GENERAL CONDITION - Welcome to the e-Tendering...

263
GENERAL CONDITIONS 1) Unless otherwise specifically provided for either in tender items or in specification or in the schedule of supply of materials, all items in the tender are inclusive of cost of all materials required for the execution of the items and these, as are provided as per relevant ISS or standard specification 2) All the materials used in the work shall be of best quality and any materials rejected shall be removed from the site within 24 hours 3) All other rules regarding workman compensation etc. shall be binding on the Contractor 4) All items to be executed in the course of the work have to be executed by the Contractor as per specification in P.W.D. Hand-book, the books of standard specification published by the Public Works Department of Government of Maharashtra, relevant I.S. specification (latest editions) and practice in vogue, at the rates as per rules of the Board and conditions of agreement in this respect. The contractor shall be responsible and liable to pay for damage to public property caused by him. He should keep the accounts of such materials in suitable book which would be available for inspection to the Engineer-in-charge. The contractor shall be responsible for proper handling and safe custody of all materials delivered by him for use on work. The material including pipes shall be procured by the Contractor as per requirement of work and no excess material shall be procured. Only used material, (with permissible wastage) shall be paid to the contractor. The excess material, remaining if any and if not required by department shall taken back by the contractor at purchase rate. Contractor No. of Corrections Executive Engineer

Transcript of GENERAL CONDITION - Welcome to the e-Tendering...

Page 1: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

GENERAL CONDITIONS

1) Unless otherwise specifically provided for either in tender items or in specification or in the schedule of supply of materials, all items in the tender are inclusive of cost of all materials required for the execution of the items and these, as are provided as per relevant ISS or standard specification

2) All the materials used in the work shall be of best quality and any materials rejected shall be removed from the site within 24 hours

3) All other rules regarding workman compensation etc. shall be binding on the Contractor

4) All items to be executed in the course of the work have to be executed by the Contractor as per specification in P.W.D. Hand-book, the books of standard specification published by the Public Works Department of Government of Maharashtra, relevant I.S. specification (latest editions) and practice in vogue, at the rates as per rules of the Board and conditions of agreement in this respect. The contractor shall be responsible and liable to pay for damage to public property caused by him. He should keep the accounts of such materials in suitable book which would be available for inspection to the Engineer-in-charge. The contractor shall be responsible for proper handling and safe custody of all materials delivered by him for use on work. The material including pipes shall be procured by the Contractor as per requirement of work and no excess material shall be procured. Only used material, (with permissible wastage) shall be paid to the contractor. The excess material, remaining if any and if not required by department shall taken back by the contractor at purchase rate.

5) For all accident on the contracted works, the contractor shall be responsible to pay the compensation to the sufferer or his legal dependents as per the legal Compensation Act in force.

Contractor No. of Corrections Executive Engineer

Page 2: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

6) The contractor shall engage an authorised agent or an experienced qualified supervisor for the work capable for managing and guiding the work on his behalf. He shall take such order as may be given to him by the Engineer-in-charge from time to time and shall be responsible to carry them out promptly.

7) A work order shall be maintained at works site. The contractor shall sign the orders given by the Engineer-in-charge and Sub-Divisional Officer and shall carry them promptly. After completion of the work, the work order book shall be surrendered to the Board.

8) Quantities given in the tender are approximate and are liable for variation. Excavation of the trenches, pits will be according to actual strata met with. The contractor shall have no claim for compensation on account of any variation in the quantities and also for any variation in the depth for trenches/pits shown the drawings.

9) The contractor shall at his own expenses make all necessary provisions for housing, water supply and sanitary arrangements for his employees and shall pay direct to the authorities concerned all taxes and other charges. The contractor shall also comply with all requirements of the Health Department in regard to antimalaria.

10) It must be clearly understood that the condition of the contract and specification are intended to be rigidity enforced and no relaxation on the ground of conditions prevailing is to allowed.

11) The contractor will be entirely responsible for breach of law of local bodies, Government etc. While using private of public conveyance producing and stacking materials, employment of labour etc and he will out all expenses in this contract without any claim whatsoever on the department and the department shall not take any responsibility on this account.

12) Before entering any property, plot, land, premises of areas etc. the contractor shall make his own independent investigation through the Collector or Inspector of Land Records etc on is own about the ownership of the plot etc. and he will be liable for action for act of encroachment trespass etc committed by him or his labour or for the steps taken by the party concerned.

Contractor No. of Corrections Executive Engineer

Page 3: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

13) The contractor shall have to clear the site of work before the commencement of work and after the completion of work without any extra cost. The contractor shall construct at his cost a temporary shed of about 20 Sqm. (as per specification) carpet area for use as office for inspection of the work by the officers and for discussing the details of work writing work order etc. Necessary furniture such as chairs, tables, wooden box, etc will be provided on his own within fifteen days from the date of receipt of work order. It will be maintained properly till the work is completed. The department shall not payment charges for the shed etc and no materials will be issued by the department for this shed.

14) Arrangement for approach to works site for execution wherever necessary shall be made & maintenance by the contractor at his cost till the completion of work.

15) The contractor shall arrange for final lineout of work at his own cost and under supervision of responsible representatives of the Maharashtra Jeevan Pradhikaran.

16) All cement concrete shall be machine mixed and machine vibrated unless otherwise instructed by the Executive Engineer.

17) The contractor shall furnished a list of machinery in his possession which he proposes to use on the work.

18) The Contractor shall follow the instruction in general under notes for guidance of Page I and II of P.W.D. Head Book Volume – I

19) Labour Regulation :- The contractor will have to abide by the provision made under the Contract Labour (Regulation and Abolition) Act 1970 and Rules made there under by Government of Maharashtra License shall have to be produced prior to starting of work.

20) All items occuring in the work and as found necessary in actual execution shall be carried out in workmanship and like manner as per specification given in P.W.D. handbook and as per current specification prevalent in M.J.P. as per orders of Engineer-in-charge as stated above.

21) No interest will be payable to the contractor if there will be delay in payment of bills due to non availability of funds or any other reasons.

Contractor No. of Corrections Executive Engineer

Page 4: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

22) Tender of contractor shall be inclusive of quarry charges, octroi duties, taxes as levied by Municipal bodies, Local bodies, State and Central Govt. No claim for the reimbursement of above charges will be entertained.

23) If capacity of WTP change then it will be treated as extra item and the payment will be regulated according to instruction given in the Member Secretary Maharashtra Jeevan Pradhikaran, Mumbai circular No. 105 dt. 15/10/2005

24) If foundation of ESR change then difference in quantities will be treated as extra item and payment will be regulated according to instructions given in Member Secretary Maharashtra Jeevan Pradhikaran, Mumbai circular No. 105 dt. 15/10/2005

SPECIAL CONDITIONS OF CONTRACT (I)

1) Payment against excess quantities of various item :-

For payment of excess quantities of excavation during execution as per actual site condition weighted average rate for excavation in various strata with CSR in force at

Contractor No. of Corrections Executive Engineer

Page 5: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

the time of cropping up of excess quantity will be worked out. For working percentage of quantities of as that of different strata will be the same as that of strata considered while working out rates of Schedule – ‘B’.

1. In case the depth of excavation for pipeline trenches exceeded more than 1.5 m. the rate for increased lift shall be worked out by adding the rates for additional lifts as per the CSR in future in the original rate as per Schedule – ‘B’

2. Before making payment of excess quantities as per rules, the concerned Executive Engineer should get himself satisfied regarding genuiness of the claim and he should also exercise a compulsory check of minimum 5% of measurement for a particular item Responsibility of informing the excess beyond quantities as per Schedule – ‘B’ ofv the tender for approval to Superintending Engineer and also for correctness of claims to be submitted in future shall rest with the Junior Engineer auditor and Divisional Accountant also. While submitting the proposal for approval, concerned authorities should consider the exact position of the revised estimates. If necessary due to this excess.

3. For executing any quantity, the excess over the quantity specified in the tender, the Contractor should be authorized by the Executive Engineer in writing.

4. While asking the contractor to execute such excess quantity, the concerned Executive Engineer should inform the contractor in writing specifically that the payment in excess of quantities specified in the tender will be made only after following concerned prescribed rules.

2) General :-

1. The quoted rate shall be total rate for the completed item of work as per the specification and shall be inclusive of all incidental charges such as lifts, leads for materials. Water for construction etc. The rates for excavation are inclusive of the fine edge of excavated pit beyond foundations.

2. The tenderer must obtain on his own responsibility and his own expenses all the information which may be necessary for the purpose of making a tender and for

Contractor No. of Corrections Executive Engineer

Page 6: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

entering into a contract and must consider and satisfy himself with all local condition, sites and quarries, means of accesses, the nature of rock, material to be met with in all execution and all materials pertaining to work. Extra claims for the access to the construction site will not be entertained.

3. Specification of item stipulated for other sub works, shall be made applicable, where relevant.

3) Outline of works :-

1. The work will be on the lines of plans attached to tender documents. The plans are, however, liable to be changed and strata as shown may be variable.

2. The items of work and their approximate quantities are given in Schedule-B of the tender.

4) Unit :-

1. The rates quoted for each item are for units mentioned in Schedule-B against each item.

5) Site Conditions :-

1. It shall be presumed that the contractor has satisfied himself as to the nature and location of the works, general and local conditions, particularly those bearing on transport handling, storage of materials, availability of labour, weather conditions and has estimated the cost and quoted his rates accordingly M.J.P. will bear no responsibility for lack of such acquaintance with site conditions and consequences thereof. The contractor satisfy himself for accuracy of the details for given information, drawing and data of the site and water quality. However the final responsibility for all information shall be that of contractor.

The contractor shall be presumed of have visited the site, sampled the raw water, confirmed the availability of all the chemical, check all the particulars, such as levels, dimensions etc. personally, the contractor shall verify himself the foundation condition by independent exploration before quoting the offer, no claims on this account shall be entertained.

Contractor No. of Corrections Executive Engineer

Page 7: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

2. Set of tender documents as and condition (upto a maximum of two sets) at the direction of the Executive Engineer will be supplied to the contractor after acceptance of tender.

Set of drawing will be supplied with the tender documents. An additional set shall be made available to the contractor if possible and will be supplied as part of the contract documents at the rate of Rs. 5000/- per extra set.

6) Extra, Omission and Discrepancies :-In all cases of the omissions, doubts or discrepancies

in the dimensions in the drawing and items of works, reference shall be made to the Executive Engineer, whose decision shall be considered final.

7) Supply of Material by the Contractor :-

1. The contractor should supply all materials mentioned in Schedule – ‘B’ This shall be conforming to relevant ISS enclosed herein. All types of pipes, valves will be accepted only after due inspection of third party. The charges for the same shall be borne by the contractor.

2. Other material such as cement, for steel, etc shall be conforming to relevant ISS. Testing charges for cement, for steel shall be borne by the contractor. L & T cement 43 grade shall preferably by used for water retaining structures. For other works A.C.C. / Gujrat Ambhuja having ISI mark may be used.

