work. The contractor shall not be however entitled to any extra payments for nightwork. Before such work to be carried, the contractor should also inform to local Police Station in writing.

42. Explosive and inflammable Materials: The MIDC does not anticipate use of any explosive or any inflammable material on this work,however, in the event, explosive of inflammable materials are used for the execution of the works, the contractor shall at his own expense,obtain such license or license as may be required for storing and using explosives and or inflammable materials and locate, construct andmaintain magazines if such area is required for storage in accordance with relevant Government rules in force. Such magazine shall clearlymarked dangerous – explosive in the original language and devnagriand shall be in the care of competent watchman all the time. All theseshall be done under intimation and after getting concurrence Engineer-in-charge.

The contactor shall exercise utmost care while using explosives and or inflammable material not to endanger life or property and shall be

Page 48 Executive EngineerContractor

Page 51: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

The contactor shall exercise utmost care while using explosives and or inflammable material not to endanger life or property and shall besolely responsible for any and all damages resulting from their storage and use, and shall indemnify absolutely MIDC and its office andemployees against any claim and liability arising out of any accident or any violation and or any law, rules, orders etc.

43. Care, Maintenance and repair of works:-

a) From the commencement until the time, the works are completed and finally accepted and handed over to the MIDC, the contractor shalltake full responsibility for care and maintenance thereof including care of all temporary works to the satisfaction of the Engineer-in-chargeand in case any damage the Deterioration loss or injury shall happen to the works or to any part there of or to any temporary work, fromstorms, fire, rains, accidents or any case whatsoever other than earthquake, volcanic eruption or other convulsionof nature or act of God,War, Invasion, act of foreign enemies, hostilities (whether war be declared or not) Civil war, rebellion, revolution, insurrection or military orinsured power, shall at his own cost maintain, repair and make good the same so that till the time of final acceptance, the works shall be ingood order and condition and in conformity in every respects with the requirements of the contract and the instructions of the Engineer-in-charge.

b) If the contractor fails to comply with the requirements mentioned in Sub Clause 1 above, the Engineer-in-charge will immediately askhim to comply with the same within prescribed period.In the event of contractor failing to comply with these instructions, the Engineer-in-charge will immediately proceed to take care of the same viz. maintain or repair as required at the cost of the contractor. The clauseregarding defect liability period is given separately.

44. Compliance of Laws: The contractor shall keep himself fully informed of all acts, laws of the Central & state Governments, all local byelaws, ordinances, rules & regulations & all orders & decrees of bodies/tribunals having any jurisdiction/authority which in any manner effectthose engaged or employed on the work or which in way effect the conduct of the works. He shall at all time observe & comply with all suchlaws, ordinances, rules, regulations, orders & decrees & shall give all notices & pay out of his own money, say fees or charges to which hemay be liable.

He shall protect & indemnify the MIDC & its officers & employees against any claim or liability arising from or based on the violation ofany such laws, ordinances, regulations orders, or decrees whether by himself or by his employees

45. Treasure Trove: In the event of the discovery by the contractor or his employees during the progress of the works of any treasure, coins,antiquities, fossils, minerals or other articles or things of value or interest, whether geological, archeological or any other such treasure orother things shall be deemed to be the absolute property of MIDC.

The contractor shall take all reasonable precautions to prevent his workmen or another persons from removing such things as above & shallimmediately upon discovery thereof & before removal, acquaint the Engineer-in-charge of such discovery &carry out his orders as to thedisposal of the same which will be at the contractors expense.

46. Patented Devices, Materials & Processes: Whenever the contractor desires to use any design, device, drawing information's, materials, orprocess covered by a patent of copyright,he shall procure the rights for such use by suitable legal agreement with the patentee or owner at hisown expenses & a copy of the agreement shall be filed with the Engineer-in-charge.

The contractor shall indemnify the MIDC from & against all claims, proceedings, damages, costs & expenses which may be brought ormade against the MIDC or to which they may be put by reason of the contract infringing or being held to have infringed any patent rights orcopyright in relation to any design, device drawing, materials or process at anytime during the prosecution or after the completion of thework & in the event of any injunction being obtained against the use of the same, the contractor shall replace the same with other materialsdesign, drawing, device, process etc. which do not infringe any such patent right or copy right, to the infringe any such patent right or copyright, to the satisfaction of the Engineer-in-charge.

47. Trespass: The contractor shall at all times be responsible for any damages due to trespass committed by his agents & work people incarrying out the work, unless authorized by the Engineer-in-charge in writing in which case,all repair work shall be done by the contractor at

Page 49 Executive EngineerContractor

Page 52: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

his own cost to restore the original condition.

48. Indemnity: The MIDC shall on behalf of the contractor shall indemnify their officers, employees etc against all actions, suits, claims &demands of any character brought in respect of any matter or thing done or omitted to be done by the contractor in the excavation of or inconnection with the works of this contract & against any loss or damage to MIDC his workman/labourers in consequence, for any action orsuit being brought against the contractor for anything done or omitted to be done in the execution of the works of the contract orcompensation to be paid by contractor to his workman/labourers in consequence of accidents causing damage or loss of life of hisworkman/labourers etc. All such payments made by the MIDC shall be recovered from the contractor from his dues out standing, or remainsto be paid or that which becomes payable.

The MIDC shall not be liable to the contractor for damages or losses or delays resulting, from work by third parties or by injunction or otherrestraining orders obtained by third parties.

49. Police Protection: If police is asked for by the contractor for special protection of his camp of work, the MIDC may arrange for suchprotection so far as possible with the authorities concerned and full cost of such protection shall be debited to the contractor and recoverfrom his bills without any extra claim

50. Permits, Licenses, Priorities, Certificates etc: The contractor shall make his own arrangements at his own cost, if required.

a.To obtain permits, licenses, quota certificates, foreign exchange etc for any materials or items of work etc if required by him.

b.To obtain rail & other priorities for transport of his plant, tools equipments, stores, machinery materials, labour staff etc.

c.To arrange with civil supply authorities for release of controlled goods if so, for his labour & staff.

The MIDC will not undertake to arrange for these but will not undertake to arrange for these but will render reasonable help within itscompetence without accepting any responsibility for delay if any.

51. Field Book: Whichever payments is based on levels, all sets of levels such as initial, intermediate & final shall be taken & recorded bythe Engr-in-charge or his representative in the presence of Contractor or his authorised representative. Contractor shall attend the site forchecking these levels & signing in token of acceptance thereof. If Contractor fails to attend the site on the day or for any reason fails to signthe documents in which these levels are recorded,they shall be final & binding on the contractor

52. Levels shown on the drawings: Whichever payment is based on the levels, all sets of levels such as initial, intermediate & final shall betaken & recorded by the Engr-in-charge or his representative in the presence of contractor or his authorised representative.Advanceintimation of day & time when the levels would be taken will be given by MIDC to the contractor/ his authorised representative.Contractorshall attend the site for checking these levels & signing in token of acceptance thereof.If contractor fails to attend the site on the day or forany reason fails to sign the documents in which these levels are recorded, they shall be final & binding on the contractor

53. Sign Boards:Necessary sign boards, danger flags & lamps during night time to mark the closure of the road shall be provided by thecontractor at his cost.A chowkidar is essential to be appointed by the contractor to keep light & watch the materials lying on site,intactthrough the night. Contractor is responsible for the accidents if above care in not taken properly. He will have to pay compensation for thesame.

Page 50 Executive EngineerContractor

Page 53: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

CLAUSE FOR REIMBURSEMENT OF TAXES/DUTIES

While submitting the tender, the contractor shall consider the prevailing taxes & duties on the dateof submission. In case there is statutory increase in the taxes/duties, the contractor shall submitdocumentary evidence for the payment of the same. On verification of the documents, the reimbursementwill be made if there is increase. In case there is reduction in the statutory taxes/duties, deduction will beeffected. It may also be noted that this clause is not applicable if there is increase in the octroi duringexecution of the work.

=======================================

Page 51 Executive EngineerContractor

Page 54: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA STATE COMMISSIONER OF SALES TAX

NOTIFICATION NO.VAT-1505/CR-123/TAXATION-1 DT.1.4.2005

MAHARASHTRA VALUE ADDED TAX ACT-2002

1. The tendered rates shall be inclusive of all taxes, rates & cesses & shall also be inclusive of the tax leviable in respect of VATunder the provision of the Maharashtra Value Added Tax Act-2002.

2. The contractors who submit the tenders should necessarily be a Registered Dealer under the MaharashtraValue Added Tax Act, 2002.

3. The contractor shall submit the Registration Certificate as a registered dealer under the above said Act atthe time of submission of tender/at the time of issuing the work order.

4. MIDC will deduct this tax at source at 2% (for registered contractors) & 4% (in other case) of the value ofthe work done as per Section 31 of Maharashtra VAT Act, 2002 & Notification No.VAT-1505/CR-123/TAXATION-1 DT.1.4.2005. TDS certificate to this effect will be issued by MI DC.

REGISTRATION UNDER CONTRACT LABOUR ACT -1970

While submitting the tender, the tenderer should note that he should produce the certified xerox copy ofRegistration in prescribed form issued by Labour Commissioner under Contract Labour Act, 1970, as an employer,as much as they are directly employing the workers for execution of the contract works awarded to them by MI DC& comply with the provision of the Act. After acceptance of tender by MIDC the contractor has to give intimationabout work order & get this particular work registered within a period of 15 days from the date of issue of work orderfrom labour commissioner under Contract Labour Act, 1970 failing which no permission will be granted to continuefurther work under the agreement.

DEDUCTION OF INCOME TAX

The Income Tax including surcharges or percentage in force from time to time or at the rate as intimated bythe competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment orsecured advance.

Page 52 Executive EngineerContractor

Page 55: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

SERVICE TAX CLAUSE

(For other than maintenance, labour oriented and consultancy works)

1. The tendered rate shall be inclusive of all taxes, rates & cesses & shall also be inclusive of thetax liable in re­spect of Service Tax under the provision of Service Tax Act.

2. The contractors who submit the tenders should necessarily be registered under the Service TaxAct, if he is providing services covered under Service Tax Act.

3. The contractor shall submit the registration certificate/ authorized documents under the serviceTax Act at the time of submission of tender.

4. The successful tenderer shall himself be liable/responsible to pay the Service Tax witheducation cess thereon to con­cerned government authority directly (after receiving the payment)as per the prescribed rate declared by concerned

government authority time to time & within the prescribed period as per Service Tax Act.

Page 53 Executive EngineerContractor

Page 56: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION(A Government of Maharashtra Undertaking)

INSURANCE OF WORK

The contractor shall take out necessary Insurance Policy/Policies immediately after issuing work order and produce acopy of same prior to payment of first RA bill so as to pro­vide adequate insurance cover for exe­cution of theawardedcontract work for total contract value & complete con­tract period including defect liability period asstipulated in thetenderpaper and upto the period for which the extension of time limit is granted from the "Directorateof Insurance,MaharashtraState, Mumbai" only. Its postal address for correspon­dence is "264, MHADA, 1st floor,Opp Kalanagar,Bandra (E), Mumbai-400 051". Tel.26438690 / 26438746 & Fax:26438461. Similarly, all workmenappointed to complete the contract work are required to be insured under Workmen's Compensa­tion InsurancePolicy. Insurance Policy /Policies taken out from any other com­pany will not be accepted. If any con­tractor haseffected insurance with any Insurance Company, the same will not be accepted.

Page 54 Executive EngineerContractor

Page 57: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

QUALITY AUDIT CLAUSE

The contractor shall note that, following exercise of Quality Audit of the work shall be carried out by the nominated

authority from MIDC.

1. The quality audit of the work shall be exercised by authority nominated by MIDC at a stage when 80% of the workis completed or at stage as decided by MIDC.

2. The contractor should remain present (alongwith all test re­ports & necessary documents for the works) at site whenquality audit of the work is being exercised.

3. Final Bill will be released for payment only after complia­nce of the points/remarks raised by the quality auditor withproper reasoning to the competent authority & only after re­ceipt of clearance of nominated authority.

4. The contractor has to make all necessary rectifications, al­terations to the work executed, as suggested by thequality auditor without any extra cost. If the contractor fails to do so, or does not intend to do so, then the probableamount required for the rectifi­cation shall be withheld from the bills & other dues payable to the contractor. Thecontractor shall be liable to pay suitable compensation as decided by the Superintending Engineer.

Page 55 Executive EngineerContractor

Page 58: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION( A Govt. of Maharashtra Undertaking)

STANDARD CEMENT CONSUMPTION STATEMENT

Item of Work Rate of CementConsumption inbags.

Remarks

A] Cement Concrete (Nominal Mix)

Lower Limit Upper Limit

1:5:10 (M-5) 2.60/m3 2.35 2.85

1:4:8 (M-7.5) 3.10/m3 2.80 3.40

1:3:6 (M-10) 4.10/m3 3.80 4.40

1:2:4 (M-15) 6.20/m3 5.90 6.50

1:1&frac12;:3 (M-20) 8.20/m3 7.90 8.50

1: 1: 2 (M-25) 8.70/m3 8.40 9.00

B] Cement Concrete (Design Mix) Minimum cementconsumption forDesign Mix

M-15 5.80/m3 The grater value of either theminimum cement contentspecified or cementconsumption as per design mixwill prevail during execution ofwork.

M-20 6.60/m3

M-25 6.60/m3

M-30 7.00/m3

M-35 7.50m3

M-40 8.00/m3

C] Brick Masonry II Class with 30% mortar

CM - 1:8 1.05/m3

CM - 1:6 1.40/m3

CM - 1:5 1.70/m3

CM - 1:4 2.10/m3

D] 115 mm thick Brick Masonry II Class

CM - 1:3 0.28/m2

E] Brick Masonry I Class withoutpointing with 25% mortar

CM - 1:6 1.15/m3

CM - 1:5 1.40/m3

CM - 1:4 1.70/m3

F] UCR Masonry without pointing with 35% mortar

CM - 1:6 1.70/m3

CM - 1:5 2.00/m3

CM - 1:4 2.50/m3

G] UCR Masonry without pointing with 45% to 50% mortar

CM - 1:6 2.15/m3

CM - 1:5 2.60/m3

CM - 1:4 3.10/m3

H] Laterite Stone Masonry with 18% mortar

CM - 1:6 0.85/m3

CM - 1:5 1.00/m3

CM - 1:4 1.30/m3

I] Cement Plaster with Cement mortar 1:3 (neeru finish)

6 mm 0.07/m2

12 mm 0.13/m2

20 mm 0.20/m2

25 mm 0.23/m2

40 mm 0.40/m2

J] Cement Plaster with Cement mortar 1:4 (without neeru finish)

6 mm 0.06/m2

12 mm 0.11/m2

20 mm 0.17/m2

25 mm 0.22/m2

40 mm 0.34/m2

K] Coursed Rubble masonry with pointing 30% mortar

1:6 CM 1.70/m3

1:5 CM 2.00/m3

1:4 CM 2.50/ m3

L] Sand Faced plaster CM 1:3

12 MM 0.20/m2

20 MM 0.23/m2

25 MM 0.25/m2

M] Cement plaster without neeru finish CM 1:3

6 MM 0.07/m2

12 MM 0.13/m2

20 MM 0.20/m2

25 MM 0.25/m2

N] Cement plaster with neeru finish CM 1:4

6 MM 0.06/m2

12 MM 0.10/m2

20 MM 0.17/m2

25 MM 0.22/m2

O] Decorative texture plaster

CM 1:4 0.15/m2

P] Neat Cement Finish over green surface

1.5 mm Thick 0.04/m2

Q] Wet on wet finish CM 1:3

12 MM 1.05/m2

R] Pointing with Cement Mortar 1:3

Brick Masonry 0.03/m2

Stone Masonry 0.05/m2

S] Paving and Flooring

Shahabad / Tandur / Kotta / KaddapaChequred tiles / plain cement tiles /marble / mosaic / granite CM 1:4 bedand with pointing 1:3

0.19/m2

Skirting & Daddo 0.30/m2

Shahabad / Tandur / Kadappa CM 1:6 0.14/m2

White / coloured glazed tiles 0.28/m2

Granite stone facing plaster CM 1:3 0.20/m2

Ceramic tiles 0.22/m2

IPS flooring 40 mm 0.30/m2

T] Colgrout Masonry with 45 % mortar

Cement 1:3 sand mortar 3.54/m3

U] Gunniting CM 1:3

25 MM 0.28/m2

40 MM 0.45/m2

50 MM 0.55/m2

V] Water proofing

Box type water proofing 0.80/m2

Water proofing by injection grouting 1.00/m2

Water proofing on terrace slab 0.50/m2

Page 56 Executive EngineerContractor

Page 59: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Item of Work Rate of CementConsumption inbags.

Remarks

A] Cement Concrete (Nominal Mix)

Lower Limit Upper Limit

1:5:10 (M-5) 2.60/m3 2.35 2.85

1:4:8 (M-7.5) 3.10/m3 2.80 3.40

1:3:6 (M-10) 4.10/m3 3.80 4.40

1:2:4 (M-15) 6.20/m3 5.90 6.50

1:1&frac12;:3 (M-20) 8.20/m3 7.90 8.50

1: 1: 2 (M-25) 8.70/m3 8.40 9.00

B] Cement Concrete (Design Mix) Minimumcementconsumption forDesign Mix

M-15 5.80/m3 The grater value of either theminimum cement contentspecified or cementconsumption as per design mixwill prevail during execution ofwork.

M-20 6.60/m3

M-25 6.60/m3

M-30 7.00/m3

M-35 7.50m3

M-40 8.00/m3

C] Brick Masonry II Class with 30% mortar

CM - 1:8 1.05/m3

CM - 1:6 1.40/m3

CM - 1:5 1.70/m3

CM - 1:4 2.10/m3

D] 115 mm thick Brick Masonry II Class

CM - 1:3 0.28/m2

E] Brick Masonry I Class withoutpointing with 25% mortar

CM - 1:6 1.15/m3

CM - 1:5 1.40/m3

CM - 1:4 1.70/m3

F] UCR Masonry without pointing with 35% mortar

CM - 1:6 1.70/m3

CM - 1:5 2.00/m3

CM - 1:4 2.50/m3

G] UCR Masonry without pointing with 45% to 50% mortar

CM - 1:6 2.15/m3

CM - 1:5 2.60/m3

CM - 1:4 3.10/m3

H] Laterite Stone Masonry with 18% mortar

CM - 1:6 0.85/m3

CM - 1:5 1.00/m3

CM - 1:4 1.30/m3

I] Cement Plaster with Cement mortar 1:3 (neeru finish)

6 mm 0.07/m2

12 mm 0.13/m2

20 mm 0.20/m2

25 mm 0.23/m2

40 mm 0.40/m2

J] Cement Plaster with Cement mortar 1:4 (without neeru finish)

6 mm 0.06/m2

12 mm 0.11/m2

20 mm 0.17/m2

25 mm 0.22/m2

40 mm 0.34/m2

K] Coursed Rubble masonry with pointing 30% mortar

1:6 CM 1.70/m3

1:5 CM 2.00/m3

1:4 CM 2.50/ m3

L] Sand Faced plaster CM 1:3

12 MM 0.20/m2

20 MM 0.23/m2

25 MM 0.25/m2

M] Cement plaster without neeru finish CM 1:3

6 MM 0.07/m2

12 MM 0.13/m2

20 MM 0.20/m2

25 MM 0.25/m2

N] Cement plaster with neeru finish CM 1:4

6 MM 0.06/m2

12 MM 0.10/m2

20 MM 0.17/m2

25 MM 0.22/m2

O] Decorative texture plaster

CM 1:4 0.15/m2

P] Neat Cement Finish over green surface

1.5 mm Thick 0.04/m2

Q] Wet on wet finish CM 1:3

12 MM 1.05/m2

R] Pointing with Cement Mortar 1:3

Brick Masonry 0.03/m2

Stone Masonry 0.05/m2

S] Paving and Flooring

Shahabad / Tandur / Kotta / KaddapaChequred tiles / plain cement tiles /marble / mosaic / granite CM 1:4 bedand with pointing 1:3

0.19/m2

Skirting & Daddo 0.30/m2

Shahabad / Tandur / Kadappa CM 1:6 0.14/m2

White / coloured glazed tiles 0.28/m2

Granite stone facing plaster CM 1:3 0.20/m2

Ceramic tiles 0.22/m2

IPS flooring 40 mm 0.30/m2

T] Colgrout Masonry with 45 % mortar

Cement 1:3 sand mortar 3.54/m3

U] Gunniting CM 1:3

25 MM 0.28/m2

40 MM 0.45/m2

50 MM 0.55/m2

V] Water proofing

Box type water proofing 0.80/m2

Water proofing by injection grouting 1.00/m2

Water proofing on terrace slab 0.50/m2

Page 57 Executive EngineerContractor

Page 60: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Item of Work Rate of CementConsumption inbags.

Remarks

A] Cement Concrete (Nominal Mix)

Lower Limit Upper Limit

1:5:10 (M-5) 2.60/m3 2.35 2.85

1:4:8 (M-7.5) 3.10/m3 2.80 3.40

1:3:6 (M-10) 4.10/m3 3.80 4.40

1:2:4 (M-15) 6.20/m3 5.90 6.50

1:1&frac12;:3 (M-20) 8.20/m3 7.90 8.50

1: 1: 2 (M-25) 8.70/m3 8.40 9.00

B] Cement Concrete (Design Mix) Minimumcementconsumption forDesign Mix

M-15 5.80/m3 The grater value of either theminimum cement contentspecified or cementconsumption as per design mixwill prevail during executionof work.

M-20 6.60/m3

M-25 6.60/m3

M-30 7.00/m3

M-35 7.50m3

M-40 8.00/m3

C] Brick Masonry II Class with 30% mortar

CM - 1:8 1.05/m3

CM - 1:6 1.40/m3

CM - 1:5 1.70/m3

CM - 1:4 2.10/m3

D] 115 mm thick Brick Masonry II Class

CM - 1:3 0.28/m2

E] Brick Masonry I Class withoutpointing with 25% mortar

CM - 1:6 1.15/m3

CM - 1:5 1.40/m3

CM - 1:4 1.70/m3

F] UCR Masonry without pointing with 35% mortar

CM - 1:6 1.70/m3

CM - 1:5 2.00/m3

CM - 1:4 2.50/m3

G] UCR Masonry without pointing with 45% to 50% mortar

CM - 1:6 2.15/m3

CM - 1:5 2.60/m3

CM - 1:4 3.10/m3

H] Laterite Stone Masonry with 18% mortar

CM - 1:6 0.85/m3

CM - 1:5 1.00/m3

CM - 1:4 1.30/m3

I] Cement Plaster with Cement mortar 1:3 (neeru finish)

6 mm 0.07/m2

12 mm 0.13/m2

20 mm 0.20/m2

25 mm 0.23/m2

40 mm 0.40/m2

J] Cement Plaster with Cement mortar 1:4 (without neeru finish)

6 mm 0.06/m2

12 mm 0.11/m2

20 mm 0.17/m2

25 mm 0.22/m2

40 mm 0.34/m2

K] Coursed Rubble masonry with pointing 30% mortar

1:6 CM 1.70/m3

1:5 CM 2.00/m3

1:4 CM 2.50/ m3

L] Sand Faced plaster CM 1:3

12 MM 0.20/m2

20 MM 0.23/m2

25 MM 0.25/m2

M] Cement plaster without neeru finish CM 1:3

6 MM 0.07/m2

12 MM 0.13/m2

20 MM 0.20/m2

25 MM 0.25/m2

N] Cement plaster with neeru finish CM 1:4

6 MM 0.06/m2

12 MM 0.10/m2

20 MM 0.17/m2

25 MM 0.22/m2

O] Decorative texture plaster

CM 1:4 0.15/m2

P] Neat Cement Finish over green surface

1.5 mm Thick 0.04/m2

Q] Wet on wet finish CM 1:3

12 MM 1.05/m2

R] Pointing with Cement Mortar 1:3

Brick Masonry 0.03/m2

Stone Masonry 0.05/m2

S] Paving and Flooring

Shahabad / Tandur / Kotta / KaddapaChequred tiles / plain cement tiles /marble / mosaic / granite CM 1:4 bedand with pointing 1:3

0.19/m2

Skirting & Daddo 0.30/m2

Shahabad / Tandur / Kadappa CM 1:6 0.14/m2

White / coloured glazed tiles 0.28/m2

Granite stone facing plaster CM 1:3 0.20/m2

Ceramic tiles 0.22/m2

IPS flooring 40 mm 0.30/m2

T] Colgrout Masonry with 45 % mortar

Cement 1:3 sand mortar 3.54/m3

U] Gunniting CM 1:3

25 MM 0.28/m2

40 MM 0.45/m2

50 MM 0.55/m2

V] Water proofing

Box type water proofing 0.80/m2

Water proofing by injection grouting 1.00/m2

Water proofing on terrace slab 0.50/m2

Page 58 Executive EngineerContractor

Page 61: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Item of Work Rate of CementConsumption inbags.

Remarks

A] Cement Concrete (Nominal Mix)

Lower Limit Upper Limit

1:5:10 (M-5) 2.60/m3 2.35 2.85

1:4:8 (M-7.5) 3.10/m3 2.80 3.40

1:3:6 (M-10) 4.10/m3 3.80 4.40

1:2:4 (M-15) 6.20/m3 5.90 6.50

1:1&frac12;:3 (M-20) 8.20/m3 7.90 8.50

1: 1: 2 (M-25) 8.70/m3 8.40 9.00

B] Cement Concrete (Design Mix) Minimumcementconsumption forDesign Mix

M-15 5.80/m3 The grater value of either theminimum cement contentspecified or cementconsumption as per designmix will prevail duringexecution of work.

M-20 6.60/m3

M-25 6.60/m3

M-30 7.00/m3

M-35 7.50m3

M-40 8.00/m3

C] Brick Masonry II Class with 30% mortar

CM - 1:8 1.05/m3

CM - 1:6 1.40/m3

CM - 1:5 1.70/m3

CM - 1:4 2.10/m3

D] 115 mm thick Brick Masonry II Class

CM - 1:3 0.28/m2

E] Brick Masonry I Class withoutpointing with 25% mortar

CM - 1:6 1.15/m3

CM - 1:5 1.40/m3

CM - 1:4 1.70/m3

F] UCR Masonry without pointing with 35% mortar

CM - 1:6 1.70/m3

CM - 1:5 2.00/m3

CM - 1:4 2.50/m3

G] UCR Masonry without pointing with 45% to 50% mortar

CM - 1:6 2.15/m3

CM - 1:5 2.60/m3

CM - 1:4 3.10/m3

H] Laterite Stone Masonry with 18% mortar

CM - 1:6 0.85/m3

CM - 1:5 1.00/m3

CM - 1:4 1.30/m3

I] Cement Plaster with Cement mortar 1:3 (neeru finish)

6 mm 0.07/m2

12 mm 0.13/m2

20 mm 0.20/m2

25 mm 0.23/m2

40 mm 0.40/m2

J] Cement Plaster with Cement mortar 1:4 (without neeru finish)

6 mm 0.06/m2

12 mm 0.11/m2

20 mm 0.17/m2

25 mm 0.22/m2

40 mm 0.34/m2

K] Coursed Rubble masonry with pointing 30% mortar

1:6 CM 1.70/m3

1:5 CM 2.00/m3

1:4 CM 2.50/ m3

L] Sand Faced plaster CM 1:3

12 MM 0.20/m2

20 MM 0.23/m2

25 MM 0.25/m2

M] Cement plaster without neeru finish CM 1:3

6 MM 0.07/m2

12 MM 0.13/m2

20 MM 0.20/m2

25 MM 0.25/m2

N] Cement plaster with neeru finish CM 1:4

6 MM 0.06/m2

12 MM 0.10/m2

20 MM 0.17/m2

25 MM 0.22/m2

O] Decorative texture plaster

CM 1:4 0.15/m2

P] Neat Cement Finish over green surface

1.5 mm Thick 0.04/m2

Q] Wet on wet finish CM 1:3

12 MM 1.05/m2

R] Pointing with Cement Mortar 1:3

Brick Masonry 0.03/m2

Stone Masonry 0.05/m2

S] Paving and Flooring

Shahabad / Tandur / Kotta / KaddapaChequred tiles / plain cement tiles /marble / mosaic / granite CM 1:4 bedand with pointing 1:3

0.19/m2

Skirting & Daddo 0.30/m2

Shahabad / Tandur / Kadappa CM 1:6 0.14/m2

White / coloured glazed tiles 0.28/m2

Granite stone facing plaster CM 1:3 0.20/m2

Ceramic tiles 0.22/m2

IPS flooring 40 mm 0.30/m2

T] Colgrout Masonry with 45 % mortar

Cement 1:3 sand mortar 3.54/m3

U] Gunniting CM 1:3

25 MM 0.28/m2

40 MM 0.45/m2

50 MM 0.55/m2

V] Water proofing

Box type water proofing 0.80/m2

Water proofing by injection grouting 1.00/m2

Water proofing on terrace slab 0.50/m2Page 59 Executive EngineerContractor

Page 62: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Item of Work Rate of CementConsumption inbags.

Remarks

A] Cement Concrete (Nominal Mix)

Lower Limit Upper Limit

1:5:10 (M-5) 2.60/m3 2.35 2.85

1:4:8 (M-7.5) 3.10/m3 2.80 3.40

1:3:6 (M-10) 4.10/m3 3.80 4.40

1:2:4 (M-15) 6.20/m3 5.90 6.50

1:1&frac12;:3 (M-20) 8.20/m3 7.90 8.50

1: 1: 2 (M-25) 8.70/m3 8.40 9.00

B] Cement Concrete (Design Mix) Minimumcementconsumption forDesign Mix

M-15 5.80/m3 The grater value of either theminimum cement contentspecified or cementconsumption as per designmix will prevail duringexecution of work.

M-20 6.60/m3

M-25 6.60/m3

M-30 7.00/m3

M-35 7.50m3

M-40 8.00/m3

C] Brick Masonry II Class with 30% mortar

CM - 1:8 1.05/m3

CM - 1:6 1.40/m3

CM - 1:5 1.70/m3

CM - 1:4 2.10/m3

D] 115 mm thick Brick Masonry II Class

CM - 1:3 0.28/m2

E] Brick Masonry I Class withoutpointing with 25% mortar

CM - 1:6 1.15/m3

CM - 1:5 1.40/m3

CM - 1:4 1.70/m3

F] UCR Masonry without pointing with 35% mortar

CM - 1:6 1.70/m3

CM - 1:5 2.00/m3

CM - 1:4 2.50/m3

G] UCR Masonry without pointing with 45% to 50% mortar

CM - 1:6 2.15/m3

CM - 1:5 2.60/m3

CM - 1:4 3.10/m3

H] Laterite Stone Masonry with 18% mortar

CM - 1:6 0.85/m3

CM - 1:5 1.00/m3

CM - 1:4 1.30/m3

I] Cement Plaster with Cement mortar 1:3 (neeru finish)

6 mm 0.07/m2

12 mm 0.13/m2

20 mm 0.20/m2

25 mm 0.23/m2

40 mm 0.40/m2

J] Cement Plaster with Cement mortar 1:4 (without neeru finish)

6 mm 0.06/m2

12 mm 0.11/m2

20 mm 0.17/m2

25 mm 0.22/m2

40 mm 0.34/m2

K] Coursed Rubble masonry with pointing 30% mortar

1:6 CM 1.70/m3

1:5 CM 2.00/m3

1:4 CM 2.50/ m3

L] Sand Faced plaster CM 1:3

12 MM 0.20/m2

20 MM 0.23/m2

25 MM 0.25/m2

M] Cement plaster without neeru finish CM 1:3

6 MM 0.07/m2

12 MM 0.13/m2

20 MM 0.20/m2

25 MM 0.25/m2

N] Cement plaster with neeru finish CM 1:4

6 MM 0.06/m2

12 MM 0.10/m2

20 MM 0.17/m2

25 MM 0.22/m2

O] Decorative texture plaster

CM 1:4 0.15/m2

P] Neat Cement Finish over green surface

1.5 mm Thick 0.04/m2

Q] Wet on wet finish CM 1:3

12 MM 1.05/m2

R] Pointing with Cement Mortar 1:3

Brick Masonry 0.03/m2

Stone Masonry 0.05/m2

S] Paving and Flooring

Shahabad / Tandur / Kotta / KaddapaChequred tiles / plain cement tiles /marble / mosaic / granite CM 1:4 bedand with pointing 1:3

0.19/m2

Skirting & Daddo 0.30/m2

Shahabad / Tandur / Kadappa CM 1:6 0.14/m2

White / coloured glazed tiles 0.28/m2

Granite stone facing plaster CM 1:3 0.20/m2

Ceramic tiles 0.22/m2

IPS flooring 40 mm 0.30/m2

T] Colgrout Masonry with 45 % mortar

Cement 1:3 sand mortar 3.54/m3

U] Gunniting CM 1:3

25 MM 0.28/m2

40 MM 0.45/m2

50 MM 0.55/m2

V] Water proofing

Box type water proofing 0.80/m2

Water proofing by injection grouting 1.00/m2

Water proofing on terrace slab 0.50/m2

Page 60 Executive EngineerContractor

Page 63: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION ( A Govt. of Maharashtra Undertaking)

CEMENT VARIATION CLAUSE

The rates in Schudule are based on the above stated rates of cement consumption. The permissible variation in the cement consumptionshall be as given under Item No.1 above. For rest of the item permissible variation shall be + 5% of figures give above. If the actualconsuption on any work is below these limits, reduced rates shall be paid (considering double the prevailing market rate) for any item ofwork on which less cement has been used below limit of -5%. If consumption goes beyond the limit of +5% the same shall not be paid.It may be noted that when specifically ordered out to adopt richer mix than specified in the tender, the excess cement soconsumed above the specified mix in the tender, the same will be paid at prevailing market rate. However, for cement saveddue to adoption of poorer mix when so specifically directed by the department, a reduced rate will be paid (as per prevailingmarket rate).For excess/less cement use on work as per cement variation clause the standarad consumption for cement shall be as pertable given above.

Page 61 Executive EngineerContractor

Page 64: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

Maintenance Guarantee Clause during Defect Liability Period .

1. The contractor willhave to guarantee the work executed under the agreement for a period of 1 Year from the date of completion of thework. During this period of 1 Year , the contractor will have to make good all damages caused to the works done by him under thisagreement, to the full satisfac­tion of Engineer-in-charge, without charging any extra cost. The repairs to defects due to bad workmanshipshall be done.

2. The contractor willhave to maintain the work done by him under this agreement in good condition during the defect liability period. Thelist of defects to be observed and rectified is attached separately in the tender document.

3. The contractor will have to carry out the repairs within 8 days from the date of intimation by MIDC about the damages.

4. If during the guarantee period, the company/contractor's firm gets dissolved or some new partners are introduced, then the responsibilityto maintain the work done under this agree­ment during the defect liability period will have to be borne by the new Company/Contractor'sfirm.

5. For enforcing this guarantee, 8.00 % Security Deposit of esti­mated cost or tendered cost whichever is higher, shall be recovered from thecontractor as under:

a) 3.00 % initial security deposit in the form of DD/BG at the time of issue of work order.

b) 5.00 % to be recovered through RA bills.

Out of this 8.00 %, the initial security deposit of 3.00 % in the form of BG/DD willbe released alongwith the final bill. However, remaining

5.00 % recovered through RA Bills shall be released after completion of defect liability period or after 1 Year from the date of completion

of work.

Before releasing such security deposit after 1 Year or after the defect liability period, the Executive Engineer along with the representative

of the contractor shall in­spect the work & if the work is found to be satisfactory then only 5.00 % security deposit shall be released.

6. Considering the guarantee offered by the contractor, the contractor is requested to thoroughly inspect & study the site conditions beforequoting for this work. No extra claim on this account will be entertained later.7. If certain works are neglected by the contractor, the same shall be carried out by the department at the risk & cost of the contractor. Thecost of the same shall be recovered from the amount balance with MIDC.8. Before starting the work, the contractor will have to give in writing,guarantee on stamp paper of Rs.100/- for free maintenance of workdone by him for the period of 1 Year from the date of completion of work.9. This Maintenance Guarantee Clause supersedes all clauses regarding security deposit mentioned elsewhere in this tender.

Page 62 Executive EngineerContractor

Page 65: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION ( A Govt. of Maharashtra Undertaking)

List of Defects Required to be observed and Rectified by the Contractor during the Defect Liability Period

PUMPS & MOTORS

i) Discharge reduction.

ii) Efficiency reduction.

iii) Pump installation developing vibration beyond limit/ verticality of alignment disturbed.

iv) Thrust bearing / ball bearing showing abnormal noise resulting into temperature rise.

v) Breaking of damage of any component.

a) Shafts

b) Bowl getting cracked.

c) Impeller getting damaged.

d) Leakages of water from gland.

vi) Smooth operation of valves

vii) Damages to any component of valve

viii) Crack in body / dome of valve

ix) Proper functioning of switchgears such as VCB, SF units in panel and response sensitivity to various fault such asover & under current, over and under voltage.

x) Smooth functioning of starters

xi) Damages to capacitors banks

xii) Improper operation of soft starters

xiv) Temperature rise beyond the limit

xv) Major sound / reaming beyond the limit

xvi) SLUICE VALVE /NRV VALVE

1 Leakages in valve / Reflux value

2 Crack in body

3 Spindle / nut slip / damages.

Page 63 Executive EngineerContractor

Page 66: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Transformer

1) The Noise levels of transformer more than permitted as per NEMA standards.

2) Leakages of oil at any location. (Body, studs, drain cock etc.)

3) Overheating of transformer.

4) Leakage from the breaker.

5) Non operation of breaker.

6) Malfunctioning of all the panels provided.

7) Overheating of cables at termination and in between also.

9) Failure of insulators and LA.

10) Non working/ non smooth working of isolators, GOD et

Note:

i. Any other defect over and above those mentioned above or any defect as an when pointed out by the\ Engineer-in-charge willhave to be attended satisfactorily by the contractor at his own cost during the defect liability period.

ii. Out of the above mentioned defects, the defects relevent to the work executed under this contract shall only be observed.

Page 64 Executive EngineerContractor

Page 67: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

DECLARATION

I/We hereby declare that in the forma­tion of our Company, either by way of partnership or consultant, no MIDC ex-

employee has been on the enrollment of the Company.

It is further to certify that the ex-employee of the MIDC, who has joined the Company, has completed 2 years fromhis date of resignation from MIDC or from the date of retirement from MIDC.

Date :

Place : Signature of Contractor

Page 65 Executive EngineerContractor

Page 68: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

ADDITIONAL CLAUSE FOR WORKS COSTING MORE THAN Rs.50 LAKHS

Contractor should construct a site office of area specified elsewhere in the tender at the work site for use of MIDC Engineers & other

staff with 1 table, 6 chairs, 1 steel cupboard,1 fan etc without any claim for reimbursement.

The possession of the office would be in charge of Deputy Engineer. After the com­pletion of work, contractor would be

re­quested to dismantle the site office con­structed for the temporary use & take back all the materials in the office such as

tables, chairs, cupboard, fans etc.

If in case no such office is constructed by the contractor within a period of one month from the date of work order, an

amount of Rs.2 Lakhs shall be deducted from 1st RA Bill, which shall be kept in deposit till the office is constructed.

Page 66 Executive EngineerContractor

Page 69: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

CERTIFICATE

I/We hereby certify that the rates have been quoted by me/us after:

a) I/We have fully acquainted myself/ ourselves with site conditions &b) I/We have fully read, understood & accepted all terms, conditions, specifications & requirementsmentioned in these tender documents.

Stamped & dated

Signature of the

Contractor

Page 67 Executive EngineerContractor

Page 70: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

FORM GENERAL 1.4

Clause, Condition and MOU for Joint Venture for works costing more than Rs.300Lakhs

Joint venture or Association of two or more contractors will be allowed. The Joint Ventureshall be allowed for Plant and machinery and / or work experience. The lead partner of JV should havecontractor registration in appropriate class as mentioned in NIT. Other partner / partners of JV shall alsohave registration; however, their share shall be limited upto the class of registration.

It should be noted that an agency shall be allowed to quote individually as well as inassociations / JV. The post qualification of the agency will be decided as per norms mentioned in PQform. The main contractor shall furnish the notarized joint venture MoU along with other joint venturepartner on Rs. 100 stamp paper along with PQ form in envelope No.1 only. Each joint venture partner isrequested to give an undertaking on stamp paper of Rs. 100/- stating that he will make him as a jointventure alongwith main contractor only for this work and further he cannot make a joint venturepartnership with other contractor / firm for this work. It is obligatory that the main contractor in the jointventure gets post-qualified individually for financial criteria as per the norms of MIDC.

Page 68 Executive EngineerContractor

Page 71: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Annexure – AANNEXURE – ‘A’ Joint Venture for works costing more than Rs.300 Lakhs

1) If the application is made by Joint Venture Consortia of two or more contractors of any class may combine andtender for a work costing to the amount up to which each individual contractor of the higher of the two limits, if theyare of different categories, are empowered to tender as per the original registration provided that …

i) The application shall be signed by all JV Partners so as to be legally binding on all JV Partners.

ii) The combination is of the contractors as a whole and not individual partners.

iii) The main contractor shall furnish the notarised joint venture MoU along with other joint venture partner onRs.100 stamp paper along with PQ form in envelope No.1 only without which they shall not be qualified.

2) The notarized JV MoU / Agreement should give details as under

a) Particulars of the Firm.

b) Profit sharing ratio.

c) Principal place of business.

d) Details of the Lead Member of the Joint Venture Consortia.

e) Details of the Bank Account Operations.

f) Details of the authorized representative of all the Joint Venture Consortia members etc.

g) The JV constituting agreement shall be irrevocable till the completion of work.

h) The JV constituting agreement should cover clauses pertaining to liabilities arising out of the work, if any andliquidation thereof.

i) Whereas the share of the lead member should not be less than 51% and the share of all the Joint Venture Firmshall be 100%

j) One of the Partners shall be nominated as being in-charge and this authorization shall be evidenced bysubmitting a power of attorney signed by legally authorized signatories of the Partners.

k) The Partner in-charge shall be authorized to incur liabilities and receive instructions for and on behalf of any andall Partners of the Joint Venture Consortia and entire execution of the contract including payment shall be doneexclusively with the partner in-charge.

l) All Partners of the Joint Venture Consortia shall be liable jointly and separately for execution of the contract inaccordance with contract terms and a relevant statement to this effect shall be included in the authorization

Page 69 Executive EngineerContractor

Page 72: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

mentioned under (j) above.

3) The notarized JV MoU so submitted along with the Tender shall be considered as a Legal Document forestablishing the Joint Venture Consortia.

4) The information pertaining to class of Registration, Work experience and / or Plant & Machinery of JV partner inthe respective forms duly signed by the Partner shall be submitted with the tender in envelope No.1.

5) The financial norms shall have to be satisfied by the lead partner of joint venture firm in respect of bid capacity,as per Form ‘F’

6) In case of Joint Venture consortia the sponsoring firm has to submit complete information and identify the leadfirm. It would be necessary for the Joint Venture Consortia to establish to the satisfaction of the MIDC that theventure has made practical, workable and legally enforceable agreements amongst the parties, that responsibilitiesetc., assigned are capable in their individual capacity to discharge them competently and satisfactorily and also that,the lead firm has necessary skill and capacity to lead and responsibility and involvement for the entire period ofexecution as well as a leading role in control and direction on the resources of the entire Joint Venture Consortia.

7) The % share of other partners (other than lead partner) should not be more than his limit of eligibility to quote forworks divided by the estimated cost of work put to tender i.e. when such a percentage is applied to the cost of thework, his share of cost should not exceed his own eligibility limit of tendering for works.

8) Machineries owned by each partner & hired can be clubbed together

9) When contractors submit the PQ forms in individual capacity satisfying the required norms and the samecontractor submits the P.Q. form as a joint venture partner, the P.Q. form in individual capacity shall only beconsidered. P.Q. form and tender submitted in J.V. capacity shall be rejected outright.

10) All joint venture partners shall be fully responsible for the satisfactory completion of work.

Page 70 Executive EngineerContractor

Page 73: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

ANNEXURE – ‘B’

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENTFOR

“ ______________________________________________________________________”

DEED OF PARTNERSHIP (JOINT VENTURE OF _____________ AND ________________)

This Memorandum of Understanding for Joint Venture Agreement made and entered into at onhis ______ day of _______ 20___ by and between :

1) ………………………………………………

AND

2) ………………………………………………

DEFINATIONS :-

In this deed, the following words and expression shall have meanings set out below :

“The Joint Venture” ( “JV” for short) shall mean “_______________________ (JV)” and“___________________” Joint Venture collectively acting in collaborations for the purpose of thisagreement.

“ Apex Co-ordination Body (ACB) shall mean the body comprising Director of the Parties to the JointVenture”

“The Owner” shall mean

Page 71 Executive EngineerContractor

Page 74: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

………………………………………………………

………………………………………………………

“The Works” shall mean the ………………………………………………………......

……………………………………………………………….

“ The Contract ” shall mean the contract entered into or to be entered into between the “Joint Venture” and“The Owner” for the works.

JOINT VENTURE (JV)

(whereas the Parties hereto declare that, they agree and undertake to form a Joint Venture for thepurpose of Execution of the works, as an integrated Joint Venture. The JV shall be called as “ JOINTVENTURE ” for short) Provided that the Parties are not under this agreement entering into any permanentPartnership or Joint Venture to tender or undertake any contract other than the subject works. Nothingherein contained shall be considered to construe the Parties or Partners to constitute either Party theagent of the other.

WITNESSES

WHEREAS the Executive Engineer, ……………………………………. herein after referred as theExecutive Engineer, have invited tenders for the work of“…………………………………………………………………………….. hereinafter referred as “The Works”

Whereas PARTY NO. I and PARTY NO. II wish to execute the Contract, if awarded as per the terms ofthis indenture. Now, therefore this Deed of Partnership witnesses as follows :-

1) That, these recitals are and shall be deemed to have been part and parcel of the presentMOU for JV.

2) That, this MOU shall come into force from the date of this MOU i.e. the day of_____________ the year ______________

3) That, the operation of this MOU for JV firm concerns and is confined to “the works” only.

4) That, the name of the Joint Venture firm shall be “_________________)

5) That, PARTY NO. I and PARTY NO. II shall jointly execute the works according to all termsand conditions as stated in the relevant instructions contained in the Bid Documents / Contract as an

Page 72 Executive EngineerContractor

Page 75: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

and conditions as stated in the relevant instructions contained in the Bid Documents / Contract as anintegrated JV styled as “_______________________________)

That, this MOU for JV shall regulate the relations between the parties and shall include without beinglimited to them the following conditions.

a) M/s. ___________________________ shall be the lead Company Incharge of the JointVenture for all intents and purpose.

b) The parties hereto shall jointly and severally liable to MIDC for all acts, deeds and thingspertaining to the Contract. The Contract for the works shall be signed by Shri._______________________ as a General Power of Attorney Holder.

c) That the Director of one of the parties of the JV, ________________ shall be the leadPartner of the JV firm and shall have the Power to Control and Manage the Affairs of the JV.

d) That, on behalf of the Joint Venture Lead Partner, _______________ have the Authority toincur liabilities, receive instructions and payments, sign and execute the Contract for and on behalf of theJoint Venture. All payments made under the contract shall be made into the Joint Venture’s bank account.

e) One or two Bank accounts shall be opened in the name of JV to be operated by the JointSignatory by representative of both the Partner of Joint Venture.

f) That each of the parties to the JV agrees and undertake to place at the disposal of the JVbenefits of its individual experience, technical knowledge and skill and shall in all respects bear its share ofthe responsibility including the provision of information, advice and other assistance required in connectionwith the works. The share and the participation of the partners in the JV shall broadly be as follows :-

Name of Contractor Share of Percentage

1)

2)

Total 100%

And all rights, interests, liabilities, obligations, works experience and risks (and all net profit or net losses)arising out of the contract shall be shared or borne by the Parties in proportion to these share. Each of theparties shall furnish its proportionate share in any bonds, guarantees, sureties required for the works aswell as its proportionate share in working capital and other financial requirements, all in accordance withthe decisions of the Apex Coordinating body.

g) Any loan/advances shall be shared by the PARTY NO. I and PARTY NO. II in the ratio of

Page 73 Executive EngineerContractor

Page 76: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

________________ respectively.

h) All funds, finance or working capital required for carrying out and executing, the works orcontract shall be procured and utilized by the parties are mutually agreed by them and they shall be liableand responsible for the same. Initial Capital of the JV firm shall be Rs. _______________.

i) The execution of the work on the site will be managed by a Project Manager. The ProjectManager shall be authorized to represent the JV on site in respect of matters arising out or under thecontract.

j) The PARTY NO. I and PARTY NO. II shall be jointly and severally liable towards the ownerfor the execution of the contract commitment in accordance with contract conditions.

k) The JV shall be registered with the Registrar of Firms / Company, Maharashtra State. Priorwritten approval of MIDC shall be obtained before any changes are proposed to be made in this JointVenture Agreement, once it is registered with the Registrar of firms / Company, Maharashtra State.

l) This Joint Venture Agreement shall not be dissolved till the completion of the defect liabilityperiod as stipulated in the Tender Document conditions of the works and till all the liabilities thereof areliquidated.

m) That, questions relating to validity and interpretation of this deed shall be governed by thelaws of India. Any disputes in interpretation of any conditions mentioned herein shall be referred toArbitrator by mutual consent of the parties to the JV and such proceedings shall be governed by the IndianArbitration and Conciliation act, 1996. The award of the Arbitrator shall be final and binding on the parties,hereto, neither the obligations of each party hereto to perform the contract nor the execution of works shallstop during the course of these arbitration proceedings or as a result thereof.

n) That, no party to the JV has the right to assign any benefit, obligation or liability under theagreement to any third party without obtaining the written consent of the other partner and MIDC.

·· Bank account (s) in the name of the Joint Venture firm may be opened with any Nationalized /Scheduled Bank / Banks approved by GoM and the representatives of both partners areauthorized to operate upon such accounts jointly.

p) That, the parties to the JV shall be responsible to maintain or cause to maintain properBooks of Accounts in respect of the business of the JV firm and the same shall be closed at the end of theevery financial year.

Page 74 Executive EngineerContractor

Page 77: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

q) That the financial year of the firm shall be the year ended on the 31 st day of March everyyear.

r) That upon closure of the books of account, balance sheet and profit and loss account, as tothe state of affairs of the firm, as at the end of the financial year and as to the profit or loss made, orincurred by the firm for the year ended on that date respectively, shall be prepared and the same shall besubject to audit by a Chartered Accountant.

LEGAL JURISDICTION

All matters pertaining to or emanating from this JV agreement involving the owner shall be subject tojurisdiction or High Court of Judicature, at ...………..

NOTICE AND CORRESPONDANCE

All correspondence and notices to the JV shall be sent to the following address :

IN WITNESS WHERE TO the parties have caused their duly authorized representative to sign below :

Signed for and on behalf of signed for and on behalf of

Witness

1.

2.

Page 75 Executive EngineerContractor

Page 78: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

BANK GUARANTEE (PROFORMA)

Security for Performance

(To be furnished on appropriate Stamp Paper)

In consideration of the Maharashtra Industrial Development Corporation (hereinafter called The MIDC) havingagreed to exempt M/s._______________________ Address ______________ ((hereinafter called The Contractor/s)from demand, under the terms and conditions of agreement dated ________ made between the Corporation ANDM/s. ____________ for the work of_______________________________________________________________________(hereafter called `The said Agreement') of Security Deposit for the due fulfillment by the said contractor/s of theterms and conditions contained in the said Agreement on production of a Bank Guarantee forRs._________________ (Rs._________________________Only). 1. We ____________________________ Ltd.(hereinafter referred to as ‘the Bank’ at the request of (name of the contractors) ____________________ do herebyundertake to pay the MIDC an amount not exceeding Rs.___________ only against any loss or damage causedexceeding Rs. ___________ against any loss or damage cause to or suffered or would be caused to or suffered by theMIDC reasons of any breach by the said contractor/s any of the terms and conditions contained in the saidAgreement. 2. We ________________ do hereby undertake to pay the amounts due and payable under thisguarantee without any demur, merely on the demand from the MIDC stating that the amount claimed is due by wayof loss or damage caused to or would be caused to or suffered by the MIDC by reason of breach by the saidcontractor/s of any of the terms and condition contained in the said agreement or by reason of the contractor/s failureto performs the said agreement. Any such demand made on the bank shall be conclusive as the regards the amountdue and payable by the Bank under this agreement. However, our liability under this guarantee shall be restricted toan amount not exceeding Rs.__________ (Rupees _________________________________ only) 3. We undertaketo pay to the Corporation the amount not exceeding Rs._________________ (Rs.__________________ only)notwithstanding any dispute or disputes raised by the Contractor/s or suppliers (s) in any suit or proceeding pendingbefore any court of tribunal relating thereto or liability under this present absolute and unequivocal. 4. We______________________ further agree that the guarantee herein contained shall remain in full force and affectduring the period that would be taken for the performance of the said agreements and that it shall continue to beenforceable till all the dues of the MIDC under or by virtue of the said Agreement have been fully paid and its claimssatisfied or discharged till (date) _________ or office of The Executive Engineer(Office/Department) of______________MIDC certified that terms & conditions of said agreement have been fully and properly carried outby the said contractor and accordingly discharges this guarantee. Unless the demand or the claim under thisguarantee is made on us in writing on or before (date) ____________. We shall be discharged from all liability underthis Guarantee thereafter. 5. We ____________________further agree with the MIDC that the MIDC shall havefullest liberty without our consent and without affecting in any manner out obligations hereunder to vary any of theterms & conditions of said agreement or to extend time of performance by the said contractor from time to time or topostpone for any time or from time to time any of the powers, exercisable by the MIDC against said Contractor & toforebear or enforce any of the terms and conditions relating to said agreement & we shall not be relieved from ourliability by reason or any such variation or extension being granted to the said contractor or for any forbearance actor omission on the part of the MIDC or any indulgence by the MIDC to the said contractor or by any such matter orthing whatsoever which under the law relating to sureties would but for this provision, have effect of so relieving us6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/

Page 76 Executive EngineerContractor

Page 79: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s)/supplier (s).

We ___________________ lastly undertake not to revoke this guarantee during its currency except with previousconsent of the MIDCin writing.

Page 77 Executive EngineerContractor

Page 80: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

(A Government of Maharashtra Undertaking)

ADDITIONAL CONTRACT CONDITIONS

Name Of Work : Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing,erecting pumping machinery for Raw water works Palse alongwith power supply arrangement

MODE OF PAYMENT: Applicable for Electrical/Mechanical Works Only

a) For all materials and equipments supplied under the contract, the 70% of item rate would be paid on theirphysical receipt at the site in good and acceptable Condition and submission of the bill in triplicate.

b) Further 20% payment will be released after the satisfactory erection as per the Specification stipulated inthe tender text.

c) Balance 10 % payment will be released only after the satisfactory testing & commissioning.

The contractor will not be entitled to claim or ask any payments against the proof of dispatch of the part of deliveryof any in such as part of the electrical equipment etc. No payment against Railway or goods transport receipt throughbank will be entertained. MIDC will not be liable to pay compensation due to the late completion of work as perterms of contract. Part payment made to the contractor shall be treated as advance and they shall be fully recoverablefrom the contractor in case the materials receipt at site are found to be lost damage defective substandard or laterrejected during the process.