3. In case of supply of pipes/valves etc by contractor, only 85% payment shall be released after supply and 5% after laying 10% after satisfactory hydraulic testing.

4. The contractor shall provide, at the site of work satisfactory storage for not less than one month’s average consumption of works and shall keep the cement stored in such a manner that will satisfy the Engineer-in-charge. The arrangement of storage and utilisation of cement in the order of its arrival at the stores and the contractor shall maintain satisfactory records which would at any time show the dates of

Contractor No. of Corrections Executive Engineer

Page 8: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

receipt and proposed utilisation of cement lying in the storage.

5. The Executive Engineer-in-charge shall at all the times have access to the stores and sites method of storage records and security provided by the contractor. The contractor shall comply with instruction that will be given by Executive Engineer in this behalf.

6. The contractor shall further at all times satisfy the Executive Engineer on demand by production of books, of submission of returns in proforma as directed other proofs that the cement supplied is being used for the purpose for which it is supplied and the contractor shall at all times keep his records up to date and available to the Executive Engineer.

7. Any Royalty on material such as Khanij octroi etc. in sand, metal boulders should be borne by contractor.

SPECIAL CONDITIONS OF CONTRACT (II)

1) Time bound execution and planning of work to be submitted by the contractor :-

The contractor must submit the programme of execution in the form of Bar-chart and monthly execution schedule of sub work at starting of work with approval of Chief Engineer Maharashtra Jeevan Pradhikaran Region, Nagpur

If the deviation in the execution schedule at any stage of work is found to be more than 10% the zonal officers shall have the right to terminate the tender of such contractor.

2) Time of completion of workIf at any stage of work, it is found that the execution of work is not as per the programme given in the Bar chart, a fine shall be imposed on the contractor. (Subject to 10% of the total value of work).

The execution of work should be carried out as per following phased manner

Contractor No. of Corrections Executive Engineer

Page 9: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

a) Period first 12 months :-Completion of Head works, Raw Water Rising main, Water Treatment Plant .

b) Period 12 months to 24 months :-Completion of Pure Water Feeder mains, Pumping Machinery and R.C.C. ESR’s. Distribution System.Note : Permission will not be grated for 2nd stage of work, if 1st stage is not completed in all respect.

c) 24 month to 30 months :- Running of scheme

3) Appointment of ArbitratorIn case of any disputes raised between contractor and Executive Engineer during the course of contract regarding work, there shall be no provision for the appointment of an Arbitrator. The decision of the Member Secretary shall be held as valid and final. If the contractor files a case in appropriate court, the action of withdrawing the work and allotting it to any other agency shall be deemed to be continued as per the practice in vogue in the larger interest of implementation of work in time and as per original time schedule.

4) Contractor should provide following item to the department within 3 months after commencement of work.

a) COMPUTER OF LATEST CONFIGURATION – 1 Nos.With following specification

(Original Pentium (Chipset) – IV Hard Disk - 80 G.B.Ram - 256 MBFloopy Drive - 1.44 Mother Board - P-IVProcessor - 3.0 GBCD-Writer - 52 x Colour Monitor 21” - Samsung or LG Modem - 154 x – 2 Nos.

Contractor No. of Corrections Executive Engineer

Page 10: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Multimedia - Sound card With head phone, Mike Mouse - Wireless – 2 Nos.Tv Turner Card -Scanner - HP – 2 Nos.

PRINTER :-1] Latest Laser Printer (HP) 1010 – 1 No.

NOTE :-1) All above Items specifications should be got approved

from Engineer-in-charge before supply to department .

5 Arboriculture and landscaping in the premises of WTP Campus :-The necessary Arboriculture / plantation and landscaping in the WTP campus . should be made by contractor as per the direction of Engineer-in-charge. It is inclusive of supply of plants, planting at site, necessary guarding by tree guards, watering upto the handing over of the campus to the department etc complete.

ACQUINTANCE WITH SITE CONDITIONSAND WORK CONDITIONS

1) The contractor shall study the site condition, general condition and data included in the tender papers and get it verified from actual inspection of the site etc. before submitting the tender. In case of doubts about any items or data included in this tender or otherwise, it shall be got clarified by applying in writing to the Executive Engineer,

Contractor No. of Corrections Executive Engineer

Page 11: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

15 days in advance before date of submission of the tender. Once the tender is submitted, it shall be considered that the contractor has verified and made himself conversant with all the details as required for quoting the rates and completing the work as per tender conditions and specification.

2) Contractor shall not sell or otherwise dispose off or remove except for the purpose of this contract, the rubble, stone metal, sand or other material which may be obtained from any excavation made for the purpose of the contract. All such materials shall be MJP’s property and shall be disposed off in the manner and at place as may be directed by the Engineer-in-charge. Contractor may with the permission of the Engineer-in-charge in writing and when directed by him, use any of the materials free of cost.

3) Other unforseen items to be done in the course of work will have to be done by the contractor as per specifications in P.W.D. Hand book Volume I and II and will be paid at mutually agreed rates, ISS and standard prectice in vogue. Extra charge of claims in respect of extra work shall not be allowed unless the work to which they relate are in the spirit and meaning of the specification or unless such works are ordered in writing by the Engineer-in-charge and claimed for in the specified manner before the work is taken in hand.

MATERIALS :-

4) The Contractor shall make his own arrangements for obtaining rubble, khandki, headers, metal, sand, murum etc from MJP or private quarry. Applications of the contractor for reasonable area of Government land required for this purpose can be recommended to Revenue Authorities without any guarantee of making the land for quarry available.

All the materials involved in the construction shall be of best quality and specification and shall be got approved form the Engineer-in-charge before use. If necessary, materials shall be got tested from the Laboratory at his cost. Samples requiring approval shall be submitted by the contractor to the Engineer-in-charge in good time before the use of each material. The samples shall be properly marked to show the name of the materials place.

Contractor No. of Corrections Executive Engineer

Page 12: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

5) For all the accidents on the contractor’s works, the contractor shall be responsible to pay the compensation to the sufferer or his legal descendants as per the legal Compensation Act in force.

6) The contractor shall engage authorised agent or an experience qualified supervisor for the work, capable of managing and guiding the work on his own, shall take such orders from time to time and shall be responsible to carry them out promptly.

7) Quantities given in the tender are approximate and liable for variation. Excavation of the trenches will be according to actual strata to be met with.

8) The contractor shall at his own expenses make all necessary provisions for housing water supply and sanitary arrangements for his employees and shall pay direct to authorities concerned all taxes and other charges. The contractor shall also comply with all requirement of the Health Board in regard to anti malaria.

9) The contractor shall provide all labour, skilled as well as unskilled, pages, lime, strings, site-rails (wooden as well as Steel etc.) as and when required as per approved design and make available such other materials for surveying, lining out, setting out, checking of work, taking measurements, testing of hydraulic and other structures, without any payment by the MJP’s to him. He will also provide proper approach and access to all his works and stores without any extra cost over his tendered rates for the items to be inspected.

10) All the columns shall be filled with ink and one full entry in the last column should be struck by the Contractor under his signature.

11) Rates quoted include clearance of the site (prior to commencement of work and its closure) in all respects and hold good for work under all conditions of sites, moisture, weather etc.

12) Failure to comply with any of the above instructions will result in the Pradhikaran’s doing the needful at the risk and cost of the contractor. These conditions are for all items and as such no extra payment shall be made for observing these conditions.

Contractor No. of Corrections Executive Engineer

Page 13: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

13) The contractor shall make his own arrangement for quarrying of rubble, stone, murum, sand, line, metal etc.

14) Overburden in a quarry will have to be removed by the contractor at his own cost.

15) Unless a separate item is provided in Schedule-‘B’ minor dewatering of foundations in excavation and during the construction of foundation Masonry if required shall be done by the contractor without claiming extra cost.

16) Masonry shall be kept wet for at least 15 days and concrete work shall be kept wet for at least 21 days commencing from the date of its final laying in position. In case during execution curing is found inadequate, it will be carried out by Pradhikaran and the cost there of shall be recovered from the contractor. The contractor shall make his own arrangements for getting water at site at his own cost.

17) a] All cement concrete shall be machine mixed and machine vibrated unless otherwise permitted by the Executive Engineer.b] The proportions of cement concrete specified in the Schedule-‘B’ are nominal and are only an indication of approximate proportion of cement, fine aggregate and coarse aggregate which may have to be altered suitable at site to obtain the desired strength & work-ability. However quantity of cement shall not be less than the one specified below.

Nominal Mix1:1:2 (M-250) 8.5 bags/one cum of Cement Concrete.1:1.1/2:3 (M-200) 8.00 bags/one cum of Cement Concrete.1: 2:4 (M-150) 6.40 bags/one cum of Cement Concrete.1: 3:6 (M-100) 4.40 bags/one cum of Cement Concrete.1: 4:8 (M-80) 3.40 bags/one cum of Cement Concrete.

In case of major items of concrete for RCC works the contractor shall prepare test blocks as per IS specification for testing its tensile and compressive strength at his own cost. These blocks will be tested in any of the Government Test Laboratories at the cost of the Contractor. The number of Test blocks, frequency etc shall be directed by Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 14: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

18) DAMAGE OF FLOODS OR ACCIDENT :-The contractor shall take all precautions against damage by floods and from accidents. No compensation will be allowed to the contractor for his plant, material and work losses or damage by flood/fire or from other causes. The contractor shall be liable to make good any part of material which is in charge of the Contractor and which is lost or damaged by flood or from any other cause. If the work executed is damaged, trenches filled due to any reason, contractor shall have to make it good at his cost only.

19) TESTING OF STRUCTURE :-In case of work which creates reasonable doubts

about the quality of work-manship or of materials used in the construction, the Superintending Engineer, may order the contractor to satisfy the M.C.Bradhawati by carrying out a suitable load test of the structure or parts thereof in the manner as prescribed in Clause-8 & 4. The indian Standard Code of Practice for, plain and reinforced concrete for general building construction or as may be approved by him, in regard to the sufficiency of the strength as designed and in the event of any deficiency being noticed as a result of the test, the contractor shall carry out necessary strengthening or dismantiling as may be directed by the Superintending Engineer.The load test and strengthening or dismantling whenever directed shall be carried out by the contractor entirely at his risk and cost and to the entire satisfaction of Engineer-in-charge or his authorised agent and till then the work shall not be considered to have been completed. No payment for dismantled work shall be made.

20) SUPPLY OF RATE-ANALYSIS I N CASE OF EXTRA ITEMS :-In case of the ETRL the contractor shall supply Rate

Analysis bases on labour and material in case is called to do so.