Page 78 Executive EngineerContractor

Page 81: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Special Information to the Contractor

All the dismantled material for SiX nos of 200 HP VT pumps & Two Nos 750 KVA transformer will be as detailed below,

1) 200 HP VT pumps with bowl assembly, discharge head etc. (Six nos)2) Old 200 HP motors 'F' class including dismantling. (Six nos)3) Old LT Panel including dismantling. (two set)

4) 750 KVA transformer ( two Nos )

5) Sluice valves, NRV valvesincluding dismantling. ( Six nos. each)

6)Scrap of old dismantled material other than above items. (Approx. 2000 Kg)The all above dismantled material will be the property of contractor. Before submitting the offer the contractor shall verify thematerial to be dismantled & got himself satisfied about the quantities of dismantled materials and for which the Engineer-in-change will assist the contractor.The assessed value of dismantled material by MIDC is Rs.8,13,000.00 (Rs. Eight lakhs thirteenthousand only) which will be recovered from the amount quoted by the contractor by proportionately deducting from thepayment of R.A. bills against execution of subject work maximum up to fourth RA bill. Considering this aspect, the contractorshould quote & submit his offer to the MIDC. Also please note that the charges of Rs 8,13,000/ minimum rebate are includingthe charges of dismantling the item in SR No 1.2,3,5,6 & for item no 4 sperately payment will be made through tender scope.heall above mentioned machineries and material. No any extra payment will be made for dismantling or transportation of abovementioned machineries and material.

Page 79 Executive EngineerContractor

Page 82: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION(A Government of Maharashtra Undertaken)

THIRD PARTY INSPECTION

Material such as all type of pipes (of all sizes) R.C.C. / P.S.C. / M.S. /D.I. /CI./A.C./HDPE/PVC/GRP & other, all type ofvalves (of all sizes), any other materials as per requirements which are supplied by the contractor under this contract are subject to thirdparty inspection. The charges for third party inspection shall be 0.20% on the actual cost of materials, excluding Excise and freight ofmaterials. The charges for such inspection shall be paid by the contractor. All the arrangements for inspection i.e. measuring tools, testingequipments and tools, labour required for handling materials during testing etc shall be made available / arranged by the manufacturer /Vendor / contractor in their premises at their own costs. If any particular testing facility is not available at the premises / location of Factory,then the test shall be arranged by the factory owner / Vendor at his own cost at other locations / test laboratory. All expenses in this regardshall also have to be borne by the manufacturer /vendor /contractor only.If the material inspected fails during test on no fault of the inspecting agency, fees are payable to the inspecting agency forthe said inspection and for any further re-inspection of the same material.Third party inspection shall be done from one of the following agencies. The name of the agency for third party inspectionshall be informed by Engineer-in-charge.

1. M/s. Geo-Chem Laboratories Pvt. Ltd.2. M/s. Dr. Amin Controllers Pvt. Ltd.3. M/s. Quality Services and Solutions (QSS),4. M/s. SGS India Pvt. Ltd.5. M/s. Wapcos Ltd.6. M/s. RITES Ltd.

If it is subsequently observed that there are defects in the quality of material, the contractor shall replace the material withoutany extra cost. In addition to third party inspection, the Engineer-in-charge or his representative may conduct inspection intermittently.Third Party Inspection Report : The third party inspection report merely in the certificate form stating thatpipes/valves/specials or any other material inspected are found satisfactory will not be accepted, but it should be in the form of detailedreport stating the parameters checked & observations made with comments of the Inspecting Officer in accordance with the respectivespecifications/detailed item wise specifications / as per Tender notice.

********

Page 80 Executive EngineerContractor

Page 83: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

POST-QUALIFICATION FORM for Joint Venture for works costing Above Rs.300 Lakhs

NOTE :- PQ form also available at download drawing tab at the portal.

FORM GENERAL 1.1

Directions to the tenderers for filling post-qualification form

Name of work : Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing,erecting pumping machinery for Raw water works Palse alongwith power supply arrangement .

1.A separate proforma should be submitted of works executed / works completed in various departments where thework has been carried out. Scanned copy of the certificate should be uploaded at appropriate location duly certifiedby the gazetted officer.

2. Please fill up properly all the required information and upload scanned copies of required documents asmentioned in this post qualification documents.

3. Supplementary pages may be attached, if required, (strictly in the format given in serially).

4. The cost incurred by the applicant in making this document or quoting the offer or providing clarifications andattending discussions or site visits will not be reimbursed by MIDC.

5. PQ form shall be filled properly and scanned copies of requisite documents as mentioned in the tender documentsshall be attached.

6. Scanned photocopies duly attested of the following certificates will have to be uploaded/ attached at appropriatelocation and original shall be produced in the office of the Executive Engineer,MIDC for verification on the day ofopening of the tender as mentioned elsewhere.

a) Valid registration certificate in appropriate class.

b) Professional Tax Registration Certificate in ‘E’ category for tenders without PQ and both i.e. ‘E’ & ‘R’ categoryfor tenders where PQ is applicable.

c) Registration Certification with Sales Tax Deptt., of Govt. of Maharashtra.

d) PAN No. (In case of JV it shall be of lead partner)

e) Experience certificate of work executed.

7.The information furnished must be sufficient to show that the applicant is capable in all respects for successfullycompletion of the envisaged work.

8. The conditional submission will not be treated as valid and shall be rejected outright without assigning reasons

Page 81 Executive EngineerContractor

Page 84: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

thereof.

9. The incomplete or improperly filled PQ form will be rejected out-rightly.

10. If the tenderer desires to form a Joint Venture, he will have to fulfill the terms and conditions mentioned in theenclosed proforma and attach the required documents along with duly filled proforma with this PQ documents.

11. If it is found that, the information uploaded/ attached with the Post – Qualification documents is misleading /false or if it is found that, certain information is hidden, then the contractor will be disqualified during any stage oftender process and even after opening of tender.

12. Bidders shall upload/ attach only relevant documents along with PQ.

13. Right to reject any or all pre-qualification applications of tenders without assigning any reason thereof isreserved by competent authority.

FORM GENERAL 1.2

CONDITIONS FOR POST-QUALIFICATION (For work experience)

To qualify for award of the contract, the tenderer in his name should have experience in one of the last 5 financialyears as under.

1. Experience of single similar work of providing ,erecting ,testing and commisioning of HT pumps ,motors ,panels,capacitors and other allied items as per schedule B of this tender ,costing not less than Rs. 350 Lakhsduring one of the year in last 5 years in Govt/ Semi-Govt/ local bodies.

2) As regards experience for subestimate -II of the schedule B,the contracting agency should have an experience ofexecuting the work of Providing ,erecting ,commissioning of HT Transformers (11 KV to 3.3 KV) and allied worksduring one of the year in last 5 years in Govt/ Semi-Govt/ local bodies.

The information given above and in the enclosed forms, Annexures is true to the best of my knowledge & belief. Iam / We are aware that, I / We will be disqualified at any stage of the qualification or work will be withdrawn at anystage of execution, if any of the above information is found to be incorrect. In case of such eventuality, I / We willhave no claim on the Deptt.

Page 82 Executive EngineerContractor

Page 85: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Date

Signature of Contractor

(with seal)

FORM A

List of machinery available with the tendered which will be used for this work

Name of tendered:

Sr No Name ofequipment

No. ofunits

Kind andmake

Age andcondition

Presentlocation

Remarks

Page 83 Executive EngineerContractor

Page 86: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Sr No Name ofequipment

No. ofunits

Kind andmake

Age andcondition

Presentlocation

Remarks

Signature of contractor

Note: 1) In case of hired plant and machinery, notarized agreement shall be furnished along with documents of

Ownership in the name of person from whom machinery is hired..

2) In case, if the contractor do not possess - Hot mix asphalt plant with in 30 Km radius from site of work, then anundertaking

on stamp paper of Rs.100 duly notarized shall be submitted by the contractor alongwith PQ form in envelope No. 1for assurance towards

erection of hot mix asphalt plant within 30 Km from the site of work not later than one month from the date of workorder, and separate DD of

Rs.5,00,000/- as guarantee shall be submitted along with PQ form in envelope No.1. Once the contractor erects thehot mix plant, within 30

Km radius from site of work, the amount of Rs.5.00 lacs will be refunded.

FORM B

List of technical personnel that will be made available for this work.

Name of tendered:

SrNo

Name andDesignation

Qualification

Whetherworking onfield or inoffice

Experienceofexecutionof similarworks

Period fromwhich theperson isworking withthe tenderer

Remarks

Page 84 Executive EngineerContractor

Page 87: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

SrNo

Name andDesignation

Qualification

Whetherworking onfield or inoffice

Experience ofexecutionof similarworks

Period fromwhich theperson isworking withthe tenderer

Remarks

Signature of contractor

FORM – C-1

DETAILS OF WORKS/ SIMILAR PROJECTS COMPLETED BY TENDERER

(Please fill in information about the relevant projects completed in last 5 financial years)

Name of Tenderer

SrNo

Name ofwork

Cost ofwork

Date ofstarting

Stipulated dateof period ofcompletion

Actual date ofcompletion

Remarks

Page 85 Executive EngineerContractor

Page 88: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

SrNo

Name ofwork

Cost ofwork

Date ofstarting

Stipulated dateof period ofcompletion

Actual date ofcompletion

Remarks

1) State only those works whose individual project cost is more than 50% of tender project cost/ or as per thetechnical norms mentioned under the eligibility criteria.

2) The statement should be supported by attested copies of certificates issued by Heads of offices not below the rankof Executive Engineer

Signature of contractor

FORM – C-2

Statement showing the quantities of specific items executed by the tenderer in any one year of the last 5 financialyears.

Name of Tenderer :

Sr.

No.

Item

Minimumquantityrequired to

be executedin one year

Quantity executed bythe tendered in

Remarks

Year

Year

Year Year

Year

In support of the detailsentered in this statement, thetenderer shall attach theattested copies of the quantityexecuted certificates signed bythe authority not below therank of Executive Engineer.

Page 86 Executive EngineerContractor

Page 89: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Signature of contractor

FORM – D

DETAILS OF PROJECTS IN PROGRESS AND TENDERED FOR

Please fill in information about all the on-going similar projects only and projects tendered for.

Name of Tenderer :

Sr.No

Name ofwork

PlaceandCountry

Work in hand Work tendered for Remarks

Tendered cost

Cost ofRemaining work

Anticipated dateofcompletion

Estimated cost

Datewhendecision isexpected

Stipulated date ofperiodofcompletion

Signature of contractor

Page 87 Executive EngineerContractor

Page 90: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Signature of contractor

FORM – E

CERTIFICATE FROM CONCERNED DEPARTMENT IN RESPECT OF WORKS

COMPLETED DURING LAST FIVE FINACIALYEARS

(In support of works mentioned in Form C-1 & C-2)

1 Name of Contractor

2 Name of work

3 Estimated Cost put to tender

4 Tendered Cost

5 Major quantities / disciplines of the workexecuted by the tendered

1)

2)

3)

6 Period stipulated in tender for completion ofwork

7 Date of Work Order

8 Stipulated Date of start of work

9 Stipulated Date of completion

10 Actual Date of Completion

11 If time over-run, the reasons for the same

12 Final cost of work completed

13a Has the tenderer started the work promptlyafter issue of work order

Yes / No

B Has the tenderer maintained progress of workas per agreement?

Yes / No

c Quality of work Excellent / Good /Satisfactory

D Compensation / Penalty levied if any withreasons

14 Any other fact about the overall performanceof the contractor, the authority may like tomention.

Page 88 Executive EngineerContractor

Page 91: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1 Name of Contractor

2 Name of work

3 Estimated Cost put to tender

4 Tendered Cost

5 Major quantities / disciplines of the workexecuted by the tendered

1)

2)

3)

6 Period stipulated in tender for completion ofwork

7 Date of Work Order

8 Stipulated Date of start of work

9 Stipulated Date of completion

10 Actual Date of Completion

11 If time over-run, the reasons for the same

12 Final cost of work completed

13a Has the tenderer started the work promptlyafter issue of work order

Yes / No

B Has the tenderer maintained progress of workas per agreement?

Yes / No

c Quality of work Excellent / Good /Satisfactory

D Compensation / Penalty levied if any withreasons

14 Any other fact about the overall performanceof the contractor, the authority may like tomention.

Certified that the information given is based on the facts and figures recorded in this office through variousdocuments and is true to the best of my knowledge and belief.

Signature of Officer issuing the certificate

(not below the rank of EE)

Outward No.of Issuing Authority________________

Date : _____________

Page 89 Executive EngineerContractor

Page 92: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

FORM – F

FINANCIAL STATEMENT

1 Name of Applicant (in case of joint ventures /consortium, the names of the constituent firms).

2 Turnover in terms of value of works executed duringeach year (as reflected in the Profit & Loss Account)

Year----

--------

--------

3 Approximate value of works in hand

4 Bid Capacity i.e. (A x N x 2) – B

Where

A= Maximum of the updated values of works executed inone of the preceding 3 years. The updation of the valueof work should be done at 10% per annum(compounded) by multiplying the values withapplicable factor i.e. 1.1, 1.21 or 1.331 as the case maybe.

B= Value of existing commitment of works (on-going orto be completed in the period stipulated for completionof the work in the present tender).

N= Number of years prescribed for completion of theproject for this work. =1 year

Page 90 Executive EngineerContractor

Page 93: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1 Name of Applicant (in case of joint ventures /consortium, the names of the constituent firms).

2 Turnover in terms of value of works executed duringeach year (as reflected in the Profit & Loss Account)

Year----

--------

--------

3 Approximate value of works in hand

4 Bid Capacity i.e. (A x N x 2) – B

Where

A= Maximum of the updated values of works executed inone of the preceding 3 years. The updation of thevalue of work should be done at 10% per annum(compounded) by multiplying the values withapplicable factor i.e. 1.1, 1.21 or 1.331 as the case maybe.

B= Value of existing commitment of works (on-going orto be completed in the period stipulated for completionof the work in the present tender).

N= Number of years prescribed for completion of theproject for this work. =1 year

Certified that the information given is based on the facts and figures recorded in this office through variousdocuments and is true to the best of my knowledge and belief.

Signature of the Chartered Accountant Signature of Contractor

(with seal) (with seal)

Note: It shall be noted that, if the information given above is found to be misleading or false, the action will beinitiated to intimate the name of the CA to the Institute of Chartered Accounts of India, for appropriate punitive

Page 91 Executive EngineerContractor

Page 94: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

SCOPE OF WORK

Name of work: -.Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing, erectingpumping machinery for Raw water works Palse alongwith power supply arrangement

MIDC has developed Industrial areas at Sinnar The scheme has Raw water works/jack well located at Palse( Nashik) nd WTP at Sinnar. The scope of work includes providing, installing, commissioning and testing of pumping machineryat raw water works at Palse. The work is for enhancement and up gradation of the capacity of the scheme. The pumps are tobe replaced for enhancement of the scheme capacity to 24 MLD in 20 Hrs. running along with 3.3 KV motors, HT panel boardalong with FCMA starters, capacitor panels for each feeder in the panel, various valves along with and panel for their operationand fabrication work as per detailed schedule B and specifications etc. complete. The work also includes Supply & erection of2000 KVA Transformrer & 11 KV HT panel With VCB & all other switchgear . The raw water works, Palse is located @ 15.09Kms. From WTP Sinnar The work alsoincludes giving rebate to the old dismantled material including dismantling of machineries. MIDC has alreadyestimated the rebate amount for the dismantled material. It is brought to notice that the rebate amount mentioned inthe tender text is to be directly deducted from the RA bills.

The agency intending to take part in bidding is requested to visit the site of installation before quoting the rates.Any type of arguments afterwards will not be entertained on any ground. Also it is requested to check the space availableand limitations of length, width and height at panel room, pump house for erection of newly provided machineries.Hence it is necessary to accommodate all the newly erected machineries in the same available space. According to the spaceavailable only the manufacturing is to be done.Though the EOT’s are available at jackwell, panel room, they will be providedonly if they are spare and are in working condition. In case if they are under maintenance the successful bidder should make hisown arrangement for erection of machinery. On all such aspects MIDC is not responsible and no time limit extensions on suchgrounds will be entertained please note.

The work shall be carried out observing all safety measures without hampering existing day to day water supplyas per directions of Engineer-in-charge. An accidental responsibility shall be solely within the compensation purview ofcontracting agency. No way MIDC shall be binding for such eventual minor or fatal accidents while carrying out the work.

Drawings

Drawings of various equipments as mentioned below must be submitted to the Executive engineer, MIDC, E&M Division,PUNE in 4 sets for Approval of MIDC. The drawings must be drawn in the AutoCAD. Also the soft copy & hard copies as builtdrawings must be submitted for keeping records after completion of the work.

1) Pumps – Cross Sectional drawings, Gen arrangement drawings, bill of materials & materials of construction &foundation details. Details of fabrication to be used, fasteners to be used etc.

2) Motor - GA drawings, terminal details, foundation details.

3) 11 KV &3.3 KV panel - 2 I/C +1 b/c +4 o/g ( for 11 KV panel)

2 I/C +1 b/c +11 o/g ( for 3.3 KV panel)

Layout arrangement drawing, GA drawing, single line diagram, control wiring diagram for I/C + B/C + O/G VCB panels, Bills ofmaterials along with their capacities & makes.

GA Drawing of FCMA starters, single line diagram, control wiring drawings, bill of materials & makes.

Capacitor panels – incomer + motor feeder + spare feeder.

Page 92 Executive EngineerContractor

Page 95: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

GA drawings, SLD, control wiring diagram, bill of materials & makes.4) Dismantling joint /sluice // reflux valves – GA, Cross sectional, BOQ & MOC, makes5) Transformer - GA drawings, terminal details, foundation details, All detail drawing of transformer with bill of material and thedetails of information to be indicated on name plate of transformerApprovals from statutory / Government bodies.6) RTCC panel for transformer and Battery charger panels, Layout arrangement drawing, GA drawing, single line diagram, controlwiring diagram for both panels, Bills of materials along with their capacities.

Approvals from statutory / Government bodies

The scope of the work also includes obtaining all the required permissions / approvals from the Government bodies such asElectrical Inspector, MSEDCL etc. The necessary charges / fees will be reimbursed by MIDC to the agency after submission ofdocumentary evidences for payment made.

Shop testing

In the scope of the work it is included to shop test all the equipments in presence of MIDC’s representative and also third partyinspection as mentioned below as per detailed technical specifications of the items.

1) Vertical turbine pumps as mentioned in detail technical specifications.

2) Solid shaft motors suitable for FCMA starters.

3) Sluice valves, and Non-return valves.

4) HT Panel, FCMA starters, capacitor panels etc.

5) HT/LT cable.

6) Transformer,Various panels :- C&R panel, RTCC panel, battery charging panel etc.

The contractor should note that defect liability period for this work is one year after satishfactory completion of entire work. After defectliability period is over, the comprehensive maintenance will commenced for 2 yrs period. An amount as quoted in sub estimate -1, Item No.40 will be kept in deposit in Ist RA bill. 50% of this deposit amount will be relased on prorata basis per year subject to condition thatInstallation should maintain to the Engineer incharge of work ..Otherwise penal charges which deem fit dy Deputy Eninner MIDCNashik will be I applicable The tenderer shall quote as per above guidelines for above mentioned comprehensive maintenance for period of2 years after completion of defect liability period including capital work under specified Schedule “B” .

Page 93 Executive EngineerContractor

Page 96: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Page 94 Executive EngineerContractor

Page 97: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Schedule B

Maharashtra Industrial Development Corporation

Name Of Work : Sinnar water supply scheme... Augumentation of Sinnar water supply scheme.... Providing,erecting pumping machinery and HT transformer substation and allied work for Raw waterworks Palse .

Name Of Sub Estimate : Providing, installing, commissioning and testing of pumping machinery for Rawwater works Palse for Sinnar WSS

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Page 95 Executive EngineerContractor

Page 98: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Per Set6.00 Providing, installing, commissiongand testing of VERTICAL TURBINE,self water lubricated above floor typepump capable of discharging Rawwater at the rate of 400 Cum/ Hr ofeach pump at the duty point head of218 Mtr and operating within thehead range of 200 to 235 Mtr. Whenthree pumps run in parallel thedischarge should be 1200 Cum/ Hrincluding stainless steel basketstrainer , bowl assembly , columnassembly, discharge head of 300 mmdia, base plate of suitable size ,connecting stool etc. complete. Thecolumn pipes shall be manufacturedfrom ERW pipes of minimum 10 mmthick and each of maximum 1.5 mlength provided with anticorrosiveand special treatment paint and allline shafts and impellers shafts ofstainless steel AISI 410 , impellers ofSS (CF8 M)/SS (CA 15) and bowlcasing should be cast steel,including all consumable materials,accurate digital type Pressure gaugeto read entire range of pressurecomplete with necessary tubing. Thecomplete pump assembly fromdischarge head to strainer shall haveto be connected with nuts and boltsof stainless steel AISI 304/ 316. Thepump should have almost flatefficiency characterisitics between200 to 235 Mtr. The pump should beoperating at 1450 RPM speed andshall be complete as per the detailedspecifications

1

Page 96 Executive EngineerContractor

Page 99: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Per Set6.00 Providing, installing, commissioning& testing of VERTICAL SOLID SHAFTDOUBLE SQUIRREL CAGE INDUCTIONMOTOR of capacity 3.3 KV, 400KW /540 HP , 3 Ph, 1450 RPM 50Hzto run the pump with specifications asmentioned in item no. 1 above, withTEFC encloser "F" class insulationand B class temperature rise withthermostat protection embedded instator winding complete with allaccessories required including motorstool required as per detailedspecifications complete withnecessary earthing with 25x3 mmthick electrolytic copper earth stripcomplete with independent earthstation for each pump motor set. Themotor shall be as per detailedspecifications.

2

Per Set1.00 Designing , manufacturing ,providing , installing, commisioningand testing of 3.3 KV SWITCHBOARD PANEL consisting of 2incomers, 1 bus coupler and 11 No.outgoing feeders consisting ofvaccum circuit breakers (6 for motorfeeder + 4 nos. as spare forcapacitors +1Nos. for sparefeeder ),Fully automatic FCMA softstarter-6 nos ( separate pannel forsoft starter) draw out typeappropriate with making currentsetting by way of relay etc , busbars , Digital Energy monitoringequipments, digital measuringinstruments , digital powermeasurement system ,currenttransformers, complete protectionrelays , operating buttons , indicatinglamps and all standard accessoriesetc complete suitable for operationand control of motors provided underitem no.2 above The panel shall beprovided as per detailedspecifications.

3

Page 97 Executive EngineerContractor

Page 100: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Per Set2.00 Providing, erecting, testing &commissioning of 140 KVAR 3.6 KVfixed capacitor panel for 2000KVA /11 KV/3.3 KV tansformer withHT Capacitors 140 KVAR 3.6 KV , 3ph , 50 C/s with all requiredswitchgear , Bus bar, relay,isolator , Contactor, Ammeter /VOltmeter with Selector switch &indicating Lamp space heater +thermostate, epoxy insulator, seriesreactor etc complete . Thecomplete panal to be fabricated outof 14 SWG CRCA sheet powdercoated & erected & commissioned onnecessary channel & angle framework etc complete

4

Per Set6.00 Providing, erecting, testing &commissioning of 140 KVAR 3.6 KVfixed capacitor panel for 400 KW, 3.3KV , 3 phase Motor with HTCapacitors 140 KVAR 3.6 KV , 3 ph ,50 C/s with all required switchgear ,Bus bar, relay, isolator , Contactor,Ammeter / VOltmeter with Selectorswitch & indicating Lamp spaceheater + thermostate, epoxyinsulator, series reactor etccomplete . The complete panal tobe fabricated out of 14 SWG CRCAsheet powder coated & erected &commissioned on necessary channel& angle frame work etc complete

5

Page 98 Executive EngineerContractor

Page 101: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Per Set2.00 Providing, erecting, testing &commissioning of 350 KVAR ( 140KVAR x 2 + 70 KVAR x1) , 3.6 KVAPFC capacitor panel for improvingpower factor , with HT Capacitors140 KVARx2 & 70 KVAR x 1 3.6 KV ,3 ph , 50 C/s with all requiredswitchgear , Bus bar, APFC relay,isolator , vaccum Contactor 7.2 KV ,3pole , 400 Amps , Ammeter /VOltmeter with Selector switch &indicating Lamp space heater +thermostate, epoxy insulator, seriesreactor etc complete . Thecomplete panal to be fabricated outof 14 SWG CRCA sheet powdercoated & erected & commissioned onnecessary channel & angle framework etc complete

6

Per Set1.00 Providing, erecting, testing &commissioning of L.T. cubicle panelfor auxillary power supply from 200KVA transformer for control ofauxillary loads. The panel shouldconsist of 1 Nos of Incomer feeders400A, & 10 Nos. of outgoing feedersout of which 4 Nos of outgoingauxillary feeders for 100 A & 6 Nosoutgoing auxillary feeders for 63 Awith 100 A/ 63 A TPN 35 KA MCCBwith HRC fuse , Votmeter /Ammeter / Frequency meter &suitable size of Cooper bus bar etc.complete as per detailed out inspecifications. The complete panal tobe fabricated out of 14 SWG CRCAsheet powder coated & erected &commissioned on necessary channel& angle frame work etc complete

7

Page 99 Executive EngineerContractor

Page 102: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Per Set1.00 Providing, erecting, testing &commissioning of 200 KVAR( 25KVAR x4 +20KVAR x 4 + 10KVAR x2) , 440 V AC 3 phase LTAPFC capacitor panel for improvingpower factor , with LT Capacitors25KVAR x4 +20KVAR x 4 + 10 KVARx2, 440V AC , 3 ph , 50 C/s with allrequired switchgear , Bus bar, APFCrelay, isolator , Contactor , SFUTPN , 400 Amps , Ammeter /VOltmeter with Selector switch &indicating Lamp space heater +thermostate, epoxy insulator, seriesreactor etc complete . Thecomplete panal to be fabricated outof 14 SWG CRCA sheet powdercoated & erected & commissioned onnecessary channel & angle framework etc complete

8

Per Set1.00 Designing , manufacturing ,providing , installing, commisioningand testing of Temparature scannerpanel with Microprocessor BasedTemp Scanner 12 point. Input :RTDPT 100, 3 wire 230 V AC , MCB DP32A, Thermostate switch etc complete.

9

Per Set2.00 Designing , manufacturing ,providing , installing, commisioningand testing of auxillary DC powersupply system 110V Battery 200 AH,HDP, 55 Cells along with 110VBattery charger alongwith DCDB10/20A Float. Erection / Assembly ofbattery set ( Assembly of stand,painting with Bituminous/ acid proofplant, erection of cells,interconnecting the cells withinterconnecting links etc.Erection andGrouting of Battery Charger and Loadtesting of charger.Battery Charging( including connections of AC/DCcabling works etc. as per detailspecifications complete erected onteakwood table etc complete.

10

Page 100 Executive EngineerContractor

Page 103: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number6.00 Providing and supplying at dept.store or work site MS Dismantlingjoints suitable to 300 mm diameter ofsluice valves, butterfly valves etc withtwo flanged type, welded to MS pipesmade of MS plates of minimum 10mm thickness, bar stock materialswith neoprene one piece 'V' glandring flanged drilled as per IS:1538,studs of electro-galvanised, andjoints painted with light grey enamelpaint, with necessary machiningincluding hydraulic testing of 20kg/cm2 . The cost includes all taxes,duties etc with transportation todepartmental stores except octroicharges. Diameter = 300mm, PN=3.5

11

Number6.00 Providing, fixing in position &jointing 300 mm. dia.PN. 3.5 CastSteel Sluice Valves, Class 'I' typeboth ends flanged with handwheel,spindle of St. steel AISI 410,non-rising type, spindle nut & fourfaces of Gun metal, Valve seat testedto 35Kg/cm2 Diameter = 300mm,PN= 3.5

12

Number6.00 Providing, fixing in position 300mm. dia PN. 3.5 Cast Steel singledoor swing type non-return valve,without bye-passarrangementwithout bypassarrangements confirming to IS: 5312.(Rates to include cost of gaskets,bolts, nuts and any other materialsrequired for jointing and also cost ofValve, its transportation etc includingtaxes and duties except octroi)..Valve seat tested to 35 Kg/cm2Diameter = 300mm, PN= 3.5

13

Page 101 Executive EngineerContractor

Page 104: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number6.00 Providing, fixing in position andjointing C. S. Kinetic Double Orificetype 80 mm dia PN 3.5 Air Valves,(bearing IS 14845 mark) includingisolating Sluice valve with spur geararrangement etc. tested to 350 mhead of water and maximum workingpressure 350 m head of water. (Ratesto include cost of gaskets, bolts, nutsand any other material required forjointing and also cost of Valve, itstransportation etc. including taxesand duties except octroi) Dia = 80mm , PN= 3.5

14

Number12.00 Providing M.S. Slip on flanges atdepartmental store or worksitefinished smoothly on one sideincluding drilling of holes as per BStable or IS:1537:1976 including costof MS plate.suitable for PN3.5 ratinga)300 mm dia PN3.5

15

MetricTonne

5.00 Providing, transporting, cutting,fabricating, welding, hoisting anderecting in position welded or boltedstructural steel work consisting ofcolumn bases, columns, columnscaps, roof legs trusses, portals, windgirders, gantry girders, plate girders,purlins, bracing etc. for structuralsteel work manufactured out of steelplates rolled sections like I beams,channels, angels, erection bolts asmay be required, erecting usingdevices like derricks, cranes or anyother suitable guys etc. and finalbolting, welding, testing as may berequired including two coat of redoxide zinc crome paint and two coatsof synthetic super enamel paint ofapproved colour and shade. Allmaterials and labour complete.

16

Page 102 Executive EngineerContractor

Page 105: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Meter0.00 Supplying and erecting aluminiumconductor XLPE/ PVC 3.3 KVarmoured cable complete in providedtrench or on provided trays in anapproved manner as per direction ofengineer in charge 3.3 KV-XLPE/PVC

17

Meter500.00 3 Core x 95 sqmm18

Meter300.00 3 core 400 Sqmm19

Supplying and erecting PVC armoredcable 1100 V grade with ISI markstranded / solid aluminum withcontinues 12 SWG GI earth wirecomplete erected on wall with saddlesand spacers, erected on pole withclamps or in provided trench in anapproved manner.

20

Meter60.00 4 core x 6 sq.mm20.1

Meter60.00 4 core x 10 sq.mm20.2

Meter60.00 3.5/4 core x 25 sq.mm20.3

Meter200.00 3.5 core x 120 sq.mm20.4

Number0.00 Providing & erecting IN DOOR typetermination kit for 3.3 KV XLPE, 3core HT cable erected and connectedto the supply with insulated sleevesadditonal lugs , nut bolts for all coreHT testing at site as per IS No. 7.98( Part-II) 18 KV for 5 minutes and asper IER 65 of 1956

21

Number50.00 a)70 -120 Sqmm22

Number2.00 240-400 Sqmm23

Number0.00 Providing & erecting OUT DOORtype termination kit for 3.3 KVXLPE, 3 core X 120 Sqmm. HT cableerected and connected to the supplywith insulated sleeves additonal lugs ,nut bolts for all core HT testing at siteas per IS No. 7.98 ( Part-II) 18 KVfor 5 minutes and as per IER 65 of1956

24

Number4.00 a) 240-400 Sq mm25

Page 103 Executive EngineerContractor

Page 106: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Providing at departmental store orworksite fabricated M. S. Pipe andspecials with socket and spigot endsfor plain ends with necessarylongitudinal and circumferential jointswith required number of welding runsincluding cost of plates, welding rods& all kind of duties except octroiincluding loading unloading andtransportation, etc. complete

26

kilogram11,500.00

M. S. Pipes & Specials with plainends all sizes

26.1

Meter50.00 Cutting M.S. Pipes & Specials by GasCutting. of any class wherevernecessary

27

Picking up within 200 m radius fromcenter of trenches, pipe supports,lowering or raising and laying to therequired grade and level M. S. pipeand specials such as tees, tapers,bends, sluice valves etc. in trenchesor on support as directed etc.complete

28

Meter30.00 300 mm diameter28.1

Meter50.00 700 mm diameter28.2

Labour charges for jointing of MSPipes and Specials of any thicknesswith required no. of welding runs asspecified including matching of pipefaces with marginal gas cutting of 1/3perimeter of the pipe dia per jointrequired etc. complete including costof welding rods, confirming to IS: 814–1974 (Part-I & II). labour requiredand satisfactory hydraulic testingincluding testing of welded joints asper IS: 3600-1984.

29

Number18.00 300 mm diameter - Two run weldingfrom outside

29.1

Number15.00 700 mm diameter - Two runwelding from outside

29.2

Page 104 Executive EngineerContractor

Page 107: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Supplying and erecting heavy dutyflange type brass cable glands withbrass washers rubber rings completeerected with cable ends and leadsconnected.

30

Number8.00 For 3 to 4core 6sq.mm. /2 to 4core10sq.mm.

30.1

Number12.00 For 4 core 16 sq.mm. & 25 sq.mm.30.2

Number50.00 3.5/4 core x 95 sq.mm30.3

Number2.00 3.5/4 core x 120 sq.mm30.4

Number2.00 3.5/4 core x 400 sq.mm30.5

Supplying and erecting crimping typealluminium lugs confirming to IS :suitable for cable evenly crimped withhigh pressure tool & connected toswitch gear with brass / cadmiumplated nut bolts in an approvedmanner.

31

Number32.00 upto 16 sq.mm.31.1

Number48.00 For 25 sq.mm.31.2

Number200.00 For 95 sq.mm.31.3

Number8.00 For 120 sq.mm.31.4

Number8.00 For 400 sq.mm.31.5

Providing and laying in position plaincement concrete using granite orblack trap graded metal includingmixing in a mechanically operatedmixer, dewatering, compacting,curing as required complete for alllifts up to a +/- 5 m. above or belowthe ground level where concrete isproposed, includingcentering/shuttering using ordinaryPortland cement.

32

With Natural Sand33

CubicMeter

10.00 In 1:2:4 proportion.33.1

Page 105 Executive EngineerContractor

Page 108: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Providing and laying in positionCement Concrete for RCC work usinggranite / black trap metal includingmixing in mechanically operatedmixers, compacting by mechanical ormanual means as may be requiredand directed by Engineer-In-Charge,including steel or plywood shuttering,centring, formwork dewatering, for allelements in foundation, plinths, ofbuilding works, where reinforcedcement concrete is proposed to beused upto +/-5 m from the averageground level including all labour andmaterial complete, finishing thesurface with 1:3 cement mortar. etccomplete.

34

CubicMeter

17.00 In design mix concrete grade M-2534.1

Providing and fixing in positionreinforcement of all dia for RCC piles,pile caps, footings, foundations,slabs, columns, beams, canopies,staircase, newels, chajjas, lintelspardis, copings, fins, arches etc. asper detailed designs, drawings andschedules including cutting, bending,hooking the bars, binding with wiresor tack welding and supporting asrequired at all locations and height alllabour and materials testing etc.complete.

35

MetricTonne

2.00 Tor Steel Bars.35.1

Providing IInd class burnt brickmasonry with conventional typebricks in cement mortar for superstructures upto 5.0 M height aboveplinth level of building or superstructures or first floor includingstriking out joints on face whereplaster is to be done scaffoldingcuring etc complete.

36

CubicMeter

25.00 1:4 Cement Mortar36.1

Page 106 Executive EngineerContractor

Page 109: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Providing plaster in cement mortar in1:3 without neeru finishing toconcrete or masonry surface in allposition including scaffolding andcuring complete.

37

SquareMeter

200.00 20 mm. thick two coats37.1

10.2 Accessories38

each2.00 Supplying standard first aid box withnecessary antiseptic cream, medicinefor use on wounds due burn, crepebandage, gauge bandage, medicatedready to use bandage (Band-aid)adhesive tape for medicinal use,scissors, anti-septic solution (Savlonor similar) etc. (All above contentsshall be of standard makes)

38.1

each15.00 Supplying and erecting D.C.P. typeFire Extinguisher 5 kg capacitycartridge type with Gun Metal cap150 gram CO2 gas cartridge, powderand brackets conforming to IS2171-1985 and complete erectedwith necessary clamps made from50x6 mm M.S. flat with nuts & boltsgrouted in wall complete.

38.2

MeterSquare

40.00 Supplying and fixing PVC Syntheticelastomer electrically insulating matwith class B insulation conforming toIS: 15652 - 2006 & CPRI testedhaving 2.5 mm thickness upto 11 kV

38.3

3.2 Air Conditioners (AP-AC)39

each10.00 Supplying and erecting split typeroom Airconditioning unit 1.5 TR 5star capacity 230/250V, 50 cycles,A.C. supply having 1 No of airhandling unit hiwall / floor mountingtype complete at position as perspecification no. AP-AC/SAC

39.1

Page 107 Executive EngineerContractor

Page 110: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

JOB PERMONTH

24.00 Annual maintenance of 11 KV & 3.3KV panel board, 400 KW x 6 Nossoft starter, ACB 1250 / 800 Amp,Power Factor panel , APFC panel &Battery chargers units at Palse( Jackwell ) Raw water works withall required labour charges formaking servicing, refitting the spareparts in panel etc. and giving testingof panel. (Note : spare should besupplied by MIDC)

40

0.00Total Amount Rs :

Name Of Sub Estimate : Providing, installing, commissioning and testing of 11 KV HT panel & 11/3.3 KV &11/0.440 KV transformer at Palse for Sinnar WSS

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Page 108 Executive EngineerContractor

Page 111: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number2.00 Supplying and erecting approvedmake 2000 KVA 3 phase, 50 Hzcopper double wound oil immersedand naturally cooled ONAN, outdoortype, core type, DYN 11 vector grouptransformer confirming to IS:2026connected delta on HV side , and staron LV side with additional neutralbrought out,rating 11000/3300 voltswith OLTC with RTCC / AVR andtappings plus or minus +5/-15% insteps of +/- 1.25 % continuouslyrated for full load & temperature risenot exceeding 50 degree C by theresistance of the winding aftercontinuous run at full load ratingcompete with the following Standardmounting:-1) ON load tap changingswitch with RTCC / AVR. 2) Oilconservator with filling holes withplug and drain plug & prismatic oillevel gauge. 3) Dehydrating silica gelbreather. 4) Bottom Oil Drain cumfilter valve. 5) Thermometer pocket.6) Top oil filter valve. 7) Liftingarrangement. 8) Minimum twoearthing terminals. 9) Diagram andrating plate. 10) First filling of oil withdielectric strength of 50 KV/No-Break as per IS:335 11) Fourbi-directional rollers. 12) Air ventwith plug. 13) WTI and OTI units withalarm and trip and meters 14)Explosion vent / pressure reliefdevice. 15) Buchholz relay with alarmand trip. 16) Shutoff valves forBuchholz relay. 17) Neutral CT 18)Magnetic oil level gauge. 19) Jackinglugs 20) marshalling Box. 21)Detachable radiators. The terminalarrangements bushings, with lugs, HVcable end box / HV bushings andXLPE cable box / Cable box on LVside complete with certificates frommanufacturers and completelyerected on providing plinth as perdirection. The transformer shall betested at factory in presence ofDepartmental Engineer and thirdparty before dispatch to site.& thelosses shall as minimum as possibleat 75 degree Centigrade as per IS2026.

1

Page 109 Executive EngineerContractor

Page 112: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number2.00

tested at factory in presence ofDepartmental Engineer and thirdparty before dispatch to site.& thelosses shall as minimum as possibleat 75 degree Centigrade as per IS2026.

1

10.1 Transformers (SS-TR)2

each1.00 Supplying and Erecting BEEapproved make Star Rated (3 STAR)200kVA, 3 phase, 50 c/s Oilimmersed and naturally cooledindoor / outdoor type, copper woundtransformer with delta conn. on HVside & star connection on LV side withadditional neutral brought out on loadside, voltage rating 11/ 0.415kV withHV tapping of +/- 2.5% - 5 %continuously rated for full load withstandard accessories complete withTest Certificate with losses below 890watts at 50 % loading and 2700 wattat 100 % Loading as per IS 1180( Part 1 ) as per specification No SS-TR.-(STAR)The terminal arrangements bushings,with lugs, HV cable end box / HVbushings and XLPE cable box / Cablebox on LV side complete withcertificates from manufacturers andcompletely erected on providingplinth as per direction. Thetransformer shall be tested at factoryin presence of Departmental Engineerbefore dispatch to site.& the lossesshall as minimum as possible at 75degree Centigrade as per IS 2026.

2.1

6.4 H. T. Metering3

Page 110 Executive EngineerContractor

Page 113: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

each1.00 Supplying, erecting, testing,commissioning 11 kV H.T. meteringcubical (Compact Type) approved byMSEDCL/Licensee fabricated with2mm.(14 SWG) M.S.sheets withsupporting angle and channel,painted with powder coating / epoxypaint of required shade copper busbar size 25x6 mm electronic securitylock and heavy duty mechanical lock,with counter meter for measuring noof times the opening of doors, topside cover ( C.T.P.T COVER) interlockwith meter doors, epoxy coated 3 nosC.T having required ratio between5/5A to 100/5A burden 10 VA class0.2S I.L. 12/28/75 KVP epoxyterminal block suitable for providedtrivector meter, and provision forincoming and outgoing cables etccomplete duly tested by Licensee withnecessary Test Certificates anderected on provided plinth/ C.Cfoundation

3.1

Page 111 Executive EngineerContractor

Page 114: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number1.00 Designing , manufacturing ,providing , installing, commisioningand testing of 11 KV HT PANELconsisting of 2 incomers, 1 buscoupler and 4 No. outgoing feedersconsisting of draw out VCB 11 KV , 3phase ,50HZ , 800 A, 25 KA/ 1sec forincommer & Bus coupler & draw outVCB 11 KV , 3 phase ,50HZ , 630 A,25 KA/ 1sec vaccum circuit breakersfor outgoing feeder (3 fortransformer feeder + 1Nos. forspare feeder ), , bus bars , protectionrelay , EPOXY Resin cast CT of ratio300 /1-1A for incoomer & EPOXYResin cast CT of ratio 100 /1-1A foroutgoing, PT , Digital Energymonitoring equipments, digitalmeasuring instruments , digitalpower measurement system ,currenttransformers, complete protectionrelays , operating buttons , indicatinglamps and all standard accessoriesetc complete suitable for operationand control of motors provided underitem no.2 above The panel shall beprovided as per detailedspecifications. The complete panal tobe fabricated out of 14 SWG CRCAsheet powder coated & erected &commissioned on necessary channel& angle frame work etc complete .Vacuum Circuit Breaker ( In doortype)11 kV system 800 Amp 25 kA--3 Nos Vacuum Circuit Breaker (Indoor type)11 kV system 630 Amp 25kA & --4Nos

4

Supplying and erecting XLPEarmoured cable for 11 kV with ISImark standard aluminium wireerected on pole with 25/3 MS clamps/provided trench/ laid in provided pipein an approved manner

5

Meter400.00 3 core x 120 sq.mm5.1

Page 112 Executive EngineerContractor

Page 115: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Supplying and jointing XLPE cablejointing kit (end termination kit.) for11 kV XLPE cable

6

b)Outdoor type6.1

Number12.00 2) 120 to 185 sq.mm. Cable

Supplying and jointing XLPE cablejointing kit straight through type for11 kV XLPE cable.

7

Number6.00 120 to 185 sq.mm. Cable7.1

10.2 Accessories8

Number1.00 Supplying and erecting approvedmake 11 kV out door type gangoperated air break, triple pole switch400A, capacity with 3 post pin typeinsulator per phase, mounted inhorizontal or vertical position withnecessary channels on provided crossarm with adequate length of "C" classG.l. pipe for operating handle erectedon extended square shaft. Theoperating handle provided with lockand key at suitable height fromground level with necessary clamp.

8.1

Per Set1.00 Supplying and erecting approvedmake, 11 kV out door type drop outfuse with insulator complete with fuseholders, fuse barrel with metal fitting,fuse element mounted on M.S.channel with working current of 15Amps capacity complete erected onprovided cross arm.

8.2

Meter260.00 Supplying and erecting extra thickalkathene pipe 10mm. dia erected toenclose bare conductor wires. (useshall be restricted to H.T.)

8.3

each2.00 Supplying Heavy duty operating rod,Outer Dia 25 mm & inner dia 20 mmsuitable for 22/33 kV with brasscouplings etc for removing drop outfuses at 6 m length, 4 pieces eachwith rain shade with hand gripincluding earthing chain 1.5 m

8.4

Page 113 Executive EngineerContractor

Page 116: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

each90.00 Supplying and erecting fencing ofsection having size 2450 mm inheight from ground level and 1200mm width with angle iron frame workerected in C C foundation and paintedas per specification No SS-AS/FSG

8.5

each14.00 Supplying and erecting 50 x 50 x 6mm. angle iron as corner support 2mlong fixed at the middle of the fencingframe and the other side inclined at30 degree angle, in C.C. foundationof 15 x 15 x 40cm complete dulypainted with one coat of red oxideand two coats aluminum paint.

8.6

each2.00 Supplying and erecting double leafhinged door each 1500mm in width x1850 mm in height using B class ,GIpipe with angle iron supports, chainlink wiremesh (jali) completesupported on channel iron, erected infoundation, and painted as perspecification no SS-AS/DLD

8.7

each2.00 Providing printed instruction chartfor treating persons suffering fromelectric shock, printed in English &Marathi and duly laminated.

8.8

each2.00 Provided pair of duly tested rubberhand gloves as per IS :340715suitable for working on 22kV supply.

8.9

each8.00 Providing round bottom FIRE Bucketof 9 Litres capacity as per IS : 2546made out of 24 gauge G.I. sheet withextra handle at bottom duly paintedwhite inside and red outside withFIRE Mark, on provided stand/ wallhook.

8.10

each2.00 Providing floor mounting stand forkeeping 4 Nos. of FIRE buckets1500mm in length, 900mm in heightframe made out of 30x30x4 mmangle iron with cross supports forlegs, welded with 4 hooks and dulypainted with one coat of red lead andtwo coats of silver paint.

8.11

Page 114 Executive EngineerContractor

Page 117: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Supplying and erecting, approvedmake thyrite type lighteningarresters, with necessary ancillarymaterial, complete erected onprovided cross arm and connected tothe over-head line (similar to CatalogNo 22A-09 of IGE make) distributionclass

9

Number3.00 for 11 KV supply9.1

Supplying and erecting disc typeinsulator suitable for overhead line,complete erected with suitablehardware on provided cross arm.

10

Number3.00 for 11 KV supply10.1

Supplying and erecting pin typeinsulator suitable for overhead linecomplete erected with suitable hardware on provided cross arm.

11

Number3.00 for 11 KV supply11.1

8.5 Conductors (OH-CON)12

Kilo meter0.26 Supplying and erecting ACSRconductor of size 6/1-3.60 mmcomplete. (Ferret) (171.3 kg/km) asper specification No. OH-CON/ACSR

12.1

Job1.00 Supplying and erecting all requiredtension and other hardwares forerection of ACSR conductor to beerected for sub-station and incomerpart of sub-station etc complete.

13

Supplying and erecting heavy dutyflange type brass cable glands withbrass washers rubber rings completeerected with cable ends and leadsconnected.

14

Number12.00 3.5/4 core x 120 sq.mm14.1

Supplying and erecting crimping typealluminium lugs confirming to IS :suitable for cable evenly crimped withhigh pressure tool & connected toswitch gear with brass / cadmiumplated nut bolts in an approvedmanner.

15

Number36.00 For 120 sq.mm.15.1

Page 115 Executive EngineerContractor

Page 118: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

9.1 Plate,Pipe type Earthing (EA-EP)16

each30.00 Providing earthing with Galvanisedcast iron earth plate size 60 x 60 x0.6 cm with funnel with a wire meshfor watering and brick masonry blockC.l. cover complete with all materials,testing & recording the results as perspecification No. EA-EP

16.1

Supplying and erecting strips usedfor earthing on wall and /or any otherpurpose with necessary clamps fixedon wall painted with bituminous paintin an approved manner.

17

kilogram200.00 Copper17.1

kilogram650.00 GI17.2

RunningMeter

300.00 Providing and fixing G.I. Perforatedcable trays of size as below includingfixing on provided angles.

18

16.2 Masonry work19

SquareMeter

900.00 Providing and spreading stone metal25mm size for 100 mm depth abovethe ground level.

19.1

Providing and laying in position plaincement concrete using granite orblack trap graded metal includingmixing in a mechanically operatedmixer, dewatering, compacting,curing as required complete for alllifts up to a +/- 5 m. above or belowthe ground level where concrete isproposed, includingcentering/shuttering using ordinaryPortland cement.

20

With Natural Sand20.1

CubicMeter

50.00 b) In 1:2:4 proportion.

Page 116 Executive EngineerContractor

Page 119: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Job1.00 Preparing all required drawings asper electrical norms and get allnecessary approvals for executing,charging new sub-station, expressfeeder and newly erected pumpingmachinary from Electrical Inspectorand any other govt departments ifrequired. The statutory fees if any willbe paid by MIDC.

21

Providing and laying in positionCement Concrete for RCC work usinggranite / black trap metal includingmixing in mechanically operatedmixers, compacting by mechanical ormanual means as may be requiredand directed by Engineer-In-Charge,including steel or plywood shuttering,centring, formwork dewatering, for allelements in foundation, plinths, ofbuilding works, where reinforcedcement concrete is proposed to beused upto +/-5 m from the averageground level including all labour andmaterial complete, finishing thesurface with 1:3 cement mortar. etccomplete.

22

CubicMeter

100.00 In design mix concrete grade M-2022.1

Providing and fixing in positionreinforcement of all dia for RCC piles,pile caps, footings, foundations,slabs, columns, beams, canopies,staircase, newels, chajjas, lintelspardis, copings, fins, arches etc. asper detailed designs, drawings andschedules including cutting, bending,hooking the bars, binding with wiresor tack welding and supporting asrequired at all locations and height alllabour and materials testing etc.complete.

23

MetricTonne

10.00 Tor Steel Bars.23.1

Page 117 Executive EngineerContractor

Page 120: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Providing plaster in cement mortar in1:3 without neeru finishing toconcrete or masonry surface in allposition including scaffolding andcuring complete.

24

SquareMeter

450.00 20 mm. thick two coats24.1

Providing, erecting pre-cast elementssuch as cover slabs for drains, grills,kerbs, kerb stone, dividers,manholes, frames, manholes covers,gutters, fence posts grills, railslintels, sills, bed blocks, steps or anyother member or element as perdrawings & specifications using RCCgrade M-20 including shuttering asmay be required, compacting by platevibrator, curing and finishing theelement where required with 1:3cement mortar, transporting to siteand erecting in position grouting withcement mortar 1:3 as may berequired and curing etc. all labourand material complete. (Includingcost of Steel reinforcement)

25

CubicMeter

7.00 Elements, weighing from 51 to 100kg.

25.1

Providing and laying galvanized ironpipes conforming to IS:1239-1992(Part I & II) and jointing etc.complete including cost of all specialsfor jointing of pipes sun and safeda tobe used for making joint perfectlywatertight including taxes and dutiesetc. complete (Excluding excavation)

26

HEAVY CLASS (Red)26.1

Meter250.00 a) 15 mm diameter

Meter150.00 c) 25 mm diameter

Page 118 Executive EngineerContractor

Page 121: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Providing & fixing in position heavyduty CP brass plug cock / screwcock / stop cock conforming toIS:781-1984 including necessarysocket/union nut etc. complete forfixing cocks, sun and safeda must beused to make joint perfectlywatertight.

27

Number30.00 15 mm diameter27.1

CubicMeter

280.00 Excavation in trenches, pits, pipelines, foundations, column footings,walls etc. in earth’s soils of all types,gravel, sand, soft & hard murum, andboulders up to 0.03 cum. sizeincluding removing the excavatedmaterial upto a distance of 50 Mbeyond the edge of excavationincluding the initial lift of 1.5 M,stacking or spreading as directed,bailing of sub-soil water if anypreparing base for foundation etc.,and back filing the excavated pit ortrench using the excavated materialin layers including watering andramming as required or as directedby Engineer-In-charge, including alllabour and materials complete.

28

CubicMeter

70.00 Add for every additional lift of 1.5 Mor part as per item Gen-A-3 above.

29

Page 119 Executive EngineerContractor

Page 122: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

MetricTonne

0.75 Providing, transporting, cutting,fabricating, welding, hoisting anderecting in position welded or boltedstructural steel work consisting ofcolumn bases, columns, columnscaps, roof legs trusses, portals, windgirders, gantry girders, plate girders,purlins, bracing etc. for structuralsteel work manufactured out of steelplates rolled sections like I beams,channels, angels, erection bolts asmay be required, erecting usingdevices like derricks, cranes or anyother suitable guys etc. and finalbolting, welding, testing as may berequired including two coat of redoxide zinc crome paint and two coatsof synthetic super enamel paint ofapproved colour and shade. Allmaterials and labour complete.

30

8.8 Dismantling31

Kilo meter0.25 Dismantling the existing overheadline including G.I. wires of all sizeswithout damaging & making the coilsin suitable sizes.

31.1

Number33.00 Dismantling existing lightningarrestor set, insulator complete fromDP structure in an approved manner

31.2

10.3 Dismantling32

Kilo VoltAmpere

1,500.00

Dismantling the existing DistributionTransformer of any capacity from theplinth / foundation safely without anydamages and storing in safe place.

32.1

Per Set6.00 Dismantling existing DO / AB switchset complete from D.P. structure inan approved manner.

32.2

0.00Total Amount Rs :

Name Of Sub Estimate : Rebate for old dismantled material.Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Page 120 Executive EngineerContractor

Page 123: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Amount And Rate In (Rs)

Sr.No Item DescriptionQuantity Rate Unit AmountRate In Words

Number-6.00 Rebate for old 200 HP V.T. pumpwith bowl assembly, column pipes,shafts, discharge head. includingdismantling of the pump from thelocation.

1

Number-6.00 Rebate for old 200 HP motors 'F'class including dismantling.

2

Number-12.00 Rebate for old valves includingdismantling 1)Sluice valves 2 ) NRV

3

kilogram-1,000.

00

Scrap of old dismantled MS material.4

Number-2.00 Rebate for old 750 KVA transformerswhich are in working condition.

5

Number-3.00 Rebate for GOD.6

kilogram-1,000.

00

Rebate for old dismantled structure.7

Number-3.00 Rebate for old HG fuse set and DOset.

8

0.00Total Amount Rs :

Page 121 Executive EngineerContractor

Page 124: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

LIST OF APPROVED MAKES AND MANUFACTURES

Sr.No.