21) WATER REQUIRED FOR CONSTRUCTION :-The contractor has to make his own arrangements at

his cost for water required for construction, testing, filling, structures etc. either from local bodies or from else where, by paying the charges directly and arranging tankers etc. as per necessity. No claim for extra payment on account of non-availability of water nearby, or extra lead for bringing water shall be entertained. All required piping arrangements and pumping if required for water shall be made by the contractor at his cost. If contractor fails to pay the water charges to local bodies or private parties

Contractor No. of Corrections Executive Engineer

Page 15: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

these shall be recovered by the M.J.P. from his bills. In case MJP’s water supply is available, a connection at a suitable place may be sanctioned but all further arrangements of pumping if required, piping etc shall be done by the contractor at hic cost, and water charges in such a case, shall be paid by the contractor at the rates as decided by the Executive Engineer, which shall be final and bind on the contractor.

Whenever Schedule – ‘B’ provides for any dewatering item, payment shall be admissible under that item, but apart from that item no extra claims for dewatering required for executing various tender items, and for executing such items in wet condition shall be entertained as all these expenses are deemed to be included in the dewatering item.

22) LEAD AND LIFTS :-Unless otherwise specifically mentioned in the tender

item, the tendered rate for all items in tender shall cover all lifts and leads encountered for the execution of the work as directed and no extra claims for additional lifts and leads shall be entertained.

23) Unless otherwise specifically provided for in the tender or a separate item is provided in Schedule –‘B’ all the sides of excavated trenches after the work is completed or in progress are to be filled by the Contractor to the original ground level from excavated stuff at no extra cost to the MJP.

24) Unless otherwise specifically mentioned in tender items, the net dimensions of RCC or CC members actually cast are only admissible for payment under RCC or Plain CC items. No increase in dimension due to plastering or finishing shall be admissible for payment under RCC or plain CC items.

25) Cement that will be supplied by the Contractor shall be in Jute/Polythene bags.

26) No claims for any desilting of trenches, foundation etc filled due to floods, untimely rains or any other reasons whatsoever shall be entertained and Contractor shall have to do this desilting operation together with dewatering operations entirely at his cost.

Contractor No. of Corrections Executive Engineer

Page 16: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

27) Electricity supply required for construction of work / labour camp, etc shall be arranged by the contractor at his own cost.

28) GURANTEE PERIOD :-The contractor shall stand guarantee for safety of structure and work executed by him for a period of 60 months after completion of the structures/work as certified by Engineer-in-charge. During this period any defects and short coming due to faulty design and defective construction will have to be made good by the contractor without any extra cost.

29) Underground sewerage line, telephone line, electrical cable, water pipeline etc.The contractor shall acquaint himself with existing sewerage lines, water pipe lines, electric and telephone cables etc likely to meet with during excavation of trenches of pipeline for rising main, feeder main and distribution system. The broken sewerage line, water pipe lines, electric and telephone cables lines shall be made good in accordance with the specification of respective department at his own cost on priority. If necessary charges for repairing electric or telephone cables, sewerage line, water pipe lines are required to be deposited to the concern department as per his demand note or these charges should be deposited by the contractor to the department without any extra cost thereof. The contractor shall be responsible and liable to any damage to public property cause during the execution of the work.

30) Roads and Road Reinstating :-The contractor shall acquaint himself with existing roads maintained by the State P.W.D., Municipal Council, Zilla Parishad and Grampanchyat or the local bodies and rules and regulation regarding the use thereof by the contractor.

31) Liquadated DamagesThe rate of liquadated damages may be taken as 0.1 % of the cost put to tender per day. You should break the total number of sub-works suitably and give specific period in terms of month from the date of issue of work order and rate of recovery of liquidated damages if the work is not completed by that time. Suggested break up is attach here with for you information. A separate mile stone for the Head Works is suggested, since the period of completion for the same will have to be carefully decided in view of the

Contractor No. of Corrections Executive Engineer

Page 17: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

fact that work order in most cases will be issued during rainy season.

32) Bar ChartsContractor has to submit month wise programme of execution in form of Bar Chart immediately after getting work order.

GENERAL SPECIFICATIONS1 Sand and Metal

Sand and coarse aggregate (metal) shall be stored separately on site on hard ground so as to keep them free from foreign materials such as soil, clay, glass etc. In case of machine crushed metal separate shall be prepared for different sizes of metal and suitable proportion to form a dense mix as directed by the M.J.P. shall be taken from these different sizes of metal.

2 Form WorkThe wooden shuttering planks shall be not less than 40 mm thick or such other thickness as may be allowed by the Executive Engineer, for a particular job. The entire form work, whether of steel, plywood or wooden planks, shall be very strongly proposed and braced with sufficiently strong vertical and horizontal members and the entire supporting structure shall be of sufficiently strong to take up the load of concrete and all stresses it may be subjected to, without any deflection. The contractor shall be wholly and fully responsible for any defects in the entire form work and is supporting structure.

2.1The form work shall be very smooth and entirely free from any dust particles direct and its inner surface shall be oiled for the easy facility of form removal and shall be wateright.

3 Reinforcement 3.1 The contractor has to procure it form open market

at his cost, the bars shall be scrapped thoroughly for removing any scales, rust, etc before use in work. Bars that may be found defective in any way shall not be allowed to be used. The reinforcement is to be fabricated and placed in position as per the Approved

Contractor No. of Corrections Executive Engineer

Page 18: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

design to be intimated to the contractor during execution from time to time.

The Hooks, laps, anchors, cover etc shall be as directed by the Engineer-in-charge. The contractor has to place in position the reinforcement as directed and to secure it by binding wire to be provided at contractor cost. Any additional reinforcement provide by the contractor in addition to M.J.P.’s design and directions shall not be measured and paid for.

3.2 To ensure that the minimum cover required for slabs, beams etc is provided. Separators of cast in situ CC block with wires embedded shall be used and shall be tied to the reinforcement with wires. Between 2 or more layers of reinforcement, separators of 20 mm or 25 mm size bars as directed shall be used duly tied. The separators of M.S. bar piece shall not be admissible for payment. The GI binding wire shall not be admissible for payment.

3.3 When contractor has to bring steel then it shall be only tested one and contractor shall produce the manufacturers rolling mills test certificate without which it shall not be accepted. Further the contractor shall arrange to get tested any samples from steel brought at site in a laboratory at his cost, and results should be submitted to C.O.M.C. Bhadrawati/M.J.P’s. defective steel shall be rejected.

4 Mixing 4.1 Good clean shall only be used for mixing. Arrangements

for bringing such water shall be done by the contractor at his cost. The amount of water to be used shall be as directed by the Engineer-in-charge on the basis of correct water cement ration. The water measuring apparatus shall be provided by the contractor at his cost.

4.2 For R.C.C. reservoirs and for other works which in the opinion of the Executive Engineer are important the concrete shall be only machine mixed. The mixing shall be continued for at least 8 minutes after all materials and water are placed in the drum which shall revolve for 14 to 18 revolutions or as specified by the

Contractor No. of Corrections Executive Engineer

Page 19: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

manufacturers. The mixer for this purpose shall be brought by contractor at his cost and the M.C. does not take any responsibility for supply of M.C.’s mixer which could be conveniently spared of to the contractor, that will be issued to him, or hire on Contractor’s request as per M.C..’s rules in force from time to time. If as result of breakdown if mixer during concreting hand mixing has to be resorted to temporarily. Only such work which is considered absolute essential by the Executive Engineer shall be allowed to be done by hand mixing and the entire operation of hand mixing and precaution thereof shall be taken as will be directed by the Engineer-in-charge. For hand mixing first cement and sand will be dry mixed in required proportions by turning over the mixture for the sufficient time till it is of uniform colour. The required quantity of aggregate shall than be added and the mixture again turned over for at least times. The required quantity of water shall than be added gradually through rose pieces attached to the can until process of turning is in progress and till is of uniform consistency where such hard mixing is allowed as a result of area requirement and no extra payment for this excess cement shall be admissible.

4.3 For works other than mentioned in above para, hand mixing will be allowed and in the such cases, cement to be used shall be as per standard requirements only.

4.4.1Normally the standard cement consumption will be as under.

For one cum of concrete1:1:4 (M-250) 1:1:1/2:3 (M-200) 1:1:2 (M-250)

1:3:6(M-100) 8.5 bags 6.40 bags 8.00 bags 4.40 bags For any other mix the cement consumption shall be decided by the Executive Engineer the consumption as mentioned above shall be for the gross RCC column actually cast. The cement required for finishing, rendering cement, wash etc shall be in addition to above.

5 Concrete Laying5.1

The forms shall first be lightly moistened before laying concrete. The concrete shall be placed in position within 20 minutes after adding water to the mix and shall be slowly deposited in its place and not thrown or dumped from a height shall be placed in uniform layers. For

Contractor No. of Corrections Executive Engineer

Page 20: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

vertical falls or water retaining structure water stoppers shall be provided.

5.4.1For columns the concrete shall be laid in maximum 1.2 m height at a time. For vertical walls of receiver it shall be laid in maximum 0.6 m height only at a time.

5.4.2 Tamping, Ramming and Consolidating :5.4.3For all RCC Reservoirs and other works which are

considered by the Executive Engineer to be important mechanical vibrations shall invariably be used by the contractor at his cost. The contractor shall be provide at least 2 vibration in good working condition, so as to have one as a standby and to prevent interruption in work. The concrete being laid shall be vigorously vibrated during laying and also loaded by bars where vibrator cannot reach so that dense and complete filling is assured. The contractor shall make his own arrangements for procuring vibrators at his cost and the M.J.P. does not guarantee that they will be supplied on hire.

5.4.4For all other works consolidation and tamping shall be manual labour by rodding vigorously by M.S. bars, throughout for a sufficient time and in such manner as directed by the Engineer-in-charge. Adequate number of laborers shall be set apart specifically for tamping and ramming with relievers.

5.4.5The efficiency of tamping and consolidation shall be judged by absence of any air pockets and absence of honey combing any defective consolidation and tamping shall be entirely on contractor risk and costing will have to be entirely pulled down if so directed and redone properly entirely at the cost of the contractor.

5.4.6 Curing :5.4.7All RCC work will be watered and kept constantly wet

for 23 days after initial set casting by means of wet gunny bags and pounding as directed by the Engineer-in-charge. This operation shall start immediately after initial set of the concrete should the contractor fail to water the concrete continuously, it will be done immediately at contractor’s cost.

Contractor No. of Corrections Executive Engineer

Page 21: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

5.4.8Removal of Form It shall be generally as under, subject to the written approval and modification by the Engineer-in-charge.Column and Beam sides 3 daysVertical Walls 6 daysBottom of slabs and Domes 10 daysBottom of Beams 14 daysBottom of Beams of span 4.5 m and above21 daysBottom of plain CC 3 days.

5.5 Inspection :The work of each category of operation i.e. completion of form work placing reinforcement, concreting, removal of form, etc must be got inspected by the Junior Engineer before commencing and succeeding operation in case of RCC elevated reservoir and major RCC jobs. In all cases, however, before the concrete is laid it must be got inspected and approved by the Deputy Engineer to concreting shall be commenced with approval of the Deputy Engineer. In case of RCC reservoirs and other major works concerting must be done in presence of Deputy Engineer himself.

In other case, it shall be done in presence of Junior Engineer. In case of failure to comply with above specifications, the work is liable to be pulled down if directed by M.J.P. and redone at full cost of the contractor. No measurements will be recorded for any work which is done Contrary to specification and no payment thereof shall be admissible.

5.6 Finish and quality of Concrete :5.6.1The RCC work cast shall be do dense mix, homogeneous

without any honey combing true in size alignment and shape. Any defective work shall not be entitled for full tendered rates of payment and if the defects are major no measurements and payment are admissible and contractor shall have to pull down such defective work and redo at his cost. The decision of the Executive Engineer regarding such defective work and the decision via, pulling it down or reducing rates as may be necessary shall be final and binding on the contractor.

5.6.2All RCC work shall be finished as directed by the Executive Engineer. It should be clearly understood hat the finishing is not meant to cover the casting defects

Contractor No. of Corrections Executive Engineer

Page 22: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

but only to give a smooth appearance. In case of RCC reservoirs and other major RCC works Contractor shall not commence finishing unless and until Engineer-in-charge has inspected the casting of concrete after removal of form and has satisfied about its quality failing which it shall be regarded that the casting was defective and the action deemed fit as per clause (II) I above will be taken since finishing has to commence immediately after removal of forms. The forms removal in RCC reservoir and other major work shall be done in presence of Deputy Engineer.

5.6.3Surfaces not in contact with form work and not subject to any plaster shall be finished by a float to present a smooth and uniform appearance. Surfaces which are in contact of form work but for which no plastering is provided as per plan and estimate shall also be finished smooth, and sand faced as directed. Surfaces for which plastering is to be dine as per separate provision of plastering plans and estimates, shall immediately on removal of forms be roughened for bond by a pointed tamping tool.

5.6.4 In case whether would be specified in the tender item or not the finish shall be such as to match with the rest of the structure to present a harmonious appearance. It shall consist of 3 coat of cement wash, rendering, plastering float finished faced etc as per the requirements at site and as directed by the Executive Engineer and Contractor shall have to do it as his own cost. Failure to do proper finishing as directed shall result in payment at reduced rates only to the contractor and he decision of the Executive Engineer in this respect shall be final and binding on the contractor.

5.7 Testing :5.7.1All structures meant to hold water shall be tested for

water tightness test at Contractor’s cost, by filing them to their desired level. The Water tightness test shall be considered satisfactory when the fall in water level after the container is filed to the FSL is not more than 6 mm in 24 hours and there is no sweating from outside or bottom whatsoever.

5.7.2 Contractor has to make his own arrangements for water for testing at his cost and these arrangements shall be such that immediately after initial setting of plaster. The containers are filled with water. After the satisfactory water tightness test the container shall be

Contractor No. of Corrections Executive Engineer

Page 23: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

kept constantly filed with water at contractor’s cost till the completion of work.

5.7.3 75% part rate shall be payable for reinforcement concrete and plastering item of containers of E.S.R./G.SR., till satisfactory hydraulic testing for water tightness please given, and till that work shall be treated as incomplete.

5.7.4 In case of RCC elevated reservoirs and other major RCC works from batches or concrete mix actually being laid, testing cubes shall be cast periodically as directed by the M.J.P. in presence of the Deputy Engineer-in-charge and these cubes shall be got tested after they have attained their full strength, from a suitable testing laboratory. The M.J.P.’s representative shall arrange for taking test cubes, sending them to laboratory and obtaining test results at full cost of contractor.

The charges of this viz moulds, labour for casting, materials, conveyance charges to and from the laboratory including TA of staff members and laboratory test charges etc are included in the tender rates and they shall be recovered from the Contractor’s bills. The ultimate compressive stress as revealed from these test shall not be less than.

28 days test 1:2:4 1:11/2:31:1:2

150 Kg/cm2 200 Kg/cm2250 Kg/cm2

ube testing acceptance of concrete will be as specified in IS 456-2000 and relevant IS unacceptable quality concrete shall be demolished and redone without any extra cost by the contractor.

The Executive Engineer at his discretion consider substandard work at a suitable reduced rate, provided such weak concrete is restricted to such members and in such quantities, which in the opinion of the Executive Engineer will not endanger the safety of the structures. Executive Engineer decision in such cases shall be final and binding on the contractor.

5.8 Measurement :

Contractor No. of Corrections Executive Engineer

Page 24: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

5.8.1The measurement shall be the units as mentioned in the Schedule-‘B’ and Break-up schedule.

5.8.2Mode of measurement shall be :-a) Columns : Height from top of footing to bottom of

beams shall be measured as columns.b) Braces for columns shall be measured as net between

column facesc) For straight beams, duly ribs between column top and

slab bottom surface shall be measured to beams and rest in slabs.

d) For ring beams the full section of beams from bottom to top shall be measured in the beams and quantities laying outside the full beam section in beams. Slant walls slab, etc as the case may be shall be measured in the respective slant wall vertical wall, flat slab, etc as the case may be.

e) Vertical walls shall be measured for net quantity outside columns, beams, slabs.

f) No deduction shall be made for reinforcement in RCC work.

5.8.3The measurement under RCC works for net dimensions cast as directed without any allowance for rendering, finishing etc.

5.9 Doors, WindowsSteel Doors, Windows, Cupboards etc :

5.9.1Sizes shown on drawings are clear openings in masonry and not the shutters size these size shown on drawings are therefore, inclusive of required frame sizes and doors, windows etc and shall be manufactured, accordingly, if sizes bigger than shown in drawings are manufactured, as instructed specifically in writing they shall be measured and paid for accordingly.

5.9.2The work shall be executed as per the size of frame thickness of shutter type viz plain planked panelled, glazed etc and fixture etc as described in tender item. Iron bars for windows and ventilators are to be provided if specifically mentioned in the tender item at Contractor’s cost specification in PW standard specification shall be applicable.

Contractor No. of Corrections Executive Engineer

Page 25: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

5.9.3The design of shutters quality of steel shall be got approved from the Engineer-in-charge before manufacturing.

5.9.4Part of M.S. frames embedded in masonry shall be painted with the tar. The frames of doors windows, ventilators, etc shall have proper hondfasts embedded in masonry.

5.9.5Whenever iron bar is to provided as per tender item the rate thereof is included in tender item.

The painting shall be done as prescribed in tender item. No painting however, shall be permitted till the steel work is approved by the Engineer-in-charge.

5.9.6Any substandard work not conforming to the specification shall be paid at reduced rates only and also liable to the outright rejected and Executive Engineer’s decision in such cases shall be final and biding on the Contractor.

5.9.7The mode of measurement shall be on area units as mentioned in Schedule-‘B’

6. Plastering :

6.1. 20 mm and 25 mm cement plaster either plain or waterproof

The plastering items shall be executed in thickness and cement mortar of proportions as detailed in respective tender item. Similarly, the plastering shall be either ordinary or water proof as specified in tender item.

6.2 In case of waterproof plaster, standard and approved waterproofing compounding shall be mixed in cement mortar in required percentage as directed and then the plaster is applied. Unless and until the watertightness test is given by the contractor to be satisfaction of the M.J.P. only part rates shall be paid.

6.3 The finishing shall be either smooth or rough cast as may be directed by the M.J.P. unless otherwise specifically mentioned in the

tender item.

Contractor No. of Corrections Executive Engineer

Page 26: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

6.4 Neeru finish wherever directed by the M.J.P. shall be done from inside at no extra cost.

6.5 Specification given for this item in Standard Specification Books (Red Book) published by B & C Department shall be followed.

6.6Curing and watering shall be done as directed and plaster shall be in alignment and level. Any substandard work is liable to be rejected and shall have to be redone at Contractor’s cost sand to be used shall be of approved quality only.

6.7 Cost of all scaffolding is included in the tender rate.

7. Flooring-IPS Flooring :7.1 50 mm thick cement concrete 1:2:4 shall be provided for

IPS flooring. The size of metal not be more than ½” and did shall be properly graded. A thin coat of very fine plaster shall be provided on top to give it a smooth finish. The marking of false grooves to surfaces as directed included the cost of labour.

8. Painting :The work shall be carried out as per the description of the tender item and as directed by Engineer-in-charge. It shall be whitewashing, distempering and/or snocem painting, shade and make shall be as directed by the M.J.P. and for decorative purpose M.J.P. may ask for different shades to be provided for different components or different parts of the same components which the contractor shall have to do within his tendered rate only at no extra cost to the MJP cost of priming coat as directed scaffolding etc is included in the tender item. The work shall be executed as per the specification of P.W.D. Hand Book latest edition and specification for painting in Standard Specification Book (Red Book) published by B & C Department.

9 Providing and fixing M.S. Ladder :9.1 Ladder shall be manufactured as per the details

provided in the tender item. All the materials and labour required for executing the item are to be

Contractor No. of Corrections Executive Engineer

Page 27: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

provided by the Contractor at his cost. The ladder shall be properly fixed at site as directed and the bottom and top shall be properly embedded in 1:2:4 CC block as directed at Contractor cost. In order to have stiffness to the ladder, cross supports or stiffeners at suitable intervals as directed, shall be provide of suitable M.S. flats duly embedded in walls or welded to the ladder. The specification for the item as given in the Standard Specificaiton Book (Red Book) published by B&C Department shall be followed.

9.2 GI Hand Railing :The item shall be executed as specified in the tender item and as shown on drawing. The vertical supports shall be properly fixed at base either in masonry or concrete by nuts and bolts duly embedded in the form, right anchorage holes in the vertical support to pass GI piping it or welding to fix the GI pipes to supports together with MS cleats, etc are included in this item. The G.I. piping shall be provided along with required specials, fixtures, fastening etc and GI piping shall be bent in circular or spiral railing pipes and shall be jointed by GI collars or welded as per necessity. The diameter of GI piping, number or rows, size and type to vertical posts together with its centre distance height, etc shall be as specified in the tender item an in absence thereof as per the MJP’s type design in force. The rate shall also include 2 coats of approved shade oil paint cost of all materials which shall be procured by the Contractor, labour involved for executing the item is included in tender item. The measurement and the payments shall be on the basis of length in running meters occupied by the completed railing assembly in plan.

10. Providing, fixing RSJ other Structural Steel Works :

10.1 This item covers fixing MS/RS gurders, MS angle, channels, flat base plates, gusset plates, cleat, bracket etc and other accessories as per requirement and as directed and fabricating the assembly by cutting, drilling holes etc and erecting and fixing item as site worth necessary rivetted or welded joints fixtures with nuts and bolts etc wherever necessary. Together with their

Contractor No. of Corrections Executive Engineer

Page 28: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

proper fixing and embedding in masonry or slabs of concrete as directed. Structural steel works materials shall be procured by the Contractor form open market at his cost. The item included 3 coats of oil paint of shade as directed to all structural work.