Item/ equipments APPROVED MAKE

1 Squirel cage induction motor (100 HP &above)

Kirloskar(KEC )/ Jyoti /Siemens /Crompton / BHEL/ NGEF /Bharat Bijlee / GE

2 VT /Centrifugal water pump sets

(500 HP & Above)

Kirloskar/ Jyoti / M&P (Wilo) FBM(Pentair)/ Grundfoss /

3 Sluice valve/ Reflux valve/ Butterfly valve( At pumping stations/ rising mains)

Fouress/ IVC/ Kirloskar / IVI/ Calsens/VAG /Mayur

4 Air valve Fouress/ IVC/ Kirloskar/ IVI/ ARI/Amflow/ VAG/ Avishkar/ KPM/ Durga

5 LT PVC /XLPE insulated cable (3.5 core x35 sq mm and above)

CCI (Tropodour) Asian cables/ Gloster/Nicco/ Torrent / Poycab/ Universal /Havells / Finolex

6 LT PVC /XLPE insuleted cable (Up to 4Core x 25 sqmm)

CCI (Tropodour) Asian cables/ Gloster/Nicco/ Torrent / Poycab/ Universal /Havells / Finolex/KEI Incab /Vishal/Gulmarg/ Idnoasian

7 HT PVC /XLPE Insulated cable CCI (Tropodour) Asian cables/ Gloster/Nicco /Polycab / Universal /Havells/Torrent

8 Cable Lugs & Glands Dowells/ Braco/ jainson /Siemens /Comet

9 Measuring instruments, ammeter, Voltmeteretc

Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

10 Selector switches , Rotary switches Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

11 Contactor / starters Siemens / Crompton / C&S /L&T /ABB /GE/Schneider / indo Asian

12 Timers- electronic solid state ABB, BHEL, GE, Jyoti, L&T, BCH,Siemens, minilec, Legrand, GIC, C&S

13 ACB / MCCB / MCB/ELCB /RCCB/SFU/TPN/Change overswitch/ HRC fuses / MCB DistributionBoards

L&T MDS/ ABB/ Crompton / Greaves/GE/ C&S/ Siemens/ Havells/ IndoAsian/ Legrand / Schneider / GEC/Merlin/ Gerin/ indokapp

14 PVC Insulated copper Aluminum wire/ flatcable

Polycab, Finolex, KEI, Frot, Gloster,CCI, Asian, Gulmarg/ Anchor / Nicco/RR Cable/ Havells/ L&T / Jonson/Vishal

15 Bell Buzzer CONA, MAX, Anchou, Leader, SSK

16 Exhaust Fan/Ceiling fan /Aircirculator /Pedestal fan /Bracket fan

Crompton Greves/ Usha/ Orient/ GEO/Almonard/ Khaitan/ Havells/ Bajaj/Philips/ Polar/ Anchor

17 AC Units/ Central ACs Hitachi/ LG/ Samsung/ Voltas/ Bluestar/ Carrier/ Godrej/ Videocon/Mitsubhisi/ LLoyed

18 Indication LED Lamp/ Push buttons L& T Siemens / C&S / Teknik / Rishab

19 Transformer (100 KVA and above) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas

20 Transformer (Up to 750 KVA ) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas / NGEF/Mahati/ Telwane/ Rakesh/ Transfab /Shrihans/ Urja/ Nanda Transformer /Dams Vidyut/ Volt amp/ Saurabh/Ramkrishna / Transdelta

21 33/32/11 KV Horn Gap / DO Sets Kiran/ Pactil/ S&S/ Damsa

22 33/32/11 KV GOAB Switch Kiran/ Pactil/ S&S/ Damsa

23 11/22 KV Lighting arresters ELPRO/ ABB/ BHEL/ OBLUM

Page 122 Executive EngineerContractor

Page 125: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Sr.No.

Item/ equipments APPROVED MAKE

1 Squirel cage induction motor (100 HP &above)

Kirloskar(KEC )/ Jyoti /Siemens /Crompton / BHEL/ NGEF /Bharat Bijlee / GE

2 VT /Centrifugal water pump sets

(500 HP & Above)

Kirloskar/ Jyoti / M&P (Wilo) FBM(Pentair)/ Grundfoss /

3 Sluice valve/ Reflux valve/ Butterfly valve( At pumping stations/ rising mains)

Fouress/ IVC/ Kirloskar / IVI/ Calsens/VAG /Mayur

4 Air valve Fouress/ IVC/ Kirloskar/ IVI/ ARI/Amflow/ VAG/ Avishkar/ KPM/ Durga

5 LT PVC /XLPE insulated cable (3.5 core x35 sq mm and above)

CCI (Tropodour) Asian cables/ Gloster/Nicco/ Torrent / Poycab/ Universal /Havells / Finolex

6 LT PVC /XLPE insuleted cable (Up to 4Core x 25 sqmm)

CCI (Tropodour) Asian cables/ Gloster/Nicco/ Torrent / Poycab/ Universal /Havells / Finolex/KEI Incab /Vishal/Gulmarg/ Idnoasian

7 HT PVC /XLPE Insulated cable CCI (Tropodour) Asian cables/ Gloster/Nicco /Polycab / Universal /Havells/Torrent

8 Cable Lugs & Glands Dowells/ Braco/ jainson /Siemens /Comet

9 Measuring instruments, ammeter, Voltmeteretc

Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

10 Selector switches , Rotary switches Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

11 Contactor / starters Siemens / Crompton / C&S /L&T /ABB /GE/Schneider / indo Asian

12 Timers- electronic solid state ABB, BHEL, GE, Jyoti, L&T, BCH,Siemens, minilec, Legrand, GIC, C&S

13 ACB / MCCB / MCB/ELCB /RCCB/SFU/TPN/Change overswitch/ HRC fuses / MCB DistributionBoards

L&T MDS/ ABB/ Crompton / Greaves/GE/ C&S/ Siemens/ Havells/ IndoAsian/ Legrand / Schneider / GEC/Merlin/ Gerin/ indokapp

14 PVC Insulated copper Aluminum wire/ flatcable

Polycab, Finolex, KEI, Frot, Gloster,CCI, Asian, Gulmarg/ Anchor / Nicco/RR Cable/ Havells/ L&T / Jonson/Vishal

15 Bell Buzzer CONA, MAX, Anchou, Leader, SSK

16 Exhaust Fan/Ceiling fan /Aircirculator /Pedestal fan /Bracket fan

Crompton Greves/ Usha/ Orient/ GEO/Almonard/ Khaitan/ Havells/ Bajaj/Philips/ Polar/ Anchor

17 AC Units/ Central ACs Hitachi/ LG/ Samsung/ Voltas/ Bluestar/ Carrier/ Godrej/ Videocon/Mitsubhisi/ LLoyed

18 Indication LED Lamp/ Push buttons L& T Siemens / C&S / Teknik / Rishab

19 Transformer (100 KVA and above) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas

20 Transformer (Up to 750 KVA ) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas / NGEF/Mahati/ Telwane/ Rakesh/ Transfab /Shrihans/ Urja/ Nanda Transformer /Dams Vidyut/ Volt amp/ Saurabh/Ramkrishna / Transdelta

21 33/32/11 KV Horn Gap / DO Sets Kiran/ Pactil/ S&S/ Damsa

22 33/32/11 KV GOAB Switch Kiran/ Pactil/ S&S/ Damsa

23 11/22 KV Lighting arresters ELPRO/ ABB/ BHEL/ OBLUMPage 123 Executive EngineerContractor

Page 126: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Sr.No.

Item/ equipments APPROVED MAKE

1 Squirel cage induction motor (100 HP &above)

Kirloskar(KEC )/ Jyoti /Siemens /Crompton / BHEL/ NGEF /Bharat Bijlee / GE

2 VT /Centrifugal water pump sets

(500 HP & Above)

Kirloskar/ Jyoti / M&P (Wilo) FBM(Pentair)/ Grundfoss /

3 Sluice valve/ Reflux valve/ Butterfly valve( At pumping stations/ rising mains)

Fouress/ IVC/ Kirloskar / IVI/ Calsens/VAG /Mayur

4 Air valve Fouress/ IVC/ Kirloskar/ IVI/ ARI/Amflow/ VAG/ Avishkar/ KPM/Durga

5 LT PVC /XLPE insulated cable (3.5 core x35 sq mm and above)

CCI (Tropodour) Asian cables/Gloster/ Nicco/ Torrent / Poycab/Universal / Havells / Finolex

6 LT PVC /XLPE insuleted cable (Up to 4Core x 25 sqmm)

CCI (Tropodour) Asian cables/Gloster/ Nicco/ Torrent / Poycab/Universal / Havells / Finolex/KEIIncab / Vishal/Gulmarg/ Idnoasian

7 HT PVC /XLPE Insulated cable CCI (Tropodour) Asian cables/Gloster/ Nicco /Polycab /Universal /Havells/ Torrent

8 Cable Lugs & Glands Dowells/ Braco/ jainson /Siemens /Comet

9 Measuring instruments, ammeter,Voltmeter etc

Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

10 Selector switches , Rotary switches Simco / IMP /Automatic / GEC/MECO /AE/ Conserve / Motwani /L&T / Simens / Industrial meters

11 Contactor / starters Siemens / Crompton / C&S /L&T /ABB /GE/Schneider / indo Asian

12 Timers- electronic solid state ABB, BHEL, GE, Jyoti, L&T, BCH,Siemens, minilec, Legrand, GIC, C&S

13 ACB / MCCB / MCB/ELCB /RCCB/SFU/TPN/Change overswitch/ HRC fuses / MCB DistributionBoards

L&T MDS/ ABB/ Crompton / Greaves/GE/ C&S/ Siemens/ Havells/ IndoAsian/ Legrand / Schneider / GEC/Merlin/ Gerin/ indokapp

14 PVC Insulated copper Aluminum wire/ flatcable

Polycab, Finolex, KEI, Frot, Gloster,CCI, Asian, Gulmarg/ Anchor / Nicco/RR Cable/ Havells/ L&T / Jonson/Vishal

15 Bell Buzzer CONA, MAX, Anchou, Leader, SSK

16 Exhaust Fan/Ceiling fan /Aircirculator /Pedestal fan /Bracket fan

Crompton Greves/ Usha/ Orient/ GEO/Almonard/ Khaitan/ Havells/ Bajaj/Philips/ Polar/ Anchor

17 AC Units/ Central ACs Hitachi/ LG/ Samsung/ Voltas/ Bluestar/ Carrier/ Godrej/ Videocon/Mitsubhisi/ LLoyed

18 Indication LED Lamp/ Push buttons L& T Siemens / C&S / Teknik / Rishab

19 Transformer (100 KVA and above) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas

20 Transformer (Up to 750 KVA ) Kirloskar/ EMCO /Siemens /Crompton / BHEL/ BharatBijlee / GEC / Areva/ ABB / IMP/Alstom/ Aditya / Vijay/ Voltas /NGEF/ Mahati/ Telwane/ Rakesh/Transfab / Shrihans/ Urja/ NandaTransformer / Dams Vidyut/ Volt amp/Saurabh/ Ramkrishna / Transdelta

21 33/32/11 KV Horn Gap / DO Sets Kiran/ Pactil/ S&S/ Damsa

22 33/32/11 KV GOAB Switch Kiran/ Pactil/ S&S/ Damsa

23 11/22 KV Lighting arresters ELPRO/ ABB/ BHEL/ OBLUM

Page 124 Executive EngineerContractor

Page 127: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

DRAWINGS

BLANK PAGE FOR DRAWINGS.......

Page 125 Executive EngineerContractor

Page 128: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Page 126 Executive EngineerContractor

Page 129: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

                                   MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION

                                                                Item Specification

Work Name: Sinnar water supply scheme... Augumentation of Sinnar water supply scheme....

Providing, erecting pumping machinery and HT transformer substation and allied work for Raw

water works Palse .

Sub Estimate: Providing, installing, commissioning and testing of pumping machinery for Raw

water works Palse for Sinnar WSS

1     Providing, installing, commissiong and testing of VERTICAL TURBINE, self water lubricated

above floor type pump capable of discharging Raw water at the rate of 400 Cum/ Hr of each pump

at the duty point head of 218 Mtr and operating within the head range of 200 to 235 Mtr. When

three pumps run in parallel the discharge should be 1200 Cum/ Hr including stainless steel basket

strainer , bowl assembly , column assembly, discharge head of 300 mm dia, base plate of suitable

size , connecting stool etc. complete. The column pipes shall be manufactured from ERW pipes of

minimum 10 mm thick and each of maximum 1.5 m length provided with anticorrosive and special

treatment paint and all line shafts and impellers shafts of stainless steel AISI 410 , impellers of SS

(CF8 M)/SS (CA 15) and bowl casing should be cast steel, including all consumable materials,

accurate digital type Pressure gauge to read entire range of pressure complete with necessary

tubing. The complete pump assembly from discharge head to strainer shall have to be connected

with nuts and bolts of stainless steel AISI 304/ 316. The pump should have almost flat efficiency

characterisitics between 200 to 235 Mtr. The pump should be operating at 1450 RPM speed and

shall be complete as per the detailed specifications

Specification:

The scope of  this item includes Providing, erecting, commissioning & testing vertical turbine self

water lubricated pump capable of discharging raw water at the rate of 400 M3/Hr @ duty point

head of  218 Mtrs, for Sinnar water supply scheme.

            These 06 Nos X 540 HP VT pumps are proposed to be installed in the raw water pump

house constructed on Darna river at Palse (Nashik). These new pumps are to be installed by

dismantling old 06 Nos of 200 HP VT pumps. The pumps would be required to handle raw water

of  turbidity 1000 NTU.         

TECHNICAL DETAILS

 Sinnar Water  supply scheme  Raw Water  Pumps at Palse , 

1 Daily Quantity of water to be pumped in  20 Hrs. 24000 Cu.M./Day

Q= 20000.00 LPM

2 FSL of Aeration Fountain at WTP,Malegaon 725.80 M

3 a) Minimum water level at  Jackwell 535.00 M

b) Normal water level at  Jackwell .  539.00 M

Page 130: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

                              Duty Point :-  Duty point is the point at which pump is desired to be run for the

most of the time & it is the point at which the efficiency of the pump is desired to be maximum. So 

far as the parallel operation of the pumps are concerned, it may be understood that the flow of 3

pumps working in parallel will be passing through raw water rising main of 700 mm dia. Therefore, 

the actual duty point head for normal water level in Jackwell worked out to be 218Mtrs. It is

therefore, desired that the pumps should be designed with maximum efficiency achievable at this

duty point head condition.

            The pump & accessories should be designed to operate continuously at the suitable

conditions mentioned.

Shut off condition :- Pumps will be started with the discharge valve fully closed. The contractor

shall clearly indicate the maximum duration for which the pump can be operated under shut off

c) Maximum water level at  Jackwell. 548.00 M

4 Types of Raw water rising  main MS

5 Diameter of RWRM  700 mm

6 Length of RWRM. 15.09 Km.

7 Total static head

a) Maximum ( 2-3a )  190.80 M

b) Normal ( 2-3b )  186.80 M

c) Minimum ( 2-3c )  177.80 M

Frictional head for 700 mm dia.

 Total Frictional Headloss for length=15.09 Km.= 28.50 M.

Total frictional head. Total= 28.50 M.

9 Losses in specials 10 % of HF 2.85 M.

10 Velocity Head 0.00 M.

11 Total Head

a) Maximum ( 7a + 8 + 9 + 10 )  222.15 M

b) Normal ( 7b + 8 + 9 + 10 )   218.15 M

c) Minimum ( 7c + 8 + 9 + 10 )  209.15 M

12 Hydraulic calculations

Pump out put  =  Q X H / 6120 =  712.91 Kw.

HP with 70 % overall efficiency = Pump Output / ( 0.746 x 0.70 ) = 1365.20 HP.

Add 20 % marginal HP 273.04 HP.

Total HP 1638.4 HP.

 Say 1600.00 HP.

Hence it is proposed to install 6 No. x 540  HP  pumps ( 3 working + 3 stand bye ) With duty point head of 218.00 Mtrs,

discharging  1200Cum/Hr when three pumps run in parallel. Head range 200mtr to 240 mtr.

Total pump length = 14.5 mtr

Page 131: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

condition.

Characteristic Curves :- The tenders must give the characteristic curve for the pump set offered

by them giving parameters of head discharge, input required to the pumps & the bowl

efficiencies.& overall efficiencies.   The curves must indicate clearly the performance of the pump

over complete Head range including the conditions of the total Shut off head & condition of Zero

head acting on the pump. Any tender not complying with these requirements fully will be treated as

incomplete offer & shall be liable for rejection.

            The characteristic curve should also show the parallel operation of 2 or 3 pumps required

for yielding the requirements of water for system, detailing the performance of the pumps over

entire head range. Similarly the characteristic curve also show single pump operation in the

system.

Design features :-  The pumps shall be capable of developing the required total head at the rated

capacity for continuous normal or intermittent operations.

            Pumps of particular category shall be identical. Components of all these pumps shall be

interchangeable. Pumps of a particular category shall be suitable for reverse rotation up to 125%

rated speed due to back flow of water without any damage to pump components.

            The clearance between the impeller & its bowl shall be such that the impeller is free to run

without decreasing the efficiency of the pump. The clearance shall be adjustable.

Features of construction :- The pumps outer column casing sections shall be provided with

seating lugs, which shall provide temporary support on the sub base during lifting operations. This

should enable the column flanges of adjoining sections to be assembled or dismantled within the

limiting height of the crane hook. The column pipes shall be flanged & bolted & shall be complete

with fasteners, nut bolts washers, gaskets etc.

            The pumps shall be designed with regard to ease of maintenance, repair, cleaning &

inspection of parts subject to wear & tear requiring adjustments or repair shall  be  accessible and

capable of convenient removal when required.

            The pump discharge elbow, base plate, foundation bolts & other associated pump

components shall be designed to withstand the entire hydrostatic force at the pump shut off.

            The driver (motor) shall be directly connected to the pump through a coupling without any

gear.

Losses in the pump :-  The manufacturers of pump will have to take into account various losses

in the pump assembly up to the point of discharge in common manifold & design the

characteristics of bowl accordingly. The contractor should mention the losses in the following

heads specifically in the separately attached annexure in  technical bid.    1 Losses in the strainer

2 Losses in bowl assembly

3 Losses in column assembly

4 Losses in  the valves

5 Losses in discharge head

6 Losses  due to velocity head & other losses.

Page 132: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 It is desirable that the losses in the pump stated above should be kept as minimum as possible.

Pump length :- The pump length required for satisfactory, effective & efficient operation is One of

the important parameters. It is needless to stress that irrespective of the values & levels mentioned

in the text of the tender, it is prime & bonded duty of  contractor to verify the correctness of the 

pump length by actual site visits & joint measurements of the various important levels such as

bottom level, the position of the tip of strainer, the dimensions of bowl assemblies & column

assemblies.

            Nevertheless the contractor should keep some margin  in the last or intermediate piece of

column assembly for making the necessary accurate adjustments for keeping sufficient clearances

and tolerances as required by hydraulic standards for achieving optimum performance by the

complete pump unit.

            The length of the pump from tip of strainer upto the base plate including strainer, bowl

assembly, column assembly should be 14.50 Mtrs.

Noise & Vibrations :- The pumps & associated equipments shall run continuously without

exceeding the levels of noise & vibration.

The materials of construction for various components of the pump should be generally as under :

1.         Bowl                                        - High grade Cast  steel

2.         Impeller                                   - CA6NM/CF-8-M

3.         Wearing Ring                          - Stainless steel AISI 410

4.         Bowl Bearing                           - Bronze

5.         Impeller shaft                          - Stainless Steel AISI 410

6.         Line shaft                                - Stainless Steel AISI 410 only

7.         Head shaft                              - Stainless Steel AISI 410 only

8.         Line shaft coupling                  - Steel

9.        Enclosed line shaft

10.     Bearing retainers                     - Bronze

11.       Open line shaft bearing           - Rubber

12.       Discharge Head                      -  M.S.

13.       Stuffing Box                            - Cast Iron IS210 GR.FG260

14.       Stuffing Box Gland cap          - Bronze

15.       Strainer                                   - Stainless steel bucket type

16.      All fasteners                            - High tensile heat-treated only.

 17.     Column pipe                           - ERW pipe

Though the above detailing of the materials of construction is specified, the contractors are

requested to give the detailed item wise breakup of the materials with their metallurgical

compositions (if any) in the technical bid.

Please note that the column pipes and discharge head are to be internally coated by some special

7 Losses in Internal losses

8 Total pump losses

9 Frictional losses in shafting

Page 133: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

coating to avoid the effects on account of corrosion, cavitation, abrasion and the distortion in the

profiles. The minimum thickness of such coating must be 1 mm DFT. The hardness of such

coating must be minimum 45 Barcol after full cure.

Testing :-

Shop testing :-  The internal shop testing of the finished pump assembly shall have to be carried

out in presence of MIDC’s representative. The parameters of head, discharge, input & efficiency

would be measured over the entire head range covering not less that 5 points including the duty

point which should be selected for the purpose of verification of the characteristics of pump. In

case the pump assembly does not meet the requirements of characteristic curve as stipulated &

accepted, such modifications as would  be necessary will  have to be carried out in the shop &

retesting of the same pump will have to be done again in the presence of MIDC’s representative 

till his complete satisfaction. In any case shop testing will not be waived. 

Field Testing:- After running the pump for 100 Hrs. the field testing shall be carried out by

adopting the procedure as per norms.  The discharge of the pump will be calculated on the basis of

rising water level in pure water sump/clarifloculator (Volumetric measurement) or as per flow meter

installed at raw water works Pasle

            The electrical input should be measured with two watt meters accurately calibrated &

tested these watt meter with required CT’s. The field test also should be taken within entire head

range in such a manner that it would cover at least five points.

            Every one percent(1%) fall in efficiency accepted under the terms of this contract would

mean annual loss of energy.  If in the field testing any pump found giving less efficiency than

accepted efficiency ‘then for every one percent fall in overall efficiency so observed the contractor

will have to pay the corporation damages of Rs. 4,60,310/- per pump which giving less efficiency. 

These damages shall be recovered from the contractor by reducing the quoted rates, any excess

payment made the contractor will have to the paid back to the corporation by the contractor to

meet the recovery amount. 

Name plate-

Each pumpset shall be provided with a stainless steel name plate indicating pump design capacity,

total Head, speed, model no.,serial no.etc. complete.

Erection tools-

Following erection tools of one no. of set for 4 pumps together, shall be supplied against this item.

2 pairs of clamps for column pipes & line shfts

2 spanners for line shaft

2 spanners for flange coupling bolts

one no. of Bearing Pullar with adjustable jaws for bottom & top bearings.

Heavy Duty Pipe wrenches Jhalani/Taparia/Gedore make

24 inch.- 2 Nos.

b)   36 inch. –  2 Nos.

Operation & Maintenance Manual-  

  The contracting agency should prepare comprehensive operation & maintenance manual

covering the major items in this tender text. The 3 sets of such comprehensive manuals shall be

Page 134: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

handed over to the Engineer-In-Charge. 

Performance parameter :- The  tenderers must furnish calculation for following efficiency set out

these specifically in their offer

1)Bowl efficiency

2)Pump efficiency

3)Motor efficiency

4)Overall efficiency

The overall efficiency has to be computed from the basic required parameters as below:

          1)    Bowl efficiency sealed at      (83 %)           

            2) Motor efficiency sealed at   ( 93%)

           3) Guaranteed Overall efficiency without negative tolerance     

Pumps should have fairly constant efficiency between the complete Head Range. The parameters

Q & H should be as per IS 1710.           

ERECTION:- Before erection, all the parts such as column pipes, shafts, bearing, bushing etc.

should be cleaned & repainted with anti-corrosive paint.  All the parts should be checked for their

accuracy with tolerance.  It should be ensured that the threaded portion of shaft & coupling are not

damaged & threading coupling, fits properly on the shaft.  After all the parts are thoroughly

checked by the Engineer-in-Charge erections of the pumps should be started.     

ACCEPTANCE OF PUMP:-  MIDC will take into consideration only the Guaranteed Efficiency

(Efficiency without any negative tolerance).

                        The contractor should therefore study closely the limitation & constraints of this

work installation preferably by visiting the site of installation.  They should therefore quote the

guaranteed figure of  bowl efficiencies, pump efficiencies& overall efficiencies.  Only after taking

the limitations of the existing installations into consideration.  No excuse shall be entertained by the

MIDC about any deviation in the efficiency figures.

 EVALUATION:-  Evaluation of the tenders will be carried out on the following basis.

 a.The effective energy rate of Rs. 6.00 per unit will be taken for energy consumption.

b.For 400 KW pumps the capitalization cost per percent fall in efficiency  works out to be Rs.

4,60,310/-

     Taking the higher Guaranteed overall efficiency without tolerance as the datum the face value

of the tenders will be capitalized & evaluated accordingly.

Mode of measurement :- The measurement will be per “Set “ basis. The payment shall be made as

per specified terms of payment mentioned in the tender text. 2     Providing, installing, commissioning & testing of VERTICAL SOLID SHAFT DOUBLESQUIRREL CAGE INDUCTION MOTOR of capacity 3.3 KV, 400 KW /540 HP , 3 Ph, 1450 RPM50Hz to run the pump with specifications as mentioned in item no. 1 above, with TEFC encloser"F" class insulation and B class temperature rise with thermostat protection embedded in statorwinding complete with all accessories required including motor stool required as per detailedspecifications complete with necessary earthing with 25x3 mm thick electrolytic copper earth stripcomplete with independent earth station for each pump motor set. The motor shall be as perdetailed specifications.

Page 135: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Specification:

The relevant standards applicable to the motor are as under:

                                                          IEC                              IS

1.  Performance and Temperature                 34-1                             325

2.  Insulation                                                    85                                1271

3.  Method of cooling                                      34-6                             6362

4.  Protection by motor enclosure                  34-5                             4691

5.  Procedure for quality control                     --                                  --

6.  Type of construction and mounting           34-7                             --

7.  Terminal marking                                       34-8                             4728

8.  Vibration level and measurement       CENLEC                            4729

9.   Testing                                                      34-2                             4029

10.  Rating Plate marking                               34-1                             325

11.  Motors with type of protection Ex “N’      --                                 9628

12.  Motors with type of protection Ex “E”                                          6381

                                                                                                            6381   

In all probabilities, the provisions of the Indian Standard Specifications will be applicable. Where

these standards are not available concerned parameters will be checked with reference to relevant

provision of IS or IEC.

Important tests :

a)           The rotor of every motor shall be dynamically balanced to a high degree of precision to

ensure smooth running at the manufacturers works.

b)           Vibration test with pump after installation at site by checking actual vibration and

rectification where required.

c)           Over speed test and vibration measurement on all five motors at manufacturer’s works.

d)           All type tests on one motor at manufacturer’s works.

e)           Routine tests on all motors at manufacturer’s works.

Additional Auxiliary:

Space heaters and embedded temperature detectors (Thermostat or RTD) may please be

provided with their leads terminated in separate terminal boxes.

In addition to this, Thermistor Protection System complete with indication and alarm relay (Audio

Visual) has to be provided with each motor, which is required to be tested for its reliability in the

manufacturer’s works before dispatch shall be installed with main panel at approved location.

A set of bearing temperature and air temperature detectors (Resistance or Dial Type) shall also be

supplied & installed in main panel at approved location.

3.3 KV H.T Motors:

The broad technical details of motors are as below:

Site conditions to which motor should be designed

Altitude less than 500 meters

Ambiant temperature : 60 deg. C

Page 136: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Standards of Manufacture   : IS 325-1970 and such other Indian Standards with

  latest amendments.

Type of Duty                         : Continuous duty

Frequency                              : 50 C/s + 5%

No. of Phases                        : Three phases

                                                   Motor shall be suitable for voltage variation up to 10%

Mechanical output in KW    : 400 KW / 540 HP

 No of Pole -                          :-   4

Rated voltage                        : 3.3 KV +  10%

Class of Insulation                : F with Temperature Rise as per Class ‘B’.

Speed in RPM                       : Approx. at the rated output 1450 RPM.

Direction of Rotation            : Unidirectional.

System of Earthing               : Copper strip of size 25 x 3mm

Enclosure                              :  TEFC

Max. Temp. Rise                   : As per IS-325-1970 with latest amendments,

   suitable for class ‘B’

Type of Shafting                  : Solid shaft

Plane of working                  : Vertical

Type of Motor                      : Squirrel cage induction ( Double squirrel cage Rotor)

Type of starting                    : Direct line starting / FCMA soft starter starting.

Terminal Box                         : Power cable entry and neutral terminal.

Electrical Requirement of Motor is as under:

Efficiency at rated output:      At full load                   -           95.0%

                                                75% of full load           -           94.8 %

                                                50% of full load           -           92.0%

(Necessary test certificates from the manufacturers should be given)

Starting current           :        Not more than 4 times full load current

Power factor at rated

Output                           :         Full load                       -           0.85

                                                75% of full load           -           0.83

                                                50% of full load           -           0.75

Maximum starting current at partial load and full rated voltage:4 times full load current.

Ventilation                   :           Drip proof enclosure

Maximum no. of starts            Two starts in succession causing to rest between

Admissible                   :           Starts with rotor initially at ambient.

Design Parameters: Motor shall be designed assuming the supply voltage is virtually sinusoidal.

The supply voltage shall also form a virtually balanced system. Motors shall be capable of

delivering rated output with the terminal voltage differing from its rated value for not more than +

6% or with the frequency differing from its rated value by not more than + 3% or with the

combination of voltage and frequency variation up to 5 % also.

In the case of continuous operation at extreme voltage limits, the temperature rise limits specified

Page 137: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

shall not exceed by 10% as per table I of IS: 325 – 1970. The temperature is to be measured by

the meter resistance method of embedded temperature detector method for which suitable

provisions shall be made.

The motors shall be capable of withstanding for 10 seconds without stalling or abrupt changes in

speed  (under gradual increase of torque) an excess torque of 60% of rated torque the voltage and

frequency being maintained at rated values.

The double amplitude of vibration for the motors shall be within the limits specified in              IS:

4729 – 1968.

Tolerance for efficiency, power etc. shall be as below:

                                               

                                                T A B L E   ‘B ’

1.                                 Schedule of   tolerances

     Efficiency                                                                               Tolerance

            a) By summation of losses                                         - 10% of (1-p) n

            b) By input output test                                                 - 15% of (1-p) n

2.         Total losses                                                                 - 10% of the total losses

3.         Power factor                                                               -1/6 of (1-Cos O)

4.         Slip at a full load and at                                             Min. 0.2 7 max. 0.07  +

          20% working temperature                                          of the guaranteed slip

5.     Break way starting current of squirrel 

      cage induction motor with     short                        + 20% of the guaranteed   starting current

       circuited rotor and with any specified                                 ( No power limit)

       starting apparatus

6.         Breakaway torque guaranteed                                           -15% of + 25% of the torque

                                                                 .

7.   fullouttorque                                  10%oftheguaranteed torque 

                                                                                              except  that the torque

                                                                                                          shall not be  less than

                                                                                                         1.6 to 1.5 times the 

                                                                                                              rated torque.

   

Moment of inertia or stored energy                 + 10% of the guaranteed value

Applicable to motors                                                  

Particulars of tests : Procedure for testing of 3.3 KV motors shall be as per IS : 4029 – 1957 .

Tests should be carried out at workshop and it will be witnessed by MIDC representatives at

suppliers cost.

Type test::- For type test one of the motor shall be at randomly selected.

a)    No load running of motor and reading of voltage, current, power input and speed.

b)    Reduced voltage running up test at no load to check the ability of rotor to run up to full speed

of no load in each direction of rotation with 1/3 of the rated live voltage applied to the motor.

c)    Locked rotor readings of voltage, current, power input and torque of squirrel cage motor.

Page 138: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

d)    Full load reading of voltage, current, power input and slip.

e)    Temperature rise test.

f)     Momentary over load test.

g)    Insulation resistance test (both before and after high voltage test).

h)    High voltage test.

i)      Heat run test.

OR

Incase type test is not possible due to testing infrastructure constraints, then type test certificate of

one identical motor with all essential details in “Annex C” of IS 325:1996 from any Central Govt.

Lab shall be submitted. However in such eventuality 1% (One percent) amount of cost of single

motor shall be deducted from the payable amount of the contracting agency.

Routine Tests: These tests are mandatory.

a)    Insulation resistance test  (before high voltage test only).

b)    High voltage test.

c)    No load running of motor and reading of current in three phase and voltage.

d)    Locked rotor readings of voltage, current and power input at suitable reduced voltage.

e)    Reduced voltage running up test at no load to check the ability of the motors to run up to full

speed on load in each direction of rotation with 1/3 of the rated line voltage applied to the starter

terminal.

f)     Open circuit voltage ratio of stator and rotor winding.

High Voltage Test: For 400 KW motors of 3.3 KV when both the ends of each phase are

individually accessible. The test voltage should be applied between each phase and the frame the

core connected to the frame and to the outer phases and windings not under test. The test voltage

should be of power, frequency and shall be as near as possible to sine wave form. The test would

be commenced at a voltage by not more than one half of the full test voltage. The voltage shall

then be increased to the full value steadily or in the steps of not more than 5% of the full value, the

time allowed for increase of the voltage from half to full rate being not less than 10 seconds. The

full test voltage shall then be maintained for one minute, in accordance with the values as indicated

in Table-B.

TABLE  ‘B’  ( HIGH VOLTAGE TEST )

Sr.No.                                      Motor                                                   Test Voltage

 1.        Motor below 10,000 KW                     1,000 V + twice the voltage with minimum

                                                                        of 1,500 V.

2.         Secondary (usually rotor)                   1,000 V + twice the open circuit stand still  

                                                                        voltage as measured between the slip

rings or secondary terminals with rated 

voltage applied to the primary windings.

_____________________________________________________________________

Completely rewound winding should be tested at the full supply test voltage.  Insulation resistance

when the high voltage test is applied to the primary windings.

All the motors should be designed to withstand 1.2 times the rated speed.

Page 139: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Instruments for testing shall be as per IS – 1248 – 1958. For routine tests instruments of class 2.5

accuracy are to be used and for type tests instruments of class 0.5 accuracy are shall be used

when current and potential transformers are used. Connection shall be made for ratio errors in

voltage and current measurements and for ratio and phase angle errors in power instruments.

Voltage should clearly approach the sinusoidal waveform and should be inbalanced. Phase

voltage should be measured at motor terminal. If at the time of conducting the test voltage is nearly

but not absolutely balanced, the arithmetical average of the phase voltage shall be applicable for

current measurements. Power input to a motor may be measured by 3 phases.

Digital watt meters input to a connected in. The total watts required on wattmeters shall be reduced

by the amount of the 12R. Loss in the voltage circuits of the instruments whenever this loss is a

measurable portion of the total read.

No load test should give no load current core loss friction and windage loss. This is to be carried

out immediately after temperature rise test. Locked rotor test is to be carried out for determining

the soundness of motor and to measure the starting current, power factor starting torque and

impedance. Circle diagram may be plotted.

Characteristic Curve :

Test for speed torque and speed, current curves, load test and temporary rise test should be

carried out as per IS 4029-1967. All the parameters such as slip, power, factor etc. should be

separately calculated. Characteristic curves of load verses efficiency and power load and the

curves stated above should be furnished.

Bearings:

The berings of the motor should be SKF/FAG make. No other make other than this will be

accepted. The cost  DE & NDE bearing should be included in the cost of the motor.

Terminal arrangements:

The terminal arrangements of the motor should be sturdy and suitable for cable entries of 3.3 KV,

95 sq.mm PVC cable. The cable jointing of the cable at both the ends shall be carried out by

crimping method only. Sufficient insulation padding shall be inserted between adjacent cores of the

cable.  The terminal boxes should be of adequate size for proper ventilation and for facilitating the

dismantling of cables for maintenance purposes. The threads of terminal studs should be properly

made and should be capable of withstanding to heavy-duty cable lugs. The terminal studs should

be sufficiently sturdy so as to prevent the damage due to frequent maintenance with motor

terminals. The motor should have two earthing terminals and two cable boxes of adequate size.

The terminal boxes should be vermin proof and the cable entry shall be from bottom only.

Neutral terminal box.

Lubrication:

The bearing housing should be tested for tightness. In case of grease lubricated bearings type and

make of grease should also be specified.

Perfect match with the pump :

The contractor shall ensure that the coupling flanges of both pumps and motor will match other

before despatch of the equipments to site.

Diagram and rating plate:

Page 140: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

The SS rating plate of the motor should be equipped with the following description.

Ref. To IS: 325 – 1970

Induction Motor

Name of the manufacturer

Manufacturer’s number and frame reference

Type of duty

Class of Insulation

No. of phases and frequency in

Rated output in KW

Rated voltage and winding connections

Current approx. in Amps. At rated output

Speed in revolutions per minute at rated output

Rotor (secondary) voltage and winding connection

Rotor (secondary) current in Amps at rated output

Brief connection diagram

Factory test: Test of the motor should be given invariably in the presence of MIDC representative

for each motor when the different electrical parameters such as current, power, torque, slip, losses,

efficiency and power factor would be measured. In case any of the results show large variation as

compared to the stands for values in relevant specifications the manufacturer will have to carry out

the modifications as would be necessary and retesting of the motor will have to be done again in

the presence of MIDC’s representative to his complete satisfaction.

Balancing:  Static and dynamic balancing of the motor should be shown to MIDC’s

representatives at the time of shop test.

It is however, specifically stated again that the satisfactory tests will not absolve the contractor of

the responsibility of giving fresh test again after the installation and erection of the same at site and

in case the field test is found to be unsatisfactory, the modifications as would be necessary will

have to be carried out by the contractor at his cost again.

Field Test: Immediately after the motors are received at the site these should be properly stored

so as to prevent ingress of dust and moisture and damage to the winding due to rat and insects.

Before putting the motor on its pedestal and at the time of erection it should be ensured by usual

inspection and by other routine methods of inspection that it is intact. The field test of the motor

should be given on no load and on full load and partial load conditions and the test results of the

motor such as input, current power connections or wrong operations of the contractor’s men will

have to be verified by the contractor at his cost and risk.

Earthing :       The item also includes the providing and connecting the earthing with 25 x 3mm

thick electrolytic copper strip connected together to form the common bus and connected to one

independent earth station, for each set of pump and motor i.e. there will be three separate earth

stations consisting of 60x60x0.6 cm. M.S. or G.I.  earthplate , salt, charcoal etc. with earth pit and

specially prepared earth chamber in C.C. as per I.E. Rules.

Mode of Measurement: The contract rate shall be on the basis of per number

Page 141: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

3     Designing , manufacturing , providing , installing, commisioning and testing of 3.3 KV SWITCHBOARD PANEL consisting of 2 incomers, 1 bus coupler and 11 No. outgoing feeders consisting ofvaccum circuit breakers (6 for motor feeder + 4 nos. as spare for capacitors +1Nos. for sparefeeder ),Fully automatic FCMA soft starter-6 nos ( separate pannel for soft starter) draw out typeappropriate with making current setting by way of relay etc , bus bars , Digital Energy monitoringequipments, digital measuring instruments , digital power measurement system ,currenttransformers, complete protection relays , operating buttons , indicating lamps and all standardaccessories etc complete suitable for operation and control of motors provided under item no.2above The panel shall be provided as per detailed specifications. Specification:

The main components of the above panel will be as below:

2 Nos.  Incoming panels each consisting of :

 Draw out type vacuum circuit breaker consisting of

3.3 KV, 3 Phase , 50 HZ , 1250 A , 25 KA /1 SEC

 Closing & trip Coil :- 110 VDC

 Spring Charge Motor :- 240 VAC

 Operation Counter, Safety shutter

 VCB should be  draw out type manual as well as electrically operated spring charged complete

with shunt trip coil, auxiliary contacts, spring charge indication, mechanical counter, handle for

manual operation, handle for withdrawing breaker, mechanical ON-OFF push button and

Mechanical ON-OFF indication, switch 24 pin plug and socket elements etc. rating 1250 Amps

complete.

Local/Remote selector switch.

Sets of led type indicating lamp / Red – Green suitable for 110 V DC.

Set of indicating lamp / White with check push button for trip circuit healthy indication suitable for

110 V DC.

Digital Frequency Meter.

Digital Energy Meter with CTs Test Terminal Blocks, protective fuses etc.

Potential Transformers : Epoxy cast resin  Fixed type 3 phase, 2 core potential transformers with

primary fuses, PT ratio Star-Star connected 3300/ 110 with 100 VA burden class of accuracy – 1.

current transformer :-Double core cast resin insulated current transformer of CTR 600/300/1 - 1

A,

 CORE 1:-  15 VA , CL1

CORE 2:-  15 VA , CL5P10

CORE 3:-  15 VA , CLPS ( Diff Transformer )

CORE 4:-  15 VA , CL5P10 ( spare )

Metering & Annunciator:-  

Digital Ammeter :- Digital type ammeter flush mounting frame 96 x 96 sq.mm. scaled 0 to 600

Amps with suppressed scale of 400 Amps to 600 Amps with selector switch 3 way and off.

Digital  Voltmeter :- Digital type voltmeter flush mounting, frame 96 x 96 sq.mm scaled 0 to 5 KV

Page 142: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

with selector switch 3 way and off.

Multifunction Meter :-  Size 96 x 96 mm , 110 VAC 3 Ph 4 wire Class 1

  Phase Sequence meter :-  Size 96x 96 mm ‘\, 110 VAC

Window   Annunciator:- 8 Window   Annunciator 96 x 96 mm  Aux.  with inbuilt Test / Accept /

Reset push button

Hooter :-  Aux Supply 230 VDC , Dia 22.5 mm

 Protection Relay :- Triple pole non directional IDMTL relay With having 3 elements for over

current protection with setting range 50% to 200%  of 5A on IDMTL units and one element for

earth fault protection with setting range of 10% to 40%  of 5A on IDMTL unit and with  High set for

both  O/C & E/F

Annunciator Relay for Auto Trip annunciation suitable for 110 volts D.C.

Master Trip Relay :-  Coil voltage  110 V DC,  5 NO + 2NC contacts Flush mounted

 Under Voltage Relay :-  3NO + 3NC contacts, Flush mounted, AC mountering voltage :- 110 V

AC

DC fail Relay  DIN  rail mounted Aux supply  110 VDC

Selector Switch :-

 Breaker control switch :- spring return type, T-N-C 

 Local  Remote  selector switch :- locable with 02 NO + 2NC  element

Ammeter selector switch: 4 Position off –R-Y-BR

 Voltmeter selector switch ---

Indicating lamps:

Ind lamps, 22.5 mm dia, LED type 110 V DC

Phase indicatin lamps R-Y-B

Breaker on/ VCB in service position/

breaker off/ VCB in test position

spring charged 

breaker auto trip

Trip  circuit healthy

 Test plug boxes (1 type – c and 1 type –V)

Cable termination gland for bottom entry of 3 cores x 400 sq.mm PVC cable.

Thermostat for panel space heater, range 0 to 60 deg. C.

Panel space heater

Bus bar chamber consisting of 3 electrolytic copper bus bar of capacity 1250 Amps. Capacity and

neutral bus bar of 600 Amps capacity.

Audio alarm and visual alarm from buchholz relay for the transformer.

1 No.   Bus coupler consisting of:

Drawout type vacuum circuit breaker as per above description

Local / Remote selector switch.

Sets of indicating lamps – Red Green suitable for 110 V DC.

Set of indicating lamps – White with check push button for trip circuit healthy indication suitable for

Page 143: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

110 V DC.

Frequency Meter.

Potential Transformers : Epoxy cast resin  Fixed type 3 phase, 2 core potential transformers with

primary fuses, PT ratio Star-Star connected 3300/ 110 with 100 VA burden class of accuracy – 1.

current transformer :-'Cast resin insulated current transformer of CTR 600/300/1 - 1 A,

 CORE 1:-  15 VA , CL1

CORE 2:-  15 VA , CL5P10

CORE 3:-  15 VA , CLPS ( Diff Transformer )

CORE 4:-  15 VA , CL5P10 ( spare )

Metering & Annunciator:- 

Digital Ammeter :- Digital type ammeter flush mounting frame 96 x 96 sq.mm. scaled 0 to 600

Amps with suppressed scale of 400 Amps to 600 Amps with selector switch 3 way and off.

Digital  Voltmeter :- Digital type voltmeter flush mounting, frame 96 x 96 sq.mm scaled 0 to 5 KV

with selector switch 3 way and off.

Multifunction Meter :-  Size 96 x 96 mm , 110 VAC 3 Ph 4 wire Class 1

  Phase Sequence meter :-  Size 96x 96 mm ‘\, 110 VAC

Window   Annunciator:- 8 Window   Annunciator 96 x 96 mm  Aux.  with inbuilt Test / Accept /

Reset push button

Hooter :-  Aux Supply 230 VDC , Dia 22.5 mm

 Protection Relay :- Triple pole non directional IDMTL relay With having 3 elements for over

current protection with setting range 50% to 200%  of 5A on IDMTL units and one element for

earth fault protection with setting range of 10% to 40%  of 5A on IDMTL unit and with  High set for

both  O/C & E/F

Annunciator Relay for Auto Trip annunciation suitable for 110 volts D.C.

Master Trip Relay :-  Coil voltage  110 V DC,  5 NO + 2NC contacts Flush mounted

 Under Voltage Relay :-  3NO + 3NC contacts, Flush mounted, AC mountering voltage :- 110 V

AC

DC fail Relay  DIN  rail mounted Aux supply  110 VDC

Selector Switch :-

 Breaker control switch :- spring return type, T-N-C 

 Local  Remote  selector switch :- locable with 02 NO + 2NC  element

Ammeter selector switch: 4 Position off –R-Y-BR

Indicating lamps: Ind lamps, 22.5 mm dia, LED type 110 V DC

Phase indication lamps R-Y-B

Breaker on/ VCB in service position/

breaker off/ VCB in test position

spring charged 

breaker auto trip

Trip  circuit healthy

 Test plug boxes (1 type – c and 1 type –V)

Cable termination gland for bottom entry of 3 cores x 400 sq.mm PVC cable.

Page 144: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Thermostat for panel space heater, range 0 to 60 deg. C.

Panel space heater

11 Nos. Outgoing panels each consists of as under

 (  6 Nos for motor feeder + 4 Nos for Capacitors + 1 Nos for spare )

Off load Isolator.

Draw out type vacuum circuit breaker consisting of

3.3 KV, 3 Phase , 50 HZ , 630 A , 25 KA /1 SEC

Closing & trip Coil :- 110 VDC

Spring Charge Motor :- 240 VAC

Operation Counter, Safety shutter

Local / Remote selector switch.

Sets of LED Indicating lamp- Red-Green for circuit breaker On-OFF, Blue for spring charge and

amber for auto trip indication suitable for 110 volts D.C.

Set of LED Indicating lamp - white with check push button for trip circuit healthy indication suitable

for 110 volts D.C.

current transformer :- cast resin insulated current transformer of CTR 600/300/1 - 1 A,

 CORE 1:-  15 VA , CL1

CORE 2:-  15 VA , CL5P10

CORE 3:-  15 VA , CLPS ( Diff Transformer )

CORE 4:-  15 VA , CL5P10 ( spare )

Metering & Annunciator:- 

Digital Ammeter :- Digital type ammeter flush mounting frame 96 x 96 sq.mm. scaled 0 to 600

Amps with suppressed scale of 400 Amps to 600 Amps with selector switch 3 way and off.

Digital  Voltmeter :- Digital type voltmeter flush mounting, frame 96 x 96 sq.mm scaled 0 to 5 KV

with selector switch 3 way and off.

Comprehensive motor protection relay for protection of motors against thermal overload,

instantaneous over current instantaneous unbalance, instantaneous earth fault and stalling

protection Surge suppressor.

Stand by earth fault relay  Aux supply 110 V DC

Auto Thermo trip or additional tripping arrangement connected to the thermistor embedded in the

stator winding of motor.

Protection Relay :- Triple pole non directional IDMTL relay With having 3 elements for over

current protection with setting range 50% to 200%  of 5A on IDMTL units and one element for

earth fault protection with setting range of 10% to 40%  of 5A on IDMTL unit and with  High set for

both  O/C & E/F

Annunciator Relay for Auto Trip annunciation suitable for 110 volts D.C.

Master Trip Relay :-  Coil voltage  110 V DC,  5 NO + 2NC contacts Flush mounted

 Under Voltage Relay :-  3NO + 3NC contacts, Flush mounted, AC mountering voltage :- 110 V

AC

DC fail Relay  DIN  rail mounted Aux supply  110 VDC

Selector Switch :-

Page 145: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 Breaker control switch :- spring return type, T-N-C 

 Local  Remote  selector switch :- locable with 02 NO + 2NC  element

Ammeter selector switch: 4 Position off –R-Y-BR

Indicating lamps: Ind lamps, 22.5 mm dia, LED type 110 V DC

Phase indicatin lamps R-Y-B

Breaker on/ VCB in service position/

breaker off/ VCB in test position

spring charged 

breaker auto trip

Trip  circuit healthy

 Test plug boxes (1 type – c and 1 type –V)

Cable termination gland kit suitable for bottom entry PVC 3.3 KV   120 sqmm x 3 core armoured 

cable.

The above text indicates the different components of the main 3.3 KV Switch board panel to be

assembled, wired and tested for the effective motor control centers of 6 Nos. of 540 H.P. / 400KW

vertical squirrel cage solid shaft induction motors, out of which any one / all the feeders will be

utilised as per requirement. The structural details of the above switchboard panel will be broadly as

below:

There will be 14 cubicles of solid profile containing  two incoming panels, one bus coupler and

 eleven outgoing feeders. These cubical will be fabricated out of 12 Gauge thick CRCA sheets with

front hinged door with glass panel for observation of circuit breaker position (Test and Service and

mechanical ON -OFF Indication). The Test position is accommodated in the cubical housing itself

with the front door remaining closed. The trolley or the track for disengaging the circuit breaker

shall form an integral part of the breaker, which can be drawn out and pushed in without any

difficulty. Only two trolleys may be supplied which would be shifted and used according to

requirements. The bus bar chamber of each cubical will have to be segregated from other by cast

resin bushing plates through which the Bus bars pass to the next panels. Each compartment will

have to be separately ventilated in the top of the panel and pressure discharge flaps are to be

provided for each section.  In case of accident in the section of the cubical the resultant pressure

will have to be discharged to the atmosphere through the flaps.

The instrument cluster with the compartment is to be provided on the top portion of the panel with

separate hinged doors and shall have to be fully separated from the other compartment.

INTERLOCKING FEATURES

It is essential to provide the following features for the safety of the operating personnel.

i)              The breaker can be closed only in Test/ Service position when inside the cubical.

ii)             The breaker can be withdrawn only in OFF position.

iii)            In the operating position of the breaker the same shall have to be securely housed and

locked. It can be withdrawn or inserted only with the appropriate operations of the interlocking

levers.

iv)           The interlocking lever shall facilitate the overcoming of the contact pressure; at the main

disconnect contacts while pushing in or drawing out.

Page 146: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

INSTRUMENT TRANSFORMERS

All the instrument transformers shall be cast resin insulation. The cast –resin insulation has to be

non-hygroscopic and has to possess high mechanical and die-electric properties. It shall be

possible to be molded then the required size and shape. These transformers shall be compact and

shall have elegant appearance. It has to be assured that the power arcs over the surface of epoxy

resin transformers do not permit fires to spread or cause permanent damage. In case of surface

flash over these transformers shall be capable of re-use after cleaning the surface.

Surface Treatment and Painting :

The sheet steel and other M.S. parts to be used in the panels are to be provided with the following

surface treatment and finishing processes.

The process consists of providing of phosphate coating followed by two coats of zinc-chromate

primer and finally application of painting with powder coating paint. The important steps in surface

treatment are:

a)        De-greasing in hot alkaline degreaser

b)        Rinsing in cold running/ flowing water

c)        Pickling in 50% by volume hydrochloric acid.

d)        Rinsing in cold flowing water.

e)        Phosphating in hot zinc phosphating solution.

f)         Rinsing in cold flowing water

g)        Passivating in hot De-oxilic solution

h)        Powder coating painting.

The cubical units for use on 3.3 KV floor mounting type shall be of solid profile steel work totally

enclosed sheet steel for indoor installation fabricated out at least 14 SWG. thick CRCA sheet. The

hinged door frames shall have pans of security glass for observation with automatic safety shutter

for upper and lower disconnecting contacts and provision for interlocking switch gear truck in the

operating as well as in the test position. (Test position within housing and panel door can be closed

when the truck has been withdrawn to the test position. The vaccum circuit breakers as per the

detailed specification should be housed inside the panels. 3 phase PVC sleeved copper bus bars

of electrolytic type rates 1250/630 Amps. With earthing bus bar of half  the rating, multiple

receiptable for auxiliary circuit and two  pole limit switches for test / service position, complete with

necessary small 250 volts grades, wiring terminal and space heaters with thermostat with 1-5 pole

CB auxiliary  switches  mounted in stationary portion complete  with name plate, foundation

channels, jumpers and the panel illuminating lamps suitable for 250 volts single phase, 50 Hz, AC

power supply.        

Vacuum circuit breaker : The vacuum circuit breaker must conform to IS:2516/ 3427  and IEC:

56/ 298 with double insulated bus bars and fully interlocked for operation safety. The circuit

breaker shall have for a given contact gap, dielectric strength of about eight times that of air, thus

making it possible to quench an arc with a very small contact gap.   It shall have the arc energy

dissipated for a given interrupting current approx. 1/10th that of oil. The short clearance time low

arc resistance and short arc length accompanied by low arc energy shall result in maintaining the

contact erosion to the minimum. The vacuum shall have the fastest recovery strength after full arc

Page 147: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

interruption to its full dielectric value at zero current. The drive energy of the vacuum switchgear

has to be the least in comparison to the other types of breakers. 

The vacuum interrupter is to be designed with steel arc chamber in the center and symmetrically

arranged and ceramic insulators. The vacuum interrupters shall also consist of fixed and moving

contacts. Insulators made of aluminum oxide, arc chamber made of chromium nickel steel. The

vacuum circuit breaker shall consist of three air-insulated poles incorporating the vacuum

interruptions and mechanism housing to be formed as sturdy base for the poles. The moving

contacts are to be connected to the operating mechanism through insulated couplers. The

interrupters are to be connected mechanically and electrically by their fixed contacts to the breaker

terminals at upper supports. The main parts of VCB are upper interrupter support, top terminals,

fixed contacts, moving contacts, tubular housing, bellows, bottom terminals, lower interrupter

spring and release pawl etc. The VCB shall have a motor type automatic operation device with a

facility of manual operations in case of failure of automatic operation. The following accessories

are to be provided with each VCB.

a)     Auxiliary switch (5 No + 5 No. + 1 WI)

(Wiping contact)

b)     Closing solenoid

c)     Tripping solenoid

d)     Mechanical operation counter

e)     Spring charging handle.

The additional accessories as above may also please be fitted in the mechanism.

a)    Shunt release valve.

b)    Current transformer operated release.

c)    Under voltage release ‘R’.

d)    Lock out relay for under voltage release for ‘C’ above.

e)    Limit switch for giving spring charge indication.

f)     Extended auxiliary switch – 11 NO. + 11 No. + 1WI

g)    Electrical load closing.

h)    Cutout switch for trip or fault indication.

Following safety devices are provided with the VCB.

a)     Individual explosion vent.

b)     Pressure testing of the cubical for the internal earth fault.

c)     Full earthing for the circuit breaker and sheet metal enclosure to be fully earthed.

d)     Provision of self-locking shutters with close automatically when the truck is withdrawn to test

position.

e)     Terminals for protective earthings to be located at the rear bottom of the panel and those for

interconnection individual panels by continuous copper earth bus at the bottom of the earth

chamber. The earthing connection between the truck and the cubical is to be provided by means of

sliding contacts. This enables the earthing  of the truck in the isolated position when inserted. The

earthing contact is to be maintained when the truck is pushed further into the connected position.