10.2 All above operation including cost of materials and labour thereof are included in the tender item. The measurement and payment shall be on the weight bays in the unit as mentioned in Schedule-‘B’ actually erected at site as directed shall be admissible for payment but not the rivets nuts and bolts etc. The rivetted or welded joints on fixing with nuts are included in the tender rates. The specification for this item given in Standard Specification (Red Book) published by B&C department shall be followed.

11. Murum Filling, Bedding etc :

When tender item provides that murum available from excavation is to be used free of cost whatever murum that is available and suitable from excavated stuff shall be used by Contractor, free of cost.

11.1 The murum filling or bedding is to be done in 15 cm to 20 cm thick layers, watered and duly consolidated by hand rammers as directed.

12. Rubble Filling-Providing and Packing Rubble Filling etc. :

12.1 The rubble shall be properly packed with murum bindage in 20 cm thick layers as directed. Unless otherwise specifically mentioned in the tender item of the cost of rubble in included in this item, and if rubble is available from excavation, the same shall be used by the Contractor after getting approved the quality of rubble selected from the excavated stuff by the Engineer-in-charge. This rubble is considered to be issued free of cost for use on the work only.

12.2 This shall be as per specification of P.W.D. (Hand Book) and as directed by Engineer-in-charge. Only trap stone shall be used other than the specification for this item in Standard Specification Book.

Contractor No. of Corrections Executive Engineer

Page 29: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

13. Trial Run-The trial run consist of a period of 3 months after completion of works in all respect. This shall be preferably in the mansoon or when the raw water turbidity will be above the average. No extra payment for this trial run period of 3 months will be given by department to the contractor. The contractor shall provide a skilled pump/plant operator / supervisior / valveman / helper / labour for this duration for satisfactory running of scheme. The contractor shall run the plants round the clock during this period and shall maintained a log book to ascertain the quantity and quality of treated water, consumption of power and chemical. Any short coming in the quality of raw water shall be made good by undertaking appropriate corrective measures. The raw water, power and chemical shall be supplied by M.J.P. during the period of trial run. The payment of staff engaged by the contractor shall be the liability of the contractor.

14. Running of Scheme for one year The period of running of scheme is excluding the period of trial run. The running of scheme shall be consist of a period of one year. The contractor shall provide a skilled pump/plant operator / supervisior / valveman / helper / labour for this duration for satisfactory running of scheme. The contractor’s staff shall trained the operator, staff nominated by the Engineer-in-charge during this period . The contractor shall run the scheme with rated capacity during this period and shall maintained a log book to ascertain the quantity and quality of treated water, consumption of power and chemical. The contractor also provide necessary no. of valvemen in each village incorporated in the scheme. The necessary number of water sample should be taken and shall check in the laboratory by the contractor. The charges for testing of water sample shall be borne by contractor. Contractor shall maintained the garden and premises of WTP and ESR including cutting the bushes / grass, watering the plants, cleaning the premises etc complete. The maintenance and replacement of electrical appliances if necessary shall be done by the contractor during the period of running of scheme. The leakage observed on pipeline shall be rectified within 24 hours by contractor. Any shortcoming in the quantity and quality of contractor shall be made good by undertaking appropriate corrective measures. The raw water, power, oil & lubricants and chemicals shall be

Contractor No. of Corrections Executive Engineer

Page 30: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

supplied by department during the running of scheme for a period of one year. The employees engaged by the contractor shall be liability of the contractor.

GENERAL NOTE :-The necessary and applicable itemwise condition only, required for the execution of item appended in the tender, shall be read and applied to respective items as per schedule – ‘B’ of Tender.The competent Authority reserves the right is modify the specification upto some extend as and where necessary as per site condition. No extra claim for the same shall be entertained.

Contractor No. of Corrections Executive Engineer

Page 31: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

OBLIGATORY REQUIREMENTS OFCONVENTIONAL WATER TREATMENT PLANT CAPACITY

5.00MLDThe R.C.C. Conventional Water Treatment Plant shall be designed by the contractor at his own cost with the following obligatory data.

OR.1CAPACITY & TYPE

: 5.00MLD Conventional water treatment plant.

OR.2LAYOUT OF PLANT

: As per contractor’s own design within the boundaries of the ABCD. (Shown on contour map of site). Internal roads incidental to the layout shall also be exhibited on the layout plan. To have an overall asthetic appearance to the entire site of the plant, the contractor should propose his layout locating filter house facing to the road. The layout shall be such as would make the entire area elegant in look.The department reserves the right to modify the layout, if considered necessary.

OR. 3 SCOPE OF WORK

: The work shall start from inlet of the aeration fountain as specified in the item’s specifications. It shall end at the laying drainage pipe upto nearby nala away from T.P. OR as directed by Executive Engineer-in-charge. The design of the contractor must include all the units of the plant as per Schedule – “B”.

OR. 4 LEVELS

: The lip of Aeration fountain shall be at R.L. 255.50 m which is obligatory. Similarly the F.S.L. of pure water sump at R.L. 251.50 m and bottom of the same at R.L. 248.50 m are also obligatory.

Contractor No. of Corrections Executive Engineer

Page 32: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

OR. 5 FOUNDATION

: (i) Minimum depth of foundation for any of the structure of this plant shall be 1.50 meters.

(ii) The offer shall be based on bearing capacity of 10 Tonnes/Sqm If during execution, the bearing capacity is required to be modified, the extra payment or rebate will be regulated by the difference of quantities between the two designs (i.e. based on the modified bearing capacity and the original bearing capacity). The difference in cost will be worked out by adopting district schedules of rates applicable at that time. The contractor shall not be paid any extra charges for the modified design required due to change in bearing capacity.

(iii) The offer of the contractor shall include excavation for all the units of the plant as per Schedule “B” in all types of soft and hard strata, including all leads and lifts involved in the work as per actual requirements at the site. It shall also include bailing or pumping out of water right from commencement of work till its completion in all respects for the entire plant units as per Schedule – “B”. All Machineries, T&P, staff etc required for this job shall have to be provided by the contractor at his own cost.

OR. 6

TYPE OF CONSTRUCTION

: Reinforced cement concrete, cast in situ. M-250

OR. STRUCTURAL DESIGN : To be based on following I.S.

Contractor No. of Corrections Executive Engineer

Page 33: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

7 specification(i) IS-456-1978 (latest edition) (ii) IS-3370-Part-I-1965, Part-II

1965, Part-III 1967, Part-IV 1967.

(iii) IS-875-1964 (Latest Edition)(iv) IS-1893-1976 (Latest Print)(v) IS-13920-1993.(vi) National building code of

India Latest Edition – Publication of ISI.

(vii) Any other I.S.I. Specifications, not mentioned above but relevant in the design, construction etc shall be made applicable. For such application, no extra shall be payable to the contractor.

(viii) Seismic Zone-III shall be considered for effect of earthquake while designing.

Notes :- Latest I.S. codes over what are mentioned above, shall have to be taken into consideration while designing.

OR. 8

CONSTRUCTION : The construction shall be carried out as per (a) Relevant current IS (b) Standard specifications Book – latest edition, Govt. of Maharashtra Publication.

Note :- In cases where alternatives are mentioned in above publications, for design as well as construction purposes, the approval of the accepting authority of the tender shall have to be obtained for the particular alternative proposed to be used by the contractor. He shall have to adopt the alternative as suggested by the Department, without extra cost.

OR. 9

GENERAL REQUIREMENTS TO BE PROVIDED FOR IN ALL THE STRUCTURES BESIDES THOSE ENUMERATED IN SCHEDULE-“B” AND DETAILED SPECIFICATION :

Contractor No. of Corrections Executive Engineer

Page 34: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

(i) For Civil Works :For all Civil works the requirements as laid down in Appendix – ‘A’ placed with these tender papers shall have to be scrupulously followed.

(ii) For Mechanical Works :The requirement as laid down in Section-M of detailed specification placed with of tender documents shall essentially govern the offer of the contractor.

(iii) For Electrical Works :The specification placed in this tender set shall be binding on the part of contractor wherever such works occur in his offer.

(iv) For Architectural Works :The offer should include of the contractor Architectural treatment to all the plant structures to give an elegant look to the complete premises. For this purpose, the firm should submit the coloured pictorial view with a 3D Sketch view drawings for approval of the Department. & offer should include cost of including asthetical POP model of the WTP

OR.10

USE OF HYSD STEEL FOR R.C.C. MEMBERS

: High yield strength deformed bars (HYSD) shall be Fe 415 conforming to I.S. 1786-1985 for design purposes.

The specifications for the item shall be as per specification Bd-F-17 of PWD Book of standard specification. The design should be based considering use of

Contractor No. of Corrections Executive Engineer

Page 35: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

HYSD bars.

QR.11

SPECIFICT REQUIREMENTS TO BE PROVIDED FOR IN THE DESIGN OF STRUCTURES :

(i) All members of the structures in contract with water shall be in the C.C. grade M-250 only. In case of vertical walls of water retaining structures, the portions of wall above F.S.L. shall also be of the same grade as that of the portion below it. The minimum thickness of such members shall not be less than 15 Cms.

(ii) Wherever partition walls are provided in water retaining structures, those shall be designed for the worst condition i.e. one compartment as full while other as empty.

(iii) The side walls of water retaining structures shall be designed for the worst condition such as :

Tank full condition without earth filling from outside

Tank empty condition when saturated earth pressure is existing from outside.

There shall be no counter forts coming inside the structures.

QR. 12 1]

UNITWISE OBLIGATORY DETAILS OF TREATMENT PLANT :AERATION FOUNTAIN : (Cascade Type )

a) Capacity : 5.00 MLDb) Area to be

provided: 0.625 m2/mld

c) Minimum drop : 1 Meterd) Collecting channel : Peripherial to the Aeration

fountain with 0.30 m free board.

Contractor No. of Corrections Executive Engineer

Page 36: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

e) RL of Lip of aeration fountain

: RL 255.50m.

f) Velocity : 0.60 M/secg) Diameter of Raw

Water Rising main: DI- 300 mm dia K-9

h) Minimum no. of cascades

: 4 to 6 Nos. (minimum)

i) Periferrial Walkway : 1.20 m wide (minimum) connected to other components.

2]VENTURI FLUMEa) Capacity : 5.00 MLDb) Measuring device : Simple dia type indicator flow

meter as per detailed specifications.

c) Free Board : 0.30 M. minimum

3]FLASH MIXERa) Type : R.C.C. Circular b) Detention Period : 60 second

Outlets in separate RCC chambers with proper discharge regulating arrangement

: One for 5.00 MLD

4]CLARIFLOCCULATORNo. of units & types : 1 No. of radial flow type Capacity and Detention Period

:

a) Flocculator Zone : 30 minutes

b) Clarifier (Zone) : 2 ½ hrs.

Note :-Capacity below clear side water depth shall not be considered similarly peripherial launder shall be outside the area required for above detention period.

Floor Slope : 1.12Surface overflow rate : Not more than 30 m3/m2/day

Contractor No. of Corrections Executive Engineer

Page 37: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Loading of weir : Not more than 300 m3/m2/day

Launder : RCC Velocity in Launder : Not more than 0.4 M/Sec.Free Board : 0.30 m. minimum

5]FILTERSDesigned flow : 5.00 MLD

No. of beds & type : Not less than 2 numbers Rapid Gravity flow type

Rate of Filtration : 4800 lit/sqm/hour

Carpet area of filter house close filter house

: Minimum carpet area shall be 180sqm. plan area measurable shall be within inner faces of walls of filter house complex as single tire measurement. It shall include all other utilities also as per detailed specification.

6]CHEMICAL HOUSEa) Structure : Framed R.C.C. with brick

paneling in two strayed.b) Carpet area : Not less than 80 Sqm on each

floor i.e. ground and first floor.c) Alum Solution Tank : 3 Nos. (Minimum) of clear

suitable size in RCC as per detailed design.

7]AIR BLOWERS a) Rate of Air supply : 0.60 Cum/sqm/minb) Duration of supply : 5 Minutes Maximumc) Working pressure : 0.40 Kg/Sqm.d) No. of units : 2 Nos. [ 100% standard]e) RPM : 1450 RPM (1500 Sync.)f) Make : Kulkarni Blowers only

8]WASH WATER TANK

a) Construction : R.C.C.b) Capacity : 150000 litre for washing one

filter beds simultaneously

Contractor No. of Corrections Executive Engineer

Page 38: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

c) Staging : Suitable to effect 12 m effective head at filter bed manifold during washing. If located directly over filter house or chemical house or above any plant structure, the bed of its container must be 2m above the roof top of that structure. If located independently, minimum depth of foundation shall be 3 m.

9]ALUM STORE HOUSE

a) Carpet area : Minimum 40 sqm.b) Construction : RCC frame structure with brick

panelling.c) Head room : 5 mtr minimum

10]WASH WATER PUMP

Capacity to fill wash water tank in 4 hour with 100% standby. Make of the pump shall be Kirolskar, Jyoti, Crompton Creaves, Texmo, Aquates, MBH

11]PURE WATER SUMP & Pump House.a) R.C.C. Sumpb) Capacity and shape

of sump: 2,40,000 lit Circular/Rectangular

in size (one hour capacity) Pump House on pure water sump should be in rectangular shape to accomudate 6 No.of pump having minimum carpet area 80 sqmm and head room 4.5m

c) Location : Adjacent to filter housed) Free Board : Minimum 0.30 m Ribs of

supporting beams for top slab of sump shall not immerse in free board zone (Inver) beams shall not be allowed

e) L.S.L. of sump : R.L 248.500 Mf) General floor level : R.L 253.000 Mg) No. of

compartments: One

h) Type of : R.C.C. framed structure with RCC

Contractor No. of Corrections Executive Engineer

Page 39: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

construction walling M-250

i) Slope of floor of sump

: Towards the drainage outlet with 15 cm. drop

j) Drainage & overflow

: 450 mm size RCC with 450 mm dia Sluice valve and guide rod arrangement etc shall be provided operative from floor level.

k) Top Cover to the sump

: R.C.C. slab of minimum 15 cm thickness with R.C.C vent.

l) Painting from outside

: Exposed walls of sump and edge of roof slab shall be painted with three coats of sintex mat paint of approved shed and colour.

m) Outlet arrangement of sump

: There will be two outlet.

12] GRAVITY FEED CHLORINATORSa) No. of units : 1 No.b) Dose : 3 P.P.M.c) Rated discharge : Suitable for 5.00 MLD plant

capacity.d) Type : Gravity feed

13] T.C.L. DOSING a) No. of units : 2 Nos. of equal capacity

b) Total rated capacity

: Suitable for 5.00 mld plant capacity

c) Capacity of tank : 3 Hours for each

d) Drive : By Electric powers. Bye-pass Arrangement

: As per Schedule “B” and as per detailed specification.

Drainage Arrangements

: As per Schedule “B” and as per detailed specification. The back wash after washing should be carried upto nearby nalla away from T.P. site. OR upto slugde recirculation system as directed by Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 40: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Electrical Installation : As per detailed specifications

Laboratory Equipment

: As per detailed specifications

Sanitary Block : As per detailed specifications

Detailed requirement and specification for water supply & sanitation and Electrification arrangement to staff quarters.

A] Water Supply Arrangement (For each Qtr)(i) 20 mm to 15 mm dia G.I. pipe (medium class) pipeline

connection to W.C. Bath, Kitchen connection from main line with cost of all materials labour & satisfactory hydraulic test etc complete.

(ii) Providing and fixing wheel valves, steel push cocks & bid cocks as per requirement and as directed by Engineer-in-charge.

B] Sanitation Arrangement

I] Septic tank : Designing, providing and constructing in R.C.C. M-200 including soak pit and necessary arrangement as directed for 10 souls.

Ii] Chambers : B.B. masonry chambers of size 0.60 m x 0.45 (clear in side ) with C.I. manhole cover and frame etc.

Iii] S.W. line : 100 mm dia. minimum required as per site

Iv] Nahani Tap : For each bath & W.C.V] W.C. pan : 2 sets of 28” size including foot

rest and as directed by Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 41: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Note :- Any allied works required for water supply and drainage arrangements and including making water connection from main line, sever line, septic tank including cost of all materials & labours will have to be born by the contractor.

C] Electrification Arrangements :-Point with wiring, mounted PVC insulated wire 1.1 KV grade in rigid PVC conduit pipe 20 mm with proper earth test.a) Light points :- 13 No.b) Porch points :- 1 No.c) Power plug points :- 9 No.d) Tube Light :- 40 No. (Bajaj/Cromption make)e) Flood Light :- 4 No.f) Ceiling fans :- 11 No. (Bajaj/Orient make)g) S.V. lamps with pole :- 15 No.

(for outside of TP)h) Weather proof 40 watt

Tube light :- 2 No.i) Exhaust fan 16” :- 8 No.j) Desert cooler 18” fan :- 4 No.

Note :- All allied works for making connection for electric supply from existing line will have to be carried out by contractor at his cost. Necessary test report for electrification will be given by the contractor. The work shall be carried out as per electrical rules.

D] The percentage of breakup of payment for various subwork under water treatment plant shall be decided by the Department afterward of the contract for this purpose the contractor on receipt of approval to design and drawings from the department shall submit a detailed estimate of these subworks on current DSR of Chandrapur District and Breakup of Payment.

Contractor No. of Corrections Executive Engineer

Page 42: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

DETAILED SPECIFICATIONS FOR W.T.P.

For designing providing and constructing conventional RCC WTP of 5.00MLD capacity with pure water sump. For Aug.to Gadchandur Water Supply Scheme.

DS-I GENERAL This specifications, as laid down here are in

amplification of the requirement already specified in preceding pages of this tender and further fully complimentary to it.

DS-II ITEMWISE SPECIFICATIONItem No. 1 :- AERATION FOUNTAIN (CASCADE TYPE)A] Design and construction :-

This shall be of cascade type and designed for a flow of 5.00MLD. Riser of the cascade shall be minimum 15 cms. Plan area should not be less than 0.625 m2/MLD. The peripheral launder shall receive water under a 15 cm clear over all condition. To avoid splashing, sufficient height shall be finished with broken pieces of glazed coloured tiles, set in cement concrete, giving aesthetic appearance, the lip of Aeration fountain shall be at R.L. 255.50 M.

B] Accessories :-1.2 m wide walkway and 32 mm in double row G.I. pipe railing at the outer periphery as specified in the specifications of Mechanical Engineering Works shall be provided surrounding the fountain.

C] Mechanical Equipments :-The central inlet to the fountain shall be a R.C.C. shaft of 450 mm dia with bell mouth at it’s top, increased to 650 m diameter. R.C.C. cast in situ shaft shall be placed with it’s invert matching to the alignment of the rising main from vertical DI – 300 mm dia K-9 class horizontal pipeline extending upto 15 meters distance measured from outer face of the launder shall be provided by the contractor with required specials as per site conditions. These DI. pipes and specials shall have necessary.

Item No. 2 :- MEASURING FLUME, FLOAT CHAMBER AND FLOW

Contractor No. of Corrections Executive Engineer

Page 43: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MEASURING EQUIPMENTS A] Design :-

The flume shall be designed as a open channel type for a flow of 5.00mld. The measuring flume shall have a side chamber for float. This item shall include construction of entire length of channel starting from the launder of aeration fountain to the receiving point at flash mixer. The straight uniform channel shall be maintained for a reasonable distance in both the direction. Approach zone equal to 10 times the throat width are desirable on upstream and downstream of measuring device as per I.S. specification.

B] Accessories :-The walkway of 1.2 m width with 32 mm G.I. pipe railing in double row as specified in Mechanical Engineering works specifications shall be provided.

C] Electrical and Mechanical Equipment :-Simple dial type, float operated open channel flow indicator shall be provided and installed near the flume. The measuring devices shall have a capacity of measuring minimum flow of 1 mld and max. flow of 10 mld correct upto a unit rate of 5000 liters per hour.

In order to reduce head loss, the measuring device shall be on venturi flume principle. It shall have, however, to be ensured that at any circumstances the channel does not head up due to churning of water in the mixing channels.

Item No. 3 :- CHEMICAL HOUSE AND CHEMICAL FEEDING EQUIPMENT A] Design :-

The building shall be constructed in two floors and total floor area should not be less than 80 sqm. on each floor i.e. ground and first floor. It shall be R.C.C. framed structure in columns and beams with Brick panelling.

B] Area and Location :-The house shall be so located that the chemicals could be conveniently and easily fed and controlled between the Aeration fountain and flash mixer. The area of chemical house should be as per obligatory conditions.

C] Construction :-I] Ground Floor :-

Contractor No. of Corrections Executive Engineer

Page 44: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The ground floor shall accommodate alum store platform type alum weighing machine of 1.00 M.T. capacity. It shall also accommodate an office at the plant site. The store and office shall be isolated by suitable partition wall and separate entrances. The sampling table shall also be installed in the office area. The average height of the plinth of Chemical house from G.L. should be above 1m of the average GL of road.The clear height of ground floor shall not be less than 3.50 m.

II] First Floor :-The first floor shall accommodate minimum R.C.C. 2 nos. Alum solution tanks and feeding equipment to suit a maximum does of 100 Mg/Litre. Also, it shall accommodate chemical laboratory all suitable fixtures and fastening due for locating in chemical laboratory shall be provided such as wash basin, pure water tap connections, drainage arrangements, shelves, racks mounted on the wall, extra point of electric connections, etc as directed by the Engineer-in-charge. The height shall be 4.5 meter. The entire construction should be a R.C.C. frame structure in column and beams as specified with external pannels of 23 cm. Thick and internal pannel of 12 cm thick brick masonry. The total area shall be inclusive of R.C.C. stair case which shall be provided to this structure.