When the truck is being withdrawn the earthing connection is not to be interrupted until the truck

Page 148: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

has moved past the isolation position.

All the control panel should be provided with proper earthing with electrolytic copper earth strips of

25x3mm size and separate earth station with all necessary material such as earth plate of size

600x600x6mm , copper earth strips, earth wire,  salt, charcoal etc. including civil work such as

excavation , providing  earth chamber etc. is included in the scope of work under this contract.

The earthing should be as per IE rules and the earth test results should be submitted by the

contractor.

 INVENTORY OF 3.3 KV MAIN SWITCHGEAR PANEL BOARD

Sr. No. Item     Type of

equipment

Rating/ Size       Qty  Remarks

1) Incoming

Feeders--- 2 NOs

a) Bus bar

chamber with

electrolytic copper

bus bars

Electrolytic copper

 with PVC sleeved 

of suitable Size for

1250 Amp 3.3 KV

supply , Earth Bus 

50 x 5 CU, 30 x 5

mm for linking

connections

 AS required

b)Drawout

typeVCB

1250Amp,3.3 KV

,    

3.3 KV, 1250 Amp 2 Nos.

c)Local /remote 

selector

switch          

2 Nos

d) 1)Epoxy  resin Cast

, Current

Tansformeer

CTR 600/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10   (spare )

2)core cast resin

    CTR 400/1-1A   

insulated CT ( for

APFC)  

600/1-1A

400/1-1A

9 Nos

 6Nos

Page 149: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

e)Epoxy cast resin,

3Ph,     1   

  PT ratio    3.3KV/110

Volts

                 1.732   

/1.732    Star-star

connected with 100 VA

burden class of 

accuracy –1

 f) Protection Relay:-

Triple pole non

directional IDMTL relay

 100 VA CL13 O/C + 1E/F with high

set

 O/c setting :- 50 % -

200 % of 5 A

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C & E/F

6 Nos

2 Nos

 g) Master Trip

Relay

 Coil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted

2 Nos

h) Under Voltage

Relay

3NO + 3NC

contacts voltage :-

110 V AC

 2 Nos

i)  DC fail

Relay               

Aux supply  110

VDC

         2 Nos

j) Annunciation

relay for auto trip

110 V DC 2 Nos

k)    Test plug

boxes     ( 1 type

–C and

6 Nos.

l)   Indicatin g

lamps:                          

        Ind lamps, 22.5

mm dia, LED  Ind

lamp, 22.5 mm dia

LED type

110 VDC

Phase indication lamps

R-Y-B

              

Breaker on/ VCB in

service position/   

breaker off/ VCB in test

position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

6 Nos

8 Nos

8 Nos

2 NOs

2 NOs

2Nos

Page 150: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 m) Metering &

Annunciator

 Multifunction Meter 

size 96 x 96 mm

110 VAC ,3 Ph,

4wire , class 12 Nos

  Digital  Ammeter ,

96x96mm

0-800 Amp 2 Nos

  Digital   Voltmeter ,

96x96mm

0-4KV PT ratio

11KV/110V2 Nos

 8 Window 

Annunciator ,

96x96mm  with

inbuilt test

/Accept/Reset push

button

 Aux Supply  110 V 2 Nos

 Hooter  Dia 22.5 mm Aux Supply  230 VDC 2 Nos

 n) Selector Switches

Breaker control switch

:-

spring return type,

T-N-C 2 Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element2 Nos

 Ammeter selector

Switch

 4 position  

OFF- R- Y- B2 Nos

 Voltmeter selector

Switch

4 position  

OFF- RY- YB- BR 2 Nos

 o) Space heater &

Thermostate

 60 W ,230VAC  2 Nos

p)  Aux Contactor for

VCB contact

    Multiplication

110 VDC 4 Nos

BUS COUPLER ---

1 NOs

a) Bus bar

chamber with

electrolytic copper

bus bars

Electrolytic copper

 with PVC sleeved 

of suitable Size for

1250 Amp 3.3 KV

supply , Earth Bus 

50 x 5 CU, 30 x 5

mm for linking

connections

 AS required

b)Drawout

typeVCB

1250Amp,3.3 KV

,    

3.3 KV, 1250 Amp 1 Nos.

Page 151: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

c)Local /remote 

selector

switch          

1 Nos

d) 1)Epoxy  resin Cast

, Current

Tansformeer

CTR 600/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10                        

( spare )

600/1-1A 3 Nos

e)Epoxy cast resin,

3Ph,     1   

  PT ratio    3.3KV/110

Volts

                 1.732   

/1.732    Star-star

connected with 100 VA

burden class of 

accuracy –1

 f) Protection Relay:-

Triple pole non

directional IDMTL relay

 100 VA CL13 O/C + 1E/F with high

set

 O/c setting :- 50 % -

200 % of 5 A

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C & E/F

3 Nos

1 Nos

 g) Master Trip

Relay

 Coil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted 

1 Nos

h) Under Voltage

Relay

3NO + 3NC

contacts voltage :-

110 V AC

 1 Nos

i)  DC fail

Relay               

Aux supply  110

VDC

1Nos

j) Annunciation

relay for auto trip

110 V DC 1 Nos

k)    Test plug

boxes     ( 1 type

–C and

3 Nos.

Page 152: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

l)   Indicatin g

lamps:                          

        Ind lamps, 22.5

mm dia, LED  Ind

lamp, 22.5 mm dia

LED type

110 VDC

Phase indication lamps

R-Y-B     

Breaker on/ VCB in

service position/   

breaker off/ VCB in test

position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

3 Nos

4 Nos

4 Nos

1 NOs

1 NOs

1 Nos

m) Metering &

Annunciator

 Multifunction Meter 

size 96 x 96 mm

110 VAC ,3 Ph,

4wire , class 11 Nos

  Digital  Ammeter ,

96x96mm

0-800 Amp 1 Nos

  Digital   Voltmeter ,

96x96mm

0-4KV PT ratio

11KV/110V1 Nos

 8 Window 

Annunciator ,

96x96mm  with

inbuilt test

/Accept/Reset push

button

 Aux Supply  110 V 1 Nos

 Hooter  Dia 22.5 mm Aux Supply  230 VDC 1 Nos

 n)Selector Switches

Breaker control switch

:-

spring return type,

T-N-C 1 Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element1 Nos

 Ammeter selector

Switch

 4 position  

OFF- R- Y- B1 Nos

 Voltmeter selector

Switch

4 position  

OFF- RY- YB- BR 1Nos

 o) Space heater &

Thermostate

 60 W ,230VAC  2Nos

p)  Aux Contactor for

VCB contact

    Multiplication 

110 VDC 4 Nos

Page 153: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Outgoing Feeder-

--11 Nos

a)Drawout type

VCB  630 Amp,3.3

KV , 

3.3 KV , 630 Amp 11 Nos.

b) Soft starters

suitable   for 3.3

KV operation  &

400 KW motor

3.3 KV,400 KW 6  Nos

c)Local /remote 

selector

switch          

11 Nos

d) 1)Epoxy  resin Cast

, Current Tansformeer

CTR 100/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10                        

              ( spare )

2)Epoxy cast resin

double core insulated

CT ratio for Capacitor

3) 3) CB CT

100/1-1A

50/1-1A

50/1-1A

18 Nos

12 Nos

6 Nos

e) Protection Relay:-

Triple pole non

directional IDMTL relay

 3 O/C + 1E/F with

high set O/c setting :- 50 % -

200 % of 5 A 

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C & E/F

6 Nos

 f) Master Trip

Relay

 Cil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted

6 Nos

g)   Motor

Protection Relay

 Aux

Supply             110

DC

6 Nos

h) Annunciator

Relay

Aux Supply            

110 DC

6 Nos

Page 154: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Note : This list however may not be exhaustive and may be susceptible to changes According To

the ratings of the main equipments. The contractors are requested to carefully analyse all the items

of the inventory and suggest suitable changes, if necessary.

Specification for Soft starter ( High Voltage)

i)Auto thermo trip

for          additional

tripping

arrangement

Aux Supply            

110 DC

6 Nos.

j) Under Voltage

Relay

3NO + 3NC

contacts voltage :-

110 V AC

 6 Nos

k)   Indicatin g

lamps:                          

        Ind lamps, 22.5

mm dia, LED  Ind

lamp, 22.5 mm dia

LED type110 VDC

Phase indication lamps

R-y-B

       breaker on/ VCB

in service position/   

breaker off/ VCB in test

position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

-

22 Nos

22 Nos

11 NOs

11 NOs

11 Nos

 l) Metering &

Annunciator

Digital  Ammeter ,

96x96mm

0-300 Amp 11Nos

8 Window  Annunciator

, 96x96mm  with

inbuilt test

/Accept/Reset push

button

 Aux Supply  110 V 1 Nos

m)Selector Switches

Breaker control switch

:-

spring return type,

T-N-C 11Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element11 Nos

Ammeter selector

Switch

 4 position  

OFF- R- Y- B11 Nos

n) Space heater &

Thermostate

 60 W ,230VAC  11 Nos

Page 155: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1.         The High voltage soft starter for HT induction motor will be based on Flux Compensated

Magnetic Amplifier principle and shall be installed on the Neutral side of HT induction motor.

2.         The Flux Compensated Magnetic Amplifier (FCMA) Soft starter shall be suitable for

operation on 3.3 KV Voltage at 3 Ph, 50 Hz A.C. supply and suitable for connection to the phase

segregated Neutral Terminal Box of the HT induction motor for Neutral Soft Starter.

The Soft Starter shall be rated equivalent to the HT induction motor rated power and shall be

capable of operating satisfactorily with the HT induction motor under the specified starting

conditions of the induction motor. The soft starter rating offered shall not be less than the rated

KW of the HT induction motor.

The soft starter shall reduce the starting current of the HT induction motor at least to 80% of

the direct on line starting current of the motor. The soft starter shall have a facility to further

reduce the current, if the motor & load torque speed curves permit so. The soft starter shall

control the starting torque in such a manner so as to effect smooth starting of the HT induction

motor drive. The soft starter shall be provided with suitably rated ammeter to indicate the motor

current during starting.

The Flux Compensated Magnetic Amplifier (FCMA) shall work on the principle of unsaturated

core in the working zone and shall not lead to generation of harmonic. The soft starter shall

have Silicon steel core. Air core will not be acceptable. The windings of the soft starters shall

be with insulation class H Max. Temperature of winding shall be limited to that of class B. The

FCMA unit should be Air Cooled and dust & vermin proof. The FCMA soft starters should be

suitable for indoor mounting.

The soft starter shall be so rated as to allow at least two consecutive starts from cold or four

hot start per hour.

The soft starter shall be designed for supply voltage variation of +/- 6% and frequency variation

of +/- 3%.

The soft starter should be suitable for working at control supply voltage on 110 V DC.

The FCMA soft starter shall be housed in a sheet steel enclosure of thickness not less than 12

gauge and painted with corrosion resistive paint such as Epoxy or Polyurethane . The degree

of protection shall be IP-4 or equivalent.

FCMA soft starter unit shall have anti condensation heater, complete with switch and

thermostat. The heater shall have interlocking in such a way that it is switched ‘OFF’ when

motor is in run mode.

FCMA soft starter shall not contain any active electronic components.

FCMA soft startr shall have a built in facility for run mode bypass so that the incoming voltage

to the HT induction motor is equal to the supply voltage.

All the contactor / switchgears shall be used of either simens, L&T or C&S make.

Testing :

Routine Test :

1.         Physical inspection for dimensional check.

2.         Contorl circuit operation check.

3.         High Voltage test.

Page 156: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

4.         Insulation resistance test before & after high voltage test.

5.         Temperature rise test  for bypass device at rated HT induction motor current for 1 hour.

6.         Full load operation check.

Site Test.

1.         Insulation resistance check.

2.         Control circuit test.

3.         Test to demonstrate achievement of starting current as per specifications and as finalized

during detail engineering.

4.         Both the tests shall be witnessed by MIDC’s representative.

Guarantee of Performance:

The equipment should be almost maintenance free and should not produce any harmonics. The

tenders should give guarantee of performance of at least 1 year from the date of commissioning.

Implication on Specification of other related equipment due to provision of FCMA soft

starter.

Motor Specification:

1.         Motor should be star connected with 3 line & 3 neutral terminals separately brought out to

respective terminal boxes.

2.         Motor should have separate phase segregated neutral terminal box suitable for connecting

fully rated power cable to FCMA soft starter.

HT SWITCHGEAR PANEL:

1.         1 No potential free No contact of the motor circuit breaker should be wired to the control

terminals for interlocking with soft starters.

2.         The circuit breaker closing circuit should accept a potential free contact from the soft starter

to ensure that the motor is started only when soft starter is in “Start” mode.

3.         The circuit breaker trip circuit should accept a potential free from the soft starter to trip the

motor in case the soft starter gives a trip command.

Earthing system consisting of 25x3mm electrolytic copper strip connected to two earthing stations,

one separate for neutral and one for body earth complete with MS/GI earth plate of 60x60x0.6 cm. 

with salt charcoal  etc.  as per IE Rules will have to be provided by the contractor.

The contractor will have to submit the drawings of the proposed installations along with the tender

and should be got approved before start of work.

 The work consists of carrying out shop tests of the panel before dispatch and complete erection

and testing of the panel  board in the  pump house including earthing and commissioning of the

panel board for full load running of the pumps/motors.

(d) Other details:

The painting of new switchboard panels should be uniform and powder coating type. The

contractor will have to provide plastic/metallic tags on the panel board as per MIDC’s instructions.

All  the small control wirings will have to be carried out in 2.5 sqmm. copper wire only of Philco/

Pyroflex/polycab make.

Brass cable glands are to be provided on the incoming and outgoing feeders for facilitating the

cable connections.

Page 157: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

All the operation of switchgears should be provided outside and on the front side of the panel.

The panel should be totally enclosed sheet steel, vermin proof and of identical shape.

The panel board should be fabricated out of 12-guage sheet steel.

The panel board should be painted with powder coating painting.

The shade of panel should be approved and should be same for all the panel boards.

The panel board should be completed with cable termination boxes and brass cable glands on

incoming and outgoing sides, suitable for cable sizes provided.

All the breakers should be of draw-out type with thermal and overhead relay, under voltage and

overload release, ON-OFF push buttons etc.

All the bus bars should be fabricated from electrolytic copper only.  These should be painted

with red, yellow and blue colours for phases and black for neutral.

The switchboard panel should comprise of required number of structures of solid profiles of

steel having air insulated and electrolytic copper bars of sizes indicated above in item wise

specifications, mounted on glazed porcelain insulators with mounting arrangement for the

switchgears, complete with all necessary materials. All the panel board should be dried up in

oven for removal of moisture and should be sufficiently baked.

Following tests should be carried out on breakers/starters before dispatch and the test

certificate thereof should be furnished to this office along with their supply.

a)      Verification of temperature rise of main and auxiliary circuit.

b)      Verification of making and breaking capacities.

c)      Verification of mechanical duty class (type and design).

d)      Verification of operation of relays.

Marking or wires:

All the terminal leads should have the distinctive marking with circuit number etc. with separate

marking sleeve.

Mode of Measurement: The contract rate shall be on the basis of per set. 4     Providing, erecting, testing & commissioning of 140 KVAR 3.6 KV fixed capacitor panel for2000 KVA /11 KV/3.3 KV tansformer with HT Capacitors 140 KVAR 3.6 KV , 3 ph , 50 C/s with allrequired switchgear , Bus bar, relay, isolator , Contactor, Ammeter / VOltmeter with Selector switch& indicating Lamp space heater + thermostate, epoxy insulator, series reactor etc complete . Thecomplete panal to be fabricated out of 14 SWG CRCA sheet powder coated & erected &commissioned on necessary channel & angle frame work etc complete Specification:

3.6. KV HT CAPACITORS PANEL 

The capacitors shall be provided with 3.6 KV3 Ph off load isolators, The work of supply and

erection of 2 Nos of 140 KVAR , 3.6 KV fixed H.T capacitors panel for 2000 KVA /11 KV/3.3 KV

transformer with controlling device, suitable rating series reactor is under the scope of this

particular item. The equipment and accessories to be provided and erected in each panel should

follow the general technical specifications enumerated below:

HT CAPACITORS:

Page 158: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 SR         Particular

 No

1.         Type of dielectric                                : All polypropylene

2.         Impregnation of dielectric                   : NPCB Oil

3.         Off load Isolator                                  :3.6 Kv 3 Phase                                 ----- 1 Nos

4.         Protection system                               :  HT fuse link  HRC  3.6 KV 40 Amp --- 3 Nos

5.         HT capacitor                                      :   140 KVAR ,3.6 KV , 3 ph , 50 c/s ----   1 Nos

6.        Series Reactor                                    :  0.2 % , 3 phase , 50 C/s. A.C copper

                                                                          wound, Iron cored, Naturally air cooled

                                                                              suitable for 140 KVAR , 3.6 KV ,

 3 phase capacitor                --------      1 Nos

7.         Epoxy insulators 130 x 90 mm           :                                               ---------     6 Nos

8.         Emergency Stop switch                     :                                               --------      1 Nos

9.         Door Inter lock Limit switch                :                                               --------      4 Nos

10.       Space Heater + Thermostat + illuminating Lamp                              --------      1 Nos

11.       Bus- bar                                                                                              --------      Req.

12.       Details of discharge device                : 2 Watts, 150 K, 10 Nos., resistors in

                                                                          series between terminals

13.       Overall size of the capacitor bank      : Lx B x H =700x700x600mm or as per 

  manufacturers specifications.

14..      Fault clearing arrangement                 :  Internal fuses

15..      Temperature rise                                : 10 deg. Cent above ambient.

16.       Energy Consumption                          : 0.5 watts / KVAR ( Maximum)

17.       Permissible overload                          : a) KVAR        - 20%

                                                                          b) Voltage    - 10%

                                                                          c) Current      - 30%

18.       Construction                                        :  Each basic unit of capacitor shall be built with a

number of elements. These  elements are to be wound with layers f an electrical grade of biaxially

oriented poly propylene and high purity aluminum foils. Leads are to be inserted on the opposite

aluminum foils and brought out. The elements are to be connected to external bus bars through

these leads for 3 phase in delta connected internally. Each basic unit shall have internal discharge

resistor and HRC fuse as a protective device (conventionally proven design of all polypropylene +

Non polypropylene chlorinated bi phenyl having best performance and also lower losses.

19.       Misc./ Others                          :

A)Suitable and appropriately rated isolatory i.e. control device shall be provided and erected by the

contractor under this item. Moreover, mounting stand shall be fabricated from MS    iron angle 

after getting the approval for design from competent authority.

B) Entire unit including capacitor, stand control devices, protecting fuses, cables etc. shall stand for

1 year guarantee from the date of final commissioning

C) Unit shall be tested for routine tests as per relevant IS at manufacturers shop (before dispatch )

in presence of MIDC’s representative . Similarly, it will also be tested at site of work for their

Page 159: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

faultless performance before connecting.

D) Complete unit shall be enclosed in sheet steel cubical duly powder coating painted and marked

with name plate details such as Sr.No. Make, Brand, Type etc.                

Earthing : Two Nos of earthing shall be provided to each motor from two different earth staton. 25

x 3 mm size copper strip shall be used to earthing cost of earthing & strip I included in item.

Shop testing:- Shop testing as per standard practice and as per Is specifications shall be carried

out in the presence of MIDC’s representative/ Engineer in-charge.

Mode of Measurement: The contract rate shall be on the basis of per set. 5     Providing, erecting, testing & commissioning of 140 KVAR 3.6 KV fixed capacitor panel for 400KW, 3.3 KV , 3 phase Motor with HT Capacitors 140 KVAR 3.6 KV , 3 ph , 50 C/s with all requiredswitchgear , Bus bar, relay, isolator , Contactor, Ammeter / VOltmeter with Selector switch &indicating Lamp space heater + thermostate, epoxy insulator, series reactor etc complete . Thecomplete panal to be fabricated out of 14 SWG CRCA sheet powder coated & erected &commissioned on necessary channel & angle frame work etc complete Specification:

3.6. KV HT CAPACITORS PANEL 

The capacitors shall be provided with 3.6 KV3 Ph off load isolators, The work of supply and

erection of  6 Nos of 140 KVAR , 3.6 KV fixed H.T capacitors panel for 400 kw, 3.3 KV 3 Ph

motor, with controlling device, suitable rating series reactor is under the scope of this particular

item. The equipment and accessories to be provided and erected in each panel should follow the

general technical specifications enumerated below

1.         Type of dielectric                                : All polypropylene

2.         Impregnation of dielectric                   : NPCB Oil

3.         Off load Isolator                                  :3.6 Kv 3 Phase                                 ----- 1 Nos

4.         Protection system                               :  HT fuse link  HRC  3.6 KV 80 Amp --- 3 Nos

5.         HT capacitor                                      :   140 KVAR ,3.6 KV , 3 ph , 50 c/s ----   1 Nos

6.        Series Reactor                                    :  0.2 % , 3 phase , 50 C/s. A.C copper

                                                                          wound, Iron cored, Naturally air cooled

                                                                          suitable for 140 KVAR , 3.6 KV ,

   3 phase capacitor                --------      1 Nos

7.         CB CT for capacitor protection to detect unbalance current

(CBCT) Connection to E/F relay from HT motor breaker Panel)      --------      1 Nos

8.         Epoxy insulators 130 x 90 mm           :                                               ---------     6 Nos

9.         Emergency Stop switch                     :                                               --------      1 Nos

10.       Door Inter lock Limit switch                :                                               --------      4 Nos

11.       Space Heater + Thermostat + illuminating Lamp                              --------      1 Nos

12.       Bus- bar                                                                                              --------      Req.

13.       Details of discharge device                : 2 Watts, 150 K, 10 Nos., resistors in

                                                                          series between terminals

14.       Overall size of the capacitor bank      : Lx B x H =700x700x600mm or as per 

Page 160: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

  manufacturers specifications.

15..      Fault clearing arrangement                 :  Internal fuses

16..      Temperature rise                                : 10 deg. Cent above ambient.

17.       Energy Consumption                          : 0.5 watts / KVAR ( Maximum)

18.       Permissible overload                          : a) KVAR        - 20%

                                                                          b) Voltage    - 10%

                                                                          c) Current      - 30%

19.       Construction                                        :  Each basic unit of capacitor shall be    built with a

number of elements. These   elements are to be wound with layers f an electrical grade of biaxially

oriented poly propylene and high purity aluminum foils. Leads are to be inserted on the opposite

aluminum foils and brought out. The elements are to be connected to external bus bars through

these leads for 3 phase in delta connected internally. Each basic unit shall have internal discharge

resistor and HRC fuse as a protective device (conventionally proven design of all polypropylene +

Non polypropylene chlorinated bi phenyl having best performance and also lower losses.

20.       Misc./ Others                          : A)Suitable and appropriately rated isolatory i.e.  control

device shall be provided and erected by the contractor under this item. Moreover, mounting stand

shall be fabricated from MS iron angle  after getting the approval for design from competent

authority.

B) Entire unit including capacitor, stand control devices, protecting fuses, cables etc. shall stand for

1 year guarantee from the date of final commissioning

C) Unit shall be tested for routine tests as per relevant IS at manufacturers shop (before dispatch )

in presence of MIDC’s representative . Similarly, it will also be tested at site of work for their

faultless performance before connecting.

D) Complete unit shall be enclosed in sheet steel cubical duly powder coating painted and marked

with name plate details such as Sr.No. Make, Brand, Type etc.

                

Earthing : Two Nos of earthing shall be provided to each motor from two different earth staton. 25

x 3 mm size copper strip shall be used to earthing cost of earthing & strip I included in item.

Shop testing:- Shop testing as per standard practice and as per Is specifications shall be carried

out in the presence of MIDC’s representative/ Engineer in-charge.

Mode of Measurement: The contract rate shall be on the basis of per set. 6     Providing, erecting, testing & commissioning of 350 KVAR ( 140 KVAR x 2 + 70 KVAR x1) ,3.6 KV APFC capacitor panel for improving power factor , with HT Capacitors 140 KVARx2 & 70KVAR x 1 3.6 KV , 3 ph , 50 C/s with all required switchgear , Bus bar, APFC relay, isolator ,vaccum Contactor 7.2 KV , 3pole , 400 Amps , Ammeter / VOltmeter with Selector switch &indicating Lamp space heater + thermostate, epoxy insulator, series reactor etc complete . Thecomplete panal to be fabricated out of 14 SWG CRCA sheet powder coated & erected &commissioned on necessary channel & angle frame work etc complete Specification:

350 KVAR (140 KVR x 2 + 70 KVAR x 1),3.6 KV APFC HT CAPACITORS PANEL     

Page 161: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

The work of supply and erection of  2 Nos of 350 KVAR (140 KVR x 2 + 70 KVAR x 1),    3.6 KV

APFC HT CAPACITORS PANEL, for improving power factor  upto unity  with vacuum contactor

7.2 KV , 3 Pole , 400 A   controlling device, suitable rating series reactor is under the scope of this

particular item. The equipment and accessories to be provided and erected in each panel should

follow the general technical specifications enumerated below

1.         Type of dielectric                                : All polypropylene

2.         Impregnation of dielectric                   : NPCB Oil

3.         Vacuum contactor                              :7.2 KV 3 Pole, 400 A                        ----- 3 Nos

4.         Protection system                               :  HT fuse link  HRC  3.6 KV 40 Amp --- 9 Nos

5.         HT capacitor                                      :  1) 140 KVAR ,3.6 KV , 3 ph ,

                                                                          50 c/s AC as per  IS -13925 Part 1 ----   2

Nos                                                                      2) 70 KVAR ,3.6 KV , 3 ph ,

                                                                          50 c/s AC as per  IS -13925 Part 1 ----   1 Nos  

6.        Series Reactor                                 :1) 0.2 % , 3 phase , 50 C/s. A.C copper

                                                                          wound, Iron cored, Naturally air cooled

                                                                          suitable for 140 KVAR , 3.6 KV ,

   3 phase capacitor                --------      2 Nos

                                                                         2) 0.2 % , 3 phase , 50 C/s. A.C copper

                                                                          wound, Iron cored, Naturally air cooled

                                                                          suitable for 70 KVAR , 3.6 KV ,

   3 phase capacitor                --------      1 Nos

7.          APFC Relay Micro- processor based :-  Digital type , 4 stage    ----------         1 No

8.         Epoxy insulators 130 x 90 mm           :                       ---------                              6 Nos

9.         Emergency Stop switch                     :                                               --------      1 Nos

10.        On delay timer                       :                                                            --------      4 Nos

11.       Space Heater + Thermostat + illuminating Lamp                              --------      1 Nos

12.       Bus- bar                                                                                              --------      Req.

13.      Aux contactor :-                                                         22 Amp           -----           12 Nos

14      Auto manual switch                              :                                        -----                3 NOs

15. ON – OFF push button  set                      :-                                      ------               3 NOs

13.   Details of discharge device                    : 2 Watts, 150 K, 10 Nos., resistors in

                                                                          series between terminals

14.       Overall size of the capacitor bank      : Lx B x H =700x700x600mm or as per 

  manufacturers specifications.

15..      Fault clearing arrangement                 :  Internal fuses

16..      Temperature rise                                : 10 deg. Cent above ambient.

17.       Energy Consumption                          : 0.5 watts / KVAR ( Maximum)

18.       Permissible overload                          : a) KVAR        - 20%

                                                                          b) Voltage    - 10%

                                                                          c) Current      - 30%

19.       Construction                                        :  Each basic unit of capacitor shall be

Page 162: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

   built with a number of elements. These      elements are to be wound with layers of an electrical

grade of biaxially oriented poly propylene and high purity aluminum foils. Leads are to be inserted

on the opposite aluminum foils and brought out. The elements are to be connected to external bus

bars through these leads for 3 phase in delta connected internally. Each basic unit shall have

internal discharge resistor and HRC fuse as a protective device (conventionally proven design of

all polypropylene + Non polypropylene chlorinated bi phenyl having best performance and also

lower losses.

20.       Misc./ Others                          : A)Suitable and appropriately rated  Vaccum contactor

                                                              i.e.  control device shall be provided and erected by

                                                              the contractor under this item. Moreover, mounting

                                                              stand shall be fabricated from MS  iron angle  after

                                                              getting the approval for design from competent

                                                             authority.

B) Entire unit including capacitor, stand control devices, protecting fuses, cables etc. shall stand for

1 year guarantee from the date of final commissioning

C) Unit shall be tested for routine tests as per relevant IS at manufacturers shop (before dispatch )

in presence of MIDC’s representative . Similarly, it will also be tested at site of work for their

faultless performance before connecting.

D) Complete unit shall be enclosed in sheet steel cubical duly powder coating painted and marked

with name plate details such as Sr.No. Make, Brand, Type etc.             

Earthing : Two Nos of earthing shall be provided to each motor from two different earth staton. 25

x 3 mm size copper strip shall be used to earthing cost of earthing & strip I included in item.

Shop testing:- Shop testing as per standard practice and as per Is specifications shall be carried

out in the presence of MIDC’s representative/ Engineer in-charge.

Mode of Measurement: The contract rate shall be on the basis of per set. 7     Providing, erecting, testing & commissioning of L.T. cubicle panel for auxillary power supplyfrom 200 KVA transformer for control of auxillary loads. The panel should consist of 1 Nos ofIncomer feeders 400A, & 10 Nos. of outgoing feeders out of which 4 Nos of outgoing auxillaryfeeders for 100 A & 6 Nos outgoing auxillary feeders for 63 A with 100 A/ 63 A TPN 35 KA MCCBwith HRC fuse , Votmeter / Ammeter / Frequency meter & suitable size of Cooper bus bar etc.complete as per detailed out in specifications. The complete panal to be fabricated out of 14 SWGCRCA sheet powder coated & erected & commissioned on necessary channel & angle frame worketc complete Specification: The scope of work is thus to design M.S. sheet cubical type panel board to incorporate all theaccessories mentioned  below .   1) Incomer (400 A)                       --                       1 Nos 4) 100 A Aux . Feeder                              -               4 Nos 5) 63A Aux feeder                                      ---          6 Nos  Providing all material M.S. sheet, M.S. angle, channels etc. and fabricating the panel, providingand erecting all the accessories mentioned above in panel board, transporting the same, loading

Page 163: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

unloading and erection at site of work and testing and commissioning the same. The design of panel board shall be prepared by the contractor as per standard installationpractice.  The contractor shall consult with Engineer-in-charge and as per the instructions,suggestions the design shall be prepared.  Adequate space to facilitate working for removing cableconnection, replacement of accessories etc. shall be kept while designing.  Accordingly thecomplete drawing of dimensional details of cubical box, inside partitions, erection of accessories,busbar erections, power wiring, control wiring shall be prepared by the contractor and gotapproved from Engineer-in-Charge before commencement of fabrication work. Fabrication of panel shall be done in 14 gauge CRCA sheet with necessary cutting, bending,welding, drilling etc.  The compartments viewing from front side shall be kept separately for switchfuse unit,.  ACB’s, MCCB, MCB  & Soft Starter  for housing measuring instrument shall generallybe kept separate however the same may be permitted to install in the compartments of respectiveswitch gear where the measurements are to be taken..Inside partitions for isolating the compartments shall be fabricated out of CRCA sheets andBakelite sheet shall be provided for isolating electrical contacts.  Continuous Bakelite insulatingsheets shall be provided with nuts, bolts for the entire length of busbars to separate the threephases from each other and from neutral.Necessary angle irons, channel irons, M.S. flats of required size and lengths shall be provided anderected inside / outside panel board for strengthening, fixing accessories, busbar supports etc. The scope also includes cutting required size and numbers of opening at bottom for cable entries.The foundation channel M.S. of adequate size and length shall be provided and erected forinstallation of the panel board necessary cement concrete work ,if required alongwith  plasteringwith cement plaster shall be provided for mounting the panel board.  The details of foundation shallbe got approved from the Engineer-in-charge alongwith relative drawings. etc.          The panel board shall consist of following switchgears.

Powder coating shall be provided from inside and outside of panel board, rubber gaskets for paneldoors, busbar extension opening shall be provided to ensure proper safety.  All the switchgears, SFU, MCCB , MCB  shall be suitably mounted for operation on front side of panel.  Arrangementshall be made  in such away that when the switchgear is ON,  the panel door couldn’t be opened. 

A) INCOMING FEEDERS- 1 nos

a) 400 AMP, 4 pole, 36KA 440 volts MCCB for incomers with under voltage, thermal overload &short circuit Release -- 1 Nos

b) 400 Amp, 4 pole, 440 volts switch fuse units -- 1Nos

d) (0-500) voltmeter with selector switch with required PT --  1sets

e) (0-4000A) class1.5 Ammeter with selector switch & required CT-- 1 sets

f) Indicating lamps --- 3 sets

g) 400Amp, 50mm x 10 mm copper Bus bas for RYB & 40 x 5 mm copper Bus bar for Neutral &Linking Bus Bars of size 25 x 5/32x5  mm copper – Lumpsum

h)  Multifunction meter ( V, A & Hz )--1 Nos

i) phase sequence meter -- 1 Nos

 B) Outgoing feeder for 100 A Auxillay load -- 4 Nos  & 63A Auxillay load---2 NOs

a) (0-100) Amp Ammeter with CT's & selector switches -- 4 sets

b) 100 A TPN, 440 volts, MCCB for auxillary load -- 4 Nos

c) 63A TPN, 440 volts, MCCB for auxillary load -- 6Nos

d) ) (0-100) Amp Ammeter with CT's & selector switches -- 4 sets

Page 164: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

All the measuring instruments, indicating lamps shall be erected flush mounted.  The identificationnumbering for the switchgear, measuring instruments and indicating lamps etc. shall be made .Testing :-  The  LT Panel shall be tested at manufacturers works in presence of MIDC’s representative asfollows :- 1)     Physical inspection & dimensional check. 2)     Control circuit operation check 3)     Insulation resistance check 4)     Temperature rise test for bus bars at rated full load current for one hour. Site Testing :- 1)     Insulation resistance check 2)     Control circuit operation check Note- Makes of other minor items in panel such as,push buttons,ammeters.voltmeters,CTetc. shall have to be approved from the competent authority while approving the Drawing ofthe panel board.) 8     Providing, erecting, testing & commissioning of 200 KVAR ( 25KVAR x4 +20KVAR x 4 + 10KVAR x2) , 440 V AC 3 phase LT APFC capacitor panel for improving power factor , with LTCapacitors 25KVAR x4 +20KVAR x 4 + 10 KVAR x2, 440V AC , 3 ph , 50 C/s with all requiredswitchgear , Bus bar, APFC relay, isolator , Contactor , SFU TPN , 400 Amps , Ammeter /VOltmeter with Selector switch & indicating Lamp space heater + thermostate, epoxy insulator,series reactor etc complete . The complete panal to be fabricated out of 14 SWG CRCA sheetpowder coated & erected & commissioned on necessary channel & angle frame work etc complete Specification: The scope of work includes supply design, manufacturing, erection & commissioning of 1 Nos ofLT power factor improvement contactor switching capacitor panel ( APFC ) complete in all respectso as to achieve an overall power factor of 0.99 or better over the cycle of 24 hours.Low tension power factor improvement panel with contactor switching of 200KVAR , 10 stages 415V 3 Ph in module (25K x 4 + 20K x 4 + 10K x 2) for Automatic / Manual power control havingA.P.P. film (All Polypropylene) oil filled Vaccum capacitor impregnated as per latest IS 13585-1994(as amended upto date). APFC panel should mainly consist of following.Sr. No. Item Rating Qty

1.  LT Capacitor 200KVAR,10stages  415V3Ph(25Kx 4 + 20K x 4 + 10K x2)

APP Type 1 Set

2. 400 A  MCCB forincoming supply

400A 1 Set

3. Fuses 400A 3 Nos

Page 165: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

panel should be fabricated from 14 Gauge CRCA sheet & powder coated, panel should have IP 54standard protection, cooling fan and exhaust system shall be provided. Bus bar of panel should becolour coded.  All control wiring shall be done with1100V grade copper conductor cable ofadequate sizeGeneral:- The capacitor bank shall be complete with all parts that are necessary or essential for efficientoperation. Such parts shall be deemed to be with in the scope of supply whether specificallymentioned or not. It shall be complete with the required capacitors along with the supporting postinsulators, steel rack assembly, copper bus bars, copper connecting strips,foundation channels,fuses, fuse clips, etc. The steel rack assembly shall be hot dip galvanised.The capacitor bank maycomprise of suitable number of single phase unitsin series parallel combination. However, thenumber of parallel units in each of the series racks shall be such that failure of one unit shall notcreate an over voltage on the units in parallel with it, which will result in the failure of the parallelunits. The assembly of the banks shall be such that it provides sufficient ventilation for each unit.Each capacitor case and the cubicle shall be earthed to a separate earth bus. Capacitor shallconform to IS 13585-1994. Capacitors shall be of APP type. Each unit shall satisfactorily operateat 135 % of rated kVAR including factors of overvoltage, harmonic currents and manufacturingtolerance. The units shall be capable of continuously withstanding satisfactorily any overvoltage upto a maximum of 10 % above the rated voltage, excluding transients.Each capacitor unit/bank shallbe fitted with directly connected continuously rated, low loss discharge device to discharge thecapacitors to reduce the voltage to 50 volts within one minute upon disconnection, in accordancewith the provisions of the latest edition of IS:13585-1994.Unit Protection  -Each capacitor unit shall be individually protected by a HRC fuse suitably rated for load currentand interrupting capacity, so that only the faulty capacitor unit will be disconnected without causingthe bank to be disconnected. An operated fuse shall give visual indication so that it may bedetected during periodic inspection. The fuse breaking time shall co-ordinate with the pressure

4.

Busbar

Suitable capacity &should be HighConductive electoriticgrade copper

As per requirement

5. CT’s 400/5 3 Nos

6. Ammeter with S/S 0-600A 1 No

7. Voltmeter with S/S 0-500V 1 No

8.  APFC PF-Relay 10-Steps 1 No

9. Contactor 70A 8 Nos

10. Contactor 32 A 2 Nos

11. MCB 63 A 8 Nos

12. MCB 32 A 2 Nos

13.Fuses

63 A32 A

24Nos06 Nos

14. Auto manual - 1 No

15. Push Button &Indicating lamp

- As per requirement

16. Time Delay Relay - 1 set

Page 166: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

built up within the unit to avoid explosion. Mounting of the individual fuse should be internal to thecapacitor case. Tests and test reports :-All routine tests shall be conducted in accordance with the latest editionof  relevant IS  in the presence of Engineer's representative at the manufacturer's works.  Type testcertificates for similar capacitor units shall be furnished with after award of Contract for approval. Drawing :- A general arrangement drawing showing overall dimension of capacitor banks/housing, details of housing, sizing calculation for capacitor and  bill of material,  sectionalview foundation arrangement, weight etc. shall be submitted for  approval after the award ofcontract. Mode of Measurement :- Per ‘set’ basis. The payment shall be made as per specified terms ofpayment mentioned in the tender text. 9     Designing , manufacturing , providing , installing, commisioning and testing of Temparaturescanner panel with Microprocessor Based Temp Scanner 12 point. Input :RTD PT 100, 3 wire 230V AC , MCB DP32 A, Thermostate switch etc complete. Specification:

The scope of work includes supply design, manufacturing, erection & commissioning of 1Nos of  temp scanner panel  for motor . Detail of required switchgear  in panel are as under

Fabrication of panel shall be done in 14 gauge CRCA sheet with necessary cutting, bending,welding, drilling etc.  The compartments viewing from front side shall be kept separately for switchfuse unit,.    for housing measuring instrument shall generally be kept separate however the samemay be permitted to install in the compartments of respective switch gear where themeasurements are to be taken..Inside partitions for isolating the compartments shall be fabricated out of CRCA sheets andBakelite sheet shall be provided for isolating electrical contacts.  Continuous Bakelite insulating

Sr No DESCRIPTION QTY

1  Microprocessor based Temp

scanner  12 Point . Input 

RTD PT100, 3 wire , 230 V

AC eqv.

6 NOs

2 MCB , DP, 32 A 1 No

3  Control Fuse Base with fuse

link

6 No

4   Ex haust Fan 1No

5  Space Heater , 60 W , 230 V

AC   with switch

1No

6  Thermostate with Switch 01 set

7  Terminial 2.5 Sq mm.  As per req

8  Wiring PVC  flexible

Copper   cable  ,

 As per req

Page 167: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

sheets shall be provided with nuts, bolts for the entire length of busbars to separate the threephases from each other and from neutral.Necessary angle irons, channel irons, M.S. flats of required size and lengths shall be provided anderected inside / outside panel board for strengthening, fixing accessories, busbar supports etc. The scope also includes cutting required size and numbers of opening at bottom for cable entries.The foundation channel M.S. of adequate size and length shall be provided and erected forinstallation of the panel board necessary cement concrete work ,if required alongwith  plasteringwith cement plaster shall be provided for mounting the panel board.  The details of foundation shallbe got approved from the Engineer-in-charge alongwith relative drawings. etc.Tests and test reports :-All routine tests shall be conducted in accordance with the latest editionof  relevant IS  in the presence of Engineer's representative at the manufacturer's works.  .  Drawing :- A general arrangement drawing showing overall dimension of, details of housing,sizing,  sectional view foundation arrangement, weight etc. shall be submitted for  approval afterthe award of contract. Mode of Measurement :- Per ‘set’ basis. The payment shall be made as per specified terms ofpayment mentioned in the tender text. 10     Designing , manufacturing , providing , installing, commisioning and testing of auxillary DCpower supply system 110V Battery 200 AH, HDP, 55 Cells along with 110V Battery chargeralongwith DCDB 10/20A Float. Erection / Assembly of battery set ( Assembly of stand, paintingwith Bituminous/ acid proof plant, erection of cells, interconnecting the cells with interconnectinglinks etc.Erection and Grouting of Battery Charger and Load testing of charger.Battery Charging (including connections of AC/DC cabling works etc. as per detail specifications complete erected onteakwood table etc complete. Specification:

The scope of work includes ,designing , manufacturing ,providing , installing,commisioning and

testing of auxillary DC power supply system 110V Battery 200 AH, HDP, 55 Cells along with 110V

Battery charger alongwith DCDB 10/20A Float. Erection / Assembly of battery set  Assembly of

stand, painting with Bituminous/ acid proof plant, erection of cells, interconnecting the cells with

interconnecting links etc.Erection and Grouting of Battery Charger and Load testing of

charger.Battery Charging  including connections of AC/DC cabling works etc. as per detail

specifications complete erected on teakwood table etc The contractor will have to provide and

commission the float cum boost charger as per detailed specifications as mentioned below.

a)            The battery charger shall be capable of continuous operation to supply DC power supply

for fixed and impulse loads and to float and equalise charge the associated battery.

b)            The float charger shall be capable of floating the battery at 2.15 volts per cell and the

boost charger shall be capable of quickly charging the battery to 2.75 Volts per cell. The charger

shall have sufficient capacity to restore a fully discharged battery to a state of full charge in eight

hours with 25% spare capacity over maximum charging rate.

c)            Automatic constant voltage regulation unit with Auto / Manual control switch shall be

provided to maintain the float charger DC output voltage within 1% of the set value from no load to

full load with the tolerance of incoming supply voltage and frequency.

d)            Manual control knobs for coarse and fine voltage variations shall be provided. The float

Page 168: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

charger controller shall have built in load limiting features.

e)            Static type 3 phase full wave bridge rectifier complete with ripple limiting features limiting

ripples to 5% shall be provided to get a smooth DC output.

f)             When the battery is being charged through boost charger, float charger shall be

prevented to feed the battery tap off point by means of blocking diode.  Blocking diode shall be

provided to prevent reverse power feed from battery to charger circuit.

g)            The battery charger shall be provided with following characteristics :

I)          DC under voltage relay

ii)             DC side earth leakage relay

iii)            AC supply failure ( under voltage relay)

iv)           Fuse metering devices with alarm contacts on both sides, fuses with pop out

Alarm contacts would also be acceptable.

h)            The battery charger shall be provided with following metering :

i)          DC Voltmeter

ii)             DC ammeter complete with suitable shunt

iii)            AC side voltmeter & ammeter with selector switch

i)              The battery charger shall be provided with following annunciations.

i)          DC under voltage                    ]

ii)             DC side earth fault                  ]           AC supply operated

iii)            AC supply failure                    ]

iv)           Fuses blown                            ]

v)            Spare   ( 2 Nos.)                     ]           DC supply operated

j)              The above schemes shall be complete with Accept, Reset, Test facilities and bell/hooter

for audio annunciations.

k)            The construction of the charger panel shall be sheet steel construction of not less than 14

SW thickness with a swinging front panel with latch and concealed hinges adequate ventilating

grills or louvers shall be provided.

l)              The instruments, switches and indicating lamps shall be flush mounted on the front

panel. Name plate for all equipments shall be provided. The panels shall be complete with internal

wiring, terminal blocks, spare heaters with thermostatically controlled switch, panel illumination

lamp and other auxiliaries.

BATTERY:

Each battery shall be of high rate performance lead acid type suitable for 10 hour discharge rate to

provide normal and emergency DC loads. The battery shall be preferably double row double tier

arrangements. 1 set of 110 volts battery (2.10 volt X 55 Nos.) to be located in battery room. DC

loads on the batteries shall comprise.

Continuous load (10 hour load) like indicating lamps, relays, auxiliary contractors etc. mounted

in 3.3 KV switch gear and 415 PCG.

Short time load (1 min. load) like simultaneously closing or tripping of circuit breakers.

The tenderer shall calculate the battery capacities for both the sets of batteries based on the

equipment offered by him and shall furnish the sizing calculations of the same to MIDC for

Page 169: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

approval. Following aspects shall be considered while sizing the battery.

i)          20% margin over and above the calculated Ampere hour (AH) capacity of the battery.

                 ii)          Aging factor as recommended by manufacturer.

    iii)           Maintenance factor as recommended by manufacturer.

The construction shall be as under:

a.         CELL ELEMENTS     :  The cell shall be lead acid type with plate or tabular 

Positive plates. The plates shall be designed for maximum durability service conditions, including

high rate of discharge and rapid fluctuation of load. Negative plate shall be of box type or pasted

type. Pasted plates shall  be so designed as to hold the active material securely in place and form

contact with grid during service. The insulation between the plates of opposite polarity to prevent

internal short circuits and permit free circulation of electrolyte under all conditions.

b.         ELECTROLYTE :  The   Electrolyte  shall  be of  battery   grade  sulphuric acid

conforming to IS:226. The battery shall be shipped with uncharged with the electrolyte. 100% of

the electrolyte shall be furnished in non-returnable container for each battery. Water for storage

batteries conforming to IS:1069 shall be used in the preparation of the electrolyte.

c.         CONTAINERS:   The cell element and electrolyte shall be assembled in heat

resistant, shock absorbing, transparent, leak proof plastic containers. The cell plates  shall be

suspended without touching the bottom of the container. It shall provide sufficient sediment space

so that the plates  can their shed their active material without shorting the plates in the cell during

the excepted life of the battery without cell cleaning.  The covers shall be furnished  with acid spray

proof vent plugs. The cell post polarity shall be marked on the cover. The electrolyte level lines for

under and lower limits shall be marked on all four sides of each containers. Provision shall also be

made on each cell to  indicate the density of the electrolyte for both fully charged and alarm

condition.

d.         TERMINAL POST AND CONNECTORS : The cell terminal posts and the inter cell inter

row, inter rack, inter step , inter tier and end cell connectors shall be of lead or lead coated copper

connectors with adequate current carrying capacity . All connectors shall be furnished with acid

resisting bolts and nuts with insulating covers.

e.       STANDS    : The cell shall be supported on porcelain insulators and pads fixed

           on the rack with adequate clearance between the adjacent cells.

f.        BATTERY RACKS : The battery racks shall be constituted of best quality seasoned teak

wood with at least three coating of anti-acid paint of approved shade. Racks shall be rigid free

standing mounted on porcelain insulators; numbering tags for each cell shall be attached on the

racks. Provision for clamping the outgoing cables shall be made on the racks. These shall be

suitable for double row double tier arrangements.

All the type test, acceptance test and routine test shall be conducted as per relevant Indian

Standards indicate.Two sets of type cell certificate shall be furnished along with the old.

DC DISTRIBUTION BOARD

The contractor will have to provide following accessories for direct current distribution board.

a)DC distribution board shall provide and installed close to the battery station inside the Panel

Board Room. The switch board shall be compartmentalised and shall have dust, damp and vermin

Page 170: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

proof, enclosure conforming IS.  IP.51/IS. 2147. The minimum thickness of the sheet steel used for

the construction of board shall not be less than 2mm. The board shall be floor mounting type. The

contractor will have to provide earthing terminals.

b)Board shall include positive bus and negative bus of high conductivity aluminium / copper

supported to withstand electrical and mechanical stresses.

c)The board shall have bottom cable entry for incoming and outgoing cables.

d)The feeder names shall be labelled on the outside face of the board at the respective points.

e)The contractor shall have to provide one no. DC voltmeter (0-150 range) suitable for flush

mounting.

f)The contractor shall have to provide switch fuses of the load make and fault break type and shall

be mechanically interlock in the cubical door switch fuses shall be spring loaded to prevent slow

opening and closing. The operating mechanism shall be arranged so that the contacts are

mechanically locked in the closed position and will not be blown open  by electromechanical forces

under fault condition.

g)Fuses shall be of the HRC cartridge type confirming to IS.2208 . The mounting of fuses shall be

such that they can be readily withdrawn and replaced while the associated bus bar and circuit

one    live.                                                            

The DC distribution board shall be fabricated out of 14 SWG, MS sheet with painting etc. as for

other similar items of Panel Board.The work shall also consist of stretching LT power supply from

plain LT panel to battery DC distribution board through a PVC arranged cable of 1.1 KV x 3.5 core

/ 3 core x 50 sq.mm copper PVC arranged cable of required length.

a)  Input: 415 Vac +/- 15 % three phase 50 cycles.          

Output:

a) Boost mode 66 Vdc at 25 Amps maximum current.

b) Float mode   52 Vdc at 10 Amps maximum current.     

Regulation: +/- 1 %. Mode: Automatic and manual. In auto mode automatic change over from float

to boost or vice versa.   

Protection:

a) Fuses on Input and Output side.

b) Surge suppression for diodes and thyristors.

c) Trip on DC over current. Indications:  Mains ON ( R,Y,B ), Float ON. , Boost ON. , Battery under

or over voltage. , Over current trip.

Metering :  Digital AC Voltmeter and Ammeter with selector switches, Digital DC Voltmeter and

Ammeter to measure battery volts   and current, Digital Ammeter to measure charge/discharge

current of Battery.         

b) Plant cell battery  (55 nos)  each cell 2.1 v 150 ah  c10 (10 hrs (  rating) ykp-13, molded in   

transparent containers duly filled with the acid and duly charged and erected on the specially

designed TW stand etc. with the standard accessories such as hand gloves, hydrometer,

multimeter, connectors etc complete.  

c) Supplying, erecting, testing and commissioning of DC Distribution board for 110 VDC Supply for

DC feeders having approximate size 1500 mm. x 1000 mm. x 300 mm. fabricated out of 14 SWG

Page 171: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

CRCA sheet steel duly erected on ISMC 100 x 50 base frame. with necessary fasteners, grouting

work etc. duly power coated comprising of 1 x 63 A MCB, 24 x 16 A MCB, Digital voltmeters ,

ammeters with CT, bus Bar accessories etc complete.          

The original test reports from the manufacturer shall be submitted along with supply of battery

charger, battery cells and AC/DC panels.

Mode of Measurement: The contract rate shall be on the basis of per Set.

11     Providing and supplying at dept. store or work site MS Dismantling joints suitable to 300 mmdiameter of sluice valves, butterfly valves etc with two flanged type, welded to MS pipes made ofMS plates of minimum 10 mm thickness, bar stock materials with neoprene one piece 'V' glandring flanged drilled as per IS:1538, studs of electro-galvanised, and joints painted with light greyenamel paint, with necessary machining including hydraulic testing of 20 kg/cm2 . The costincludes all taxes, duties etc with transportation to departmental stores except octroi charges.Diameter = 300mm, PN= 3.5 Specification:

The scope  of work includes supply , erection , testing & commissioning of 300 MM , PN 3.5 rating

 M.S dismantling  Joint, The purpose of providing the dismantling joint is to facilitate the

engagement and disengagement of pump in case of repairs, overhauling, refitting etc. This

dismantling joint shall be fabricated from 10 mm thick M.S. plate and should have the telescopic

end on one side with a suitable insertion ring. Similarly it should have one more telescopic end

toward the delivery valve side. The dismantling joint should have the flanges drilling of which must

attach with the flanged end of the discharge head on one side and valves on the delivery side. The

fasteners of the above should be of reliable standard and make like G.R.W./Fit Tight Nuts/ Bolts

etc. The internal diameter of the dismantling joint shall be of suitable dia. So as to match with the

NB of the discharge head.

The contractors are requested to submit dimensional drawing of the dismantling joint supported to

be fabricated by them and get the same approved from the Engineer-in-charge.

These dismantling joints should be fully watertight and should be tested to 25 Kg/ sq.cm. or 250

meters of head complete as per specifications. The actual dimensions of O.D. of the discharge

head and delivery valves, which are being connected on either side, should be checked before

fabrication.

The work will consist of submission of drawing, getting the same approved, fabrication of the

dismantling joints as per approved drawing specifications and site conditions, providing and fixing

the  300 MM dia PN 3.5 rating Dismantling Joint & complete with nuts, bolts, packing, washers etc.

complete with all labours and consumable materials.

Mode of Measurement: The contract rate shall be on the basis of per number

12     Providing, fixing in position & jointing 300 mm. dia.PN. 3.5 Cast Steel Sluice Valves, Class 'I'

type both ends flanged with handwheel, spindle of St. steel AISI 410, non-rising type, spindle nut &

four faces of Gun metal, Valve seat tested to 35Kg/cm2 Diameter = 300mm, PN= 3.5

Specification:

Page 172: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 The scope  of work includes supply , erection , testing & commissioning of 300 MM , PN 3.5

rating Sluice Valve . The object of providing sluice valves is to isolate the pumping units for

operation and maintenance and act as the main controlling valve for flow equipments. These

should be as per the following specifications and work will involve manufacture, shop testing,

supply, erection, commissioning and field tastings of these valves complete with all materials and

labours such as nut, bolts, washers, gaskets etc. and the supporting thrust blocks in cement

concrete. These valves should be cast steel valves suitable for PN-3.5 i.e. seat pressure of 35 Kg

/sq.cm & body pressure of 52 Kg / sq.cm conforming to IS-2906 with non-raising spindle of non-

magnetic stainless steel. the drawing  Of Sluice valve  shall be get approved from MIDC.

All detail shall be furnished separately in the Technical Bid of the tender.

A.         Specifications for Sluice Valve:

1.         Supplying of C.S. sluice valve both end flanged as per IS-14846 of 2000

2.         Sluice valves of size 300 mm shall be strictly conforming to IS-14846 of 2000 and with

pressure rating specified in the respective item of Schedule ‘B’

3.        The material of different component parts of sluice valves shall conform to the requirement

in the table given below: 

4.         Locking arrangements for spindles and wedge nuts: Spindles and wedge nuts for  all

sizes of sluice valves shall have locking arrangements.