All the Civil works of the building and brick work, plastering, pointing, flooring, painting, doors, windows etc complete shall be as per the specifications mentioned in General Civil Engineering Specifications attached for corresponding items.

D] Mechanical and other Equipment :-A dissolving tray preferably of R.C.C. trough with holes or slots shall be provided on each tank for placing the alum cakes. The alum solutions tanks shall be fed with pure water by means of G.I. piping and valves of adequate size from wash water tank. Each solution tank shall be provided with brass gauge plate level indicator. The top of the solution tank shall be covered with 50 mm thick C.T. wood planks properly fixed, edges rounded and painted in three coats of oil paint. The alum mixing paddles shall be of stainless steel of enough section and size. For each tank, the paddles mounted on a hard wooden frame driven by a central shaft of stainless steel. It shall be driven by an electric motor through warm gear. Necessary wash out arrangements shall be

Contractor No. of Corrections Executive Engineer

Page 45: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

provided. A R.C.C operating platform at a suitable level with 1.0 meter width and length covering all the tanks shall be provided. All the tanks shall have independent outlets and piping, feeding to dosing tank.

The solution does shall be drawn into a constant head rubber lined R.C.C. dosing tank of suitable size and fed into raw water just where it leaves the measuring flume. Automatic dose adjusting arrangement for proportionate dosing shall be provided at the dosing tank. The dosing tanks shall be provided with M.S. rubber lined cover and P.V.C. automatic ball valve etc.

All valves, pipes and fittings for dosing and washout shall be of non-corrodible material and should be of adequate size. The pipe connections shall be provided such, as would not cause any obstructions and as per directions of the Engineer-in-charge.

A manually operated chainpully block 1 tonne capacity to keep the alum bags over the tank and 2 nos. of wooden alum buckets each of 0.05 cum capacity shall be provided. An opening of 1.2 m x 1.2 m size in first floor for lifting alum bags form ground floor shall be provided with G.I. pipes railing. The tank shall be provided with 1.00 m wide access staircase with 15 cm M.S. plates stringers of 10 mm and 16 mm thick C.I. standard steps having 30 cm tread and 22.5 cm rise. The hand railing shall be 0.8 m. height with G.I. posts and one row of 32 mm dia. G.I. pipe on both sides. Precaution shall be taken to ensure continuity of feeding, prevention of gas hazards, corrosion and dust nuisance. The alum solution shall be fed by gravity only. Accuracy of the dosing equipment shall be an essential requirement.

Item No. 4 :- FLASH MIXER A] Design and Construction :-

The flash mixer shall be constructed in R.C.C. finished with cement plaster 1:3 at the water face. The unit shall be provided with R.C.C. slab, partly covering the tank, for locating the driving unit of the agitator and for approach to the same.

Contractor No. of Corrections Executive Engineer

Page 46: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

B] Accessories :-The walkway of 1.2 m width shall be provided with 32 mm dia G.I. pipe railing in double row as specified in General Mechanical Engineering Works, specifications attached.

C] Electrical and Mechanical Equipment :-This will consists of the following 1) Frame agitator with stainless steel blades and

stainless steel vertical shaft mounted on bearing of sufficient strength to prevent vibrations.

2) Electrical motor of suitable horespower, starter and reduction gear.

3) Water tight pen-stock on the inlet for diverting water to chlorination point.

4) Protective covers of G.I. sheets for motor.5) Pipeline between flash mixer and flocculator.

Item No. 5 :- CLARIFLOCULLATOR

A] Design :-The item includes 1 No. of R.C.C radial flow clarifloculator with central flocculating chamber of 30 minutes detention period and outer annular clarifier of 2½ hours detention period with overflow rate not exceeding 30 m3/m2/day for a total flow of 5.00mld.The shape, depth and size, of inlet and outlet of clarifloculator shall be so designed that the gently over turning motion given to the water in the floculating zone shall bring out complete agglomoration of floc to the maximum possible extent so as to achieve quick settlement in the clarifier zone with a view to achieve the lowering of turbidity below 20 PPM when there is maximum raw water turbidity.

B] Construction :-The outer clarifloculator wall shall be in R.C.C. of thickness not less than 15 cm. the bottom slab shall be in R.C.C. of minimum thickness 15 cm. It shall have a slope of 1 in 12 from outer periphery towards the centre. The flocculator wall shall be 12 cm. thick in R.C.C. with cement plaster on both the sides. The central inlet to the flocculator chamber shall be a R.C.C. shaft of adequate diameter with suitable slot opening at the top. This includes providing, lowering, laying and jointing C.I. pipes of suitable diameter from flash mixer outlet to inlet shaft to the flocculation chamber. The flocculator wall shall rest on R.C.C. ring beam and column of

Contractor No. of Corrections Executive Engineer

Page 47: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

suitable section and height so that water from flocculator will pass on to clarifier radially.

The sludge pipe from the central sludge pocket upto nearest chamber of nearest under drainage system shall be of C.I. ‘LA’ class s/s type. The diameter shall be not less than 300 mm. The contractor may propose desludging under hydrostatic pressure. It also includes sluice valve of equal dia to that of pipeline with extended spindle and wheel and telescopic constant bleed device in the sludge chamber.

There shall be R.C.C. circular launder extending over the whole periphery around the weir and launder shall be connected at suitable points to inlet pipe of the filter. The clariflocculators shall be connected to the filter inlet channel through an underground C.I. pipeline of suitable size and not through an open channel above ground level.

C] Accessories :-The clarifier will have 1.2 m wide peripheral walk way all round with G.I. pipe railing 32 mm dia in two rows at the inner circumference as specified in the General specification for Mechanical Engineering Works.

D] Mechanical & Electrical Equipements :-This includes providing and erecting standard mechanical equipment with required electrical wiring switches etc complete. In flocculation chamber, flocculator paddles made of R.S. sections of suitable size and M.S. flats clamped to central flanges shall be provided. Cross sectional area of the paddle should be 25% of cross sectional area of flocullator. The floculator blade shall be of M.S. plate.

The M.S. shaft shall be provided with guide bearings at the bottom suitable for under water use. The flocullator shall have two arms, each arm having four paddles. The flocullator driving mechanism for each arm shall comprise of G.E.C./ Crompton/Kirloskar make 400 volts, 3 phase A.C. motor of suitable H.P. (Minimum 2 H.P.) with Siemen/Kilburn/M.E.I. make starter connected by worm reduction gear of suitable ration through flexible couplings (or ‘V’ pulley drive) and transmitted through pinion and bevel wheel drive, the bevel wheel being fitted with radial cum thrust bearings.

Contractor No. of Corrections Executive Engineer

Page 48: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Bevel shaft shall be connected to floculator shaft through rigid couplings.

The equipment for clarifier shall consist of a lattice girder bridge (Pivoted at the center and with trolly rails resting on the clarifier wall) with horizontal trolly fitted with steel tyred wheel and running on steel “RAIL TRACK” and raker arm fitted with rubber squeezes shall be provided for effective desluding. Rubber tyred wheel for trolly moving directly on the clarifier and flocculators walls shall not be acceptable. The bridge path shall consist of 1.20 m wide chequered plate walkway made of welded and bolted R.S. Section of suitable size. The scraper arm with scraper blade of suitable size being suspended from the top of bridge. The driving mechanism for the bridge shall consist of G.E.C./Crompton/Kirolskar make 400 volts, A.C. motor of suitable H.P. (not less than 2 H.P.) with Seimen/Kilburn/M.E.I. make starter, jointed through coupling to worm reduction gear transmitted by chain sprocket drive with facility to open the worm reduction gear easily for repairs imparting slow motion to the driving C.I. wheel, moving on rails. The bridge shall have 8 mm thick chequered plate walkway supported on M.S. channels of suitable size with hand railings on both sides consisting of 32 mm dia G.I. pipes in two rows as specified in the general specification for mechanical engineering. The central bearings shall comprise of combined radial and thrust bearings housed in high grade C.I. housing with G.M. bust for rigidity. Specials current collector for transmission of Electrical power from outside to the different units of bridge shall be provide.

The telescopic constant bleed device with adjustable trampet shall be provided.

Access ladder for clarifier walkway shall be provided.

Item No. 6 :- FILTER HOUSE AND RAPID GRAVITY SAND FILTER

A] Design :-The rapid gravity sand filter units shall be housed in a closed filter house. These shall be minimum 4 nos. of filter beds which can be operated independently.

Contractor No. of Corrections Executive Engineer

Page 49: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Together, they will deal with a flow of 5.00mld capable of filtering at the rate of 4800 lit/sqm/hr. The system shall be designed such that it should be possible to overload the filters by 33% without affecting the quality of filtered water. It is proposed to back wash the filter with air at the rate of 0.40 cum/sqm/minute at 0.30 Kg/sqcm pressure at the under drains and followed by wash water at the rate of 600 lit.cum/sqm/min of the bed. It shall be ensured that the lip level of filter through are kept minimum 40 cms above the surface of expanded level of sand, to accommodate expansion of sand-bed. Besides, the following shall be provided in filter house.

1) 1.2 m wide walkway all round the filter beds with three row of G.I. pipe of 32 mm dia. railings in two rows as specified in the General specifications for MechanicalEngineering Works.

2) Space for housing blowers (Minimum 15 sqm.) in a separate room with adequate working space.

3) A separate enclosure of minimum 15 sqm for housing chloronome and T.C.L. solution feed arrangement with adequate working space and proper ventilation chlorine gas and inflow of cool fresh air.

4) Wash water pump house of minimum 10 sqm carpet area with isolating partition walls.

5) Panel Board room of minimum 10 sqm carpet area.

6) The operating floor shall have a width extending upto exterior wall of filter house.

7) The walking space along the pipe gallery shall have a width of not less than 1.2 m.

8) Pressure reducing arrangement to reduce pressure of water supplied from wash water tank for back washing the filter beds, if necessary.

9) R.C.C. stair case minimum 1.20 m width :- Each unit shall be complete in all respect with inlet valves, outlet valves, wash water inlet valves, wash water outlet valves, slow start arrangements, requisite instruments for rate of flow recording, rate of flow

Contractor No. of Corrections Executive Engineer

Page 50: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

controller and loss of head indicators of dial type and wash water measuring device too.

FILTER MEDIA :-This shall consist of properly washed quartz sand of effective size between 0.45 mm to 0.70 mm with a uniformity coefficient not greater than 1.70 or not less than about 1.30. The peddle/gravel media shall be as per standard specifications of rapid gravity filters. The filter bed shall consist of 0.75 m of sand supported on 0.45 m of gravel/peddle. The filter shall be grannular, hard, durable, well washed and screened. It shall be free from clay, dust, vegetation and other impurities, and shall not contain more than 10% of micacious matter. The sand crushed and powered and immersed in concentrated hydrochloric acid shall not loose more than 1.5% of (Ca + Mg) calcualted as CaCo3 and not more than 2% weight shall be lost in case of sand crashed powdered after burning. Wearing loss shall not exceed 3% . The gravel pebble shall be hard, durable and shall not disintegrate under the action of water. The smallest and largest size shall be 2 to 5 mm and 50 mm respectively (the contractor shall specified size thickness of each layer of filter media Gravel/pebble and sand)

CONSTRUCTION :-The filter house building shall be a R.C.C. framed structure the carpet area shall be adequate for locating the filter bed, air blower, etc and shall not be less than 360 sqm The clear height shall not be less than 4.50 m sufficient R.C.C. staircases shall be provided for going from filter house floor level to the filter operating platform. Proper slope to the roof slab shall be given to ensure constagnation of rain water over it.