5.         Lifting Hooks: For valves of 300 mm dia. shall have hooks for lifting the valves.

 6.  Body seat rings: Body seat rings shall be riveted in the body.

 7.Flanges: The dimensions of the flanges and drilling holes shall be in accordance with part IV

and V of IS-1538 (Part –I to XXII) of 1986.

8.   Dimensions: Dimensions of the sluice valves and its component parts shall be strictly,

according to the      

         specifications in IS-14846 :2000.

Sr.No. Component Material Ref. to Grade of

designation.

1 Body, Bonnet, Wedge

stuffing box gland

thrust plate hand

wheel and cap.

Cast Steel 210 of 1984  ASTM A216 Gr. WCB

2 Stem Stainless steel 6603 of 1972  AISI410

3 Wedge Nut High tensile brass 320 of 1980  LBT 2

4 Body seat ring wedge

facing ring

Leaded tin bronze 318 of 1981 LTB 2

5 Bolts Carbon steel 1363 of 1967 Class 4-6

6 Nuts Carbon steel 1363 of 1967 Class – 4

7 Bonnet gasket Compressed fiber 2712 of 1971 ‘C’

8 Gland packing Asbestos 4687 of 1980 --

Page 173: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

9.Marking : The following information shall be cast on each valve body in raised letter.

i)          Manufacturer’s name or trademark.

ii)             Nominal pressure of valve.

iii)            Size of valve.

iv)           Serial number and batch.

v)            Inspection of MIDC.

 10.Testing of Valves: Each valve shall be subjected to three separate hydrostatic test as

specified in IS 14846:2000 for valves upto 600 mm. dia and as specified in The valves shall be

tested with closed end test and open-end test in front MIDC representative.

Mode of Measurement: The contract rate shall be on the basis of per number. 13     Providing, fixing in position 300 mm. dia PN. 3.5 Cast Steel single door swing type non-returnvalve, without bye-pass arrangementwithout bypass arrangements confirming to IS: 5312. (Ratesto include cost of gaskets, bolts, nuts and any other materials required for jointing and also cost ofValve, its transportation etc including taxes and duties except octroi).. Valve seat tested to 35Kg/cm2 Diameter = 300mm, PN= 3.5 Specification:

 The Scope of work includes Supplying  , erecting , testing & commissioning of  300 MM  dia PN

3.5 rating  Reflux valve . The purpose of providing the reflux valve is to reduce the effect of water

hammer and to prevent the reverse flow of water towards the pump through rising main. These

valves should be suitable for handling raw water having turbidity from 10 PPM minimum to 3000

PPM maximum within the limits of working pressure upto 250 MWC at 50 deg. Centigrade. The

size of the Reflux valve is 300 mm.

These swing check-valves should be made up of cast steel body with fanged ends with door and

hinges to give complete flexibility to disc and provide intimate contact on the periphery of sealing

faces ensuring perfectly leak-tight performance. The hinge-pin should be made up of structural

steel and the disc face should be made up of high quality natural rubber. Flanges should be drilled

as per IS-1536. So as to match exactly with the Delivery valve flange. Proper interference

allowance may be provided for fittings rings and recesser.

The hydraulic characteristics of the swing check valves must ensure prompt closer as forward flow

ceases to avoid mechanical and hydraulic shock by slamming of door on the seat by return flow,

rapid natural closing movement due to low bearing friction and correct distribution of weigh

minimum head loss and cavitations as a result of improved body and door profile, and the correct

lift of door to avoid under throttling effect. The item includes the shop and field testing of the valve

and the complete installation of the same including nuts-bolts, washers, consumable materials like

white zinc, rubber packings etc. with necessary supporting blocks in cement concrete.

The valve shall be tested for PN 3.5 as per relevant standard.

The valve should be provided with bye pass arrangement with 50 mm Globe / Gate valve and the

required piping nuts bolts etc. complete.

The work includes shop and field testing in front of MIDC’s representative and fixing of the valve

with nut bolts, packing all consumable material and supports in CC to be provided by the

Page 174: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

contractor only.

The contractor shall give the curve of frictional head losses of different openings / for different

flows. The valves with the least value of friction shall be preferred. Alternative designs of valves

which result into reduction in frictional losses shall be preferred.

Mode of Measurement: The contract rate shall be on the basis of per number. 14     Providing, fixing in position and jointing C. S. Kinetic Double Orifice type 80 mm dia PN 3.5Air Valves,(bearing IS 14845 mark) including isolating Sluice valve with spur gear arrangement etc.tested to 350 m head of water and maximum working pressure 350 m head of water. (Rates toinclude cost of gaskets, bolts, nuts and any other material required for jointing and also cost ofValve, its transportation etc. including taxes and duties except octroi) Dia = 80 mm , PN= 3.5 Specification:

 Kinetic Air valve Should be as per IS 14845 with isolating Sluice Valve  Generally confirming to  IS

14846 are suitable for Pressure rating PN -3.5. Valve , holes  are drilled to IS 1538 prt IV & VI .The

valve shall be tested for as per relevant standard.

The work includes shop and field testing in front of MIDC’s representative and fixing of the valve

with nut bolts, packing all consumable material and supports in CC to be provided by the

contractor only.

Sr.No. Component Material Grade of

designation.

1 Body,  door & cover Cast Steel  ASTM A216 Gr.

WCB

2  Hinge Pin Stem Stainless steel  AISI410

4 seat ring & body seat

ring

Leaded tin bronze LTB 2

5  Bearing bushes Leaded tin bronze LTB 2

6 Nuts Carbon steel

Sr.No. Component Material Grade of

designation.

1 Body, LOC, SOC &

protection cover

Cast Steel  ASTM A216 Gr.

WCB

2   High pressure orifice

& plug

Stainless steel  AISI410

4  Low & High pressure

balls

 Vulcanite/ Rubber

covered timber float

5   Low pressure seat  Dexine                 ( 

Nitre rubber)

6  Sluice Valve Carbon steel  IS 14846

7  Spindle  SS  AISI 410

Page 175: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Mode of Measurement: The contract rate shall be on the basis of per number

15     Providing M.S. Slip on flanges at departmental store or worksite finished smoothly on one

side including drilling of holes as per BS table or IS:1537:1976 including cost of MS plate.suitable

for PN3.5 rating a)300 mm dia PN3.5

Specification:

Item includes to supply of M.S. Slip-on Flanges of specified  of size 300 mm with suitable thickness

for PN 3.5 rating and weight at the specified departmental stores or work site. Including two coats

of red oxide primer paint to non machine face as per IS.

Material: The Mild Steel plates to be used to manufacture the pipes shall conform to IS: 2062-

1992.

Manufacturing: The IS: 1537 - 1976 shall be referred for manufacturing of M.S. Slip-on Flanges.

The flange rings not below 40 mm thick including drilling holes machining of flange and grinding

champhering wherever necessary shall be supplied to the departmental stores or work site as

directed by the Engineer-in-charge.

Mode of Measurement: The measurement shall be recorded per number of M.S. slip-on flanges for

specified diameter.

16     Providing, transporting, cutting, fabricating, welding, hoisting and erecting in position weldedor bolted structural steel work consisting of column bases, columns, columns caps, roof legstrusses, portals, wind girders, gantry girders, plate girders, purlins, bracing etc. for structural steelwork manufactured out of steel plates rolled sections like I beams, channels, angels, erection boltsas may be required, erecting using devices like derricks, cranes or any other suitable guys etc. andfinal bolting, welding, testing as may be required including two coat of red oxide zinc crome paintand two coats of synthetic super enamel paint of approved colour and shade. All materials andlabour complete. Specification:

1.1 General : The item covers the specifications of fabrication and erection of structural steel work

including painting. The structural steel work includes, cutting, fabrication, welding, or bolting,

erecting the structure, painting etc. for various items such as columns, trusses, portals, girders,

gantry, bracings etc.

1.2 Material : This shall comply with specification No.GENERAL SCOPE & MATERIAL- Gen/C/0

and Gen/C/0.2.5, Gen/C/0.19.2.

1.3 Fabrication and Erection : Cutting, welding, assembly, machining, painting, marking and

erection shall be carried out in accordance with approved plans and as directed by the Engineer-

in-Charge from time to time and shall comply with IS 800 and detailed below.

1.4 Damaged Members :

1. Any material found damaged or defective shall be stacked separately and shall be marked in a 

distinctive colour. Such material is to be dealt with expeditiously under the orders of the Engineer-

in-Charge.

2. Welding shall be done, as per specifications.

Page 176: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

3. All permanent machine-fitted or other bolts must be perfectly tight and should be burred or

otherwise checked, to prevent nuts form becoming loose.

4. Care shall be taken to see that cracks are not filled with paint, putty, cinders, dirt, oil or fillings. 5.

Particular care must be taken to ensure free expansion and contraction wherever provided for in

drawings or as the Engineer-in-Charge directs.

1.5 Shop Drawings : The contractor shall prepare shop drawings for the structural steel work to

be executed as per IS: 800. The contractor shall submit the drawings in triplicate to the Engineer-

in-Charge for his approval. Fabrication shall not be taken in hand until the relevant shop  drawings

have been approved by the Engineer-in-Charge. However, the contractor shall remain wholly

responsible for their correct conformation the designs and for accurate fabrication to meet the

requirements of design and the Indian Standard. One copy of the drawings duly approved shall be

returned to contractor and the work shall be carried out according to the approved design.

1.6 Laying Out : As far as possible and whenever necessary, structural parts, their joints, gusset

plates, etc. shall be drawn out to full size on a level platform, a steel tape being used for

measurement. All angles shall be carefully set out and checked. Gusset plates shall be marked

with as few sides as possible and of such shapes that there is a minimum waste in cutting a large

number. Steel metal templates of adequate dimensions shall be made to correspond to each

member and temperature effect shall be taken into account where necessary.

1.7 Fabrication and Welding : When the lengths of sections required for fabrication are not more

than the standard lengths of rolling, no splicing of shorter length shall be allowed to be fabricated.

Unless provided in the designs or specially permitted in writing by the Engineer-in-Charge. All the

rolled sections forming part of the structural member shall be cut square or accurately to shapes

shown in the detailed drawings dead correct to lengths and shapes, a steel tape being used for

measurement. The cut ends shall be dressed true with hammer, chisel and file or by grinding. All

straightening, levelling and shaping to form shall be done by pressure and not by hammering

unless the latter is specially permitted by the Engineer-in-Charge. Bending, cutting, forging, etc.

shall be done in such a manner as not to impair the strength of the metal. Where tight fits are

required or stress is to be transmitted through end contacts, the ends or surfaces shall be faced

and brought to a true contact bearing. The expansion bearing surface where provided, shall be

machined true and smooth and in the direction of the movement.

1. Columns and stanchions shall be erected truly vertical with the necessary cross bracing etc. and

the base shall be properly fixed with the foundation concrete by means of anchor bolts etc. as per

drawings.

2. Anchor bolts to be placed in the concrete foundation should be held in position with a wooden

template. At the time of  concreting anchor bolt locations shall be provided with suitable timber

mould or pipe sleeve to allow for adjustment which shall be removed after initial setting of

concrete. The spaces left around anchor bolts shall be linked to a stopping channel in the concrete

leading to the side of the pedestal and on the underside of the base plate to allow the spaces

being grouted up after the base plate is fixed in the position along with the column  footing.

Grouting shall be of cement mortar 1:3 (1 cement: 3 coarse sand) or as specified.

3. Bedding of Column, Stanchions etc. : Bedding shall not be carried out until the steel work has

Page 177: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

been finally levelled, plumbed and connected together. The stanchion shall be supported on steel

wedges and adjusted to make the column  plumb. For multi-stored buildings, the bedding shall not

be done until sufficient number of bottom lengths of stanchions have been properly lined, levelled

and plumbed and sufficient floor beams are fixed in position. The base plates shall be wedged

clear of the bases by MS wedges and adjusted where necessary to plumb the columns. The gaps

under the base plate may be made up to 25 mm shall then be pressure grouted with cement

grouts. With small columns, if permitted by the Engineer-in-Charge, the column base shall be

floated on a thick cement grout on the concrete pedestal. The anchor bolt holes in the base plate

may be made about 10 to 15mm larger than the bolts. In such cases suitable washers shall be

provided.

4. Welding : The steelwork in built up section (welded) such as in trusses, framed work etc. is

specified in this clause. Welding shall generally be done by electric arc process as per  IS:816 and

823. The electric arc method is usually adopted and is economical. Where electricity for public is

not available generators shall be arranged by the contractor at his own cost unless otherwise

specified. Precautions shall therefore be taken to avoid distortion of the members due to these

temperature stresses. The work shall be done as shown in the shop drawings, which should clearly

indicate various details of the joint to be welded, type of welds, shop and site welds as well as the

type of electrodes to be used. Symbol for welding on plane and shops  drawings shall be according

to IS 813-1986. By providing tack welding the structure be assembled and correctness as per

drawing be checked. After confirming the structure assembled is true alignment level and as per

approved drawing welding at each joint be taken in hand. Length of welding at each joint for each

member be worked out and ensured that at least 1.25 times welding length is provided at each

joint for each member. No tack welding be allowed.  As far as possible every efforts shall be made

to limit the welding that must be done after the structure is erected so as to avoid the improper

welding that is likely to be done due to heights and difficult positions on scaffolding etc. apart from

the aspect of economy. The maximum dia of electrodes for welding  any work shall be as per IS

814-1991 and appendix ‘B’ of IS 823-1964. Joint surfaces, which are to be welded together, shall 

be free from loose mill scale, rust, paint, grease or other foreign matter, which adversely affect the

quality of weld and workmanship.

5. Precautions : All operations connected with welding and cutting equipment shall confirm to the

safety requirements  given in IS: 818 for safety requirements and Health Provision in Electric and

gas welding and cutting operations. Operation, Workmanship and Process of Welding is described

in Appendix. Inspection and testing of welds shall be as per IS: 822.

6. Assembly : Before welding is commenced, the members to be welded shall first be brought

together and firmly clamped or tack welded to be held in position. This temporary connection has

to be strong enough to hold the parts accurately in place without any disturbance. Tack welds

located in places where final welds will be made later shall conform to the final weld in quality and

shall be cleaned off slag before final weld is made.

7. Erection : Steelwork shall be hoisted and erected in position carefully, without any damage to

itself, other structures and equipment and injury to workmen. The method of hoisting and erection

proposed to be adopted by the contractor shall be got approved from the Engineer-in-Charge in

Page 178: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

advance. The contractor however shall be fully responsible for the work being carried out in a safe

and proper manner without unduly stressing the various members and proper equipment such as

derricks, lifting tackles, winches, ropes etc. shall be used. The work may be erected in suitable

units as may be directed by the Engineer-in-Charge. Fabricated members shall be lifted at such

points as to avoid deformation or excessive stress in members. The structure or part of it placed in

position shall be secured against over-turning or collapse by suitable means. During execution, the

steelwork shall be securely bolted or otherwise fastened and when necessary temporarily braced

to provide for all loads to be carried safely by the structure during erection including those due to

erection equipment and its operations. The steel work shall be placed in proper position as per

approved drawing, final riveting or permanent bolting shall be done only after proper alignment has

been checked and confirmed.

8. Trusses shall be lifted only at nodes. The trusses above 10m in span shall not be lifted by

slinging at two mid points of rafters, which shall be temporary braced by a wooden member of

suitable section. After the trusses are  placed in position, purlins and wind bracings shall be fixed

as soon as possible. The end of the truss, which faces the prevailing winds, shall be fixed with

holding down bolts and the other end kept free to move. In case of trusses of spans up to 10m the

free end of the truss shall be laid on lead sheet or steel plate as per design, and the holes for

holding down bolts shall be made in the form of oblong slots so as to permit the free movements of

the truss.

1.8 Painting : All surfaces, which are to be painted, oiled or otherwise treated shall be dry and

thoroughly cleaned to remove all loose scale and loose rust. Surfaces not in contact but

inaccessible after shop assembly, shall receive the full-specified protective treatment before

assembly. This does not apply to the interior of sealed hollow sections. Part to be encased in

concrete shall not be painted or oiled. A priming coat of approved steel primer i.e. Red Oxide Zinc

chrome primer conforming to IS:2074 shall be applied before any member of steel structure are

placed in position or taken out of workshop.  Two coats of synthetic super enamel paint is included

in this item.

1.9 Item to Include : The item includes all material, labour, tools and equipments, manufacturing,

transportation, erection painting all taxes, octroy etc.  as per  the drawings and directed. It also

includes all taxes, insurance etc.

1.10 Mode of Measurement and Payment : The work as fixed in place shall be measured in

running metres correct to a millimetre and weights calculated on the basis of standard tables

correct to the nearest kilogram. Unless otherwise specified, weight of cleats, brackets, packing

pieces, bolts, nuts, washers, distance pieces, separators, diaphragm gussets (taking overall

square dimensions) fish plates, etc. shall be added to the weight of respective items. No deduction

shall be made for bolt holes (excluding holes for anchor or holding down bolts) The weight of steel

sheets, plates and strips shall be taken from relevant Indian Standards based on 7.85 kg/m2 for

every millimeter sheet thickness. For rolled sections, steel rods and steel strips, weight given in

relevant Indian Standard shall be used. The contract rate shall be per Metric tonne weight of the

component fabricated and measured as above, correct to a 3 decimals (one gram).

Page 179: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

17     Supplying and erecting aluminium conductor XLPE/ PVC 3.3 KV armoured cable complete inprovided trench or on provided trays in an approved manner as per direction of engineer in charge3.3 KV -XLPE/PVC Specification:

Cables  should be as per following IS code .

1. Conductor : Stranded Class 2 - Annealed Plain / Tinned Copper / Aluminium - IS:8130 / IEC

60228/ BS 6360.

2. Conductor Screen : Extruded semi-conducting compound – IS:7098 Part 2, IEC:60502 Part – 2,

BS:6622, BS:7835.

 3. Insulation : XLPE – IS : 7098 Part 2, IEC:60502 Part – 2, BS:6622, BS:7835.

4. Insulation Non-metallic Screen : Extruded semi-conducting compound – IS:7098 Part 2,

IEC:60502 Part – 2, BS:6622, BS:7835.

 5. Insulation Metallic Screen : Copper Wire / Tape or Aluminium Wire / Strip – IS:7098 Part 2,

IEC:60502 Part – 2, BS:6622, BS:7835.

 6. Fillers : Non Hygroscopic PVC * / Polypropelene Fiber to maintain roundness of cable.

 7. Inner sheath/Bedding : PVC ST 2 as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622, LSOH to

BS:7835.

8. Armour : IS:7098 Part 2, IS: 3975, IEC:60502 Part – 2, BS:6622, BS:7835.

9. Outer Sheath : PVC ST 2, FR, FRLS as per IS:7098 Part 2, IEC:60502 Part – 2, BS:6622,

LSOH to BS:7835.

 The details of cable tobe supplied & erected are as under

1) Voltage Grade :  3.3 kV

2) Relevant Indian Standard : IS 7098 (Part-2) – 1985 or International standard – IEC-60502 (Part-

2), BS-6622 & BS:7835.

 3) Number of cores. :  Three.

 4) Conductor : Size -  3 core x95 Sqmm  & 31/2core  x 400 Sq.mm .

 5) Conductor Material : Aluminium

6) Type of Insulation : XLPE

7) Type of Inner Sheathing : PVC Wrapped .

 8) Type of Armour :   Round Wire Armoured.

9) Type of Outer Sheath : PVC

Aluminium conductor PVC insulated round steel wire PVC overall sheath 3 core x 3.3 KV,

95sq.mm cable  &   3 1/2 core x 3.3 KV, 400 sq.mm cable of standard grade shall only be used

CABLE  SHOULD BE AS PER IS 7098 (PART II) OF 1985. Cable shall have the distinct marking

of the company sand size. The cable shall be laid systematically and bending radius of 12 x D

where D is overall dia of cable has to be maintained wherever necessary. This cable shall be

systematically laid after getting the drawing for the same prepared and approved by the

Department, cable passing over the pump house floor level shall be provided with rigid supports

like D clamps at specific intervals which shall be got approved from the Engineer-in-charge. Cables

beneath the floor should be provided with either loose mortar or the layer or bricks and sand as per

Page 180: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

instructions of the Engineer-in-charge. Continuous earthing with 4 SWG G.I. wire should be

provided for the entire length of the cable. The length of the cables should be decided after the

joint measurement with Engineer-in-charge. The quantity mentioned in Schedule ‘B’ is tentative

and hence actual required length is to be utilised.

The work also consists of cable jointing in the panel board, starter and motor termination with

proper size of brass glands. The approved jointing methods are the crimping tools method and the

Joint Siemens / Tropoline.

The cable should be tested (even the new one) for the insulation resistance etc. before laying and

jointing. The cable joint should be checked for the rigidity and fixing before connecting to the

termination leads. Sufficient space should be accommodated between the adjacent phases and

walls of terminal block for proper ventilators so as to avoid the chances of short-circuiting. Cable

joints shall be provided with necessary insulation tape for protection against moisture and possible

faults due to other causes. Where the adjacent phases are in close proximity the fibreglass or

reychem or asbestos sheet barrings should be provided between them.  The item includes all the

material and labour etc. with crimping lugs, crimping tools, tapes HT / para tapes etc. complete.

The cable terminal box should be properly and systematically closed and covered after the jointing

work is over.

With all the preventive maintenance precautions, it is practically impossible to prevent the effect of

atmospheric pollution, corrosion due to chlorination etc over the equipment. Hence the contractors

are requested to consult the manufacturers about this very important point and should extend the

necessary guidance for arresting the effects of the pollution to the best possible extent. They are

requested to make the suggestions for any additional / modifications alongwith the extra cost

involved for making the equipment for minimising the impact of polluted air on equipments. 

Mode of Measurement: The contract rate shall be on the basis of per Mtr. 18     3 Core x 95 sqmm Specification: 19     3 core 400 Sqmm Specification: 20     Supplying and erecting PVC armored cable 1100 V grade with ISI mark stranded / solidaluminum with continues 12 SWG GI earth wire complete erected on wall with saddles andspacers, erected on pole with clamps or in provided trench in an approved manner. Specification:

Page 181: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water
Page 182: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

20.1     4 core x 6 sq.mm Specification: 20.2     4 core x 10 sq.mm Specification: 20.3     3.5/4 core x 25 sq.mm Specification:

    distribution starts and at ends. Bare earth  wire of appropriate size as per Table no. 7/1 shall run along

    with the cable. Earth wire

    running with the cable shall be terminated at the earth terminal nearest to cable  termination.

5.1 Erection of Cable on Surface:

     Erection shall be done as per the routes and layout finalized, in perfect level and in plumb. Before fixing

     the cable shall be straightened as far as possible for good aesthetics look, continuous bare GI earth wire

     of required gauge as per Table No 7/1 shall be run. Cable with G I wire shall be fixed by saddles firmly

     clipped on cable and shall be fixed to wall with minimum 50 x 8 mm SM screws with plugs/wooden gutties,

     etc. (Distance between two supports / saddles shall be maximum 450 mm). Wooden gutties shall be used

     wherever required (Especially for stone wall). The entries made in wall, floor slab, etc for laying the cable

     shall be made good by filling and finishing with plastering the same.

5.2 Erection of Cable on Trusses:

     Cable along with bare GI earth wire, while erecting on trusses, shall be firmly clamped by wrapping GI 

     strip of 22 g, 25 mm width of required length fixed to truss with nuts and bolts.

5.3 Erection of Cable on Pole:

     Cable along with bare GI earth wire, while erecting on pole, shall be firmly clipped by suitable wooden /

     epoxy resin cast grips, clamped with 25 x 3 mm or50x6 mm MS strip of required length and fixed to pole

     with nuts and bolts.

5.4 Laying of Cable in provided Trench/Pole:

     While laying Cable along with bare GI earth wire, utmost care shall be taken to prevent

     damage to the insulation of the cable and to the open end. Cable shall be brought out from trench  

     vertically straight (minimum 1.0 metre above G L). Care shall be taken to inspect the trench so that 

     depth of cable shall not be less than as shown in Table No 7/4. Suitable size of cable loops shall be

     provided near termination point at adequate depth.

5.5Erecting cable in constructed Trench / duct: Erection of cable/s in constructed trench / duct, shall be

     as per guide lines of IS 1255.

5.6 Erection of cable/s on trays:Cable/s shall be tied with PVC tags on GI trays.   At bending point care shall 

     be taken so that sharp edges of sheet will not damage insulation of cable.

5.7 Mode of Measurement: Executed quantity shall be measured on the basis ofrunning metre per run of

    cable.

6. Dismantling

   Cable laid underground, or fixed on any surface shall be dismantled carefully without damaging complete

   with all its accessories, making coil and stored as directed. The surface of the dismantled cable shall be 

   made clear by removing of unwanted material, cement mortar, etc. When cable is dismantled from trench 

   refill back the trench and making the surface proper.

7. Mode of Measurement: Executed quantity shall be measured on the basis of     running metre per run of

   cable.

Page 183: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

20.4     3.5 core x 120 sq.mm Specification: 21     Providing & erecting IN DOOR type termination kit for 3.3 KV XLPE, 3 core HT cable erectedand connected to the supply with insulated sleeves additonal lugs , nut bolts for all core HT testingat site as per IS No. 7.98 ( Part-II) 18 KV for 5 minutes and as per IER 65 of 1956 Specification:

Providing and supplying & jointing  IN DOOR  type end termination kit joint for 3 core x 95 sq.mm

3.3 KV XLPE cable. & 3.5 core x 400sq.mm 3.3 KV  XLPE cable .

END TERMINATION

The item includes providing and supplying end termination kit Heat Shrinkable Type for 3 core 95

sq.mm 3.3 KV & 3.5 core 400 sq.mm 3.3 KV  XLPE cable as per relevant IS specification for IN 

DOOR use as well as straight Epoxy joint for 3 core 95 sq.mm 3.3 KV & 3.5 core 400 sq.mm 3.3

KV  XLPE cable on both. The end joint kit includes heat shrinkable radiation vulcanized cross-

linked polyethylene tubes and skirts, which are fitted to the cable, joints and set in position by

shrink fitting applying heat. It should meet the requirement of temp flexibility stress grading, long

life resistance corrosion, chemicals etc. The END Termination kit should meet the following

requirement.

  i)    Conductivity of the joined conductor should be same that of cable.  

ii)   Joints between conductor lugs should have a mechanical strength fairly comparable to that of

conductor.

iii)  A inner semi-conducting layer with a smooth surface and good contract with insulation.

iv)   Adequate insulation level free form vides and impurities.

v)    The outer semi conducting layer to adhere firmly to insulation.

vi)    Provision of creep age paths to avoid surface tracking.

vii)   Prevention of ingress of moisture, dust, chemical fumes etc. into the cable joints.

viii)  Ability of joints to with stands electromagnetic and thermal stress during short circuits.

Method of jointing:

It is advised to open 3 core x  95sq.mm. 3.3 KV  & 3.5 core x 400 sq.mm. 3.3 KV  XLPE cable form

both  end to the distance equal to length of Epoxy Resin, joints clean all the conductor with Emery

paper and then apply paste before inserting the ferrule and pressing, Then press the ferrule as per

requirement, then study the standard instruction or for EPOXY Resin for straight jointing and carry

out the works exclusively as per the instructions and guidelines laid by manufacturer.

Mode of Measurement: The contract rate shall be on the basis of per number 22     a)70 -120 Sqmm Specification:

Page 184: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

23     240-400 Sqmm Specification: 24     Providing & erecting OUT DOOR type termination kit for 3.3 KV XLPE, 3 core X 120 Sqmm.HT cable erected and connected to the supply with insulated sleeves additonal lugs , nut bolts forall core HT testing at site as per IS No. 7.98 ( Part-II) 18 KV for 5 minutes and as per IER 65 of1956 Specification:

Providing and supplying & jointing  OUT DOOR  type end termination kit joint for 3 .5 core x 400

sq.mm 3.3 KV XLPE cable. The item includes providing and supplying OUT DOOR  type end

termination kit Heat Shrinkable Type for 3.5 core 400 sq.mm 3.3 KV  XLPE cable as per relevant

IS specification The end joint kit includes heat shrinkable radiation vulcanized cross-linked

polyethylene tubes and skirts, which are fitted to the cable, joints and set in position by shrink

fitting applying heat. It should meet the requirement of temp flexibility stress grading, long life

resistance corrosion, chemicals etc. The END Termination kit should meet the following

requirement.

i)    Conductivity of the joined conductor should be same that of cable.

ii)   Joints between conductor lugs should have a mechanical strength fairly comparable to that of

conductor.

iii)  A inner semi-conducting layer with a smooth surface and good contract with insulation.

iv)   Adequate insulation level free form vides and impurities.

v)    The outer semi conducting layer to adhere firmly to insulation.

vi)    Provision of creep age paths to avoid surface tracking.

vii)   Prevention of ingress of moisture, dust, chemical fumes etc. into the cable joints.

viii)  Ability of joints to with stands electromagnetic and thermal stress during short circuits.

Method of jointing:

It is advised to open 3.5 core x 400 sq.mm. 3.3 KV  XLPE cable form both  end to the distance

equal to length of Epoxy Resin, joints clean all the conductor with Emery paper and then apply

paste before inserting the ferrule and pressing, Then press the ferrule as per requirement, then

study the standard instruction or for EPOXY Resin for straight jointing and carry out the works

exclusively as per the instructions and guidelines laid by manufacturer.

Mode of Measurement: The contract rate shall be on the basis of per number 25     a) 240-400 Sq mm Specification: 26     Providing at departmental store or worksite fabricated M. S. Pipe and specials with socketand spigot ends for plain ends with necessary longitudinal and circumferential joints with requirednumber of welding runs including cost of plates, welding rods & all kind of duties except octroiincluding loading unloading and transportation, etc. complete

Page 185: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Specification: 2.1 General : The item includes providing at departmental store or work site fabricated M.S. Pipesand Specials of specified diameter/s, length and thickness including testing of pipes and specials,loading, transportation, unloading, manufacturing and stacking. 2.2 Material : Required for fabrication of pipes, bends and specials etc. The steel plates ofrequired size and thickness shall be procured at contractor’s cost conforming to BIS - 3589-2001(or latest revision) of grade FE-410. Where as the other structural steel such as channels, angles,nuts bolts etc. shall confirm to IS : 2062-1992 (or latest revision) of grade FE-410. 2.3 Fabrication of Pipes : Pipes shall be fabricated from the M.S. Plates and other structuralcomponents etc. shall be fabricated from steel plates and other steel material procured by theContractors as mentioned in Clause 2.2. The welded joints shall be tested in accordance with theprocedure laid down in I.S. 3600 (Part I) : 1985. Minimum length of pipe shall be 5.40 metre to 7.50metre. 2.3.1 Cutting Plates to Sizes : The Contractors shall procure the plates in such a length so as to have minimum wastage andmake the pipes only with one longitudinal joint. Before cutting, all the edges of the plate shall becleaned by brushing/grinding on both the sides. The plates shall be cut on all four sides to theexact dimensions  and shape required, by a suitable plate cutting machine such as Oxy-acetylenecutting machine or a guillotine. Plates shall be cut accurately to the required length with a toleranceof not more than plus or minus 3 mm in length and width. The plates shall be given a bevel at theedges wherever necessary, depending upon the type of welding machine to be used by thecontractors. The ends of the finished pipe in the factory shall necessarily have bevel edge or Vedge with or without shoulder cut/root face to facilitate hand-welding in the field. As field welding isto be carried out from inside in the case of bigger diameter pipes i.e. 1200 mm (48”) dia andabove, the bevel for them shall usually be from the inside. For pipes of smaller diameters, fieldwelding has to be done from outside and the  edges shall as a rule have bevels to suit weldingfrom outside. The Engineer may at his discretion, make changes, in this respect and order externalbeveling for bigger pipes (i.e. pipes of 1200 mm dia and above) and internal beveling for smallerpipes (i.e. pipes less than 1200 mm dia). Under exceptional circumstances, either types of bevelsmay be required and the pipes shall be manufactured accordingly if so ordered by the Engineer.Where the automatic welding machines in the factory have sufficient penetration, the edges of theplates should have a square cut. The type of joint to be adopted in the factory shall depend uponthe type of welding machines and the method of welding to be adopted. Details such as current,voltage, flux, etc. shall be decided after carrying out experimental welding and testing the samples,cut out of it.  The entire cost of all such preliminary experiments shall be borne by the contractors.After the plates are cut, the edges shall be made smooth and even by polishing with an electricalor pneumatic grinder to remove all inequalities. Care shall be taken to see that the cut edges of theplate are perfectly straight. Jigs to be used for this purpose shall depend upon the type of cuttingmachine used. The plates cut to the required shape shall be checked for correctness before theyare rolled into pipe drums. If any corrections are required, the contractors shall do the same by re-cutting if necessary, if in doing so, there is any unnecessary wastage of plates, the same shall beborne by the contractors. If any plate or flat is found to be warped to have corrugations, the defectsshall be removed by putting the plate or flat into a roller press and no extra payment for thisrectification work shall be made. If, during cutting, any plates are found to be laminated, the sameshall not be allowed to use. Such plates shall be stacked separately in the yard and theContractors shall make arrangements to remove the same immediately. The contractors are notentitled to claim any compensation for handling and cutting such laminated plates. Similarly, if anybadly corroded steel plates, are detected at the time of cutting, the same shall be rejected by theEngineer, and such plates should be removed immediately. Marginal cuttings as well as left-overpieces of plates and of other steel sections shall be collected by the Contractors and stacked in theseparate heap in their yard. All such scrap resulting from the work of fabrication of various items ofwork under this contract shall be the property of the Contractors. No claim whatsoever against any

Page 186: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

wastage and/or scrap shall be considered. 2.3.2 Rolling of Plates : The plates cut to the exact size as described above shall be put into a rolling machine to form apipe of the required diameter. The contractors shall adjust the rolling machine so as to give auniform curvature to the pipe throughout its circumference. The curvature obtained shall bechecked by the contractors foreman during the process of rolling and if proper curvature is notobtained at any place including the ends the rolling operation shall be repeated at this stage oreven after its longitudinal welding of the drum where directed. Heating of plates to obtain desiredcurvature shall not be permitted. 2.3.3 Tacking the Drums : The rolled drums shall be kept on an assembly platform for tacking, care being taken to ensurethat the tacked drums have their end faces at right angles to the axis of the pipe. While tacking thedrum, the uniform gap of about 2 to 4 mm, shall be maintained, where hand welding is permitted.However, where the welding is to be done on automatic welding machine, there is not need ofmaintaining such a gap depending on the penetration through complete thickness of the weldingrequired. To achieve this objective, clamp spiders, tightening rings and/or any other approvedgadgets shall be used. Each such drums, before being taken to the assembly platform, shall benumbered on the inside with oil paint, stating the plate thickness as well. 2.3.4 Assembly of Drums into Pipes : The tacked drums shall then be transported to an assembly platform where they shall be tack-welded together to form suitable pipe-lengths. Plate shall be bent in the maximum possible width toreduce the number of circumferential joints. The longitudinal joints shall be staggered at 90 deg.The drums when tacked together shall have no circumferential gap when the welding is done onautomatic welding machine. But when hand welding is adopted as gap of 2 mm to 4 mm shall bemaintained to obtain a good butt welded joint. The assembly shall be truly cylindrical and withoutany kinks. The faces shall be at right angles to the axis of the cylinder. A suitable arrangement fortesting the correctness of the face shall be provided by the Contractor at the assembly platform. 2.3.5 Full Welding of the Pipes : The assembly as described above shall be transferred to an automatic welding machine for fullwelding. The circumferential as well as longitudinal joints shall be welded on this machine. handwelding shall not be permitted except for sealing runs and such other minor works at the discretionof the Engineer. The strength of the joint shall be atleast equal to that of the parent metal. Theautomatic welding machine shall be of approved make. The Engineer shall from time to time duringthe progress of work, supply working drawings or instructions specifying details of welded joints fordifferent elements of the fabrication work. The contractors shall use electrodes of approved makeand size, the size depending on the thickness of plate and the type of joint. They shall also usestandard current and arc voltage required for the machine in use with such modifications as maybe found necessary after experimental welding. For this purpose, samples of welded joints shall beprepared and tested in the presence of the Engineer-in-Charge. The value once determined shallbe maintained throughout the work and if any modifications are to be made, a written permission ofthe Engineer-in-Charge shall be obtained. In the case of thin sheets, electric arc welding may notgive satisfactory results, the gas welding shall be resorted to. Gas welding shall be subject to thesame Specifications and tests as those for electric welds. In order to maintain a good standard inwelding, welder’s skill shall be tested by the contractors before they are entrusted with the job. Aperiodical test as regards their efficiency shall also be taken at intervals of about 6 months andthose found inefficient shall be removed from the job. Those who pass the test only shall be postedon the job. A record shall be maintained showing the names of welders and operators who haveworked on each individual joint. Handwelding  shall preferably be carried out by a pair of weldersso  that, by observing proper sequence, distortion can be avoided. A joint entrusted to a particularindividual or a pair shall be as far as possible completed by them in all respects, including sealingrun. No helper or other unauthorised person shall be permitted to do any welding whatsoever. Incase of infringement of above, the persons shall be punished as directed by the Engineer-in-Charge.

Page 187: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

2.3.6 Welding Joints : (a) Electrodes : The contractors shall use standard electrodes depending on the thickness of plate and the type ofjoint. They shall also use standard current and voltage required for the machine in use as perManufacturer’s directions. Welding electrodes shall conform to I.S.S. No.814 of 1967/1974“Specifications for covered electrodes for metal arc welding of mild steel (second or latestrevision)”. Indian made or equivalent foreign made  electrodes of the required quality approved bythe Engineer, shall be used wherever possible. After completing the welding of joints of pipes orplates from one side, the welding on the other side shall be taken up. Before starting welding onthe other side, the joints shall be gauged to remove irregular penetration till the even surface isexposed. Gauging shall be resorted to when the plate thickness is above 6 mm. (b) Testing of Welded Joints : (i) The welded joints shall be tested in accordance with the procedure laid down in I.S. No.3600 of1966. “Code of procedure for testing of fusion welded joints and weld metals in steel”. (ii) Test pieces shall be taken out by the contractors from the welded joints at the positions pointedout by the Engineer. This must be done without any delay and in any case within 3 days time. Anyfurther delay in this case will lead to levy of penalty. The sample so taken out shall then be cut tothe exact shape and dimensions and machined as described hereunder, before the same ishanded over to the Engineer for testing. This shall be done within a week. All the work uptomachining shall be done by the contractors at their own cost. (iii) The shape of the test pieces removed from the pipe shall be such as to give specimen of therequired dimensions and at the same time leave a hole in the pipe with rounded comers. This holeshall be patched up immediately by inserting and welding a piece of steel plate of the same sizeand shape and having the same thickness and curvature. Great care shall be taken in preparingthese patch plates so as to get a good butt weld. (iv) The entire cost of the tests including taking out test samples, machining the test pieces,transport to and from the laboratory and testing them in a laboratory, the cost of patching up thetest piece hole in the pipe, payment of all testing fees, cleaning and painting etc. shall be borne bythe contractors. The tests shall be carried out in some Government or Semi-Government instituteapproved by the Engineer. This shall be arranged by the Engineer entirely at the contractors cost. (v) The following Tests shall be carried out : Tensile Test :- The test specimen taken perpendicularly across the weld shall be shaped in accordance with the latest I.S.S. No.1663 (Part I & II). The specimen shall be taken from the end ofthe pipe or at any point in the pipe as directed by the Engineer and shall be cut with the weld approximately in the middle of the specimen. The tensile test specimen shall be flattened and the sides shall be machined. The protruding welded portion from both inside and outside shall be removed by machining before the specimen is handed over to the Engineer for testing. At leastone test specimen shall be taken out from every 200 metres length of pipes fabricated. If a testspecimen shows defective machining or develops flaws not associated with welding, it may bediscarded and another specimen submitted. The welded joint shall show a strength of not less thanthe minimum tensile strength specified for the plate. (Please refer to I.S.226-1969 or/andI.S.2062/1969 or latest revisions). “Specifications for structural steel (Standard quality)”. Bend Test :- Bend test shall be carried out by the contractors at the discretion of the Engineer -in-charge . A bend test specimen shall be prepared in the same way as for tensile test and tested in the factoryby the contractors at their cost in the presence of the Engineer -in-charge . The specimen shall betaken from the same pipe from which a specimen for tensile test is taken out. The specimen shallstand being bent cold through 180 degrees round a pin, the diameter of which is equal to 4.5times, the thickness of plate, without developing cracks. In making the bend test the body of thewelded metal should be on the outside and the root should be placed next to the pin. Random Ultrasonic Test :- Random Ultrasonic Test shall be conducted, either on the strips fromwhich the pipes are made or on the peripheral surface of the parent material, of the pipe, fordetection of injurious steel defects such as lamination, segregation, slag inclusion etc. one test for

Page 188: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

every lot of 20 pipes. 2.3.7 Procedure to be adopted in case of Failure of the above Tests : (a) Re-Test : If the results of tensile or bend test of any lot do not conform to the requirementsspecified, re-tests of two additional specimens from the same lot shall be made, each of whichshall confirm to the required Specifications. In case of a failure of one or both, extensive gaugingand repairing shall be carried out to the lot of joints from which samples have been taken asdirected by the Engineer-in-charge before the lot can be accepted. In case both the samples yieldsatisfactory results in the re-test described above, gauging and repairing will be required to becarried out on the joint which has failed in the initial test only. (b) Expenses for re-testing : All charges in connection with re-testing of the welded samplesincluding machining, testing etc. shall be borne by the contractors. 2.3.8 Workmanship : All Pipes and Specials shall be manufactured out of steel plates which shall be free from anycracks, surface flaws, laminations, excessive pittings or any other defects. The pipes shall be trulycylindrical and straight in axis. The ends shall be accurately cut and shaped for field welding. Theexternal circumference of the pipe particularly at the ends, shall not deviate from the theoreticalone by more than plus or minus 5 mm for shell thickness of 12 mm and above and not more thanplus or minus 3 mm for thinner plates less than 12 mm. The external circumference of pipe pieceswhich are to be fixed adjacent to flange adopter with fixed outer diameter shall not deviate fromtheoretical one by more than 1 mm. To obtain this accuracy the pipe shall be rolled several times,if necessary, as pipe pieces should be truly cylindrical. The external longitudinal welding of thispipe shall be ground smooth in flush with surface to the satisfaction of the Engineer, for a length of200 mm. No extra cost shall be charged by the contractors for this grinding work. Minor repairs by welding or otherwise shall be permitted at the discretion of the Engineer-in-charge, but such repairs shall be done only after obtaining the previous permission of the Engineer -in-charge . Any pipe or part thereof which develops injurious defects during shop welding or otheroperations shall be rejected and the same will not be allowed to transport it to the site and use onthe pipe laying work. 2.4 Hydraulic Test : Depending on the requirements of the pipe laying works, pipes will have to bemanufactured in standard length of about 5.4 m or 7.50 m. the contractors shall provide machinesand apparata for testing all pipes of lengths standardised by the Engineer -in-charge from time totime. The pipe to be tested shall be given a serial No. which shall be painted on its inside together withdetails such as pipe Nos. shell thickness, dia, length etc. as directed. It shall be entered in theregister to be maintained by the contractor. Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in welding suchas jumps, porosity etc. shall be repaired by gauging and re-welding. The hydraulic test shall be carried out under cover at the fabrication shop at 2 times workingpressure, in the presence of and to the satisfaction of the Engineer -in-charge. Under nocircumstances, the hydraulic test shall be carried out in the absence of the Engineer-in-charge orhis representative. For indicating the pressure inside the pipe, an accurate pressure gauge of approved make dulytested for the correctness of readings shall be mounted on one of the closures which close thepipe ends. The test pressure for pipes fabricated shall be 12 Kg./Sq.cm. (as per IS 3589 of 1991). The pipeshaving length of 2.0 mtrs. and less may be accepted hydraulically untested at the discretion of theEngineer-in-charge. The pressure shall be applied gradually by approved means and shall be maintained for atleast 2minutes as per I.S. 3589 during which time the pipes shall be hammered throughout its length, withsharp blows, by means of a 1 Kg. hand hammer. The pipe shall stand the test without showing any signs of weakness, leakage, oozing or sweating.If any leak or sweating is observed in the welded joints, the same shall be repaired by gauging and

Page 189: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

rewelding, after dewatering the pipe. The repaired pipe shall be re-tested to confirm to thespecified pressure. If any leak or sweating is observed in the pipe shell, the pipe under test shall be rejectedtemporarily. The contractors, shall stack such  rejected pipes separately in their yard. TheEngineer -in-charge shall inspect the same and after taking cuts if necessary shall determine thenature of repairs to be carried out thereon and shall then decide as to how and where they shall beused. No payment shall be made for handling or carrying out repairs, but payment for thefabrication and hydraulic testing of the pipe shall be released as per the relevant tender. items afternecessary repairs etc. carried out by the contractors to the satisfaction of the Engineer-in-Charge. No pipes shall be transported out of the factory to the site of work unless they are hydraulicallytested except permitted by the Engineer -in charge in writing to do so. Any failure to comply withthis may cause the contractors payments to be withheld. 2.5 After the tests the pipe shall be painted inside and outside with one coat of red oxide paint. 2.6 Storing & Stacking : 2.6.1 The pipes shall be checked by the consignee for any visible damage (such as broken edges,cracking or spalling of pipe) while unloading and shall be sorted out for reclamation. Any pipe,which shows sufficient damage used, shall be discarded.  2.6.2 Stacking : The pipes specials shall be stacked separately for each type and diameter at thelocation as directed. If required the stacking pile of pipes may be supported by wooden bullies. 2.7 Item to Include : Providing and manufacturing at specified site or departmental store, the MildSteel Pipes and Specials of various diameter/s as per the agreement, including manufacturing withall tools & plants, transporting, loading, unloading, stacking etc. as directed with all leads, testingcertificates, labour, taxes and levies etc except octroi, which will be reimbursed on production ofdocumentary evidence for payment made. 2.8 Mode of Measurement and Payment : The providing and manufacturing of pipes andspecials shall be measured by weight in kg. The defective pipes and specials shall be rejected andshall not be measured unless replaced by the new ones of acceptable standard. The paymentshall be made at the rate per kg, as per agreement. The payment shall be made if the acceptabletest certificate is produced along with the supply. Minimum of actual and theoretical weight will bepaid. For actual weight, weighing charges shall be borne by the contractor. 26.1     M. S. Pipes & Specials with plain ends all sizes Specification: 27     Cutting M.S. Pipes & Specials by Gas Cutting. of any class wherever necessary Specification: 28     Picking up within 200 m radius from center of trenches, pipe supports, lowering or raising andlaying to the required grade and level M. S. pipe and specials such as tees, tapers, bends, sluicevalves etc. in trenches or on support as directed etc. complete Specification: 3.1 General : The item includes to picking up within 200 m radius from centre of the trenches orpipe support, lowering or raising and laying to the required line and level MS Pipes and Specials,Tees, Bends, Saddles, Wearing Plates sluice valves etc. in trenches or on supports as directedetc. complete. The jointing of pipes and specials is considered separately. 3.2 Supply of Pipes and Specials etc. : The pipes and specials required for laying work would besupplied under relevant item. The normal length of pipes will be from 5.4 m to 12.00 m. Thecontractor shall keep in each section a responsible supervisor/representative to take charge of

Page 190: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

pipes and specials etc. If any defects in the materials supplied are noticed, they shall be pointedout immediately to the Engineer-in-charge and shall be mentioned on the receipt challan. If this isnot done and during subsequent handling if damages occurs, the contractor shall be holdresponsible for the same. Such damage will  have to be repaired to the satisfaction of theEngineer-in-charge by the contractor at his cost. 3.3 Picking & Laying of Pipes & Specials : The pipes and specials supplied shall be transportedby the contractor to their respective positions at the risk and cost of the contractor and installed inrespective position. Conveyance from stacked place until the pipes and specials etc. are loweredand laid into trenches or on pedestal shall be done by the contractor at his own cost. The pipe canbe assembled in the position on the pedestal either by providing cranes, portable gantries or shearlegs or any other equipment approved by Engineer in charge and pipes shall be laid conforming toIS-5822-1994. Normally not more than 2 pieces of total length not exceeding 24 m. shall bealigned tacked and kept in position on temporary supports. Further work shall not proceed untilthose pipes are fully welded. The free end of pipe line shall be held in position by two ceilings toavoid deflection due to temperature variation during the day. Preferably the assembly of pipes tackwelded with runs of welds should be done or continuity of work can be maintained by adding tomore pipes on the second day in a similar manner after completion of welding of previous jointsduring the night. The pipeline work shall start at the fixed points along the pipeline if necessaryfrom concrete block (fixity block) or ring girders points are at the fixed horizontal points or thepassing under the roads or ground at 200 m on either sides. The work shall continue from thesefixed points and proceed towards expansion joints, which are located between two fixed points.The wearing plates shall be kept in position on pedestals before laying of pipes and for this noextra payment will be made. After placing the wearing plate in position. It should be welded from allsides to pipe with single run of field welding which shall be paid separately under relevant itemincluded in the tender. 3.4 Extra Cut of Pipe Line Shells : In the course of full erection work, the contractor may berequired to cut steel plates of pipes and specials etc. in order to get an exact fit for welding. Suchcutting shall be done by using gas-cutting equipment, mechanically with the special jigs. Thecutting would be taken along the required angle or bend as to obtain a correct fit in the field. Allglobules and the joints would be proposed by the Engineer-in-charge will be made for the cut overa length of 1/3rd of perimeter of pipes. or less at one place. No extra payment will be made for thecutting work for bringing the pipe ends within the stipulated tolerance. However, if the cut is morethan 1/3rd of perimeter of pipes in length the contractor will be entitled for extra payment for theactual length cut as per relevant item of the schedule. 3.5 Item to Include : Cost of all labour, tools and plants, equipments, cranes, jigs etc. for picking,lowering and transportation within 200 m radius of pipeline, pipes & specials upto location of layingetc. (including wearing plates). The M.S. Plate /coil used for fabricating wearing plate shall be paidseparate under relevant item included in the tender. 3.6 Mode of Measurement and Payment : The total length of pipe with specified diameter laid,including the lengths of specials etc shall be measured in metres upto cm and paid at the rate perrunning metre as per agreement for each diameter separately. 28.1     300 mm diameter Specification: 28.2     700 mm diameter Specification: 29     Labour charges for jointing of MS Pipes and Specials of any thickness with required no. ofwelding runs as specified including matching of pipe faces with marginal gas cutting of 1/3

Page 191: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

perimeter of the pipe dia per joint required etc. complete including cost of welding rods, confirmingto IS: 814 –1974 (Part-I & II). labour required and satisfactory hydraulic testing including testing ofwelded joints as per IS: 3600-1984. Specification: 4.1 General : The item includes only Jointing M.S. Pipes and Specials of any thickness withrequired no. of welding runs as specified including matching of pipe faces with marginal gas cuttingwherever required. The supply of pipes & specials and laying in position shall be as covered inseparate items. 4.2 Jointing : The pipes and specials laid in position are to be jointed by welding. The work ofwelding shall be carried out by welding rods conforming to IS: 814 - 1974 and the welding shall becarried out conforming to IS: 3600 - 1984. Welding shall be done by furnishing all equipmentstools, tackles required for the work mentioned in the description of the item. The work will have tobe carried out as per specifications detailed under item description. 4.3 Cutting of Pipe : Gas cutting may have to be adopted for matching of faces at joint. For cuttingthe faces of pipe the gas cutting shall be used. The entire cutting shall be done using gas cuttingequipment, or mechanically got done along with the special Jig. The cutting would be taken alongthe required end so as to obtain a correct fit for welding. After cutting is made, the joint shall bebeveled, made even and smooth by using mechanical or electrical grinder or any other meansapproved by the Engineer in charge. 4.4 Extra Cut of Pipe Line Shells : In the course of full erection work, the contractor may berequired to cut steel plates of pipes and specials etc. in order to get an exact fit for welding. Suchcutting shall be done by using gas-cutting equipment, mechanically with the special jigs. Thecutting shall be done along the required angle or bend as to obtain a correct fit in the field. Allglobules and the joints would be proposed by the Engineer-in-charge will be made for the cut overa length of 1/3rd of perimeter of pipes. or less at one place. No extra payment will be made for thecutting work for bringing the pipe ends within the stipulated tolerance. However, if the cut is morethan 1/3rd of perimeter of pipes in length the contractor will be entitled for extra payment for theactual length cut as per relevant item of the schedule ‘B’ of the agreement. 4.5 Tests for Welded Joints : The welded joints shall be tested in accordance with IS: 3600-1984.The entire cost of the test including taking of test pieces, transporting to and from the testlaboratory, all test fees etc. shall be borne by the contractor. The test pieces will generally notexceed 1 in 20 joints and shall be from the location pointed out by the Engineer-in-charge. The jobof testing the piece, removed from the pipe shall be completed taking care to see that it wouldcome to the specification of the required dimensions, and make  up the hole in the pipe byinserting and welding suitable plates. Adequate care shall be taken while preparing these plates,so as to get the cut welded. No extra payment for these additional plates, finishing its edges andwelding to the main pipe will made. 4.5.1 Tensile Test : The specimen taken perpendicularly across the weld shall be shaped inaccordance with the IS : 266-1975. The specimen shall be taken from any field joint in the pipe asdirected by the Engineer-in-charge and shall be with the weld approximately in the middle of thespecimen. Tensile test specimen shall be machined. The protruding welded portion from thespecimen both inside and outside shall be removed by machining or grinding before the specimenis tested. 4.5.2 Re-testing : If the results of the above test do not conform the requirements specified,retests of two additional pieces from same section shall be made each of which shall conform tothe required specifications. In case of failure of one or both, it is to be treated as unsound andentire lot of 20 joints shall be provided with strap joints at contractor’s cost before the section canbe accepted (one test is to be taken from 20 (twenty) full joints). If the result is satisfactory all thetwenty joints are to be taken as complete in all respect. 4.6 Test of Pipeline : The test of the pipe line in the field will be carried out after completion of thejointing of pipe line. Testing shall be carried out in the following manner. The pipeline shall be

Page 192: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

subjected to the hydraulic test in full length or in parts as may be found feasible. For testing ofpipeline in parts, the ends of the pipeline shall be closed with suitable plates, welded andsupported properly. No extra payment for this will be made. The 1.5 times the working pressure inthe pipes shall be built up by the use of reciprocating pumps. In case of a leak any where in thejoint whether welded or bolted for valves and specials fixed under relevant items, the same shallbe repaired entirely at the cost of the contractor which shall include cost of excavation, breaking outer coating, repairs to the welding and out coating, refilling. The entire cost of this test shall beborne by the contractor, who shall make arrangements for pumps etc. All charges on account ofhydraulic testing either initial or subsequent are to be borne by the contractor. The water for initialtesting shall be given by MIDC free of cost. For subsequent fills water will be charged at theprevaling industrial rate in respective industrial area. 4.7 The Item to Include : The item includes the cost of labour, tools & equipments, welding rods,gas cutting, testing of welded joints and hydraulic test of entire pipe line etc. complete. The cost ofrectification of welded joints, in case of unsatisfactory test results also shall be included in the rate. 4.8 Mode of Measurement & Payment : The measurement shall be recorded as number of joints,for specified diameter of pipe. Payment shall be made in following stages: 1.  70 % on completion of welding of joints. 2. 20 %  on obtaining satisfactory test results of welded joints. 3. Balance 10%  on satisfactory hydraulic testing and commissioning of pipe line. 29.1     300 mm diameter - Two run welding from outside Specification: 29.2     700 mm diameter - Two run welding from outside Specification: 30     Supplying and erecting heavy duty flange type brass cable glands with brass washers rubberrings complete erected with cable ends and leads connected. Specification:

30.1     For 3 to 4core 6sq.mm. /2 to 4core 10sq.mm.

Cable Glands (GL)

Scope:

Specification Nos (CB-GL)

Termination of cable ends with cable glands for preparing and fixing the cable leads for connection. Cable glands shall be of Flange type.

Material:

Cable  glands:  Flange  type  heavy  duty.  Made  of  high  purity  brass  metal,  with  brass washers, rubber rings, threaded stud with washers and nuts.

Method of Construction

Before erection of gland, the cable end shall be prepared by removing the outer PVC insulation up to the point where gland to be fixed, by assessing the length of

leads required. Bottom portion of gland shall be inserted over the steel armouring, and then armour strips shall be bent for the length of collar of gland, remaining

length of armoring shall be cut. The cable end shall then be, inserted through the entry of plate where the cable is to be terminated. The top portion of gland with

washer shall be then inserted in such a manner that the bent armour strip should be touching the surface of the entry. The nuts shall be tightened with spring

washers over the projected stud portion. Fixing of gland shall be at right angle to the gland plate. Tightening shall assure continuity of earth. Hole to the gland plate

shall be punched / knocked out, of correct diameter with respect to gland size.

Mode of Measurement:

Executed quantity will be measured on number basis. (i.e. each).

Page 193: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Specification: 30.2     For 4 core 16 sq.mm. & 25 sq.mm. Specification: 30.3     3.5/4 core x 95 sq.mm Specification: 30.4     3.5/4 core x 120 sq.mm Specification: 30.5     3.5/4 core x 400 sq.mm Specification: 31     Supplying and erecting crimping type alluminium lugs confirming to IS : suitable for cableevenly crimped with high pressure tool & connected to switch gear with brass / cadmium plated nutbolts in an approved manner. Specification:

31.1     upto 16 sq.mm. Specification: 31.2     For 25 sq.mm. Specification:

7.9 & 7.10 Cable Lugs (Aluminum & Copper)

2. Scope:

Specification Nos (CB-CL/AL, CB-CL/CU) Crimping of lugs, and fixing to the terminals with nuts and bolts, etc.

3. Material:

Lug: Lug shall be of high purity aluminum  / copper  / bimetallic of required type, with required size of  hole and smooth finished both from inside and outside.

Hardware: Brass or Cadmium plated mild steel nuts and bolts, bimetallic washers.

Anti-Oxide paste: Paste of superior quality manufactured by reputed manufacturer.

4. Method of Construction:

Before fixing of lugs to the cable end, the cable end to the equivalent length of the lug shall be prepared by removing the outer PVC insulation along with the steel

armouring and then, the inner PVC insulation. The paste shall be applied to the cable lead and inside the lug prior to the inserting of lug on the cable lead. The lug

shall then be crimped with hydraulic / mechanical type heavy duty crimping tool. The crimping shall be dose in such a manner that there shall be no air gap. Then the

crimped portion shall be wrapped with the PVC insulation tape. (Colour of tape shall be of that of cable lead) The  above  method  shall be carried out for all the

cores. The cable end with lug shall then be terminated into the terminal and then be tightened with either brass nuts or Cadmium plated nuts as directed by Engineer

in-charge.

5. Mode of Measurement:

Executed quantity will be measured on number basis. (i.e. each).

Page 194: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

31.3     For 95 sq.mm. Specification: 31.4     For 120 sq.mm. Specification: 31.5     For 400 sq.mm. Specification: 32     Providing and laying in position plain cement concrete using granite or black trap gradedmetal including mixing in a mechanically operated mixer, dewatering, compacting, curing asrequired complete for all lifts up to a +/- 5 m. above or below the ground level where concrete isproposed, including centering/shuttering using ordinary Portland cement. Specification:

1 General : The item pertains to providing and laying in position Plain Cement Concrete (PCC) of

specified proportion. The work includes  providing all material, mixing, compacting, curing,

shuttering, dewatering etc. complete up to lift of ± 5 m.

1.2 Material:

1. Cement : Ordinary Portland Cement (OPC) as specified at item Gen/C/0.2.1.

2. Fine Aggregate (Sand) : specifications shall conform to item Gen/C/0.2.2.

3. Coarse Aggregate : specifications shall conform to item Gen/C/0.2.3. Grading and maximum

size of coarse aggregate shall be as specified in the drawing. Normally the maximum size should

not be more than 40 mm or 25 % of the minimum dimension of the member, whichever is less.

4. Water : specifications shall conform to item Gen/C/0.2.4.

1.3 Mix Proportion and Mixing : The mix proportion as specified on the drawing, separately for

each component shall be provided. For detailed specifications refer to item No.Gen/C/0.5. For

mixing without mechanical mixer, prior permission from the Engineer-in-charge shall be obtained.

Specifications for mixing shall conform to item Gen/C/0.7.

1.4 Formwork and Scaffolding : Formwork shall be provided for giving the desired shape and

sizes for the PCC as per the drawings. The specifications shall conform to item Gen/C/0.19.7. The

striping time also shall be as specified in the item. The scaffolding shall be normally  provided of

steel tubes. The specifications for scaffolding also shall conform to item  Gen/C/0.19.8.

1.5 Transportation, Placing and Compaction : Specifications shall conform to item Gen/C/0.8.

1.6 Field Tests : The appropriate field tests as directed by the Engineer-incharge shall be carried

out as explained in item Gen/C/0.15.

1.7 Inspection & Testing of Structure : As per the contract conditions inspection & testing of a

structure shall be carried out in accordance with item Gen/C/0.16

Page 195: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1.8 Finishing of Concrete : The finishing of concrete surface shall be as per item Gen/C/0.17.

1.9 Special Features : Special requirements such as Architectural shapes  finishes, Expansion

joints, Construction joints, Water stops, grouting, etc. shall be provided as shown on drawing/s and

as directed by Engineer in Charge. For specifications for these the appropriate clauses of item

Gen/C/0 shall be referred.

1.10 Curing : As per item Gen/C/0.14.

1.11 Item to Include : This item for providing Plain Cement Concrete (PCC) with specified mix

proportion at specified locations with initial  lift of + 5 m above or below ground level includes all

ingredients of concrete i.e. water, cement, fine and coarse aggregates, all transportation,

dewatering, tools and plants, all taxes, royalties, labour, formwork, testing, curing etc.

complete.                                                        

1.12 Mode of Measurement and Payment : The measurements of the concrete laid shall be

taken on volumetric basis in cum. The openings shall be deducted. The unit rate of concrete per

cum of specified proportion includes all the items as explained in Gen/C/0.25. 33     With Natural Sand Specification: 33.1     In 1:2:4 proportion. Specification: 34     Providing and laying in position Cement Concrete for RCC work using granite / black trapmetal including mixing in mechanically operated mixers, compacting by mechanical or manualmeans as may be required and directed by Engineer-In-Charge, including steel or plywoodshuttering, centring, formwork dewatering, for all elements in foundation, plinths, of building works,where reinforced cement concrete is proposed to be used upto +/-5 m from the average groundlevel including all labour and material complete, finishing the surface with 1:3 cement mortar. etccomplete. Specification:

3.1 General : The item pertains to providing and laying in position Cement Concrete of specified

proportion or by in design mix grade for Reinforced concrete works in foundation or plinth. The

work includes providing all material, mixing, compacting, curing, shuttering, dewatering, etc.

complete upto lift of ± 5 m. Providing the reinforcement steel shall be carried out by item No.

Gen/C/0.2.5

3.2 Material : As per item Gen/C/0.2.

3.3 Mix Proportion and Mixing : As per item Gen/C/0.5.For providing Concrete of specified grade

by designing the mix of concrete, please refer to specifications as per item Gen/C/0.4 and 0.5. The

design mix shall be got done from the approved laboratories and got approved by the Engineer-in-

charge.

3.4 Formwork and Scaffolding : As per item Gen/C/0.19.

Page 196: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

3.5 Transportation, Placing and Compaction : Specifications shall conform to item Gen/C/0.8.

3.6 Field Tests : The appropriate field tests as directed by the Engineer-incharge shall be carried

out as explained in item Gen/C/0.15.

3.7 Inspection & Testing of Structure : As per the contract conditions inspection & testing of a

structure shall be carried out in accordance with item Gen/C/0.16

3.8 Finishing of Concrete : The finishing of concrete surface shall be as per item Gen/C/0.17.

3.9 Special Features : Special requirements such as Architectural shapes / finishes, Expansion

joints, Construction joints, Water stops, grouting, etc. shall be provided as shown on drawing/s. For

specifications for these the appropriate clauses of item Gen/C/0 shall be referred.

3.10 Curing : As per item Gen/C/0.14.

3.11 Item to Include : This item for providing Cement Concrete with specified mix proportion or

specified grade, at specified locations with initial lift of ± 5 m above or below ground level includes

all ingredients of concrete i.e. water, cement, fine and coarse aggregates, all transportation,

dewatering, tools and plants, all taxes, loyalties, labour, formwork, testing, curing etc. complete.

The provision of reinforcement steel is not included in this item.

3.12 Mode of Measurement and Payment : The measurements of the concrete laid shall be

taken on volumetric basis in cum. The openings shall be deducted. The unit rate of concrete per

cum of specified proportion includes all the items. For more details regarding mode of

measurement and payment please refer item Gen/C/0.25. 34.1     In design mix concrete grade M-25 Specification: 35     Providing and fixing in position reinforcement of all dia for RCC piles, pile caps, footings,foundations, slabs, columns, beams, canopies, staircase, newels, chajjas, lintels pardis, 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 at all locations andheight all labour and materials testing etc. complete. Specification:

9.1 General : The item pertains to providing and fixing in position reinforcement of all dia for RCC

piles, pile caps, footings, foundations, slabs, columns, beams, canopies, staircase, newels,

chajjas, lintels pardis, copings, fins, arches etc..

9.2 Material : The reinforcement shall be of Mild Steel, Tor Steel bars, TMT bars or CRS - TMT

bars as indicated on the drawings. The material shall conform to item Gen/C/0.2.5.

9.3 Construction : Contractor shall provide the reinforcement bars of or steel or mild steel of

specified dia. at locations in numbers or at spacings, as per detailed designs, drawings and

schedules including cutting, bending, hooking the bars, binding with wires or tack welding and

supporting as required at all locations and height. The work shall be carried out as specified in

Gen/C/0.2.5.

The reinforcement shall be got checked by the Engineer-in-charge or his representative before

Page 197: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

concreting. The contractor shall provide and fix in position any additional reinforcement, if directed,

in addition to the reinforcement shown on drawing.

9.4 Item to Include : The item includes all the material of reinforcement bars, binding wires,

welding rods and labour and tools and equipment for cutting, bending welding, testing charges etc.

complete as per drawings and as directed by the Engineer-in-charge. 9.5 Mode of Measurement

and Payment : The measurement of the reinforcement bars shall be taken in metric tons. The

measurement shall be taken according to item Gen/C/0.25.2. 35.1     Tor Steel Bars. Specification: 36     Providing IInd class burnt brick masonry with conventional type bricks in cement mortar forsuper structures upto 5.0 M height above plinth level of building or super structures or first floorincluding striking out joints on face where plaster is to be done scaffolding curing etc complete. Specification:

2.1 General : The item pertains to providing II class Burnt Brick (BB) Masonry in specified proportion of Cement

Mortar as per drawing / contract,for super structures upto 5.0 M height above plinth level of building or super structures

or first floor. The item covers bailing out water striking out joints on exposed faces, scaffolding, curing etc.

2.2 Material :

1. II-Class Burnt Bricks : Second Class Burnt bricks shall conform to the specifications as per Gen/D/0.2.2. Approval

to samples of locally available bricks shall be taken from the Engineer-in-Charge and samples shall be preserved to

compare with the supply to work site.

2. The Sand or Fine Aggregate : The sand or fine aggregate for mortar shall be natural sand, crushed stone sand or

crushed gravel sand. The specifications shall conform to item Gen/C/0.2.2.

Test results of the grading of sand shall be submitted to the Engineer-in-Charge for approval. The decision in

accepting the sand, which has deviation from specification, is left to the  Engineer-in-Charge.

3. Cement : Cement to be used shall conform to Specifications as per item Gen/C/0.2.1.

4. Water : Water shall conform to Specifications as per item Gen/C/0.2.4

1.3 Construction Procedure :

1.3.1 Cement Mortar : Cement mortar shall meet the requirements  of IS: 2250 and shall be prepared by mixing

cement and sand by volume. Proportion of cement and sand shall be as specified or as directed by the Engineer-in-

charge or as shown in drawings. The sand being used for mortar shall be sieved. The mortar shall be used as soon as

possible after mixing and before it has begun to set and in any case within initial setting time of cement after water is

added to the dry mixture. Mortar unused for more than initial setting time of cement, shall be rejected and removed

from the site of work.

Proportioning : The unit of measurement for cement shall be a bag of cement weighing 50 kgs and this shall be taken

as 0.035 cubic metre. Sand shall be measured in boxes of suitable size on the basis of its dry volume. In case of damp

sand, its quantity shall be increased suitably to allow for bulkage.

Mixing : The mixing of mortar shall be done in mechanical mixer operated manually or by power. The Engineer-in-

Charge may however, permit hand mixing, as a special case, taking  into account the magnitude, nature and location

Page 198: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

of work. The Contractor shall take the prior permission of Engineer-in- Charge in writing, for using hand-mix, before the

commencement of work. Mixing in Mechanical Mixer : Cement and sand in specified proportions, by volume, shall be

thoroughly mixed dry in a mixer. Water shall then be added gradually and wet mixing continued for at least one minute.

Care shall be taken not to add  more water than that which shall bring the mortar to the consistency of a stiff paste.

Wet mix from the mixer shall be unloaded on watertight masonry platform, made adjacent to the mixer. Platform shall

be at least 150mm above the leveled ground, to avoid contact of surrounding earth with the mix. Size of the platform

shall be such that it shall extend at least 300mm around the loaded wet mix area. Wet mix, so, prepared shall be

utilised within initial setting time [thirty (30) minutes for ordinary Portland cement conforming to IS:269] after addition of

water. Mixer shall be cleaned with water each time before suspending the work.

Hand Mixing : The measured quantity of sand shall be leveled on a clean watertight masonry platform and cement

bags emptied on top. The cement and sand shall be thoroughly mixed dry by being turned over and over, backward

and forward, several times till the mixture is of uniform colour. The quantity of dry mix that can be consumed within

initial setting time of cement shall then be mixed with just sufficient quantity of water to bring the mortar to the

consistency of stiff paste.

1.3.2 Brick Work :

Soaking of Bricks : Bricks shall be soaked in water before use for a period that is sufficient for the water to just

penetrate the whole depth of bricks as well as to remove dirt, dust and sand. Proper soaking of bricks shall prevent the

suction of water from the wet mortar as otherwise mortar will dry out soon and crumble before attaining any strength.

The bricks shall not be too wet at the time of use as they are likely to slip on mortar bed and there will be difficulty in

achieving the plumb line of wall as well as proper adhesion of bricks to mortar. The period of soaking shall be

determined at site by field test by immersing the bricks in water for different periods and then breaking the bricks to

find the extent of water   penetration. The  least period that corresponds to complete soaking, will be the one, to be

allowed for in the construction work. The soaked bricks shall be removed form the tank, sufficient early, so that at the

time of laying, they are skin dry. The soaked bricks shall be stacked over a clean place, on wooden planks or masonry

platforms to avoid earth, dirt being smeared on them.

Laying of Bricks :

Brick Work (one or more brick thickness) : Brickwork (one or more brick thickness) shall be laid in English Bond

unless otherwise specified. Half or cut bricks shall not be used except when needed to complete the bond. In no case

the defective bricks shall be used. A layer of average thickness of 10 mm of cement mortar shall be spread on full

width over a suitable length of  lower course or the concrete surface. In order to check and achieve uniformity in

masonry, the thickness of bed joints shall be such that four courses and three joints taken consecutively shall measure

equal to four times the actual thickness of the brick plus 30 mm. Each brick with frog upward shall be properly bedded

and set in position by gently tapping with handle of trowel or wooden mallet. Its inside faces shall be buttered with

mortar before the next brick is laid and pressed against it. After completion of the course, all vertical joints shall be

filled from top with mortar. All brick course shall be taken up truly plumb; if battered, the batter is to be truly maintained.

All courses shall be laid truly horizontal and vertical joints shall be truly vertical. The level  and verticality of work in

walls shall be checked up at every 1- metre interval. The masonry walls of structures shall be carried up progressively,

leaving no part one metre lower than the other. If this cannot be adhered to, the brick work shall be raked back

according to bond (and not left toothed) at an angle not more than 45 degrees but raking back shall not start within 60

centimetres of a corner. In all cases returns, buttresses, counter forts, pillars etc. shall be built up carefully course by

course, and properly bonded with the main walls. The brickwork shall not be raised more than fourteen (14) courses

Page 199: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

per day. At the junction of any two walls, the bricks shall at each alternate course, be carried into each of the

respective walls so as to thoroughly unite the work. The courses at the top of plinth and sills, at the top of the wall just

below the soffit of the roof slab or roof beam and at the top of the parapet, shall be laid with bricks on edge. Brick on

edge course shall be so arranged as to tightly fit under the soffit of the roof beam or roof slab, restricting the mortar

layer thickness upto 12mm, however, any gap between the finished brick work and soffit or roof slab/beam shall be

suitably sealed with the

mortar.

Circular Brick Work : The detailed specification for brick work as above shall apply, in so far as these are applicable.

Brick forming skewbacks, shall be dressed or cut so as to give proper radial bearing. Defects in dressing of bricks shall

not be covered up by extravagant use of mortar, nor shall the use of chips etc, be permitted. The circular brickwork

shall be carried up from both ends simultaneously and keyed in the centre. The bricks shall be flushed with mortar and

well pressed into their position so as to squeeze out a part of their mortar and leave the joints thin and compact. All

joints shall be full of mortar and thickness of joints shall be between 5 mm and 15 mm.

Jointing : Joints shall be restricted to a width of 10mm with brickwork of any classification. All bed joints shall be

normal to the pressure upon them i.e. horizontal in vertical walls, redial  in circular brick masonry and at right angles to

the face in the battered retaining walls. The vertical joints in alternate courses shall be taken that all the joints are full

of mortar, well flushed up. In case no pointing is to be done, cement mortar shall be neatly struck as the work

proceeds. The joints in faces, which are to be plastered or pointed, shall be squarely raked out to a depth of 12mm

while the mortar is still green. The rake joints shall be brushed to remove loose particles. After the day’s work, the

faces of the brick shall be cleaned on the same day with wire brush and all mortar dropping removed. 

1.3.3 Bad Workmanship : If the workmanship of the brick work laid, or the strengths of mortar after testing found to be

not of acceptable standard, the Engineer-in-charge shall ask the contractor to demolish the brickwork and redo the

brickwork of good quality at the contractors cost.

1.4 Curing : Green work shall be protected from rain or any other running water or accumulated water from any

source, by suitable means. Masonry works, as it progresses, shall be kept   thoroughly wet by sprinkling water at

regular intervals, on all faces. Curing shall be done after 24 hours of completion of day’s work and shall be done for

atleast 7 days after completion. Proper watering cans with spray nozzles, rubber or PVC pipes shall be used for this

purpose.

1.5 Testing : The testing of Bricks for its crushing strength, water absorption test etc. shall be carried out as specified

in Gen/D/0.2.

Tests for grading of sand / fine aggregate, bulkage etc shall be as specified at Gen/C/0 and Gen/C/0.2.2.

Tests for cement shall be as specified at Gen/C/0.2.1.

All the tests shall have to be carried out as directed and the cost of contractor. The test records shall be maintained

and kept at site for inspection.

1.6 Staging/Scaffolding : Staging/scaffolding shall be properly planned and designed by the Contractor. Use of only

tubes is permitted for staging/scaffolding. Design of staging/scaffolding shall be submitted for approval of the

Engineer-in-Charge, before commencement of work.

Single scaffolding having one set of vertical support, shall be used and other end of the horizontal scaffolding member

shall rest in a hole provided in the header course. The supports shall be sound and strongly clamped with the

horizontal pieces over which the scaffolding planks shall be fixed. The holes left in the masonry works for supporting

the scaffolding shall be filled and made good with plain cement concrete of grade 1:3:6 during plastering. Suitable

Page 200: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

access shall be provided to the working platform area. The scaffolding shall be strong enough to withstand all loads

likely to come upon it and shall also meet all the requirements specified in IS : 2750. Double scaffolding shall be

provided for pillars less than one metre in width or for the first class masonry or for a building having more than two

storeys. The following measures shall also be considered during erection of the scaffolding/staging.

a) Sufficient sills or underpinnings, in addition to base plates, shall be provided, particularly, where scaffoldings are

erected on soft grounds.

b) Adjustable bases to compensate for uneven ground shall be used.

c) Proper anchoring of the scaffolding/staging at reasonable intervals shall be provided in each direction with the main

structure wherever available.

d) Horizontal braces shall be provided to prevent the scaffolding from rocking.

e) Diagonal braces shall be provided continuously from bottom to top between two adjacent rows of vertical supports.

f) The scaffolding/staging shall be checked at every stage for plumb line.

g) Wherever the scaffolding/staging is found to be out of plumb, it shall be dismantled and re-erected afresh. Effort

shall not be made to bring it in line with a physical force.

h) All clamps and couplings shall be properly tightened with nuts and bolts to avoid slippage.

i) Erection work of a scaffolding/staging under no circumstances  shall be left totally to semiskilled of skilled workmen

and shall be carried out under the supervision of contractor’s technically qualified civil engineer. For smaller works or

work in remote areas, wooden ballies or bamboos may be permitted for scaffolding/staging by the Engineer-in-Charge

at his sole discretion. The contractor must ensure the safety and suitability of such works as described under clause

3.5.1

1.7 Embedment of Fixtures : All fixtures, pipes, conduits, holdfasts of doors and windows etc. required to be built in

walls, shall be embedded in plain cement concrete of grade 1:3:6 at the required position as the work proceeds.

1.8 Item to Include : Item includes supply of accepted standard IInd class  bricks, all other material viz. cement, sand

or fine aggregate, water; all labour; scaffolding; tools and equipment; bailing out the water, mixing of mortar, laying of

the brickwork as specified above etc.. The cost of testing, the machinery hire/depreciation charges, charges for

scaffolding, curing etc. are deemed to be included in the item rate for the brick work. Item also includes providing

openings, fixtures, preparing soffits for beams or other elements, racking of joints on outer surface etc.

1.9 Mode of Measurement and Payment : The measurement of brickwork will be on volumetric basis in cubic metre

(cum). Deductions for rectangular or circular openings, shall be as per IS : 1200.

36.1     1:4 Cement Mortar Specification: 37     Providing plaster in cement mortar in 1:3 without neeru finishing to concrete or masonrysurface in all position including scaffolding and curing complete. Specification:

2.1 General : The item pertains to providing Plaster in CM 1:3, without neeru finish to concrete or

masonry surface.

2.2 Material :

Cement : As per item Gen/C/0.2.1.

Page 201: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Sand : As per item Gen/C/0.2.1

Neeru : Standard brand instant neeru or sanala may be used.

Water : As per item Gen/C/0.2.4

2.3 Cement Mortar : Cement mortar of the specified proportion of 1:3 shall be prepared as per

item Gen/E/0.2.

2.4 Preparation of Surface : The joints in masonry shall be raked out properly. Dust and loose

mortar shall be brushed out properly. Efflorescence if any, shall be removed by brushing and

scrapping. The surface shall then be thoroughly washed with water, cleaned and kept wet before

plastering is commenced.

2.5 Scaffolding : The contractor shall provide scaffolding required for facility of construction.

Quoted rates are deemed to included the cost of scaffolding as required. Scaffolding will be double

or single as is warranted by the work. Scaffolding shall be erected with steel sections or pipes,

bullies or bamboos of adequate strength so as to be safe for all construction operations. The

contractor shall take all measures to ensure the safety  of the work and working people. Any

instruction of the Engineer-incharge in this respect shall also be complied with. The contractor shall

be entirely responsible for any damage to property or injury to persons resulting from ill erected

scaffolding, defective ladders and materials or otherwise arising out of his default in his respect.

Proper scaffolding shall be provided to allow easy approach to every part of the work.

Overhead work shall not be allowed.

2.6 Application of Plaster : Before commencing the plastering the surface to the plastered shall

be made wet sprinkling water. The patches of mortar, with thickness equivalent to thickness shall

be provided on the area to be plastered. It shall be ensured that the surface all such patches is in

true level/batter/plumb as the case may be; to achieve this the thickness of patches may vary

m a r g i n a l l y , b u t a v e r a g e t h i c k n e s s s h a l l n o t b e l e s s t h a n t h a t

specified.                                                                        

1.  Ceiling plaster shall be completed before commencement of wall plaster.

2. Plastering shall be started from the top and worked down towards the floor. All putlog holes shall

be properly filled in advance of the plastering as the scaffolding is being taken down. To ensure

even thickness and a true surface, plaster about 15x15 cm shall be first applied,  horizontally and

vertically, at not more than 2 m intervals over the entire surface to serve as gauge. The surfaces of

these gauged areas shall be truly in the plane of the finished plaster surface. The mortar shall then

be laid on the wall, between the gauges with trowel. The mortar shall be applied in a uniform

surface slightly more than the specified thickness and then brought to a true surface by working a

wooden straight edge reaching across the gauges, with small upward and side ways movements

at a time. Finally the surface shall be finished off true with trowel or wooden  float according as a

smooth or a sandy granular texture is required. Excessive trawling or over working the float shall

be avoided. During this process a solution of lime putty shall be applied on the surface to make the

later workable.

3. All corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be

and shall be carefully finished. Rounding or chamfering corners, arises, provision of grooves at

junction etc. where required shall be done without any extra payment. Such rounding, chamfering

Page 202: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

or grooving shall be carried out using proper templates or battens to the sizes   required.

4. When suspending work at the end of the day, the plaster shall be left, cut clean to line both

horizontally and vertically. When recommencing the plastering, the edge of the old work shall be

scrapped cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to

enable the two to properly joint together. Plastering work shall be closed at the end of the day

on the body of wall and not nearer than 15 cm to any corners or arises. It shall not be closed on

the body of the features such as plasters, bands and cornices, nor at the corners of arises.

Horizontal joints in plaster work shall not also occur on parapet tops and coping as these invariably

lead to leakage. No portion of the surface should be left out initially to be patched up later on.

5. The surface of the under coat on which the punning is to be done shall be left rough. The

punning shall be applied, when the under coat is still green. The mortar for punning shall be

applied in a uniform layer slightly more than 3 mm thick between gauged pads, with which to

ensure an even and uniformly thick surface by frequent checking with a wooden straight edge. It

shall be finished to an even and smooth surface  with trowels.

2.7 Finish : The plaster shall be finished to a true level and plumb surface and to the proper

degree of smoothness as required. The work shall be tested frequently as the work proceeds with

a true straight edge not less  than 2.5 m long and with plumb bobs. All horizontal lines and

surfaces shall be tested with a level and all jambs and corners with a plumb bob as the work

proceeds.

2.8 Thickness : The thickness of the plaster specified shall be measured exclusive of the

thickness of key i.e. grooves or open joints in brick work. The average thickness of plaster shall not

be less than the specified thickness. The minimum thickness over any portion of the surface shall

not be less than specified thickness by more than 3 mm. The average thickness should be

regulated at the time of plastering by keeping suitable thickness of the gauges. Extra thickness

required in doubling behind rounding of corners at junction of wall or in plastering of masonry

cornices etc. shall not be paid for.

2.9 Curing : Curing shall be started 24 hours after finishing the plaster. The plaster shall be kept

wet for a period of seven days. During this period, it shall be suitably protected from all damages at

the contractor’s expenses by such means as the Engineer-in-charge may approve. The dates on

which the plastering is done shall be legibly marked on the various sections plastered so that

curing for the specified period thereafter can be watched.

2.10 Precautions : Any cracks which appear in the surface and all portions which sound hollow

when tapped, or are found to be soft or otherwise defective shall be cut out in rectangular shape

and replastered as directed by Engineer-in-charge. When ceiling plaster is done, it shall be

finished to chamfered edge at an angle at its junction with a suitable tool when plaster is being

done.  Similarly when the wall plaster is being done, it shall be kept separate from the ceiling

plaster by a thin straight groove not deeper than 6 mm drawn with any suitable method while the

plaster is green. To prevent surface cracks appearing between junction of column/beams and walls

150 mm wide chicken wire mesh should be fixed with U nails 150 mm c/c in one vertical plane

should be carried out in one go. For providing and fixing chicken wire mesh with U  nails, payment

shall be made separately under relevant item.

Page 203: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

2.11 Item to Include : The item includes providing all materials for plastering, including

transportation, royalty for material, all labour, tools and plants, machinery and equipments, staging,

scaffolding, bailing out water, testing, curing and construction as per above  specifications etc.

complete.

2.12 Mode of Measurement and Payment : The plaster area shall be measured in sqm as per IS

1200 37.1     20 mm. thick two coats Specification: 38     10.2 Accessories Specification: 38.1     Supplying standard first aid box with necessary antiseptic cream, medicine for use onwounds due burn, crepe bandage, gauge bandage, medicated ready to use bandage (Band-aid)adhesive tape for medicinal use, scissors, anti-septic solution (Savlon or similar) etc. (All abovecontents shall be of standard makes) Specification:

The scope of work includes supplying standard first aid box with necessary antiseptic cream,

medicine for use on wounds due burn, crepe bandage, gauge bandage, medicated ready to use

bandage (Band-aid) adhesive tape for medicinal use, scissors, anti-septic solution (Savlon or

similar) etc. (All above contents shall be of standard makes).

Mode of Measurement: The contract rate shall be on the basis of per number 38.2     Supplying and erecting D.C.P. type Fire Extinguisher 5 kg capacity cartridge type with GunMetal cap 150 gram CO2 gas cartridge, powder and brackets conforming to IS 2171-1985 andcomplete erected with necessary clamps made from 50x6 mm M.S. flat with nuts & bolts grouted inwall complete. Specification:

The scope of work includes supplying and erecting D.C.P. type Fire Extinguisher 5 kg capacity

cartridge type with Gun Metal cap 150 gram CO2 gas cartridge, powder and brackets conforming

to IS 2171-1985 and complete erected with necessary clamps made from 50x6 mm M.S. flat with

nuts & bolts grouted in wall complete  at the location desired by  Engineer in charge .

Mode of Measurement: The contract rate shall be on the basis of per number 38.3     Supplying and fixing PVC Synthetic elastomer electrically insulating mat with class Binsulation conforming to IS: 15652 - 2006 & CPRI tested having 2.5 mm thickness upto 11 kV Specification:  

Page 204: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

The scope of work includes supplying and fixing PVC Synthetic elastomer electrically insulating

mat with class B insulation conforming to IS: 15652 - 2006 & CPRI tested having 2.5 mm thickness

upto 11 kV  & fix infront  of 11/3.3/0.440 Kv panel .

Mode of Measurement: The contract rate shall be on the basis of per number 39     3.2 Air Conditioners (AP-AC) Specification: 39.1     Supplying and erecting split type room Airconditioning unit 1.5 TR 5 star capacity230/250V, 50 cycles, A.C. supply having 1 No of air handling unit hiwall / floor mounting typecomplete at position as per specification no. AP-AC/SAC Specification:

Scope:

Specification No (AP-AC/SAC)

Supplying, erecting, and testing Split type room air- conditioner of specified tonnage, conforming to I.S.1391, having

one/two air handling units Hi-wall / ceiling (suitable for false ceiling) mounting type having cooling unit and the outdoor

condensing unit connected with 12/9 mm copper piping up to 6 meter duly insulated and 3 core copper flexible cord

ofrequired length etc. with stand for condensing unit, complete with testing etc. (Conforming to IS: 1391 Part-I & Part-II

with all amendments & as per BEE) suitable for operation on single phase, AC supply, 230/250 Volts 50 Hz, using best

quality compressor, and fitting in position as per site situation and as directed by site engineer, duly connected to

supply, and marking of S No. and date of erection.

The AC unit shall be capable of performing following functions:

Cooling

Dehumidifying

Air Circulating

Air Filtering

Ventilation

The Split type AC should be minimum 3 Star rating as directed by B.E.E.

Material:

Compressor: The air conditioners shall be fitted with hermetically sealed type suction cooled

reciprocation or discharge cooled rotary compressor (as applicable), compressor unit operating on Refrigerant R-22

with suitable rated capacitor start electric motor. It shall be equipped with overload protection. These shall be mounted

on resilient mountings for quiet operation. The compressor shall conform to IS: 10617 part (1) -1983 (amendment 1 &

2) The air conditioners shall be complete with automatic temperature control and cut-in and cut-out etc. for

temperature range 16 degrees to 35 deg. C. The differential of the thermostat for cut-in and cut-out shall not be greater

than +/- 1 degree Centigrade.

Outdoor Cabinet:

The cabinet of the evaporator unit and condensing unit shall be made from galvanized steel sheet of 1.0mm thick with

stiffness for robust construction and shall have rounded corners, steel parts/front panel etc. shall have stove-enameled

finish preceded by undercoat of anti corrosive primer paint phosphate and through cleaning of the surface. Alternate

Page 205: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

method of corrosion protection like plastic powder coating, electrostatic paintings are also acceptable in lieu of stove

enameled finish. Galvanized sheet shall conform to IS: 277/ 2003.

Indoor Unit:

The indoor units made of ABS/HIPS shall be of flame retardant and impact resistant life. ABS/HIPS indoor unit cabinet

shall pass in flammability test requirement for Grade V-O as per UL -94. For impact resistance the unit duly packed,

when dropped from a height of 1metre shall show no damage.

Air Filter: The air filters provided shall be of cleanable type and made of synthetic material.

Thermostat: Thermostat or electronic thermostat as per IS 11338: 1985.

Condenser: As per (FG-FG/AS7) specified in chapter 2.4

Piping:

Suction line -Copper pipe of min 0.70mm thickness and of suitable diameter as per manufacturers design.

Liquid line -Copper pipe of min 0.70mm thickness and of suitable diameter as per manufacturers design.

Drain pipe -15mm dia flexible PVC pipe.

Connection Cable: Suitable capacity 3 Core PVC insulated FRLS copper wire to be electrically connected to both the

units.

Paint: Superior quality enamel paint of specified colour.

Remote Control: Remote control (Cordless) shall be provided with one On/Off timer, selecting Fan speed(Three

speeds) and setting up of temperature.

Drain Pipe: Drain pipe (15mm dia flexible PVC pipe).

Method of Construction:

The installation shall comprise the following work:

Mounting/Fitting indoor & outdoor units at the respective locations on provided MS stands with necessary

hardware’s.

Laying refrigerant piping of 6m length and connecting both the units after drilling hole/holes in the wall, if required.

The thickness of the copper tubing shall not be less than 0.70mm and diameter of required size by flaring, threading,

etc.

Insulating the suction pipe with expanded polyethylene of foam 5mm tubing.

Laying 15mm drain pipe to throw out the condensate water formed in the Indoor unit.

Leak testing of the entire system.

Charging Refrigerant gas in the unit.

Suitable electric wiring between indoor and outdoor units up to 6 m length & up to switch within 3 metre of location of

indoor unit.

Testing and giving satisfactory trials.

Mode of Measurement: Executed quantity shall be counted on number basis. (i.e.each)

40     Annual maintenance of 11 KV & 3.3 KV panel board, 400 KW x 6 Nos soft starter, ACB 1250/ 800 Amp, Power Factor panel , APFC panel & Battery chargers units at Palse ( Jackwell ) Rawwater works with all required labour charges for making servicing, refitting the spare parts in paneletc. and giving testing of panel. (Note : spare should be supplied by MIDC) Specification:

The scope of work includes  deploy of Skilled man power for period of 24 months after  completion

Page 206: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

of  work  for annual maintenance of  11 KV & 3.3 KV panel  400 KW x 6 Nos soft starter, ACB 1250

/ 800 Amp, Power Factor panel , APFC panel & Battery chargers  400 KW motor as well as    VT

pump set  servicing of VCB breakers, relay & control penal, OLTC battery & battery charges

servicing & maintenance of FCMA starter are include in scope of work. The spares required at the

time of servicing are included in the  contractor  scope  of work .

It is our general experience that in spite of specific & clear instructions, the contractor normally do

not give the set of essential drawings and operation & maintenance manuals relevant to the

installation. This results in chaotic situation after a few years of commissioning of the installation.

In any organization the engineering staff always gets transferred. As such after a few years, the

then operating personnel in charge face many difficulties for want of necessary documents.

To obliviate the chances of such eventualities and keeping in tune with the MIDC’s policy of quality

enhancement, it has been decided to make suitable provisions in the contract for the submission of

operation & maintenance manual and the detailed engineering drawings including the necessary

electrical layout schematic / control wiring drawings of all equipments without which the contract

shall not be deed to as complete.

The contractor therefore shall have to prepare and submit to the department the exhaustive,

comprehensive and upto date manual of the operation and maintenance of all the pieces of

equipments, supplied and installed by him such as pumps, motors, 3.3 KV LT switch gear including

the specifications drives such as circuit breakers, capacitors and capacitor control mechanism,

including power factor control desk and special equipment such as soft starters and DC battery

system consisting of float cum boost battery station itself, DC distribution board and the battery

manual. Similarly the upto date single line and electrical drawing for all these shall also be

furnished by the contractor. The contractor therefore shall have to prepare and submit two neatly

bound volumes with either DTP or printed versions containing plastic bund covers. In all 4 volumes

of operations and maintenance and 4 volumes of drawings shall be submitted without which the

contract shall not be treated as complete.

Training : The contractor shall have to impart training to the operating staff while on the job. A

certificate that such a training has been imparted to the operating staff shall be furnished without

which the work shall not be treated as complete. 

The job of training has been included in other items of the equipments & no separate payment is

intended for the above training. This training may be imparted with reference to operation &

maintenance manual during stages. The contractor shall furnish the scheme of training in the

technical bid.

Mode of Measurement: Defect liability period for this work is one year after satishfactory

completion of entire work. After defect liability period is over, the comprehensive maintenance will

commenced for 2 yrs period.  An amount  as quoted in this item will be kept in deposit 100 %

during  in final RA bill of main work. This deposit amount will be relased on prorata basis

per quarterly subject to condition that  Installation  should maintain to the Engineer   incharge of

work ..Otherwise penal charges  which deem fit dy   Deputy Eninner MIDC Nashik will be I

applicable The tenderer shall quote as per above guidelines for above mentioned  comprehensive

maintenance for period of 2 years after completion of defect liability period including capital work

Page 207: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

under specified Schedule “B” . Sub Estimate: Providing, installing, commissioning and testing of 11 KV HT panel & 11/3.3 KV &11/0.440 KV transformer at Palse for Sinnar WSS 1     Supplying and erecting approved make 2000 KVA 3 phase, 50 Hz copper double wound oilimmersed and naturally cooled ONAN, outdoor type, core type, DYN 11 vector group transformerconfirming to IS:2026 connected delta on HV side , and star on LV side with additional neutralbrought out,rating 11000/3300 volts with OLTC with RTCC / AVR and tappings plus or minus +5/-15% in steps of +/- 1.25 % continuously rated for full load & temperature rise not exceeding 50degree C by the resistance of the winding after continuous run at full load rating compete with thefollowing Standard mounting:-1) ON load tap changing switch with RTCC / AVR. 2) Oil conservatorwith filling holes with plug and drain plug & prismatic oil level gauge. 3) Dehydrating silica gelbreather. 4) Bottom Oil Drain cum filter valve. 5) Thermometer pocket. 6) Top oil filter valve. 7)Lifting arrangement. 8) Minimum two earthing terminals. 9) Diagram and rating plate. 10) Firstfilling of oil with dielectric strength of 50 KV/No- Break as per IS:335 11) Four bi-directional rollers.12) Air vent with plug. 13) WTI and OTI units with alarm and trip and meters 14) Explosion vent /pressure relief device. 15) Buchholz relay with alarm and trip. 16) Shutoff valves for Buchholzrelay. 17) Neutral CT 18) Magnetic oil level gauge. 19) Jacking lugs 20) marshalling Box. 21)Detachable radiators. The terminal arrangements bushings, with lugs, HV cable end box / HVbushings and XLPE cable box / Cable box on LV side complete with certificates frommanufacturers and completely erected on providing plinth as per direction. The transformer shallbe tested at factory in presence of Departmental Engineer and third party before dispatch to site.&the losses shall as minimum as possible at 75 degree Centigrade as per IS 2026. Specification:

Technical Specifications:

The contractor shall supply 2000 KVA, 3 phase 50 cycles, per second, oil immersed and naturally cooled outdoor type

copper wound transformer connected delta on HV side and star on LV side with additional neutral brought out on load

side, rating, 11 KV/3.3 KV with HV tapping +5% -15%

Continuously rated for full load and temperature rise not exceeding 40oC by thermometer in oil and 500C by the

resistance of the winding after continuous run at full load rating complete with the following standard mountings.

1) ON load tap changer with RTCC / AVR panel

2) Oil conservator with filling holes with plug and drain plug & prismatic oil level gauge.

3) Dehydrating silica gel breather.

4) Bottom Oil Drain cum filter valve.

5) Thermometer pocket.

6) Top oil filter valve.

7) Lifting arrangement.

8) Minimum two earthing terminals.

9) Diagram and rating plate.

10) First filling of oil with dielectric strength of 50 KV/No- Break as per IS:335

Page 208: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

11) Four bi-directional rollers.

 12) Air vent with plug. 

 13) WTI and OTI units with alarm and tripand meters

14) Explosionvent / pressure relief device.

15) Buchholz relay with alarm and trip.

16) Shutoff valves for Buchholz relay.

 17)Neutral CT

18) Magnetic oil level gauge.

 19) Jacking lugs

20) marshalling Box.

21)Detachable radiato

Transformer shall be manufactured and tested to IS 2026/ 1962 and with latest amendments and test certificates

should be submitted before dispatch.The transformer oil shall be as per IS 335 / 1972 (revised).The installation of the

transformer shall be as per IS 1886 / 1961.

The transformer tank should be made out of commercial grade low carbon steel of adequate thickness and shall be of

welded constructions. To provide ample cooling surface, tubes wherever necessary tested under pressure to ensure

no leakage of oil in service. The tank and frame part should be painted with oil and heat resistant paint for guaranteed

durability of M.S. plate.

The tank shall be designed to permit by crane or jacks the complete transformer assembly filled with oil. Accordingly

the base shall be suitably reinforced to prevent any distortion.

The material used for the gaskets shall be cork, neoprene or approved equivalent. All fasteners and bolts etc. shall be

galvanized or zinc activated.

Magnetic circuit shall be of core type construction. The core shall be built out of high grade, non-aging, high

permeability, cold rolled grain oriented silicon steel lamination. The cores should be of interleaved construction and

should be securely clamped or bounded together to ensure mechanical rigidity. The core should be generally of

mitered joint to ensure low losses.

Winding shall be subjected to striking and seasoning process so that no further shrinkage occurs during the service.

Adjustable devices shall be provided for taking up possible shrinkage in service.

Materials used in the insulation and assembly of the windings shall be insoluble, non-catalytic and chemically inactive

in hot transformer oil and shall not soften or be otherwise affected under the operating conditions.

Windings should be manufactured from electrolytic copper conductors, covering with suitable insulation. Winding

should be rigidly clamped between top and bottom frames through clamping rings and pressboard pullers.

Each coil shall be rigidly supported by means of insulating cylinders and axial pressboard spacers. The entire main

leads and tapping leads should be kept as small as possible and should be of insulated clip bar arrangement. 

Winding shall be so designed that it can withstand the specified thermal and dynamic short circuit current. In case of

Page 209: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Dyn-11 transformers neutral shall be brought out in open for solid earthing on the secondary side, separately on the

tank.

ON load tap-changing arrangement shall be provided on H.V. side. The tapping shall be provided for variation of HV

voltage + 5% to –15% in steps of +/- 1.25% each with arrangement to lock with padlock including two sets of keys .

Natural and cooling by means of pressed/ round tube/ radiators around transformers tank, ONAN type shall be

provided with fan cooled arrangement on to get efficient cooling.

Arrangement of lifting the active parts of the transformer along with the cover of the tank by means of lifting lugs

without disturbing the connections shall be provided. Also complete transformer lifting lugs shall be provided. Lifting

arrangement for core and coils shall be provided. Jacking pads shall be provided on the transformer.

Two nos. earthing pads of copper or non-corrodible material on transformer tank, suitable earthing terminals on cable

boxes shall be provided.One diagram and rating plate indicating the details of the transformer connecting diagram

vector group, tap-changing diagram etc. shall be provided.An air release hole with plug shall be provided on the top of

the tank cover to facilitate release of entrapped air while filling of oil.The transformer shall be provided with indicating,

dehydrating silica gel breather of sufficient capacity.The transformer shall be provided with following oil valves with all

free ends of the valves blinded.

A) Filling valve;

B) Main tank drain valve with flange or threaded connection. The drain shall be so  Designed that 90% of the oil can be

drained off in 10 minutes.

C) Top and bottom filter valves.

D) Pressure relief device or explosion vent.

The transformer shall be provided with a conservator with welded end plates. It shall be bolted to the cover and enable

dismounting for purpose of transport. It shall be provided with oil level gauge with marking for minimum level and oil

filling hole with a cap, which can be used for filtering oil. For draining purpose a plug shall be provided. A connection

pipe between the conservator and the main tank shall be provided which shall project inside the conservator.

The tank shall be provided with a pressure release device. The device shall be weatherproof and shall be provided

with diaphragm. Equalizer pipe shall be connected to pressure release device (its explosion vent) of the conservator.

The vent shall be placed in such a manner so that in case of diaphragm rupture the discharge of oil shall not be on the

transformer.

The interior of the transformer tank, other oil filled chambers and internal structural steel work shall be painted with

head resistant, oil insoluble insulating varnish after thorough cleaning of all scale and dust. Steel surface exposed to

the weather shall be thoroughly cleaned and applied first coat of zinc chromate, second coat of oil and weather

resistant paint and final coat of oil weather resistant non-fading paint.

Noise levels shall be as per NEMA standards.

Transformer shall be subjected to the following tests at the factory before dispatching the same and test certificates

shall be furnished. These tests shall be carried out in presence of the representative of MIDC. 

1)Measurement of winding resistance;

Page 210: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

2)Ratio, polarity and phase relationship;

3)Impedance voltage/short circuit impedance;

4)Load losses;

5)No load losses and no load current;

6)Induced over voltage withstand

7)Separate source voltage withstand

8)Dielectric strength test.

9)Temperature rise test.

10)Test on load tap changer, with remote control.

11)Heat run test.

The percentage impedance voltage at 75 degree Centigrade should be as stated in IS 2026 part - I suitability for

operating in parallel condition.The transformer quoted by the contractor should be suitable for operation in parallel and

must be satisfied the conditions for parallel operation with other transformer having same parameters/specifications.

TECHNICAL DETAILS: -

1) System of operation                                              3 ph, 50 Hz A.C.

B) Transformation ratio & ratings                                 11000/3300 volts 2000 KVA

C) Nature of cooling                                                   Oil immersed natural cooled,  

D) Type of duty                                                        out door plinth mounted.

E) Connections                                                         Delta on HV/Star on LV additional

                                                                             Neutral brought out separately.

F) Rating                                                                 Continuous.

G) Temperature rise.                                                  As per IS 2026 part-II for relevant Class of insulation.

H) Vector group                                                        DY 11

I) Terminal arrangement                                             Bushing on HV side box Suitable to kake the

                                                                             full load current of the transformer

LOSSES:

 Shall be as per the latest IS 2026. Following losses should be mentioned specifically without which the offer of

the contracting agency may not be considered.

 1) No load losses at normal voltage and frequency - 1.8 KW  

 2) Total load losses at 100 % load - 23.8 KW

Tolerance as per IS 2026 is applicable.

Note : The agency invariably shall have to submitt the detailed GTP with the manufacturers seal endorsed on

the said document in the envelope no 1 as without  which the price bid will not be opened.

Page 211: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

The scope of the work includes supply, installation & commissioning of the RTCC panel for 2000

KVA transformers  newly erected complete with all indicating instruments and the corresponding

required relays as per detailed description. This also includes the providing, laying and connecting

the required all types of multicore copper cables for the control operations of the tap changing of

the transformers etc complete. The panel is to be erected at panel room and transformers are

erected at sub-station. The distance of panel room from the sub-station is approximately 75 mtrs.

All the required multicore cables for RTCC panel are included in the scope of the work itself. No

extra payments for control cables will be made.

The remote control panel shall be fabricated out of 14 SWG MS sheet and should be fully vermin and dust proof duly

powder coated. The panel shall consist of the following components:

     1. MS sheet cubicle complete with powder coating etc complete.

    1. Digital Voltmeter with selector switch of appropriate scale.

    1.   Digital KWH meter complete with required CTs.

    1.    Phase sequence meter.

    3   Set Phase indicating lamps (LED), set of ON-OFF heating / trip

          spring charge indication with auto trip lamps.

     1.  Set ON- OFF control switch of approved make 

     1.  Set Accept Reset push buttons.

     1.  Set Mimic display strip

     1.  Set alarm bell

     1.  Alarm cancellation relay

     1. All required relays with the display of tap no, voltages etc.

     1. Fault display unit  

Mode of Measurement: The contract rate shall be on the basis of per number

.

2     10.1 Transformers (SS-TR) Specification: 2.1     Supplying and Erecting BEE approved make Star Rated (3 STAR) 200kVA, 3 phase, 50 c/sOil immersed and naturally cooled indoor / outdoor type, copper wound transformer with deltaconn. on HV side & star connection on LV side with additional neutral brought out on load side,voltage rating 11/ 0.415kV with HV tapping of +/- 2.5% - 5 % continuously rated for full load withstandard accessories complete with Test Certificate with losses below 890 watts at 50 % loadingand 2700 watt at 100 % Loading as per IS 1180 ( Part 1 ) as per specification No SS- TR.-(STAR)The terminal arrangements bushings, with lugs, HV cable end box / HV bushings and XLPE cablebox / Cable box on LV side complete with certificates from manufacturers and completely erectedon providing plinth as per direction. The transformer shall be tested at factory in presence ofDepartmental Engineer before dispatch to site.& the losses shall as minimum as possible at 75degree Centigrade as per IS 2026. Specification:

Page 212: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Supplying and erecting AC three phase Star Rated (3 STAR) 200kVA 11kV/0.44 kV, 50 Hz, oil immersed and naturally

cooled indoor/outdoor type copper wound distribution transformer of specified capacity, connected delta on HV side

and star on LV side with additional neutral brought out on load side.

Recommended standards:

The following list shows Indian Standards which are acceptable as good practice and accepted standards.

IS 335: 1963 Dielectric Strength

IS 2026 part I 1977 Specification for Transformer

IS 2026 part II 1977 Specification for type of cooling and permissible temp. rise of transformer

IS 2026 part III 1981 Specification for insulation level and dielectric strength of transformer

IS 2026 part IV 1977 Specification for terminal marking tapping and connections

IS 1180 part I 1989 Specification for outdoor type three phase distribution transformer

IS 10028 Part I 1985 Code of practice for selection installation and maintenance of transformers

CBIP/TAC Manuals

Material:

1. Copper wound Transformer with Delta connection on HV side and star connection on LV side complete with

Manufacturer’s test certificates

2. Standard mountings required for transformer are shown below. The mountings are to be selected from them and

any additional if required.

Off load tap changing

Oil conservator with fitting holes and cap and plain oil level gauge

Silica gel dehydrating breather

Oil drain valve

Thermometer pockets

Oil filter valve

Lifting arrangement

Two earthing terminals

Diagram and rating plate

Four bi directional plain rollers

Air vent

Explosion vent

Terminal arrangement

Bushing with lugs and/or cable end box on LV side

HV cable end box and/or HV bushing

The transformer losses shall be  890 watts at 50% loading &  2700 watt at 1000 loading  as per IS 1180.

Method of Construction:

The contractor should intimate name of manufacturer and make of the Transformer and location of the manufacturer

factory to engineer in charge prior to delivery of the

transformer. After manufacturing of the transformer, the agency/contractor shall intimate the engineer-in-charge for

carrying out the inspection. After receipt of intimation engineer-in-charge or his representative should inspect the

Transformer at manufacturer factory and shall carry out the following tests jointly in presence of concern contractor.

Page 213: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1) Open Circuit test

2) Short Circuit test

3) Specific Resistance Test

4) Insulation Resistance of HV, LV, in between HV and LV, Winding and Body.

5) Dielectric Strength and acidity test of Transformer oil.

The test results of joint inspection shall be recorded on the test report of Transformer with its Sr. No. prior to delivery of

the Transformer to site.

Earthing arrangement should be completed. The Transformer should be installed on plinths by arranging chains pulley

block, crane etc as per IS Norms. After installation of Transformer the stopper/lock should be provided to rollers of the

Transformer.The connection of H.T/L.T. side should be completed by provided Copper wire/ cable with necessary lugs

to avoid loose connection. The earthing (2 Nos for Neutral & 2 Nos for Body) should be connected from distinct

electrodes. The earthing should be connected by lugs/proper size of strip.The Engineer in charge or his representative

should check all connections on H.T. side,L.T. side and earths and insulation and earth résistance test should be

carried out and results obtained shall be recorded. 

Statutory Permissions to be obtained by the Agency/Contractor:

 Before commencement of work, the drawings of installation shall be got approved from the Electrical Inspector, I E &

L Department. The installation should be got inspected from Electrical Inspector and obtain written permission to

charge the Transformers.

Commissioning:

After above formalities the Transformer, should be charged/commissioned in presence of Engineer in charge or his

representative along with load trials and shall be handed over to the department for beneficial use. After charging the

Transformer, line, phase voltages and line current shall be measured, and the same shall be submitted.

Following test certificates shall be submitted:

1. Manufacturer’s original certificate of Transformer as stipulated in IS.

2. Test certificate for dielectric strength of oil as per IS.

3. Test results of IR values.

4. Test results of all earth electrodes.

5. Readings of Voltages & currents at the time of commissioning.

Mode of Measurement: Executed quantity will be measured on number basis i.e.each 3     6.4 H. T. Metering Specification: 3.1     Supplying, erecting, testing, commissioning 11 kV H.T. metering cubical (Compact Type)approved by MSEDCL/Licensee fabricated with 2mm.(14 SWG) M.S.sheets with supporting angleand channel, painted with powder coating / epoxy paint of required shade copper bus bar size25x6 mm electronic security lock and heavy duty mechanical lock, with counter meter formeasuring no of times the opening of doors, top side cover ( C.T.P.T COVER) interlock with meterdoors, epoxy coated 3 nos C.T having required ratio between 5/5A to 100/5A burden 10 VA class0.2S I.L. 12/28/75 KVP epoxy terminal block suitable for provided trivector meter, and provision forincoming and outgoing cables etc complete duly tested by Licensee with necessary Test

Page 214: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Certificates and erected on provided plinth/ C.C foundation Specification:

This item includes supplying & erecting testing & commissioning  11 KV H.T. metering cubical (Indoor Type) approved

by MSEDCL/ Licensee  fabricated with 2mm (14 SWG) M.S. Sheets with supporting angle and channel painted with

powder coating/epoxy paint of required shade copper bus bar size 25 x 6 mm electronic security lock and heavy duty

mechanical lock, with counter meter for measuring No. of times the opening of doors, top side cover (CTPT COVER)

interlock with meter doors, epoxy coated 3 Nos. CT having required ratio between 5/5A to 50/ 5A burden 10 VA class

0.5 I.L. 12/28/75 KVP epoxy terminal block suitable for provided travectory meter, and provision for incoming and

outgoing cables etc compete duly tasted by License with necessary test certificates and erected on  plinth/ CC

foundation etc. Complete.  The entire work shall be carried out as per direction of Engineer – in- charge.Mode  of Measurement:-  Per ‘ Nos’ basis 4     Designing , manufacturing , providing , installing, commisioning and testing of 11 KV HTPANEL consisting of 2 incomers, 1 bus coupler and 4 No. outgoing feeders consisting of draw outVCB 11 KV , 3 phase ,50HZ , 800 A, 25 KA/ 1sec for incommer & Bus coupler & draw out VCB 11KV , 3 phase ,50HZ , 630 A, 25 KA/ 1sec vaccum circuit breakers for outgoing feeder (3 fortransformer feeder + 1Nos. for spare feeder ), , bus bars , protection relay , EPOXY Resin cast CTof ratio 300 /1-1A for incoomer & EPOXY Resin cast CT of ratio 100 /1-1A for outgoing, PT , DigitalEnergy monitoring equipments, digital measuring instruments , digital power measurement system,current transformers, complete protection relays , operating buttons , indicating lamps and allstandard accessories etc complete suitable for operation and control of motors provided underitem no.2 above The panel shall be provided as per detailed specifications. The complete panal tobe fabricated out of 14 SWG CRCA sheet powder coated & erected & commissioned on necessarychannel & angle frame work etc complete . Vacuum Circuit Breaker ( In door type)11 kV system800 Amp 25 kA --3 Nos Vacuum Circuit Breaker (In door type)11 kV system 630 Amp 25 kA & --4Nos Specification:

2 Nos.  Incoming panels each consisting of :

 Draw out type vacuum circuit breaker consisting of

11 KV, 3 Phase , 50 HZ , 800 A , 25 KA /1 SEC

 Closing & trip Coil :- 110 VDC

 Spring Charge Motor :- 240 VAC

 Operation Counter, Safety shutter

 VCB should be  draw out type manual as well as electrically operated spring charged complete with shunt trip coil,

auxiliary contacts, spring charge indication, mechanical counter, handle for manual operation, handle for withdrawing

breaker, mechanical ON-OFF push button and Mechanical ON-OFF indication, switch 24 pin plug and socket elements

etc. rating 1250 Amps complete.

Local/Remote selector switch.

Sets of led type indicating lamp / Red – Green suitable for 110 V DC.

Set of indicating lamp / White with check push button for trip circuit healthy indication suitable for 110 V DC.

1 No.   Bus coupler consisting of:

Page 215: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Drawout type vacuum circuit breaker as per above description

Draw out type vacuum circuit breaker consisting of

11 KV, 3 Phase , 50 HZ , 800 A , 25 KA /1 SEC

 Closing & trip Coil :- 110 VDC

 Spring Charge Motor :- 240 VAC

 Operation Counter, Safety shutter

Local / Remote selector switch.

Sets of indicating lamps – Red Green suitable for 110 V DC.

Set of indicating lamps – White with check push button for trip circuit healthy indication suitable for 110 V DC.

4 Nos. Outgoing Feeder each consists of as under

 (  2 Nos for 2 MVA transformer feeder

 + 1 Nos for 200 KVA transformer feeder + 1 Nos for spare )

Draw out type vacuum circuit breaker consisting of

11 KV, 3 Phase , 50 HZ , 630 A , 25 KA /1 SEC

Closing & trip Coil :- 110 VDC

Spring Charge Motor :- 240 VAC

Operation Counter, Safety shutter

Local / Remote selector switch.

Sets of LED Indicating lamp- Red-Green for circuit breaker On-OFF, Blue for spring charge and amber for auto trip

indication suitable for 110 volts D.C.

Set of LED Indicating lamp - white with check push button for trip circuit healthy indication suitable for 110 volts D.C.

Vacuum circuit breaker : The vacuum circuit breaker must conform to IS:2516/ 3427  and IEC: 56/ 298 with double

insulated bus bars and fully interlocked for operation safety. The circuit breaker shall have for a given contact gap,

dielectric strength of about eight times that of air, thus making it possible to quench an arc with a very small contact

gap.   It shall have the arc energy dissipated for a given interrupting current approx. 1/10th that of oil. The short

clearance time low arc resistance and short arc length accompanied by low arc energy shall result in maintaining the

contact erosion to the minimum. The vacuum shall have the fastest recovery strength after full arc interruption to its full

dielectric value at zero current. The drive energy of the vacuum switchgear has to be the least in comparison to the

other types of breakers.

The vacuum interrupter is to be designed with steel arc chamber in the center and symmetrically arranged and

ceramic insulators. The vacuum interrupters shall also consist of fixed and moving contacts. Insulators made of

aluminum oxide, arc chamber made of chromium nickel steel. The vacuum circuit breaker shall consist of three air-

insulated poles incorporating the vacuum interruptions and mechanism housing to be formed as sturdy base for the

poles. The moving contacts are to be connected to the operating mechanism through insulated couplers. The

interrupters are to be connected mechanically and electrically by their fixed contacts to the breaker terminals at upper

supports. The main parts of VCB are upper interrupter support, top terminals, fixed contacts, moving contacts, tubular

housing, bellows, bottom terminals, lower interrupter spring and release pawl etc. The VCB shall have a motor type

automatic operation device with a facility of manual operations in case of failure of automatic operation. The following

accessories are to be provided with each VCB.

Auxiliary switch (5 No + 5 No. + 1 WI)

(Wiping contact)

Page 216: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Closing solenoid

Tripping solenoid

Mechanical operation counter

Spring charging handle.

The additional accessories as above may also please be fitted in the mechanism.

Shunt release valve.

Current transformer operated release.

Under voltage release ‘R’.

Lock out relay for under voltage release for ‘C’ above.

Limit switch for giving spring charge indication.

Extended auxiliary switch – 11 NO. + 11 No. + 1WI

Electrical load closing.

Cutout switch for trip or fault indication.

Following safety devices are provided with the VCB.

Individual explosion vent.

Pressure testing of the cubical for the internal earth fault.

Full earthing for the circuit breaker and sheet metal enclosure to be fully earthed.

Provision of self-locking shutters with close automatically when the truck is withdrawn to test position.

Terminals for protective earthings to be located at the rear bottom of the panel and those for interconnection individual

panels by continuous copper earth bus at the bottom of the earth chamber. The earthing connection between the truck

and the cubical is to be provided by means of sliding contacts. This enables the earthing  of the truck in the isolated

position when inserted. The earthing contact is to be maintained when the truck is pushed further into the connected

position. When the truck is being withdrawn the earthing connection is not to be interrupted until the truck has moved

past the isolation position.

The  suitable capacity vacuum contactors or any other type of contractors should be provided in the outgoing panel

board with earthing system with copper strips connected to three separate earth stations as per IE rules.

All the control panel should be provided with proper earthing with electrolytic copper earth strips of 25x3mm size and

separate earth station with all necessary material such as earth plate of size 600x600x6mm , copper earth strips, earth

wire,  salt, charcoal etc. including civil work such as excavation , providing  earth chamber etc. is included in the scope

of work under this contract.The earthing should be as per IE rules and the earth test results should be submitted by the

contractor.

               INVENTORY OF 11 KV MAIN SWITCHGEAR PANEL BOARD  

Sr. No. Item     Type of

equipment

Rating/ Size       Qty  Remarks

Page 217: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1) Incoming

Feeders--- 2 NOs

a) Bus bar

chamber with

electrolytic

copper bus bars

Electrolytic

copper  with PVC

sleeved  of

suitable Size for

800 Amp 11 KV

supply , Earth

Bus  50 x 5 CU, 30

x 5 mm for linking

connections

 AS required

b)Drawout type

VCB

  800Amp,11 KV

,    

11 KV , 800 Amp 2 Nos.

c)Local /remote 

selector

switch                  

2 Nos

d) Epoxy  resin Cast ,

Current Tansformeer

CTR 300/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10                        

( spare )

300300/1-1A

6 Nos

e)Epoxy cast resin,

3Ph,     1             

  PT ratio  

     11KV/110 Volts

                     

 1.732          /1.732

   Star-star

connected with

100 VA burden

class of  accuracy

–1 f) Protection Relay:-

Triple pole non

directional IDMTL

relay

 100 VA CL13 O/C + 1E/F with

high set

 O/c setting :- 50 % -

200 % of 5 A

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C &

E/F

6 Nos

2 Nos

Page 218: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 g) Master Trip

Relay

 Cil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted

2 Nos

h)   Indicatin g lamps:

                                 In

d lamps, 22.5 mm dia,

LED  Ind lamp, 22.5

mm dia LED type

110 VDC

Phase indication

lamps R-Y-B

              

Breaker on/ VCB in

service position/   

breaker off/ VCB in

test position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

6 Nos

4 Nos

4 Nos

2 NOs

2 NOs

2Nos

 i) Metering &

Annunciator

 Multifunction Meter 

size 96 x 96 mm

110 VAC ,3 Ph,

4wire , class 12 Nos

  Digital  Ammeter ,

96x96mm

0-800 Amp 2 Nos

  Digital   Voltmeter ,

96x96mm

0-4KV PT ratio

11KV/110V2 Nos

 8 Window 

Annunciator ,

96x96mm  with

inbuilt test

/Accept/Reset push

button

 Aux Supply  110 V 2 Nos

 Hooter  Dia 22.5 mm Aux Supply  230 VDC 2 Nos J)Selector Switches

Breaker control

switch :-

spring return type,

T-N-C 2 Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element2 Nos

 Ammeter selector

Switch

 4 position  

OFF- R- Y- B2 Nos

 Voltmeter selector

Switch

4 position  

OFF- RY- YB- BR 2 Nos

Page 219: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 k) Space heater &

Thermostate

 60 W ,230VAC  2 Nos

l)  Aux Contactor for

VCB contact

    Multiplication

110 VDC 4 Nos

BUS COUPLER ---

1 NOs

a) Bus bar

chamber with

electrolytic

copper bus bars

Electrolytic

copper  with PVC

sleeved  of

suitable Size for

800 Amp 11 KV

supply , Earth

Bus  50 x 5 CU, 30

x 5 mm for linking

connections

 AS required

b)Drawout type

VCB

  800Amp,11 KV

,    

11 KV , 800 Amp 1 Nos.

c)Local /remote 

selector

switch                  

1 Nos

d) Epoxy  resin Cast ,

Current Tansformeer

CTR 300/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10                        

( spare )

300/1-1A 3 Nos

Page 220: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

e)  Potential

Transformer

                      Epoxy

cast resin, 3Ph,        

     PT ratio       

11KV/110 Volts

            

          1.732         

/1.732    Star-star

connected with

100 VA burden

class of  accuracy

–1 f) Protection Relay:-

Triple pole non

directional IDMTL

relay

 100 VA CL13 O/C + 1E/F with

high set

 O/c setting :- 50 % -

200 % of 5 A

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C &

E/F 

3 Nos

1 Nos

 g) Master Trip

Relay

 Cil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted 

1 Nos

h)   Indicatin g lamps:

                                 In

d lamps, 22.5 mm dia,

LED  Ind lamp, 22.5

mm dia LED type

110 VDC

Phase indication

lamps R-Y-B            

Breaker on/ VCB in

service position/   

breaker off/ VCB in

test position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

2 Nos

2 Nos

1 NOs

1 NOs

1 Nos

 i) Metering &

Annunciator

 Multifunction Meter 

size 96 x 96 mm

110 VAC ,3 Ph,

4wire , class 11 Nos

  Digital  Ammeter ,

96x96mm

0-800 Amp 1 Nos

  Digital   Voltmeter ,

96x96mm

0-4KV PT ratio

11KV/110V1 Nos

Page 221: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 8 Window 

Annunciator ,

96x96mm  with

inbuilt test

/Accept/Reset push

button

 Aux Supply  110 V 1 Nos

 Hooter  Dia 22.5 mm Aux Supply  230 VDC 1 Nos J)Selector Switches

Breaker control

switch :-

spring return type,

T-N-C 1 Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element1Nos

 Ammeter selector

Switch

 4 position  

OFF- R- Y- B1 Nos

 Voltmeter selector

Switch

4 position  

OFF- RY- YB- BR 1 Nos

 k) Space heater &

Thermostate

 60 W ,230VAC  1 Nos

l)  Aux Contactor for

VCB contact

    Multiplication

110 VDC 2 Nos

Outgoing Feeder

each consists- 4

NOs( 2 Nos for 2MVA

trans feeder+1 Nos

for 200KVA trans

feeder + 1 Nos for

spare ) 

a) Bus bar

chamber with

electrolytic

copper bus bars

Electrolytic

copper  with PVC

sleeved  of

suitable Size for

800 Amp 11 KV

supply , Earth

Bus  50 x 5 CU, 30

x 5 mm for linking

connections

 AS required

b)Drawout type

VCB

  630 Amp,11 KV

,    

11 KV , 630 Amp 4 Nos.

c)Local /remote 

selector

switch               

4 Nos

Page 222: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

d) Epoxy  resin Cast ,

Current Tansformeer

CTR 100/1 - 1 A,

 CORE 1:-  15 VA ,

CL1

CORE 2:-  15 VA ,

CL5P10

CORE 3:-  15 VA ,

CL5P10                        

( spare )

100/1-1A 9 Nos

f) Protection Relay:-

Triple pole non

directional IDMTL

relay

 3 O/C + 1E/F with

high set O/c setting :- 50 % -

200 % of 5 A

 E/Fsetting:-  10 % -

40% of 5A  with  High

set for both  O/C &

E/F

4 Nos

 g) Master Trip

Relay

 Cil Voltage 110 V

DC , 5 NO + 2NC

contacts flush

mounted

4 Nos

h)  Auxiliary

Relay for

Transformer

 Aux

Supply             110

DC

24 Nos

i)Transformer

Differential

Protection Relay

Aux

Supply             110

DC

2 Nos

h)   Indicatin g lamps:

                                 In

d lamps, 22.5 mm dia,

LED  Ind lamp, 22.5

mm dia LED type

110 VDC

Phase indication

lamps R-Y-B

              

Breaker on/ VCB in

service position/   

breaker off/ VCB in

test position 

spring charged 

breaker auto trip

Trip  circuit

healthy        

LED type

110 VDC   

-

2 Nos

2 Nos

1 NOs

1 NOs

1 Nos

Page 223: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Note : This list however may not be exhaustive and may be susceptible to changes According To

the ratings of the main equipments. The contractors are requested to carefully analyse all the items

of the inventory and suggest suitable changes, if necessary.

Cable termination gland kit suitable for bottom entry PVC 11 KV   120 sqmm x 3 core armoured  cable.

The above text indicates the different components of the main 11 KV Switch board panel to be assembled, wired and

tested for the effective  operation ,out of which any one / all the feeders will be utilised as per requirement. The

structural details of the above switchboard panel will be broadly as below:

There will be 7 cubicles of solid profile containing  two incoming panels, one bus coupler and  4 outgoing feeders.

These cubical will be fabricated out of 14 Gauge thick CRCA sheets with front hinged door with glass panel for

observation of circuit breaker position (Test and Service and mechanical ON -OFF Indication). The Test position is

accommodated in the cubical housing itself with the front door remaining closed. The trolley or the track for

disengaging the circuit breaker shall form an integral part of the breaker, which can be drawn out and pushed in

without any difficulty. Only two trolleys may be supplied which would be shifted and used according to requirements.

The bus bar chamber of each cubical will have to be segregated from other by cast resin bushing plates through which

the Bus bars pass to the next panels. Each compartment will have to be separately ventilated in the top of the panel

and pressure discharge flaps are to be provided for each section.  In case of accident in the section of the cubical the

resultant pressure will have to be discharged to the atmosphere through the flaps.

The instrument cluster with the compartment is to be provided on the top portion of the panel with separate hinged

 i) Metering &

Annunciator

Multifunction Meter 

size 96 x 96 mm

110 VAC ,3 Ph,

4wire , class 14 Nos

Digital  Ammeter ,

96x96mm

0-800 Amp 4Nos

8 Window 

Annunciator ,

96x96mm  with

inbuilt test

/Accept/Reset push

button 

 Aux Supply  110 V 1 Nos

Hooter  Dia 22.5 mm Aux Supply  230 VDC 4 NosJ)Selector Switches

Breaker control

switch :-

spring return type, T-

N-C 4 Nos

Local  Remote 

selector switch :-

lockable with

02 NO + 2NC  element4 Nos

Ammeter selector

Switch

 4 position  

OFF- R- Y- B4 Nos

k) Space heater &

Thermostate

 60 W ,230VAC  1 Nos

l)  Aux Contactor for

VCB contact

    Multiplication 

110 VDC 8 Nos

Page 224: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

doors and shall have to be fully separated from the other compartment.

INTERLOCKING FEATURES

 It is essential to provide the following features for the safety of the operating personnel.

i)             The breaker can be closed only in Test/ Service position when inside the cubical.

ii)            The breaker can be withdrawn only in OFF position.

iii)           In the operating position of the breaker the same shall have to be securely housed and

locked. It can be withdrawn or inserted only with the appropriate operations of the interlocking

levers.

iv)           The interlocking lever shall facilitate the overcoming of the contact pressure; at the main

disconnect contacts while pushing in or drawing out.

INSTRUMENT TRANSFORMERS

All the instrument transformers shall be cast resin insulation. The cast –resin insulation has to be

non-hygroscopic and has to possess high mechanical and die-electric properties. It shall be

possible to be molded then the required size and shape. These transformers shall be compact and

shall have elegant appearance. It has to be assured that the power arcs over the surface of epoxy

resin transformers do not permit fires to spread or cause permanent damage. In case of surface

flash over these transformers shall be capable of re-use after cleaning the surface.

Surface Treatment and Painting :

The sheet steel and other M.S. parts to be used in the panels are to be provided with the following

surface treatment and finishing processes.

 The process consists of providing of phosphate coating followed by two coats of zinc-chromate

primer and finally application of painting with powder coating paint. The important steps in surface

treatment are:

a)       De-greasing in hot alkaline degreaser

b)       Rinsing in cold running/ flowing water

c)        Pickling in 50% by volume hydrochloric acid.

d)       Rinsing in cold flowing water.

e)       Phosphating in hot zinc phosphating solution.

f)        Rinsing in cold flowing water

g)       Passivating in hot De-oxilic solution

h)       Powder coating painting.

The cubical units for use on 11 KV floor mounting type shall be of solid profile steel work totally

enclosed sheet steel for indoor installation fabricated out at least 14 SWG. thick CRCA sheet. The

hinged door frames shall have pans of security glass for observation with automatic safety shutter

for upper and lower disconnecting contacts and provision for interlocking switch gear truck in the

operating as well as in the test position. (Test position within housing and panel door can be closed

when the truck has been withdrawn to the test position. The vaccum circuit breakers as per the

detailed specification should be housed inside the panels. 3 phase PVC sleeved copper bus bars

of electrolytic type rates 800/630 Amps. With earthing bus bar of half  the rating, multiple

receiptable for auxiliary circuit and two  pole limit switches for test / service position, complete with

necessary small 250 volts grades, wiring terminal and space heaters with thermostat with 1-5 pole

Page 225: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

CB auxiliary  switches  mounted in stationary portion complete  with name plate, foundation

channels, jumpers and the panel illuminating lamps suitable for 250 volts single phase, 50 Hz, AC

power supply.

Mode of Measurement: Executed quantity will be measured on number basis i.e.each

5     Supplying and erecting XLPE armoured cable for 11 kV with ISI mark standard aluminium wireerected on pole with 25/3 MS clamps/ provided trench/ laid in provided pipe in an approvedmanner Specification:

Page 226: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

5.1     3 core x 120 sq.mm Specification:

7.1, 7.2, & 7.3  Armoured Cables (HT & LT)

1. General

All material shall conform to relevant standard as per BIS and shall carry ISI mark.   If any particular category of material for which ISI mark is not available in market,

it  shall be as included in approved list. Work shall be carried out as per the method of construction specified by BIS.   If there  is

no reference for particular method of construction in IS, such work shall be carried  out as per the approved method of construction specified in chapter 16 of P.W.

Dept.     Handbook.  Material and Work not qualifying to any provision mentioned above shall be to the satisfaction of the Engineer in Charge.

2. Cables: (Armoured) The following list records those Indian Standards in force, which are acceptable as good practice, and accepted standard

SP 30: 1984 : Nationa Electrical Code SP 7 (Group 4): 2005 : National Building Code IS 1255: 1983 Code of practice of Installation & Maintenance of armoured

cables up to 33 kV. IS 3961: Part 2: 1967 : Recommended current ratings of PVC cables. IS 1554: Part 1; 1988 : PVC Insulated (Heavy duty) Electric Cables; Part

1    for working voltages up to and including 1100 Volts. IS 1554: Part 2; 1988 : PVC Insulated (Heavy duty) Electric Cables; Part 1

for working voltages up to and including 3.3 kV to 11 kV. IS 10810: Part 63; 1993 : Method for Test of cables, Part 63 Smoke density of electric cables under fire

condition. 3. Scope: (Armoured cables) Specification No. (CB-LT/AL, CB-LT/CU, CB-HT) Providing armoured cable of specified voltage level, size & specified

conducting   material  (Aluminum / Copper) as per Table no. 7/3 including required material,  hardware’s for  erection and erecting on wall, ceiling, RCC slab or

drawing the same t  hrough pole, pipe, laying in provided conduit, trench, ducts, trays as per approved method of construction including glands, lugs, etc.  4. Material:

Cables: Cables shall be PVC for LT/MP and XLPE for HT as per Table no. 7/3 and of required construction, colour, shall carry ISI mark, IS No, manufacturer’s name,

size, duly embossed / screen printed at every metre and having the total count of progressive length in meter at each mark. Earth wire: Galvanized Iron (G I) wire of

appropriate gauge as per Table No 7/1. Glands: As per specification (CB-GL)

Lugs: As per specification (CB-CL/AL, CB-CL/CU) Saddles: Saddles fabricated from GI sheet of required gauge and size depending on dia of cable either galvanized

or painted with superior quality enamel black paint with necessary shearing mechanical strength, semi circular shaped with extended piece having suitable holes for

fixing. G I Strip: 22 g x 25 mm width G I Strip. Clamps: MS Clamps fabricated of required length and shape, having the size of 3/6 mm thick mild steel having 25/50

mm width (as per size of cable), rounded ends with wooden / resin cast grip for holding the cable.

Identification tags: For identifying root, connection position GI strip with identification mark / name embossed / painted with arrangement to tie should be fix on cable

or arrangement of ferrules to be done. Hardware: Sheet Metal (SM) screws of required sizes, plugs / wooden gutties, etc

4.  Method of Construction:  General: a)  Irrespective of method of construction the cable ends shall be terminated with appropriate  size & type of glands with lugs

duly crimped, as directed by Site engineer. b) Wherever the cable has to be bent, the turning radius shall be as mentioned in Table No  7/2. Grouping of cables shall

be done with adequate distance between cables as  mentioned in IS so as to minimize de-rating. Cables shall be tagged/ferruled with  identification name / mark at

the point from where distribution starts and at ends. Bare earth  wire of appropriate size as per Table no. 7/1 shall run along with the cable. Earth wire  running with

the cable shall be terminated at the earth terminal nearest to cable  termination.

5.1 Erection of Cable on Surface: Erection shall be done as per the routes and layout finalized, in perfect level and in plumb. Before fixing the cable shall be

straightened as far as possible for good aesthetics look, continuous bare GI earth wire of required gauge as per Table No 7/1 shall be run. Cable with G I wire shall

be fixed by saddles firmly clipped on cable and shall be fixed to wall with minimum 50 x 8 mm SM screws with plugs/wooden gutties, etc. (Distance between two

supports / saddles shall be maximum 450 mm). Wooden gutties shall be used wherever required (Especially for stone wall). The entries made in wall, floor slab, etc

for laying the cable shall be made good by filling and finishing with plastering the same. 5.2 Erection of Cable on Trusses: Cable along with bare GI earth wire, while

erecting on trusses, shall be firmly clamped by wrapping GI strip of 22 g, 25 mm width of required length fixed to truss with nuts and bolts. 5.3 Erection of Cable on

Pole:Cable along with bare GI earth wire, while erecting on pole, shall be firmly clipped by suitable wooden / epoxy resin cast grips, clamped with 25 x 3 mm or50x6

mm MS strip of required length and fixed to pole with nuts and bolts.

5.4 Laying of Cable in provided Trench/Pole:While laying Cable along with bare GI earth wire, utmost care shall be taken to prevent

damage to the insulation of the cable and to the open end. Cable shall be brought out from trench vertically straight (minimum 1.0 metre above G L). Care shall be

taken to inspect the trench so that depth of cable shall not be less than as shown in Table No 7/4. Suitable size of cable loops shall be provided near termination

point at adequate depth. 5.5  Erecting cable in constructed Trench / duct: Erection of cable/s in constructed trench / duct, shall be as per guide lines of IS 1255.  5.6

Erection of cable/s on trays:Cable/s shall be tied with PVC tags on GI trays.   At bending point care shall be taken so that sharp edges of sheet will not damage

insulation of cable.5.7

Mode of Measurement: Executed quantity shall be measured on the basis of     running metre per run of cable.

Page 227: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

6     Supplying and jointing XLPE cable jointing kit (end termination kit.) for 11 kV XLPE cable Specification: 7.4 & 7.5 Cable Joints & End Termination Kits

(LT/HT Cables) (JT/LT/HT)

1. Scope:

Specification No (CB-JT/LT/HT)

Providing straight through cable jointing kit of approved make and jointing cable as per the manufacturer’s instructions

and duly marking name of jointer and date.

2. Material:

Joint kit: Kit manufactured by reputed manufacturer with PVC moulds made in two parts, with epoxy compound, earth

continuity lead of appropriate cross section having lugs at

both ends, aluminum ferrules of the size of the cable, cross shaped epoxy spacer,

MS clips for holding the moulds, adhesive for pasting the moulds.

3. Method of Construction:

3.1 Straight through joint Kit: LT/HT Cables

Before providing joint to the cable, the cable ends of the equivalent length of the joint

moulds, shall be prepared by removing the outer PVC insulation along with the steel

armouring.  The  ferrule  shall  then  be  inserted  over  the  bare  core  of  the  cable,  and

shall be crimped with hydraulic / mechanical type heavy duty crimping tool. The

crimped portion shall be wrapped first with the PVC insulation tape and then with the

insulation tape used for  wrapping  HT  conductor.  The  above  method  shall  be  carried

out for all the cores strictly following the colour code. The leads of the both the cables

now  shall  be  placed  into  the  mould  by  using  the  epoxy  spacer,  for  having  sufficient

gap in-between the leads. The earth continuity lead shall be clamped to the both ends     of

the  cable.  After  covering  the  cable  leads  with  the  PVC  moulds,  the  edges  shall  be

clipped  after  applying  the  adhesive  on  the  inside  face  of  the  moulds.  The  pasting  of

moulds shall be rigid and as far as possible leak proof, so that the epoxy compound

shall not spill out. Now the duly stirred epoxy compound shall be poured and fill till the

compound rises through the risers provided on the moulds.

After completing the above procedure, the joint shall be allowed to dry out for at least 8 to 10 hours (for epoxy

compound to get hardened) depending upon the size of cable. Before connecting to supply, the dry and hardened joint

shall be tested for its insulation level with 1000 V/ 5000 V Meggar.

The cable should be fixed or laid in such manner that there should not be pressure on end of moulds or on jointing

position of cables. (Refer drawing No. CB-JT-1)

3.2  Outdoor/Indoor end termination Kit: LT/HT Cables

Before providing end termination kit to the cable, the cable end of the equivalent length of the moulds, shall be

prepared by removing the outer PVC insulation along with the steel  armouring. The ferrule shall then be inserted over

the bare core of the cable, and shall be crimped with hydraulic / mechanical type heavy duty crimping tool. The

crimping shall be done in such a manner that there shall be no air gap. Then the crimped portion shall be

wrapped first with the PVC insulation tape and then with the insulation tape used for wrapping HT conductor. The

above method shall be carried out for all the cores strictly  following the colour code. The leads of the cable now shall

be placed into the mould by using the epoxy spacer, for having sufficient gap in-between the leads. The earth

continuity  lead shall be clamped to theends of the cable. After covering the cable leads with the PVC  moulds, the

Page 228: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

edges shall be clipped after applying the adhesive on the inside face of the moulds. The pasting of moulds shall be

rigid and as far as possible leak proof, so that the  epoxy compound shall not spill out. Now the duly stirred epoxy

compound shall be poured  and fill till the compound rises through the risers provided on the moulds. (Refer drawing

No. CB-JT-2)

After completing the above procedure, the joint shall be allowed to dry out for at least 8 to 10 hours (for epoxy

compound to get hardened) depending upon the size of cable. Before connecting to supply, the dry and hardened joint

shall be tested for its insulation level with 1000 V/ 6.1     b)Outdoor type Specification: 6.1.1     120 to 185 sq.mm. Cable Specification: 7     Supplying and jointing XLPE cable jointing kit straight through type for 11 kV XLPE cable. Specification:

Page 229: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

7.4 & 7.5 Cable Joints & End Termination Kits

(LT/HT Cables) (JT/LT/HT)

1. Scope:

Specification No (CB-JT/LT/HT)

Providing straight through cable jointing kit of approved make and jointing cable as per the manufacturer’s instructions and duly marking name of jointer and date.

2. Material:

Joint kit: Kit manufactured by reputed manufacturer with PVC moulds made in two parts, with epoxy compound, earth continuity lead of appropriate cross section

having lugs at

both ends, aluminum ferrules of the size of the cable, cross shaped epoxy spacer,

MS clips for holding the moulds, adhesive for pasting the moulds.

3. Method of Construction:

3.1 Straight through joint Kit: LT/HT Cables

Before providing joint to the cable, the cable ends of the equivalent length of the joint

moulds, shall be prepared by removing the outer PVC insulation along with the steel

armouring.  The  ferrule  shall  then  be  inserted  over  the  bare  core  of  the  cable,  and

shall be crimped with hydraulic / mechanical type heavy duty crimping tool. The

crimped portion shall be wrapped first with the PVC insulation tape and then with the

insulation tape used for  wrapping  HT  conductor.  The  above  method  shall  be  carried

out for all the cores strictly following the colour code. The leads of the both the cables

now  shall  be  placed  into  the  mould  by  using  the  epoxy  spacer,  for  having  sufficient

gap in-between the leads. The earth continuity lead shall be clamped to the both ends     of

the  cable.  After  covering  the  cable  leads  with  the  PVC  moulds,  the  edges  shall  be

clipped  after  applying  the  adhesive  on  the  inside  face  of  the  moulds.  The  pasting  of

moulds shall be rigid and as far as possible leak proof, so that the epoxy compound

shall not spill out. Now the duly stirred epoxy compound shall be poured and fill till the

compound rises through the risers provided on the moulds.

After completing the above procedure, the joint shall be allowed to dry out for at least 8 to 10 hours (for epoxy compound to get hardened) depending upon the size

of cable. Before connecting to supply, the dry and hardened joint shall be tested for its insulation level with 1000 V/ 5000 V Meggar.

The cable should be fixed or laid in such manner that there should not be pressure on end of moulds or on jointing position of cables. (Refer drawing No. CB-JT-1)

3.2  Outdoor/Indoor end termination Kit: LT/HT Cables

Before providing end termination kit to the cable, the cable end of the equivalent length of

the moulds, shall be prepared by removing the outer PVC insulation along with the steel

armouring. The ferrule shall then be inserted over the bare core of the cable, and shall be

crimped with hydraulic / mechanical type heavy duty crimping tool. The crimping shall be

done in such a manner that there shall be no air gap. Then the crimped portion shall be

wrapped first with the PVC insulation tape and then with the insulation tape used for

wrapping HT conductor. The above method shall be carried out for all the cores strictly

following the colour code. The leads of the cable now shall be placed into the mould by

using the epoxy spacer, for having sufficient gap in-between the leads. The earth continuity

lead shall be clamped to theends of the cable. After covering the cable leads with the PVC

moulds, the edges shall be clipped after applying the adhesive on the inside face of the

moulds. The pasting of moulds shall be rigid and as far as possible leak proof, so that the

epoxy compound shall not spill out. Now the duly stirred epoxy compound shall be poured

and fill till the compound rises through the risers provided on the moulds. (Refer drawing

No. CB-JT-2)

After completing the above procedure, the joint shall be allowed to dry out for at least 8 to 10 hours (for epoxy compound to get hardened) depending upon the size

of cable. Before connecting to supply, the dry and hardened joint shall be tested for its insulation level with 1000 V/

Page 230: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

7.1     120 to 185 sq.mm. Cable Specification: 8     10.2 Accessories Specification: 8.1     Supplying and erecting approved make 11 kV out door type gang operated air break, triplepole switch 400A, capacity with 3 post pin type insulator per phase, mounted in horizontal orvertical position with necessary channels on provided cross arm with adequate length of "C" classG.l. pipe for operating handle erected on extended square shaft. The operating handle providedwith lock and key at suitable height from ground level with necessary clamp. Specification:

The item provides the complete supply and erection of the 11 KV 400 A  Triple pole gang operated

air break switches.  These GOAB shall be  have  breaks contact type having locking type

arrangements and shall be supplied complete with supporting bases, phase couplings, operating

rods, connecting angle levers, G.I. pipes manual operating mechanism. The mechanism and the

operating levers are of universal pattern and may be assembled for verticals as well as horizontal

mountings. The GOAB shall conform to the relevant IS. Specifications as mentioned in the items of

Schedule ‘B’ respectively. Provision is to be made for pad locking in the ‘ON’ and ‘OFF’ position

and mechanical self-interlock is to be fitted as and when required. All switch links are to be

arranged so that the phase units can be mounted independently and when finally coupled together

after adjusted for alignment have been completed.  The connecting angle lever is to be clamped to

the phase coupling square rod in most convenient position, either in between two switch links or

outside the phase according to position of the operating handle.  they should have. 

a)    Higher line current breaking capacity

b)     Absence of hinged connections and consequent hot pots.

c)    Balanced symmetrical operation, thereby reducing overall maintenance.

d)    Involving only one variety of standard insulators.

These are therefore, ideally suitable for line isolators and/or couples in the high voltages. In short

the assembly of fixed and moving contacts is based on self-compensating principle, to withstand

both the thermal and dynamic stresses of short circuit currents, and shall carry the continuous

rated current with plenty of margin under the max. Specified temperatures. They are to be certified

for withstand of over 25 KA for three seconds short time current. The contact assemblies are to be

mounted on any solid core insulators with the suitable creepage distance to take the care of local

pollution terminal connectors.

            The original test reports from the manufacturer shall be submitted along with supply of

isolators. The shop testing shall be arranged by the contractor in presence of MIDC’s

representative.

Mode of Measurement: The contract rate shall be on the basis of per number

Page 231: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

8.2     Supplying and erecting approved make, 11 kV out door type drop out fuse with insulator

complete with fuse holders, fuse barrel with metal fitting, fuse element mounted on M.S. channel

with working current of 15 Amps capacity complete erected on provided cross arm.

Specification:

The 11 KV drop-out fuse sets complete with insulators with working current of 50 A complete with

fuse holder, fuse elements, bakelite rod and male/ female contacts shall be provided on the M.S.

channels including the connecting jumpers covered with heavy duty alkathene pipe. The item

includes the supply and fixing of 11 KV fuse elements suitable for test charge as well as for the

load charge. The dropouts should also be perfectly aligned and should be easily operatable with

operating handle.

Only ‘Kiron’ make drop out sets and Elpro / J & P make fuse elements will be accepted. The dropout set should have

post insulators, fuse barrels and SRTB and tube with suitable brass terminal connection confirming to IS: 5790-1970.

The test reports from the manufacturer shall be submitted along with supply of DO sets.

Mode of Measurement: The contract rate shall be on the basis of per No.

8.3     Supplying and erecting extra thick alkathene pipe 10mm. dia erected to enclose bareconductor wires. (use shall be restricted to H.T.) Specification:

The item includes Supplying and erecting extra thick alkathene pipe of required diameter for the ACSR conductor as

erected in the above item to enclose bare conductor wires. The work is to be carried out as per the instructions of the

engineer incharge.

Mode of Measurement:  For measurement purpose, quantity is to be measured in Pipe used in meters. 8.4     Supplying Heavy duty operating rod, Outer Dia 25 mm & inner dia 20 mm suitable for 22/33kV with brass couplings etc for removing drop out fuses at 6 m length, 4 pieces each with rainshade with hand grip including earthing chain 1.5 m Specification: Supplying Heavy duty operating rod, Outer Dia 25 mm & inner dia 20 mm suitable for 22/33 kV with brass couplings

etc for removing drop out fuses at 6 m length, 4 pieces each with rain shade with hand grip including earthing chain

1.5 m as per IS .

Mode of Measurement: The contract rate shall be on the basis of per No. 8.5     Supplying and erecting fencing of section having size 2450 mm in height from ground leveland 1200 mm width with angle iron frame work erected in C C foundation and painted as perspecification No SS-AS/FSG Specification: Supplying and erecting fencing of section having size 2450 mm in height from ground level and 1200 mm width with

angle iron frame work, erected in foundation, and painted.

Material:

Page 232: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Fabrication material: ISI mark 50x50x6 mm angle iron, Iron studs/Spikes 10 mm thick with arrow head, 25x6 mm MS

flat iron.

Chain link Jali: Jali made from hard GI wire 10 SWG/3.26 mm dia.

Foundation material: Cement, Sand, Water.

Paint: Aluminium paint, Red oxide.

Method of Construction:The fencing shall be fabricated as per  direction of engineer in charge .The fencing section

shall be 2450  mm in height from finished ground level and 1200 mm in width. The square jali shall be welded from

inside of the angle iron frame measuring 2200mm (1800 mm for fencing frame  400 mm for embedding in cement

concrete foundation) in height and 1200 mm in width.On top the frame iron studs of minimum 150 mm in height with

arrow head shall be weldedwith spacing of minimum 300 mm. Supports made from MS flat iron shall be welded width

wise on the top the jali from inside the frame at top, middle and at the bottom. The entire structure shall be erected in

plumb. After the entire fabrication, fencing shall be painted with one coat of red oxide and two coats of aluminium

paint. (Overall size of doors shall be 1800 mm height x 3000 mm wide).

Mode of Measurement: Executed quantity will be measured on number basis. (i.e each) 8.6     Supplying and erecting 50 x 50 x 6 mm. angle iron as corner support 2m long fixed at themiddle of the fencing frame and the other side inclined at 30 degree angle, in C.C. foundation of 15x 15 x 40cm complete duly painted with one coat of red oxide and two coats aluminum paint. Specification:

Supplying and erecting 50 x 50 x 6 mm. angle iron as corner support 2m long fixed at the middle of the fencing frame

and the other side inclined at 30 degree angle, in C.C. foundation of 15 x 15 x 40cm complete duly painted with one

coat of red oxide and two coats aluminum paint.

Mode of Measurement: Executed quantity will be measured on number basis. (i.e each )

8.7     Supplying and erecting double leaf hinged door each 1500mm in width x 1850 mm in heightusing B class ,GI pipe with angle iron supports, chain link wiremesh (jali) complete supported onchannel iron, erected in foundation, and painted as per specification no SS-AS/DLD Specification:

Supplying and erecting double leaf hinged door each 1500 mm in width x 1800 mm in height using B Class GI pipe

with angle iron supports, chain link jali, complete supported on channel iron, erected in foundation, and painted.

Material:

GI Pipe: ISI mark, 25 mm diameter as per (CW-PLB/GP) for chapter 17.5

Fabrication material: ISI mark 45x45x5 mm angle iron, Iron studs/Spikes 10 mm thick with arrow head.

Channel iron: ISI mark 100x 50mmx 5mm.

Chain link Jali: Jali made from hard GI wire 10 SWG/3.26 mm dia.

Foundation material: Cement, Sand, Water.

Paint: Aluminium paint, Red oxide.

Method of Construction:

The door shall be fabricated as  direction of Engineer in charge . The door section shall be 1800 mm in height from

finished ground level and 1500 mm in width. The door frame shall be fabricated from B class GI pipe 25 mm in

diameter, with chain link jali welded into the frame. The jali shall be supported with cross bracing the 45x45x5 mm

angle. The door shall be supported to the channel with hinges welded to door frame and the channel. On top the frame

iron studs of minimum 150 mm in height with arrow head shall be welded with spacing of minimum 300 mm. The total

Page 233: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

length of the channel shall be minimum 2200 mm. The channel shall be embedded in cement concrete foundation.

The doors shall have locking arrangement for restricting unauthorized entry and the lock shall be with minimum 6

levers with duplicate keys. The entire structure shall be erected in plumb. After the entire fabrication, fencing shall be

painted with one coat of red oxide and two coats of aluminium paint.

Mode of Measurement: Executed quantity will be measured on number basis. (i.e

8.8     Providing printed instruction chart for treating persons suffering from electric shock, printedin English & Marathi and duly laminated. Specification:

Providing printed instruction chart for treating persons suffering from electric shock, printed in English & Marathi and

duly laminated in Panel Room & Pump House .

Mode of Measurement: Executed quantity will be measured on number basis. (i.e

8.9     Provided pair of duly tested rubber hand gloves as per IS :340715 suitable for working on22kV supply. Specification:

Provided pair of duly tested rubber hand gloves as per IS :340715 suitable for working on 11/22kV supply.

Mode of Measurement: Executed quantity will be measured on number basis. (i.e

8.10     Providing round bottom FIRE Bucket of 9 Litres capacity as per IS : 2546 made out of 24gauge G.I. sheet with extra handle at bottom duly painted white inside and red outside with FIREMark, on provided stand/ wall hook. Specification:

Providing round bottom FIRE Bucket of 9 Litres capacity as per IS : 2546 made out of 24 gauge G.I. sheet with extra

handle at bottom duly painted white inside and red outside with FIRE Mark, on provided stand/ wall hook.

Mode of Measurement: Executed quantity will be measured on number basis. (i.e each )

8.11     Providing floor mounting stand for keeping 4 Nos. of FIRE buckets 1500mm in length,900mm in height frame made out of 30x30x4 mm angle iron with cross supports for legs, weldedwith 4 hooks and duly painted with one coat of red lead and two coats of silver paint. Specification:

Providing floor mounting stand for keeping 4 Nos. of FIRE buckets 1500mm in length, 900mm in height frame made

out of 30x30x4 mm angle iron with cross supports for legs, welded with 4 hooks and duly painted with one coat of red

lead and two coats of silver paint.

Mode of Measurement: Executed quantity will be measured on number basis. (i.e

9     Supplying and erecting, approved make thyrite type lightening arresters, with necessaryancillary material, complete erected on provided cross arm and connected to the over-head line(similar to Catalog No 22A-09 of IGE make) distribution class Specification:

Page 234: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

9.1     for 11 KV supply Specification:

These lightening arrestors are to be located on the first tower structure near main incoming feeder

as well as on transformer side. Item covers supply and erection of lightening arrestor having 11 KV

insulation level with appropriate class and IS specifications. Necessary fasteners and clamps with

hot dip galvanized hardware is included in the item. Similarly copper earthling shall be connected

at the bottom as per usual practice. All connection of jumpers etc. shall be provided with two plain

washers to reduce the air gap up to maximum possible extent, thereby avoiding heating effect. The

original test certificates issued by the principal manufacturers against quality assurance shall be

furnished by the contractor. The lightening arrestor shall be thyrtie type suitable for overhead line

and provided on cross gantry structure between two opposite vertical towers.The original test

reports from the manufacturer shall be submitted along with supply of LA’s.

Mode of Measurement: The contract rate shall be on the basis of per Set of 3.

10     Supplying and erecting disc type insulator suitable for overhead line, complete erected withsuitable hardware on provided cross arm. Specification:

Thyrite type Lightening Arrestor 11/22 kV (OH-INS/LA)

Scope:

Specification No (OH-INS/LA)

Supplying porcelain Thyrite type lightening arrestor, suitable for specified voltage l evel and necessary ancillary materials and complete erection on provided  cross

arm / bracket and

connected to the over-head line as per instructions from  the site engineer.

Material:

Arrestor: Distribution class Thyrite type lightening arrestor made from porcelain,  suitable for specified voltage level, having ISI mark.

Hardware: Nuts, washers, etc.

Binding wire: Bare Copper wire or conductor. Clamps: MS clamps.

Method of construction:

Distribution class porcelain Thyrite type lightening arrestor, suitable for specified   voltage level, erected on provided cross arm or bracket with clamps, ancillary

materials, and connectedto the over-head line. Connection shall be made with bare copper wire of specified gauge.                                                                          

Mode of Measurement: Executed quantity will be measured on number basis (i.e. each)

Page 235: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

10.1     for 11 KV supply Specification:

Scope:

Supplying porcelain disc type insulator, suitable for 11 KV and necessary ancillary materials and complete erection on

provided cross arm / bracket and connected to the overhead line as per instructions from the site engineer

Material:

Insulator: Distribution class Disc type insulator made from porcelain, suitable for specified voltage level, having ISI

mark, with necessary hardware.

Hardware: Nuts, washers, etc.

Binding wire: Bare Copper wire or conductor.

Clamps: MS clamps.

Method of construction:

Distribution class porcelain disc type insulator, suitable for specified voltage level, erected on provided cross arm or

bracket with clamps, ancillary materials, and connected to the over-head line. Connection shall be made with bare

copper wire of specified gauge.

Strength: The electromagnetic strength for Disc insulator – 70 KN.

Mode of Measurement: Executed quantity will be measured on number basis (i.e. each)

11     Supplying and erecting pin type insulator suitable for overhead line complete erected withsuitable hard ware on provided cross arm. Specification:

Insulators (INS)

A) Porcelain Disc Type Insulator 11/22/33 kV (OH-INS/DI)

Scope:

Specification No (OH-INS/DI)

Supplying porcelain disc type insulator, suitable for 11/22/33KV and necessary    ancillary materials and complete erection on provided cross arm / bracket and

connected to the over-head line as per instructions from the site engineer

Material:

Insulator: Distribution class Disc type insulator made from porcelain, suitable for  specified voltage level, having ISI mark, with necessary hardware.

Hardware: Nuts, washers, etc.

Binding wire: Bare Copper wire or conductor. Clamps: MS clamps.

Method of construction: Distribution class porcelain disc type insulator, suitable for specified voltage level, erected on provided cross arm or bracket with clamps,

ancillary materials, and connected to the over-head line. Connection shall be made with bare copper wire of specified gauge.

Mode of Measurement: Executed quantity will be measured on number basis (i.e. each)

Page 236: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

11.1     for 11 KV supply Specification:

Supplying porcelain Pin type insulator, suitable for 11KV and necessary ancillary materials and complete erection on

provided cross arm / bracket and connected to the overhead line as per instructions from the site engineer.

Material:

Insulator: Distribution class Pin type insulator made from porcelain, suitable for specified voltage level, having ISI

mark, with necessary hardware.

Hardware: Nuts, washers, etc.

Binding wire: Bare Copper wire or conductor.

Clamps: MS clamps.

Method of construction:

Distribution class porcelain pin type insulator, suitable for specified voltage level, erected on provided cross arm or

bracket with clamps, ancillary materials, and connected to the overhead line. Connection shall be made with bare

copper wire of specified gauge.

Mode of Measurement: Executed quantity will be measured on number basis (i.e. each)

12     8.5 Conductors (OH-CON) Specification: 12.1     Supplying and erecting ACSR conductor of size 6/1-3.60 mm complete. (Ferret) (171.3kg/km) as per specification No. OH-CON/ACSR Specification:

Scope:

Supply and erection of aluminium conductor steel reinforced for overhead line. The scope of this work consists of

supplying and erecting the ACSR conductor for HT. The ACSR conductor has to be erected pole to pole/substation for

Pin Type Insulator 11/22/33 kV (OH-INS/PN)

Scope:

Specification No (OH-INS/PN)

Supplying porcelain Pin type insulator, suitable for 11/22/33KV and necessary     ancillary materials and complete erection on provided cross arm / bracket and

connected to the over-

head line as per instructions from the site engineer

Material:

Insulator: Distribution class Pin type insulator made from porcelain, suitable for   specified voltage level, having ISI mark, with necessary hardware.

Hardware: Nuts, washers, etc.

Binding wire: Bare Copper wire or conductor. Clamps: MS clamps.

Method of construction:

Distribution class porcelain pin type insulator, suitable for specified voltage level,  erected on provided cross arm or bracket with clamps, ancillary materials, and    

connected to the overhead line. Connection shall be made with bare copper wire of specified gauge.

Mode of Measurement: Executed quantity will be measured on number basis (i.e. each)

Page 237: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

3 phase HT line of given specifications. This also includes stringing, binding with proper size of aluminium conductor

for binding. The joints in between poles should be avoided.

 The item includes providing all required clamps jumpers, fasteners, hard wares etc. complete. Test report issued by

the manufacturer for quality assurance shall be furnished by the tenderer.

Material:

Conductor: All aluminium conductor steel reinforced (As per table 8.5/1)

Binding wire: 12 SWG aluminium binding wire

Clamps: PG clamps as per requirement

Method of construction:

At first the conductor is removed from bundle/drum straighten without knots, bends, etc. Stringing of conductor shall be

done with drawing vice. Conductor shall not be twisted while stringing. Disc insulators shall be used if the line deviates

by 30 degrees or more, terminal pole and tri-pole or four pole structure at terminal pole and at junction/ cut pole.

Parallel double groove clamp having two nut bolts designated to carry full line current shall be used for making Jumper

wire connections. Universal parallel double groove clamp having two nut bolts shall be used for Tap Off point. On

straight line the conductor shall be bounded on top groove of insulator and at angular position binding shall be done in

side groove. Binding wire of 12 SWG shall be of the same metal as that of conductor.

Table No. 8.5/1

Conductor Specifications As Per I.S. 398/1961

Table No 8.5/2

Minimum Clearance between Conductors

(IS: 4237-1967)

Code Name

of

Conductor

Resistance

at 200 ohm

/km.

Approx. Current

Carrying Capacity

in Amperes.

Number of

Strands /

Diameter of

each Strand in

mm

Overall

Diameter

of

Conductor

in mm

Weight of

Conductor

( kg/km)

At 400 C At 450 C

All Aluminium Conductor

Rose 1.361 116 108 7/1.96 5.88 58

Gnat 1.071 133 123 7/2.21 6.63 73

Irish 0.850 150 138 7/2.48 7.44 92

Pansy 0.677 178 165 7/2.78 8.34 116

Ant 0.544 204 189 7/3.10 9.30 144

ACSR Conductor

Squirrel 1.374 115 107 6+1/2.11 6.33 85

Weasel 0.911 150 139 6+1/2.59 7.77 128

Ferret 4.04 0.679 181 618 6+1/3.0 9.00 171

Mink 0.06 0.456 234 217 6+3.66 10.98 255

Raccoon 0.365 270 250 6+1/4.09 12.27 318

Dog 0.1 1.137 520 482 30+7/3.0 21.00 976

S.No. Voltage level (kV) Clearance in mm

Between Phases Between Phase & Earth

7 11 410 305

Page 238: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 The test reports to be submitted to MIDC office.

Mode of Measurement:For measurement purpose, sum of the total conductor including jumper connections shall be

considered. (i.e. per mtr)

13     Supplying and erecting all required tension and other hardwares for erection of ACSRconductor to be erected for sub-station and incomer part of sub-station etc complete. Specification:

The clamps and connectors shall meet the following general technical requirement.

1)       The material used for the clamps & connectors shall be of Aluminum alloy/copper confirming to A6 of IS 617 for

bolted type and EC grade Aluminum for crimping type.

2)       Nuts bolts, plain washers and chuck nuts shall be of non magnetic stain less steel. The nut bolts shall be of

suitable size with 2 mm thick plain washers. Each set of Nut Bolts shall be provided with suitable check nut.

3)      The U- Bolts shall be of non – magnetic stain less steel.

4)       The clamps & connectors shall be drop forged where crimping is involved. Other clamps shall be gravity die-

cast with heat treatment for normalizing.

5)       All sharp edges shall be rounded off to get smooth edge & corners fully threaded.

6)      The thickness of the pads of clamps & connectors shall not be less than 10 mm.

7)       The bolts shall be fully threaded.

8)       Size of the terminal/ conductors for which the clamps are suitable shall be embossed on each champ.

9)       The clamps/ connectors shall be designed for minimum 120 % of the maximum current carrying capacity   of

conductor/ Tube.

10)     The terminal connectors shall be manufactured only after ascertaining the terminal pad

details of the switchyard equipment.

Mode of Measurement: The contract rate shall be on the basis of per number.

14     Supplying and erecting heavy duty flange type brass cable glands with brass washers rubberrings complete erected with cable ends and leads connected. Specification:

8 22 610 460

9 33 915 610

10 110 1675 1000

11 230 3350 1675

12 400 4000 3500

Page 239: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

14.1     3.5/4 core x 120 sq.mm Specification: 15     Supplying and erecting crimping type alluminium lugs confirming to IS : suitable for cableevenly crimped with high pressure tool & connected to switch gear with brass / cadmium plated nutbolts in an approved manner. Specification:

15.1     For 120 sq.mm. Specification: 16     9.1 Plate,Pipe type Earthing (EA-EP) Specification:

Cable Glands (GL)

Scope:

Specification Nos (CB-GL)

Termination of cable ends with cable glands for preparing and fixing the cable leads for connection. Cable glands shall be of Flange type.

Material:

Cable  glands:  Flange  type  heavy  duty.  Made  of  high  purity  brass  metal,  with  brass washers, rubber rings, threaded stud with washers and nuts.

Method of Construction

Before erection of gland, the cable end shall be prepared by removing the outer PVC insulation up to the point where gland to be fixed, by assessing the length of

leads required. Bottom portion of gland shall be inserted over the steel armouring, and then armour strips shall be bent for the length of collar of gland, remaining

length of armoring shall be cut. The cable end shall then be, inserted through the entry of plate where the cable is to be terminated. The top portion of gland with

washer shall be then inserted in such a manner that the bent armour strip should be touching the surface of the entry. The nuts shall be tightened with spring

washers over the projected stud portion. Fixing of gland shall be at right angle to the gland plate. Tightening shall assure continuity of earth. Hole to the gland plate

shall be punched / knocked out, of correct diameter with respect to gland size.

Mode of Measurement:

Executed quantity will be measured on number basis. (i.e. each).

7.9 & 7.10 Cable Lugs (Aluminum & Copper)

2. Scope:

Specification Nos (CB-CL/AL, CB-CL/CU) Crimping of lugs, and fixing to the terminals with nuts and bolts, etc.

3. Material:

Lug: Lug shall be of high purity aluminum  / copper  / bimetallic of required type, with required size of  hole and smooth finished both from inside and outside.

Hardware: Brass or Cadmium plated mild steel nuts and bolts, bimetallic washers.

Anti-Oxide paste: Paste of superior quality manufactured by reputed manufacturer.

4. Method of Construction:

Before fixing of lugs to the cable end, the cable end to the equivalent length of the lug shall be prepared by removing the outer PVC insulation along with the steel

armouring and then, the inner PVC insulation. The paste shall be applied to the cable lead and inside the lug prior to the inserting of lug on the cable lead. The lug

shall then be crimped with hydraulic / mechanical type heavy duty crimping tool. The crimping shall be dose in such a manner that there shall be no air gap. Then the

crimped portion shall be wrapped with the PVC insulation tape. (Colour of tape shall be of that of cable lead) The  above  method  shall be carried out for all the

cores. The cable end with lug shall then be terminated into the terminal and then be tightened with either brass nuts or Cadmium plated nuts as directed by Engineer

in-charge.

5. Mode of Measurement:

Executed quantity will be measured on number basis. (i.e. each).

Page 240: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

16.1     Providing earthing with Galvanised cast iron earth plate size 60 x 60 x 0.6 cm with funnelwith a wire mesh for watering and brick masonry block C.l. cover complete with all materials,testing & recording the results as per specification No. EA-EP Specification:

The scope of the item consists of supplying and erecting galvanized CI earth plate of size 60 x 60 x

0.6 cms in specifically prepared earth pit 1.5 mtr. below ground. Each earth pit should be provided

with 19 mm dia. GI pipe 2.5 mtr. long or pole depending upon the depth of the pit to cover the

vertical edge of the earth plate to facilitate watering arrangement. Connections should be made

with panel and cover plates as per rules specified in the IE regulations.

All the insulators of the earthing shall confirm to IE rule 1956 as amended from time to time IS 3043 latest edition and

its amendments IE and the relevant regulation of the electric supply authority panel.

After installation the earthing resistance of each earth plate should be measured by earth tester in the presence of

Engineer-in-charge. Three days after the completion of earthing work and value of earth resistance obtained should

confirm to regulation.

The earthing conductor shall be double GI earth wire of 8 SWG as per specified in scheduled ‘B’. The earth wire shall

be in one piece and no joints will be allowed. Each plate shall have link pointed by two nut bolts on either side.

Separate pit shall be provided for lighting arrestors. The earthing clamps for supporting earth strips shall be such

design so as to avoid bimetallic action between strip and clamp.

All non current metal parts of lightening arrestors, junction boxes, distribution boards, structures, GOAB, double pole

structure, transformer body of each transformer etc. shall be electrically and densely connected to earth.

In specifically prepared earth pit of 1.5 mtr. to below ground with 40 kg charcoal and salt with attentive layers along

with vertically placed earth plate of given size shall be provided.

Mode of Measurement: The contract rate shall be on the basis of per number.

17     Supplying and erecting strips used for earthing on wall and /or any other purpose with

necessary clamps fixed on wall painted with bituminous paint in an approved manner.

Specification:

17.1     Copper Specification: 17.2     GI Specification:

                                                                                                               This item consists supplying and erecting wire / strip used for earthing on wall and / or any other purpose with necessary clamps fixed on wall painted with bituminous

paint in an approved manner for earthing of transformer neutral, lighting arrestor, KIOSK, HT cables joints, earthing of L.A., GOD, transformer body and H.T.

connections in sub station as per direction of Engineer-In-charge. 

Mode of Measurement: The contract rate shall be on the basis of per Kg.

Page 241: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

18     Providing and fixing G.I. Perforated cable trays of size as below including fixing on providedangles. Specification:

The specification covers manufacturing, supply and installation perforated cable trays of various sizes required for

laying of control and cable in EHV substation.

Standards

The recommended practice of hot dip galvanizing of iron and steel and method of testing and inspection shall confirm

to the requirements of the latest Indian standards.

General Technical Requirement

1)      The hot galvanized perforated metal trays shall be made out of 3mm thick CRCA sheet.

2)       Each tray section shall not be more than 2.5 M. and shall be provided with side coupler plate

and associated hardware.

3)       Side coupler shall be fabricated out of 3 mm M.S. galvanized plate with four circular and four

elliptical holes.

4)       The trays shall be hot dip galvanized after fabrication and punching. The coating of zinc shall not be less than

340 gm/ sq.M.

Mode of Measurement: The contract rate shall be on the basis of per Rmt.

19     16.2 Masonry work Specification: 19.1     Providing and spreading stone metal 25mm size for 100 mm depth above the ground level. Specification:

Scope of work of this item consists of removal of grass and shrub roots, the ground should be level

and properly ramped manually or rolled with the help of roller to avoid growth of weeds / shrubs /

grass in transformer yard. After proper ramping of the ground layer of 25mm size stone metal and

having a depth of 100 mm shall be provided. Layers of 100 mm depth shall be provided as per

direction of Engineer-in-Charge.

Mode of Measurement: The contract rate shall be on the basis of per Sq.m. 20     Providing and laying in position plain cement concrete using granite or black trap gradedmetal including mixing in a mechanically operated mixer, dewatering, compacting, curing asrequired complete for all lifts up to a +/- 5 m. above or below the ground level where concrete isproposed, including centering/shuttering using ordinary Portland cement. Specification:

1 General : The item pertains to providing and laying in position Plain Cement Concrete (PCC) of

specified proportion. The work includes  providing all material, mixing, compacting, curing,

shuttering, dewatering etc. complete up to lift of ± 5 m.

Page 242: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1.2 Material:

1. Cement : Ordinary Portland Cement (OPC) as specified at item Gen/C/0.2.1.

2. Fine Aggregate (Sand) : specifications shall conform to item Gen/C/0.2.2.

3. Coarse Aggregate : specifications shall conform to item Gen/C/0.2.3. Grading and maximum

size of coarse aggregate shall be as specified in the drawing. Normally the maximum size should

not be more than 40 mm or 25 % of the minimum dimension of the member, whichever is less.

4. Water : specifications shall conform to item Gen/C/0.2.4.

1.3 Mix Proportion and Mixing : The mix proportion as specified on the drawing, separately for

each component shall be provided. For detailed specifications refer to item No.Gen/C/0.5. For

mixing without mechanical mixer, prior permission from the Engineer-in-charge shall be obtained.

Specifications for mixing shall conform to item Gen/C/0.7.

1.4 Formwork and Scaffolding : Formwork shall be provided for giving the desired shape and

sizes for the PCC as per the drawings. The specifications shall conform to item Gen/C/0.19.7. The

striping time also shall be as specified in the item. The scaffolding shall be normally  provided of

steel tubes. The specifications for scaffolding also shall conform to item  Gen/C/0.19.8.

1.5 Transportation, Placing and Compaction : Specifications shall conform to item Gen/C/0.8.

1.6 Field Tests : The appropriate field tests as directed by the Engineer-incharge shall be carried

out as explained in item Gen/C/0.15.

1.7 Inspection & Testing of Structure : As per the contract conditions inspection & testing of a

structure shall be carried out in accordance with item Gen/C/0.16

1.8 Finishing of Concrete : The finishing of concrete surface shall be as per item Gen/C/0.17.

1.9 Special Features : Special requirements such as Architectural shapes  finishes, Expansion

joints, Construction joints, Water stops, grouting, etc. shall be provided as shown on drawing/s and

as directed by Engineer in Charge. For specifications for these the appropriate clauses of item

Gen/C/0 shall be referred.

1.10 Curing : As per item Gen/C/0.14.

1.11 Item to Include : This item for providing Plain Cement Concrete (PCC) with specified mix

proportion at specified locations with initial  lift of + 5 m above or below ground level includes all

ingredients of concrete i.e. water, cement, fine and coarse aggregates, all transportation,

dewatering, tools and plants, all taxes, royalties, labour, formwork, testing, curing etc.

complete.                                                        

1.12 Mode of Measurement and Payment : The measurements of the concrete laid shall be

taken on volumetric basis in cum. The openings shall be deducted. The unit rate of concrete per

cum of specified proportion includes all the items as explained in Gen/C/0.25. 20.1     With Natural Sand Specification: 20.1.1     In 1:2:4 proportion. Specification:

Page 243: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

21     Preparing all required drawings as per electrical norms and get all necessary approvals forexecuting, charging new sub-station, express feeder and newly erected pumping machinary fromElectrical Inspector and any other govt departments if required. The statutory fees if any will bepaid by MIDC. Specification: 22     Providing and laying in position Cement Concrete for RCC work using granite / black trapmetal including mixing in mechanically operated mixers, compacting by mechanical or manualmeans as may be required and directed by Engineer-In-Charge, including steel or plywoodshuttering, centring, formwork dewatering, for all elements in foundation, plinths, of building works,where reinforced cement concrete is proposed to be used upto +/-5 m from the average groundlevel including all labour and material complete, finishing the surface with 1:3 cement mortar. etccomplete. Specification:

3.1 General : The item pertains to providing and laying in position Cement Concrete of specified

proportion or by in design mix grade for Reinforced concrete works in foundation or plinth. The

work includes providing all material, mixing, compacting, curing, shuttering, dewatering, etc.

complete upto lift of ± 5 m. Providing the reinforcement steel shall be carried out by item No.

Gen/C/0.2.5

3.2 Material : As per item Gen/C/0.2.

3.3 Mix Proportion and Mixing : As per item Gen/C/0.5.For providing Concrete of specified grade

by designing the mix of concrete, please refer to specifications as per item Gen/C/0.4 and 0.5. The

design mix shall be got done from the approved laboratories and got approved by the Engineer-in-

charge.

3.4 Formwork and Scaffolding : As per item Gen/C/0.19.

3.5 Transportation, Placing and Compaction : Specifications shall conform to item Gen/C/0.8.

3.6 Field Tests : The appropriate field tests as directed by the Engineer-incharge shall be carried

out as explained in item Gen/C/0.15.

3.7 Inspection & Testing of Structure : As per the contract conditions inspection & testing of a

structure shall be carried out in accordance with item Gen/C/0.16

3.8 Finishing of Concrete : The finishing of concrete surface shall be as per item Gen/C/0.17.

3.9 Special Features : Special requirements such as Architectural shapes / finishes, Expansion

joints, Construction joints, Water stops, grouting, etc. shall be provided as shown on drawing/s. For

specifications for these the appropriate clauses of item Gen/C/0 shall be referred.

3.10 Curing : As per item Gen/C/0.14.

3.11 Item to Include : This item for providing Cement Concrete with specified mix proportion or

specified grade, at specified locations with initial lift of ± 5 m above or below ground level includes

all ingredients of concrete i.e. water, cement, fine and coarse aggregates, all transportation,

dewatering, tools and plants, all taxes, loyalties, labour, formwork, testing, curing etc. complete.

The provision of reinforcement steel is not included in this item.

Page 244: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

3.12 Mode of Measurement and Payment : The measurements of the concrete laid shall be

taken on volumetric basis in cum. The openings shall be deducted. The unit rate of concrete per

cum of specified proportion includes all the items. For more details regarding mode of

measurement and payment please refer item Gen/C/0.25. 22.1     In design mix concrete grade M-20 Specification: 23     Providing and fixing in position reinforcement of all dia for RCC piles, pile caps, footings,foundations, slabs, columns, beams, canopies, staircase, newels, chajjas, lintels pardis, 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 at all locations andheight all labour and materials testing etc. complete. Specification:

9.1 General : The item pertains to providing and fixing in position reinforcement of all dia for RCC

piles, pile caps, footings, foundations, slabs, columns, beams, canopies, staircase, newels,

chajjas, lintels pardis, copings, fins, arches etc..

9.2 Material : The reinforcement shall be of Mild Steel, Tor Steel bars, TMT bars or CRS - TMT

bars as indicated on the drawings. The material shall conform to item Gen/C/0.2.5.

9.3 Construction : Contractor shall provide the reinforcement bars of or steel or mild steel of

specified dia. at locations in numbers or at spacings, as per detailed designs, drawings and

schedules including cutting, bending, hooking the bars, binding with wires or tack welding and

supporting as required at all locations and height. The work shall be carried out as specified in

Gen/C/0.2.5.

The reinforcement shall be got checked by the Engineer-in-charge or his representative before

concreting. The contractor shall provide and fix in position any additional reinforcement, if directed,

in addition to the reinforcement shown on drawing.

9.4 Item to Include : The item includes all the material of reinforcement bars, binding wires,

welding rods and labour and tools and equipment for cutting, bending welding, testing charges etc.

complete as per drawings and as directed by the Engineer-in-charge. 9.5 Mode of Measurement

and Payment : The measurement of the reinforcement bars shall be taken in metric tons. The

measurement shall be taken according to item Gen/C/0.25.2. 23.1     Tor Steel Bars. Specification: 24     Providing plaster in cement mortar in 1:3 without neeru finishing to concrete or masonrysurface in all position including scaffolding and curing complete. Specification:

Page 245: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

2.1 General : The item pertains to providing Plaster in CM 1:3, without neeru finish to concrete or

masonry surface.

2.2 Material :

Cement : As per item Gen/C/0.2.1.

Sand : As per item Gen/C/0.2.1

Neeru : Standard brand instant neeru or sanala may be used.

Water : As per item Gen/C/0.2.4

2.3 Cement Mortar : Cement mortar of the specified proportion of 1:3 shall be prepared as per

item Gen/E/0.2.

2.4 Preparation of Surface : The joints in masonry shall be raked out properly. Dust and loose

mortar shall be brushed out properly. Efflorescence if any, shall be removed by brushing and

scrapping. The surface shall then be thoroughly washed with water, cleaned and kept wet before

plastering is commenced.

2.5 Scaffolding : The contractor shall provide scaffolding required for facility of construction.

Quoted rates are deemed to included the cost of scaffolding as required. Scaffolding will be double

or single as is warranted by the work. Scaffolding shall be erected with steel sections or pipes,

bullies or bamboos of adequate strength so as to be safe for all construction operations. The

contractor shall take all measures to ensure the safety  of the work and working people. Any

instruction of the Engineer-incharge in this respect shall also be complied with. The contractor shall

be entirely responsible for any damage to property or injury to persons resulting from ill erected

scaffolding, defective ladders and materials or otherwise arising out of his default in his respect.

Proper scaffolding shall be provided to allow easy approach to every part of the work.

Overhead work shall not be allowed.

2.6 Application of Plaster : Before commencing the plastering the surface to the plastered shall

be made wet sprinkling water. The patches of mortar, with thickness equivalent to thickness shall

be provided on the area to be plastered. It shall be ensured that the surface all such patches is in

true level/batter/plumb as the case may be; to achieve this the thickness of patches may vary

m a r g i n a l l y , b u t a v e r a g e t h i c k n e s s s h a l l n o t b e l e s s t h a n t h a t

specified.                                                                        

1.  Ceiling plaster shall be completed before commencement of wall plaster.

2. Plastering shall be started from the top and worked down towards the floor. All putlog holes shall

be properly filled in advance of the plastering as the scaffolding is being taken down. To ensure

even thickness and a true surface, plaster about 15x15 cm shall be first applied,  horizontally and

vertically, at not more than 2 m intervals over the entire surface to serve as gauge. The surfaces of

these gauged areas shall be truly in the plane of the finished plaster surface. The mortar shall then

be laid on the wall, between the gauges with trowel. The mortar shall be applied in a uniform

surface slightly more than the specified thickness and then brought to a true surface by working a

wooden straight edge reaching across the gauges, with small upward and side ways movements

at a time. Finally the surface shall be finished off true with trowel or wooden  float according as a

smooth or a sandy granular texture is required. Excessive trawling or over working the float shall

be avoided. During this process a solution of lime putty shall be applied on the surface to make the

Page 246: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

later workable.

3. All corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be

and shall be carefully finished. Rounding or chamfering corners, arises, provision of grooves at

junction etc. where required shall be done without any extra payment. Such rounding, chamfering

or grooving shall be carried out using proper templates or battens to the sizes   required.

4. When suspending work at the end of the day, the plaster shall be left, cut clean to line both

horizontally and vertically. When recommencing the plastering, the edge of the old work shall be

scrapped cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to

enable the two to properly joint together. Plastering work shall be closed at the end of the day

on the body of wall and not nearer than 15 cm to any corners or arises. It shall not be closed on

the body of the features such as plasters, bands and cornices, nor at the corners of arises.

Horizontal joints in plaster work shall not also occur on parapet tops and coping as these invariably

lead to leakage. No portion of the surface should be left out initially to be patched up later on.

5. The surface of the under coat on which the punning is to be done shall be left rough. The

punning shall be applied, when the under coat is still green. The mortar for punning shall be

applied in a uniform layer slightly more than 3 mm thick between gauged pads, with which to

ensure an even and uniformly thick surface by frequent checking with a wooden straight edge. It

shall be finished to an even and smooth surface  with trowels.

2.7 Finish : The plaster shall be finished to a true level and plumb surface and to the proper

degree of smoothness as required. The work shall be tested frequently as the work proceeds with

a true straight edge not less  than 2.5 m long and with plumb bobs. All horizontal lines and

surfaces shall be tested with a level and all jambs and corners with a plumb bob as the work

proceeds.

2.8 Thickness : The thickness of the plaster specified shall be measured exclusive of the

thickness of key i.e. grooves or open joints in brick work. The average thickness of plaster shall not

be less than the specified thickness. The minimum thickness over any portion of the surface shall

not be less than specified thickness by more than 3 mm. The average thickness should be

regulated at the time of plastering by keeping suitable thickness of the gauges. Extra thickness

required in doubling behind rounding of corners at junction of wall or in plastering of masonry

cornices etc. shall not be paid for.

2.9 Curing : Curing shall be started 24 hours after finishing the plaster. The plaster shall be kept

wet for a period of seven days. During this period, it shall be suitably protected from all damages at

the contractor’s expenses by such means as the Engineer-in-charge may approve. The dates on

which the plastering is done shall be legibly marked on the various sections plastered so that

curing for the specified period thereafter can be watched.

2.10 Precautions : Any cracks which appear in the surface and all portions which sound hollow

when tapped, or are found to be soft or otherwise defective shall be cut out in rectangular shape

and replastered as directed by Engineer-in-charge. When ceiling plaster is done, it shall be

finished to chamfered edge at an angle at its junction with a suitable tool when plaster is being

done.  Similarly when the wall plaster is being done, it shall be kept separate from the ceiling

plaster by a thin straight groove not deeper than 6 mm drawn with any suitable method while the

Page 247: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

plaster is green. To prevent surface cracks appearing between junction of column/beams and walls

150 mm wide chicken wire mesh should be fixed with U nails 150 mm c/c in one vertical plane

should be carried out in one go. For providing and fixing chicken wire mesh with U  nails, payment

shall be made separately under relevant item.

2.11 Item to Include : The item includes providing all materials for plastering, including

transportation, royalty for material, all labour, tools and plants, machinery and equipments, staging,

scaffolding, bailing out water, testing, curing and construction as per above  specifications etc.

complete.

2.12 Mode of Measurement and Payment : The plaster area shall be measured in sqm as per IS

1200 24.1     20 mm. thick two coats Specification: 25     Providing, erecting pre-cast elements such as cover slabs for drains, grills, kerbs, kerb stone,dividers, manholes, frames, manholes covers, gutters, fence posts grills, rails lintels, sills, bedblocks, steps or any other member or element as per drawings & specifications using RCC gradeM-20 including shuttering as may be required, compacting by plate vibrator, curing and finishingthe element where required with 1:3 cement mortar, transporting to site and erecting in positiongrouting with cement mortar 1:3 as may be required and curing etc. all labour and materialcomplete. (Including cost of Steel reinforcement) Specification: 1.1 General: This specification deals with manufacture, supply and erection of precast elements.All concrete, R.C.C. work shall be carried out as per specification Gen/C/Concrete, Shuttering &Reinforcement (Gen/C/0.2 to 0.24) for Scope and Materials are also applicable. 1.2 General Requirements: Precast elements shall be manufactured either at site or in the yard of the supplier as directed bythe Engineer in Charge. All precast manufacturing facilities shall be subject to the approval ofEngineer-in- Charge. Precasting work shall be taken up only after permission to do so is given byEngineer-in-Charge in writing. In case the supply of precast elements are supplied by an outsideagency, the Contractor shall inform the Engineer-in-Charge, name and details of the agency and ifdesired shall arrange for inspection of the facilities and shall procure the materials only after theapproval of the Engineer-in-Charge in writing. Contractor shall supply two samples of each of theprecast elements he proposes to use. Further in case of specific item whose rating (Heavy duty,light duty etc.), or load carrying capacity is the criteria for acceptance, contractor shall arrange toget the precast elements tested appropriately at his cost if ordered to do so by the Engineer-in-Charge. 1.3 Items of Precast Elements: The following items are covered under these precast elements: a. Precast slab covers of various thickness sizes and with various reinforcement details. b. Precast manhole covers and frame of light duty, medium duty and heavy and very heavy duty. c. Precast grills of various sizes, thickness and designs. d. Decorative grills of various sizes, thickness and designs. e. Fence posts of various sizes. f. Balusters of various designs. g. Lintels.

Page 248: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

h. Louvers. i. Window sills. j. Kerb stones, boundary stones, mile stones / km stones and various other marking devices asmay be required for road works. k. Precast RCC grating for various duty ratings. l. Gutters of various sizes. m. Any other element detailed in the drawings. 1.4 Material: 1.4.1 Cement Cement used for the manufacture of precast concrete elements shall be 43 grade or above gradeas directed, Portland cement conforming to IS:269 or 1489 (part 1 & 3) or IS:8041 or IS:8043 orIS:8112 or IS:155, specifications are same as per Gen/C/0.2.1. 1.4.2 Aggregates The aggregates used shall be clean and free from deleterious matter and shall conform to therequirements of IS:383. The aggregates shall be well graded and the nominal maximum size ofcoarse aggregate shall not exceed 20 mm, specifications are same as per Gen/C/0.2.2 to 0.2.3. 1.4.3 Concrete The mix proportions of concrete shall be determined by the manufacturer and shallbe such as will produce dense concrete without voids, honeycombing etc. Concrete weaker thangrade M-20 (design mix) shall not be used. Compacting of concrete shall be done by machinevibration. 1.4.4 Reinforcement a) The reinforcement steel shall conform to IS:226 or IS:432 (Part-I) or IS:1566 or IS:1786 asspecified. Reinforcement shall be clean and free from loose mills scale, loose rust, and mud, oil,grease or any other coating, which may reduce or destroy the bond between the concrete andsteel. A light film or rust may not be regarded as harmful but steel shall not be visibly pitted by rust. b) Steel Fibres: In association with the main steel bars reinforcement, steel fibres of appropriatetypes and forms may also be used as secondary reinforcement (up to 0.5% by volume). c) Plastic: Plastic fibre of polypropylene fabricated film of suitable type and form (0.55 by weight)may also be used as reinforcement in lieu of steel reinforcement. Reinforcement shall be as shownin the drawings, if the drawings are supplied by Engineer-in-Charge. In case ready made precastitems are brought out from standard designs, reinforcement shall be as per manufacturers design,subject to the approval of Engineer-in-Charge. 1.5 Casting and Erection of Pre-cast elements: These shall be manufactured either according to manufactures design after obtaining the approvalof MIDC or as per the design furnished by   MIDC. The material, formwork, reinforcement, etc.shall be got approved from the Engineer-in-charge. The manufacturing of elements shall conformto the general requirements specified in Gen/I/1.2. The compaction shall be by plate vibrator. Thefinishing of the item, where required shall be with 1:3 cement mortar. The detailed manufacturingprocedure for Manhole Covers and Frames is given below, which is mostly applicable for otherelements. The loading tests or requirements may differ. 1.5.1 Manhole Cover & Frames The different grades and types of manhole covers may be used as follows: a. Light Duty - Rectangular, Square or Circular types These are suitable for use within residential and institutional complexes/areas with pedestrian butoccasional LMV traffic. These covers may also be used for inspection chambers. b. Medium Duty These are suitable for use in service lanes/roads, car parking areas etc. c. Heavy Duty Suitable for use in institutional/commercial areas/carriage ways with heavy-duty vehicular trafficlike buses, trucks, etc. d. Extra Heavy Duty - Circular, square or rectangular types These are suitable for use on carriage way in commercial industrial/port areas/near

Page 249: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

warehouses/godowns where frequent loading and unloading of trucks/trainers are common, withslow to fast moving vehicular traffic of the types having wheel loads up to 11.5 tonnes, irrespectiveof the location of the manhole chambers. 1.5.2 Shape and Dimensions Shapes  :The shapes of precast concrete manhole covers shall besquare, rectangular or circular as specified. Dimensions : Dimensions of precast concrete manhole covers, shall be as given in Table No.1, theminimum clearance at top between the frame and cover shall be 5 mm.                                                                       Table Sr. No. Description Heavy/Extra

Heavy Duty[HD/EHD]

Medium DutyMD

Light Duty LD

1. Clear openingmatching the topopening ofmanhole

560mm dia or600mm dia orsquare or560mm

450 mm dia 480mm dia 500mmdia dia orsquare

600 x 450mmrectangular) 450or 350mm dia orsquare

2. Precast slab withintegral frame

900 dia x180mmor squarecornerscut 1000mm diax200mm Orsquare cornercut

800mm dia x130mm 800mmdia x 150mm

850x700x100mm625x100mm or75mm x 100mmorsquare

3. Thickness ofcover

100mm or depthof frame110/120mm

70/80mm 50 mm

4. Matchingmanhole cover

685/660mm or735/710mm diaOr square

585mm dia or645mm dia orsquare

685x535 mm515mmor 435mmsquare

5. Edge protection: Precast manhole covers are designed and provided with MScovers/lifting rims of 2.5mm thickness welded around with provision facilityof two lifting hooks welded at appropriate locations.

6. Chequered pattern on the Covers: MS rims along with the edges of precastmanhole covers and their operative surface are suitably coated/finished usingcorrosion resistant paint.

7. Marking on the Covers: Precast manhole covers/precast slabs are suitablymarked on covers, the operative surface with the following letters, unlessspecified otherwise.MIDC/Sewer or Water service/ Grade/Date of MFR/ Trade Name etc.

Page 250: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1.5.3 Lifting Device The minimum diameter of mild steel rod used as lifting device shall be 10 mm for light and 12 mmfor medium duty covers and 16 mm for heavy and extra heavy duty covers. The lifting device shallbe protected from corrosion by galvanising or epoxy coating or any other suitable method. 1.5.4 Finishing & Coating To prevent any possible damage from corrosion of steel the underside of the covers shall betreated with anticorrosive paint. The top surface of the covers shall be given a chequered finish. Inorder to protect the edges of the covers from possible damage at the time of lifting and handing itis necessary that the manhole covers shall be cast with a protective mild steel sheet of minimum2.5mm thickness around the periphery of the covers. Exposed surface of mild steel sheet shall begiven suitable treatment with anticorrosive paint or coating, as directed and approved by theEngineer in Charge. 1.5.5 Physical Requirement a. General All units shall be sound and free from cracks and other defects which interface with the properplacing of the unit or impair the strength or performance of the units. Minor chipping at theedge/surface resulting from the customary methods of handling during delivery shall not bedeemed  for rejecting. b. Load Test The breaking load of individual units when tested in accordance with the method described inIS:12592 shall be not less than the values specified in Table No. 2.    Table No. 2

1.5.6 Erection: Rate for precast items include the erection charges including cost of other consumables likes  andand cement required for grouting. Grouting work shall be carried out using cement  mortar 1:3unless specified other wise in the drawings or as directed by the Engineer in Charge. Erection shallbe carried out in workman like manner and includes all lifts where precast elements are to beerected in structures being built by MIDC. In such cases, where the precast elements have to besupported in position by propping, scaffolding or any type of temporary support for any period oftime, as may be required for achieving stability or to provide scope for subsequent work, or tointergrade the precast elements into the structure under constructing cost of providing suchtemporary support work and removing the same at appropriate time is deemed to be  included inthe rates for precast items. 1.6 Item to Include: The item includes all material, labour, equipment, vibrating plate, tools andequipment etc, manufacturing process,   finishing of the elements, curing, testing if required,transporting to site, unloading, stacking and erection of element, making good of any damage toelement or to any other component, all taxes, royalties, cost of reinforcement octroi etc. complete. 1.7 Mode of Measurement and Payment: All precast items shall be classified under appropriate categories based on the unit weight of each

8. Performancerequirements

When tested for ULTIMATE breaking load using 300mmdia block as per the method described in IS:12592(Part-1)manhole covers shall be within the following range:Test Load: Light duty 2.5 tonnes (LD - 2.5), Medium duty- 10 tonnes (MD-10), Heavy duty - 20 tonnes ( HD -20),Extra heavy duty - 35 tonnes (EHD - 35) 

Category Type Load in TonnesExtra Heavy Circular, Square or Rectangular 35

Heavy Circular, Square or Rectangular 20Medium Circular Rectangular   or 10

Light Circular, Squareor Rectangular

2.5

Page 251: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

item. a) Elements weighing upto 50 kg and b) Elements weighing between 51 & 100 kg. Within theappropriate category payment shall be made on cum. Basis of the volume of work done. The ratesshall include all items of materials, manufacture, shuttering, concrete, aggregates, cementformwork, reinforcement etc. The rates shall also in include transportation, loading, unloading,stacking and erection charges of the items in their locations. In case of supply only, the rates shallinclude all the fore mentioned items of work and materials inclusive of transportation to the site anderection charges. 25.1     Elements, weighing from 51 to 100 kg. Specification: 26     Providing and laying galvanized iron pipes conforming to IS:1239-1992 (Part I & II) andjointing etc. complete including cost of all specials for jointing of pipes sun and safeda to be usedfor making joint perfectly watertight including taxes and duties etc. complete (Excludingexcavation) Specification: 1.1 General : The item pertains to providing and fixing of Light, Medium and Heavy class,galvanized iron pipes and specials, of specified diameter, with screw and spigot joints, for externalworks with GI fittings and all connections, excluding excavation  in all strata,  backfilling & includingproviding  scaffolding, making holes in masonry/ concrete, remaking the same properly etc.complete. 1.2 Materials: The galvanised iron pipes and specials shall be of the class and diameter nominalbore specified and shall conform to IS:1239- 1982. The pipes and fitting of which the galvanizedhas been damaged shall not be used, unless otherwise specified. For water tight joints sun & safeda shall be applied. 1.3 Excavation: The excavation shall be through all strata’s met with all lifts. The excavation shall be done only so much in advance of laying of pipes as to cause least damageto the trench. In case of excavation across, a road, permission of road authorities shall be obtained for theexcavation of the road surface which shall be made good and restored to the original condition atthe contractor’s cost. At all road crossings, the trench shall be dug only for half the width of theroad and pipe is laid at a time. The other half shall be excavated only after back filling is done overthe laid pipe and making it suitable for the traffic. Care shall be taken to avoid accidents andinconvenience to public shall be minimum. All roads safety precautions as per best engineerpractice shall be taken. All the pipes, water mains, cables, etc., met in the excavation shall be carefully protected andsupported. Any damage done shall be made good by the contractor at his own cost and risk. The pipe shall be laid on a well-compacted bed in the trench. The trench after laying the pipe shallbe refilled except at the joints, in layers and manually rammed. Care shall be taken to see that noearth, etc., gets inside the pipes. The filling shall be kept raised by about 5 cm for subsequentsettlement. In the case of trench through rock, a bedding and cushioning of murum, good earth orsand shall be provided for the pipe. The trench at the joints shall be filled similarly after satisfactorytesting of the pipe. Any surplus excavated stuff shall be disposed of satisfactorily without causingnuisance and any extra cost. Excavation will be measured and paid separately.

Page 252: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

1.4 Laying and Fixing : The plumbing contractor shall lay the pipeline as per the approved layoutdrawings issued by MIDC. The pipes shall be generally so laid or fixed as not to be exposed to theheat of the sun or be subject to any injury or risk to the pipe. As far as possible, the pipes shall belaid plumb and in straight and parallel lines. The pipe shall be laid to falling or raising gradients ordead level so as to avoid air locks. It should be possible to empty the pipes readily and completelyby hydrastatic pressure. All water-supply pipes shall as far as possible, be kept outside of walls,partitions and floors and be exposed to view and accessible. They shall be used in standardlengths 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. asnecessary. In making the joints, sun and safeda shall be used to make the joint watertight. No joint shall be located in the thickness of the walls. If the pipe is required to be cut and the end threaded, the burns of the cut end shall be file smoothand 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 bateskeeping the pipe about 12 mm clear of the wall. The pipe shall be fixed to the wall horizontally andvertically and parallel to one another when more than one pipe is laid unless unavoidable. Thesupporting clips, etc., for the pipe shall be spaced at about two meters or so as necessary. Whenholes are not left during construction they shall be cut into the walls or slabs, etc., to pass the pipethrough or to fix clamps, etc. After fixing of the pipes, clamps etc., these shall be neatly madegood. The scaffolding should be provided without any extra cost during laying, fixing & testingoperations. 1.5 Testing : On completion of laying the pipe line and fixing taps, etc. the pipeline shall be testedwith a hydraulic pump for a pressure of 7 kg/sq. cm. or for any other pressure as directed. Noleakages at the joints are allowable. Any leakage found shall be removed by redoing the jointsatisfactorily, without extra cost. 1.6 Item to Include : The item includes supply of galvanized iron pipes of specified diameter andclass and specials, laying, jointing and fixing the pipe with the fittings including cutting pipes,wastage and threading the ends, testing the joints and all necessary labour, materials and tools,including scaffolding, making holes in masonry/ concrete, remaking the same properly. 1.7 Mode of Measurement and Payment : The length shall be measured net on the straight andbends along the centre line of the pipes and fittings correct up to a cm. The contract rate shall befor one metre of specified class and diameter of pipe laid complete with fittings, clamps etc., asspecified. 26.1     HEAVY CLASS (Red) Specification: 26.1.1     15 mm diameter Specification: 26.1.2     25 mm diameter Specification:

Page 253: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

27     Providing & fixing in position heavy duty CP brass plug cock / screw cock / stop cockconforming to IS:781-1984 including necessary socket/union nut etc. complete for fixing cocks, sunand safeda must be used to make joint perfectly watertight. Specification:

3a.1 General : The item pertains to providing and fixing screw down type plug cock or stop cock of

heavy duty CP brass, of the specified diameter including necessary accessories.

3a.2 Materials : The bib or stop cocks shall conform to IS:781.

3a.3 Fixing : The bib or stop cock shall be fixed into the pipe line with necessary sockets or union

nut in places indicated on the drawing or as directed. Sun and safeda shall be used for complete

watertight joint. If leakages observed on test, the joint shall be remade to make it leak proof.

3a.4 Item to Include : The item includes providing the screw down type CP brass bib cock or stop

cock of the specified diameter, sun & safeda, all necessary materials, labour and use of tools.

3a.5 Mode of Measurement and Payment : The contract rate shall be per number of screw down

bibcock or stopcock fixed. Measurement shall be for the number of cocks fixed. 27.1     15 mm diameter Specification: 28     Excavation in trenches, pits, pipe lines, foundations, column footings, walls etc. in earth’ssoils of all types, gravel, sand, soft & hard murum, and boulders up to 0.03 cum. size includingremoving the excavated material upto a distance of 50 M beyond the edge of excavation includingthe initial lift of 1.5 M, stacking or spreading as directed, bailing of sub-soil water if any preparingbase for foundation etc., and back filing the excavated pit or trench using the excavated material inlayers including watering and ramming as required or as directed by Engineer-In-charge, includingall labour and materials complete. Specification:

1.1 General : The item refers to the excavation, in earth, soils of all types,gravel, sand, soft and

hard murum and boulders up to 0.03 cum size.The excavation shall be for trenches, pits, pipe

lines, foundations,column footings, walls etc. and may be in wet or dry, in earth, and similar other

soft or loose material.  

1.2 Site Preparation : The site as directed by the Engineer-in-charge, on which the construction,

as per the drawings, is to be started shall be first cleaned and cleared of all obstructions. The loose

stones, bushes, rubbish, brushwood, trees along with roots, etc. shall be removed. The material

shall be stacked or disposed off as directed. All the material shall be the property of MIDC. After

clearing the site, the alignment or center lines or points shall be given by the Engineer-in-charge.

The contractor shall establish the reference marks, benchmark pillars in masonry with M.S. Plate

top of which shall be bench mark connected to GTS. The B.M. Pillars shall be maintained

undisturbed by the contractor etc. and the widths for excavations shall be clearly marked by the

contractor as directed, true to line, curve, level and slope. The contractor shall provide all labour

and marking material such as wooden/steel pegs, white lime powder, oil paint, or any other

Page 254: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

suitable marking material at his own cost and he shall be fully responsible for the correctness of

the line, curve and levels and slopes.

1.3 Excavation : Before starting actual excavation work, contractor shall notify the Engineer-in-

charge for taking the necessary measurements of cross sectional levels along the alignment for

measurement purposes. The levels recorded in the field book shall be signed by the Engineer-in-

charge and authorised representative of the contractor in token of acceptance. The contractor shall

remove all the material from the marked area of excavation by using labour, tools and equipments

most suitable for excavation of soft material as enumerated in the item in wet or dry conditions.

The excavation shall be true to line, curve, shape, level grade as per the drawings or as directed.

The widths of excavations shall be as minimum to the widths required at the bottom and the

vertical faces shall be as far as possible in plumb. Unless provided in the contract, no extra

payment shall be made for the excavation on side slopes for stability of slopes. Contractor shall be

fully responsible for the correctness of the excavation. Whenever the strata of different grade of

soil not covered in this item is met, the excavation shall be stopped and the Engineer-in-charge

shall be notified to take the cross-sectional levels for taking the measurements and the same shall

be recorded and practise as mentioned above shall be adhered to. The extra excavation in depth

or on sides shall not be paid and the contractor will have to fill the extra excavated depths in layers

to bring the correct level by watering and ramming at his own cost.

1.4 Foundation Preparation : The foundation for column footing and for structural components

such as wall shall not be provided on soft strata covered under this item of excavation. The

foundations for rafts, embedment of pipelines for water supply or drainage or gas may be laid on

the foundation prepared on soft strata. The foundation level even if is confined within the soft layer,

the final layer of excavation watered and brought to the required level and slope by ramming. The

contractor shall not excavate below the line shown in the drawing or as directed. No foundation of

any sort shall be laid unless the Engineerin- charge approves the strata on which foundations are

to be laid and passes the depth of excavation to lay foundation and record the dimensions and

elevations and types soils of the foundation pit, trench excavated, and shall be recorded in the field

book adopting system already explained above.

1.5 Shoring and Strutting : The cost of shoring and strutting shall not be paid separately unless

provided in the contract. The type and designing of shoring shall be decided by the contractor, and

shall get approved from the Engineer in Charge. Pay Slopes : In lieu of shoring and strutting pay

slopes for excavation of trenches/pits shall be stipulated and paid accordingly.

1.6 Disposal of Excavated Material : All the material obtained from clearing the site or from

excavation shall be the absolute property of MIDC. All materials obtained from clearing the site and

excavation shall be disposed off or spread or stacked within a lead of 50 meters beyond the

excavated area as directed by the Engineer in Charge. Materials suitable for back-filling or other

use shall be stacked at a convenient place within a lead of 50 meters as directed for refilling or

reuse. No excavated material shall be kept within 1.5 m distance from the outer top edge of

excavation to avoid the falling of the stuff in the pit or trench. Surplus materials shall be used for

levelling the ground around as directed within a lead of 50 meters. If the surplus materials are

required to be conveyed and used or stacked beyond 50 meters contractor shall be paid for extra

Page 255: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

lead or the extra conveyance as per the terms of contract.

1.7 Dewatering : It is the responsibility of the contractor to remove the water accumulated in the

pit or trench, from sub-soil water or from rains or from any other natural source, by manually or by

pumping out as required. Unless provided for in the contract separately, no payment shall be made

for bailing out the water. The contractor may be required to provide temporary bunds, or provide

byepass arrangements to avoid entering of water in the excavation at his own cost. The drained

water shall be properly disposed off, so as not to cause any damages to the excavated area nor to

the surrounding structures. The contractor shall keep the excavated area dry for measurements

and for laying of foundation mortar or concrete.

1.8 Side Slips and Blows : Even after sufficient care of sides, slips or blows occur, they shall be

removed at contractor’s cost. 1.9 Backfilling : After excavation is completed, measurements

recorded by the Engineer-in-charge and the foundation raft masonry above is constructed or the

pipeline is laid, all the shoring shall have to be removed. The backfilling of the pit or trench to the

original level or as shown in the drawing or as directed shall be made from the selected excavated

material stacked separately for that purpose. The material shall be laid in layers of 15 to 20 cm in

thickness, watered and then rammed properly. The backfilling shall only be done after receiving

orders from the Engineer-in-charge and without damaging the foundation raft or the pipeline etc.

1.10 Protective Measures : All the excavated pits, trenches etc. shall be properly protected from

any accidents by providing strong fencing around. At night red lantern and watchman shall be kept

in proper position to indicate the danger zone. It is the responsibility of the contractor to take the

adequate protective measures and safety of the excavation, people and workmen and surrounding

properties and will have to bear the damages if caused. All the cost of protective measures shall

be included in the item rate.

1.11 Item to Include : The rate for this item, as per the agreement includes all labour and tools for

clearing the site, marking out the excavation line outs, shoring and strutting, excavation of pits or

trenches, bailing or pumping out water if not provided separately, removal of excavated material

and disposal of material as directed, refilling of pits or trenches, adequate protective measures etc.

Contractor shall also make the necessary arrangements for taking measurements. The rate also

includes the cost of repairs due to excess excavations or slips. The item also includes payment of

the damages if any, by the contractor. The disposal of the material is included within 50 m radius

from the edge of excavation. The lift for excavation of 1.5 m is covered by this item. The additional

lifts shall be paid under Item No.Gen/A/2. The lead beyond 50 m shall be paid extra under Item

No.Gen/A/9.

1.12 Mode of Measurement and Payment : The measurements of the original ground profiles at

selected locations shall be taken after clearing the site. The measurements of the final excavated

profile shall be taken if the excavation is less or more as directed by the Engineerin- charge or

shall be measured as per drawings. Excess excavation shall be recorded but shall be paid to the

limited quantity as explained above. The quantity shall be measured in cubic meters and paid at

the rate as per the contract agreement. 29     Add for every additional lift of 1.5 M or part as per item Gen-A-3 above.

Page 256: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Specification:

4.1 This item refers to additional rate for payment of Item No.Gen/A/3, for every additional lift of 1.5

m or part thereof, over the initial lift of 1.5m. It is clarified that all excavations beyond initial depth of

1.5 m shall be paid under this item.

4.2 Mode of Measurement : The measurement for final excavation done and recorded under Item

No.Gen/A/3 for every additional lift of 1.5 m or part thereof, over the initial lift of 1.5 m shall be paid

in cubic meters and paid at the rate as per the contract agreement. Deductions @ 40% for voids

shall be made if quantity of boulders excavated is paid on stack measurements. The sizes of the

stacks shall be 3.0 m x 2.0 m x 1.0 m preferably. 30     Providing, transporting, cutting, fabricating, welding, hoisting and erecting in position weldedor bolted structural steel work consisting of column bases, columns, columns caps, roof legstrusses, portals, wind girders, gantry girders, plate girders, purlins, bracing etc. for structural steelwork manufactured out of steel plates rolled sections like I beams, channels, angels, erection boltsas may be required, erecting using devices like derricks, cranes or any other suitable guys etc. andfinal bolting, welding, testing as may be required including two coat of red oxide zinc crome paintand two coats of synthetic super enamel paint of approved colour and shade. All materials andlabour complete. Specification:

1.1 General : The item covers the specifications of fabrication and erection of structural steel work

including painting. The structural steel work includes, cutting, fabrication, welding, or bolting,

erecting the structure, painting etc. for various items such as columns, trusses, portals, girders,

gantry, bracings etc.

1.2 Material : This shall comply with specification No.GENERAL SCOPE & MATERIAL- Gen/C/0

and Gen/C/0.2.5, Gen/C/0.19.2.

1.3 Fabrication and Erection : Cutting, welding, assembly, machining, painting, marking and

erection shall be carried out in accordance with approved plans and as directed by the Engineer-

in-Charge from time to time and shall comply with IS 800 and detailed below.

1.4 Damaged Members :

1. Any material found damaged or defective shall be stacked separately and shall be marked in a 

distinctive colour. Such material is to be dealt with expeditiously under the orders of the Engineer-

in-Charge.

2. Welding shall be done, as per specifications.

3. All permanent machine-fitted or other bolts must be perfectly tight and should be burred or

otherwise checked, to prevent nuts form becoming loose.

4. Care shall be taken to see that cracks are not filled with paint, putty, cinders, dirt, oil or fillings. 5.

Particular care must be taken to ensure free expansion and contraction wherever provided for in

drawings or as the Engineer-in-Charge directs.

1.5 Shop Drawings : The contractor shall prepare shop drawings for the structural steel work to

be executed as per IS: 800. The contractor shall submit the drawings in triplicate to the Engineer-

Page 257: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

in-Charge for his approval. Fabrication shall not be taken in hand until the relevant shop  drawings

have been approved by the Engineer-in-Charge. However, the contractor shall remain wholly

responsible for their correct conformation the designs and for accurate fabrication to meet the

requirements of design and the Indian Standard. One copy of the drawings duly approved shall be

returned to contractor and the work shall be carried out according to the approved design.

1.6 Laying Out : As far as possible and whenever necessary, structural parts, their joints, gusset

plates, etc. shall be drawn out to full size on a level platform, a steel tape being used for

measurement. All angles shall be carefully set out and checked. Gusset plates shall be marked

with as few sides as possible and of such shapes that there is a minimum waste in cutting a large

number. Steel metal templates of adequate dimensions shall be made to correspond to each

member and temperature effect shall be taken into account where necessary.

1.7 Fabrication and Welding : When the lengths of sections required for fabrication are not more

than the standard lengths of rolling, no splicing of shorter length shall be allowed to be fabricated.

Unless provided in the designs or specially permitted in writing by the Engineer-in-Charge. All the

rolled sections forming part of the structural member shall be cut square or accurately to shapes

shown in the detailed drawings dead correct to lengths and shapes, a steel tape being used for

measurement. The cut ends shall be dressed true with hammer, chisel and file or by grinding. All

straightening, levelling and shaping to form shall be done by pressure and not by hammering

unless the latter is specially permitted by the Engineer-in-Charge. Bending, cutting, forging, etc.

shall be done in such a manner as not to impair the strength of the metal. Where tight fits are

required or stress is to be transmitted through end contacts, the ends or surfaces shall be faced

and brought to a true contact bearing. The expansion bearing surface where provided, shall be

machined true and smooth and in the direction of the movement.

1. Columns and stanchions shall be erected truly vertical with the necessary cross bracing etc. and

the base shall be properly fixed with the foundation concrete by means of anchor bolts etc. as per

drawings.

2. Anchor bolts to be placed in the concrete foundation should be held in position with a wooden

template. At the time of  concreting anchor bolt locations shall be provided with suitable timber

mould or pipe sleeve to allow for adjustment which shall be removed after initial setting of

concrete. The spaces left around anchor bolts shall be linked to a stopping channel in the concrete

leading to the side of the pedestal and on the underside of the base plate to allow the spaces

being grouted up after the base plate is fixed in the position along with the column  footing.

Grouting shall be of cement mortar 1:3 (1 cement: 3 coarse sand) or as specified.

3. Bedding of Column, Stanchions etc. : Bedding shall not be carried out until the steel work has

been finally levelled, plumbed and connected together. The stanchion shall be supported on steel

wedges and adjusted to make the column  plumb. For multi-stored buildings, the bedding shall not

be done until sufficient number of bottom lengths of stanchions have been properly lined, levelled

and plumbed and sufficient floor beams are fixed in position. The base plates shall be wedged

clear of the bases by MS wedges and adjusted where necessary to plumb the columns. The gaps

under the base plate may be made up to 25 mm shall then be pressure grouted with cement

grouts. With small columns, if permitted by the Engineer-in-Charge, the column base shall be

Page 258: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

floated on a thick cement grout on the concrete pedestal. The anchor bolt holes in the base plate

may be made about 10 to 15mm larger than the bolts. In such cases suitable washers shall be

provided.

4. Welding : The steelwork in built up section (welded) such as in trusses, framed work etc. is

specified in this clause. Welding shall generally be done by electric arc process as per  IS:816 and

823. The electric arc method is usually adopted and is economical. Where electricity for public is

not available generators shall be arranged by the contractor at his own cost unless otherwise

specified. Precautions shall therefore be taken to avoid distortion of the members due to these

temperature stresses. The work shall be done as shown in the shop drawings, which should clearly

indicate various details of the joint to be welded, type of welds, shop and site welds as well as the

type of electrodes to be used. Symbol for welding on plane and shops  drawings shall be according

to IS 813-1986. By providing tack welding the structure be assembled and correctness as per

drawing be checked. After confirming the structure assembled is true alignment level and as per

approved drawing welding at each joint be taken in hand. Length of welding at each joint for each

member be worked out and ensured that at least 1.25 times welding length is provided at each

joint for each member. No tack welding be allowed.  As far as possible every efforts shall be made

to limit the welding that must be done after the structure is erected so as to avoid the improper

welding that is likely to be done due to heights and difficult positions on scaffolding etc. apart from

the aspect of economy. The maximum dia of electrodes for welding  any work shall be as per IS

814-1991 and appendix ‘B’ of IS 823-1964. Joint surfaces, which are to be welded together, shall 

be free from loose mill scale, rust, paint, grease or other foreign matter, which adversely affect the

quality of weld and workmanship.

5. Precautions : All operations connected with welding and cutting equipment shall confirm to the

safety requirements  given in IS: 818 for safety requirements and Health Provision in Electric and

gas welding and cutting operations. Operation, Workmanship and Process of Welding is described

in Appendix. Inspection and testing of welds shall be as per IS: 822.

6. Assembly : Before welding is commenced, the members to be welded shall first be brought

together and firmly clamped or tack welded to be held in position. This temporary connection has

to be strong enough to hold the parts accurately in place without any disturbance. Tack welds

located in places where final welds will be made later shall conform to the final weld in quality and

shall be cleaned off slag before final weld is made.

7. Erection : Steelwork shall be hoisted and erected in position carefully, without any damage to

itself, other structures and equipment and injury to workmen. The method of hoisting and erection

proposed to be adopted by the contractor shall be got approved from the Engineer-in-Charge in

advance. The contractor however shall be fully responsible for the work being carried out in a safe

and proper manner without unduly stressing the various members and proper equipment such as

derricks, lifting tackles, winches, ropes etc. shall be used. The work may be erected in suitable

units as may be directed by the Engineer-in-Charge. Fabricated members shall be lifted at such

points as to avoid deformation or excessive stress in members. The structure or part of it placed in

position shall be secured against over-turning or collapse by suitable means. During execution, the

steelwork shall be securely bolted or otherwise fastened and when necessary temporarily braced

Page 259: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

to provide for all loads to be carried safely by the structure during erection including those due to

erection equipment and its operations. The steel work shall be placed in proper position as per

approved drawing, final riveting or permanent bolting shall be done only after proper alignment has

been checked and confirmed.

8. Trusses shall be lifted only at nodes. The trusses above 10m in span shall not be lifted by

slinging at two mid points of rafters, which shall be temporary braced by a wooden member of

suitable section. After the trusses are  placed in position, purlins and wind bracings shall be fixed

as soon as possible. The end of the truss, which faces the prevailing winds, shall be fixed with

holding down bolts and the other end kept free to move. In case of trusses of spans up to 10m the

free end of the truss shall be laid on lead sheet or steel plate as per design, and the holes for

holding down bolts shall be made in the form of oblong slots so as to permit the free movements of

the truss.

1.8 Painting : All surfaces, which are to be painted, oiled or otherwise treated shall be dry and

thoroughly cleaned to remove all loose scale and loose rust. Surfaces not in contact but

inaccessible after shop assembly, shall receive the full-specified protective treatment before

assembly. This does not apply to the interior of sealed hollow sections. Part to be encased in

concrete shall not be painted or oiled. A priming coat of approved steel primer i.e. Red Oxide Zinc

chrome primer conforming to IS:2074 shall be applied before any member of steel structure are

placed in position or taken out of workshop.  Two coats of synthetic super enamel paint is included

in this item.

1.9 Item to Include : The item includes all material, labour, tools and equipments, manufacturing,

transportation, erection painting all taxes, octroy etc.  as per  the drawings and directed. It also

includes all taxes, insurance etc.

1.10 Mode of Measurement and Payment : The work as fixed in place shall be measured in

running metres correct to a millimetre and weights calculated on the basis of standard tables

correct to the nearest kilogram. Unless otherwise specified, weight of cleats, brackets, packing

pieces, bolts, nuts, washers, distance pieces, separators, diaphragm gussets (taking overall

square dimensions) fish plates, etc. shall be added to the weight of respective items. No deduction

shall be made for bolt holes (excluding holes for anchor or holding down bolts) The weight of steel

sheets, plates and strips shall be taken from relevant Indian Standards based on 7.85 kg/m2 for

every millimeter sheet thickness. For rolled sections, steel rods and steel strips, weight given in

relevant Indian Standard shall be used. The contract rate shall be per Metric tonne weight of the

component fabricated and measured as above, correct to a 3 decimals (one gram). 31     8.8 Dismantling Specification: 31.1     Dismantling the existing overhead line including G.I. wires of all sizes without damaging &making the coils in suitable sizes. Specification:

Page 260: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

 The scope of work includes dismantling the existing overhead line including G.I. wires of all sizes without damaging &

making the coils in suitable sizes.

Mode of Measurement: The contract rate shall be on the basis of per KM.

31.2     Dismantling existing lightning arrestor set, insulator complete from DP structure in anapproved manner Specification:

The scope of work includes dismantling existing lightning arrestor set, insulator complete from  11/440 V  sub- station

structure in an approved manner.

Mode of Measurement: The contract rate shall be on the basis of per No.

32     10.3 Dismantling Specification: 32.1     Dismantling the existing Distribution Transformer of any capacity from the plinth /foundation safely without any damages and storing in safe place. Specification:

The scope of work includes dismantling the existing 75 KVA Distribution Transformer capacity from the plinth /

foundation safely without any damages and storing in safe place.

Mode of Measurement: The contract rate shall be on the basis of per No.

32.2     Dismantling existing DO / AB switch set complete from D.P. structure in an approvedmanner. Specification: The scope of work includes,dismantling  of existing DO / AB switch set complete from  11 / 440 V sub- station

 in an approved manner.

Mode of Measurement: The contract rate shall be on the basis of per No.

Sub Estimate: Rebate for old dismantled material. 1     Rebate for old 200 HP V.T. pump with bowl assembly, column pipes, shafts, discharge head.including dismantling of the pump from the location. Specification: 2     Rebate for old 200 HP motors 'F' class including dismantling. Specification: 3     Rebate for old valves including dismantling 1) Sluice valves 2 ) NRV Specification:

Page 261: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

4     Scrap of old dismantled MS material. Specification: 5     Rebate for old 750 KVA transformers which are in working condition. Specification: 6     Rebate for GOD. Specification: 7     Rebate for old dismantled structure. Specification: 8     Rebate for old HG fuse set and DO set. Specification:

Page 262: TENDER FOR DG - SINNAR(G.C.) INDUSTRIAL AREASinnar water

Signed By

Organisation Unit

Signed Date

MAHARASHTRA

MAHARASHTRAINDUSTRIALDEVELOPMENTCORPORATION18/05/2016

:

:

:

Page 127 Executive EngineerContractor