The filter house shall be build of RCC framed structure, the brick wall dimension for external and internal walls will be appropriate for the function of wall to serve and shall not be less than 23 cm thick for external walls and 12 cm thick for internal walls. For T.M. Brick masonry there shall be sponge finished cement plaster in C:M 1:4 from outside. Inside face of the wall shall plastered in C:M 1:5 and smooth finished with neeru. The thickness of plaster shall be 20 mm for T.M. Brick masonry. The lintel height over doors and windows shall not be less than 2.00 mtr in height.

Contractor No. of Corrections Executive Engineer

Page 51: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All inside surface shall have three coats of oil bound distemper of approved quality and shade. The exterior finish of the wall shall be designed aesthetically and architecturally. The exterior plastered walls should be painted with three coats of approved quality and shade of water proof paiting with exterior emulsion of approved colour by Engineer-in-charge. All doors, windows and ventilators shall be of alluminium as specified in the general specifications for Civil Engineering works. The position of windows and ventilators should be such that these will be opened and closed easily when necessary. The total shutter area of doors, windows and ventilators shall not be less than 20% the floor area.

The Central main external door shall be glazed alluminium with special decorative, fixtures and fastenings of approved design. The size (preferably 1.8m x 2.45 m) shape and finish of the door shall be specially selected so as to enhance the get up of filter house. The entrance of the filter house shall preferably be in the form of foyer.

The window sills shall consists of full length of approved polished mosaic tiles.

The size of the waste channel should be such that the piping work near by shall not come in the way of easy flow of waste water. Suitable M.S. ladders shall be provided in the waste channel for each bed. The filtered water inspection box shall have aluminium covers provided with sheet glass of adequate size for inspection and Exhibition of filtered water flowing through. The cover shall be given 2 coats of anticorrosive paint and shall be provided with oxidised brass handles for lifting. The inside face of inspection chamber and float chamber shall be provided with glazed corners etc set in white cement. The chamber shall be provided with suitable bulb head fitting for illumination. The inspection box and the filtered water outlet channel shall be in R.C.C. The cover of channel shall be in R.C.C. slab finished with marble/mosaic tiles of approved colour, shade and size. There should be four opening of 90x60 cm for getting into the channel and those will be fitted with 90 x 60 cm. C.I. manhole frame and cover. The width of the passage (walkway all round and in between the two filter units shall be 1.2 m minimum . Walkway and the filter units shall be

Contractor No. of Corrections Executive Engineer

Page 52: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

provided with 32 mm dia. in double row G.I. pipe hand railing as specified in the general specifications for Mechanical Engineering Works with M.S. Pedestal, cross pieces, caps and bends, railing shall also be provided along the pipe gallery.

The roof of filter unit shall be in R.C.C. The clear height shall be 4.5 m minimum above filter operating platform level to roof slab bottom. The roof and the ceiling etc shall be finished as specified in the General Specifications for Civil Engineering Works.

R.C.C. stair-cases suitably located shall be provided for going upto the operating platform the clear water channel. Baby ladders of M.S. stair-case shall not be accepted. Properly designed single row G.I. pipes hand railings with polished brass pedestals cross-pieces, caps and bends, shall be provided for the stair case. All the fixtures, fixing end of the stair-cases shall be embedded in the masonry and RCC work during its construction only.

Special attention shall be paid for the details of Architectural features such as rendering of walls, the dimension, shape and material of construction and colour of the walls.

The position of inspection box, R.C.C stair-case, location of Air blowers shall be chosen so as to offer very neat and tidy appearance to the filter house.

C] MECHANICAL EQUIPMENT :

a] Piping :-

Under this arrangement, inlet piping with regulating arrangements of approved type, outlet pipe with control valve, filter back wash piping upto outside of filter house, waste discharge piping with valve and air valve pipe from the blower upto the under drainage system with suitable control valves and air release with necessary piping extended spindles, pen-stocks and operating hand wheel etc as required shall be provided. All valves should be capable of being operated form the operating floor. All pipes shall be of C.I class “LA” with

Contractor No. of Corrections Executive Engineer

Page 53: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

flange joints. This also includes the required number of specials to negotiate bends and inter-connections etc.

b] Under Drainage System :-

This shall be provided with A.C. pressure pipe class-I , with plain ended C.I. tees to be laid over RCC flooring. The under drain system shall be designed for the washing rate which shall not exceed 600 lit/sqm/min. The under-drain system shall consist of C.I. manifold and laterals as per patented design of the contractor to satisfy the obligatory requirements.

The ratio of the area of the manifold to the total area of the laterals draining into the manifold shall be 1.5 to 2.

Wash water gutter (laterals and main) shall be properly designed so that while it facilitates a complete bed washing, there is no filter bed carry over and the loss of filter materials. Wash water travel shall not exceed 1.0 m. transversely. Height of the lip of the gutters shall be designed taking into consideration the bed expansion during back wash. The rate of back wash be 600 liters per minute per sqm of filter are and duration shall be 10 minutes. The quantity of back wash water used shall not exceed on an average 2% of total quantity of filtered water.

The piping shall be sufficiently fixed to R.C.C. floor to prevent its getting detached from the floor. The under drain system shall be capable of taking an overload of 33 % . The wash water and air for scour should pass through the same piping inside the filter unit. Separate under drain system for air scour shall not be accepted.

(B-1) that the under drain system should be capable of taking an overload of 33 1/3 % stipulated above, is a part and parcel of the main offer to be submitted.

c] Complete system of waste water draw off for collecting and disposing of waste water during cleaning of filter beds shall be provided as per above requirements.

d] Flow Control System :Complete set of outlet control gear with automatic control together with slow start controller shall be provided. Each filter unit shall be provided with a filter control system to regulate the flow of water through

Contractor No. of Corrections Executive Engineer

Page 54: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

filters at designed discharge. An open adjustable control system based on head loss introduced between the filter outlet pipe and filter weir will be preferred. The system shall work at constant F.S.L. in the filter. The system shall have a slow starting mechanism, rate settler, and arrangements to ensure that filter does not go dry. Each filter shall have an inspection chamber covered with glass and lined with white glazed tiles. The ( ‘V’ notch shall have brass edges and calibrated in litres per hours)

e] Complete set of latest type of rate of flow and loss of head indicators with suitably engraved brass dials on one side of which, is graduated in flow and other in head units shall be provided. Equipment is to be complete with pedestals and dials suitably engraved to read in metre units.

F] Two units (including 100% standby) electric motor driven air blowers shall be provided for supplying 0.75 cum/min of free air per sqm of the filtered bed. This free air shall be released at 0.35 Kg/cm2 at the under drains. The piping leading the compressed air to the filter units shall flanged C.I. pipes only. Requisite air filter shall be provided to control the air supply to the filter. To maintain uniform supply of the air throughout the bed area. Requisite and adequate numbers of main feeding vertical pipes be provided to feed a group of latterals.

G] In the filter house proper, there should be adequate moving space with due consideration of obstruction due to the inspection box, air blowers, the pedestal of operating valves.

Item No. 7 :- WASH WATER TANK :A] Design and Construction :-

The tank shall be of RCC with a capacity of 150000 lit and shall be provided over the platform of filter house. The tank shall be at such an elevation as would give a effective head of 12 meters at the under-drains of the filter beds. Direct resting of wash water contained on the roof slab of filter house/Chemical house/any other structure shall not be allowed. The bottom slab of the container shall be provided independently 2 meter above the roof slab of lower structure.

B] Allied Item :

Contractor No. of Corrections Executive Engineer

Page 55: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

I) Mercury Water Level Indicator :Two numbers of water level indicators shall be installed at the both end of operating platform in the filter house.

II) One nos. of M.S. ladders for access to the top of tank and two nos inside the tank.

III) 2 Nos of C.I. manhole covers with frames of size 0.75 m x 0.9 m.

IV) Ventilator shafts of suitable size and sufficient numbers.V) Lightening conductor – 1 No.VI) Piping Valves :

For inlet, outlet, overflow and washout as per requirement. All such piping shall be of C.I.D.F. only.

VII) G.I. Pipe Railing :On roof slab of the wash water tank consisting of 32 mm dia G.I. pipes in 3 rows and 0.9 m height.

VIII) Simple measuring devices for wash water consumption shall be provided. It shall consist of indicators, with allied works.

Item No. 8 :- PURE WATER SUMP : Cap 240000 lit. The design and construction shall be as per obligatory requirements already specified. One number of ventilator shaft of suitable diameter shall be provided for the sump. Similarly, one water level indicator readable from filter house of modern design shall be provided. Minimum 2 manholes of size 0.90 x 0.75 m (clear inner size) with M.S. ladder as per specification shall be provided. Suitable outlet overflow and drainage arrangement to the sump shall also be provided. This shall be ultimately connected to the drainage arrangement. Three outlet one of 400 mm dia, 300 mm dia having spur gear and guide rod arrangement shall be provided for scour 200 dia sluice valve shall be provided. Suitable steps, ramps shall be provided wherever necessary. The soffit of the sump roof slab and vertical walls above F.S.L. shall be provided with two coats epoxy paint.

Item No. 9 :- ALUM STORE

Contractor No. of Corrections Executive Engineer

Page 56: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

A] Design and Construction :-The work shall be carried out as per specifications mentioned earlier in previous pages.

B] Allied Items :There shall be one entrance doors to the store of rolling shutter of size 4.00x5.00 m R.C.C ramp of suitable size shall be provided in front of these shutters for easy and smooth entry of the Alum truck inside the store.

The floor of the store shall be designed to sustain the load of alum bags kept in a heap of 10 bags, one over the other. Besides, it shall sustain the movements of loaded truck of 10 Tonne capacity.

A small room of size 10 sqm shall be provided within the store for storage of sundry materials.

Item No. 10 :- WASH WATER PUMPS

A] Design and Construction :-Two nos. of wash water pumps as described earlier under the statement of obligatory requirements shall be provided.

A room of suitable size, equaling to 10 sqm area to accommodate these pump sets shall be provided within the total filter house area.

B] Allied Items :

I] Piping and Valves :The piping shall be provided consisting of suction and delivery upto wash water tank inlet. It shall be of C.I. ‘LA’ class of suitable dia all piping shall be of double flanged pipes and specials.

Each pump set shall be provided with strainer C.I. foot valve, 1 No. of C.I.D.F Sluice Valve and Reflux Valves.

The test of pumping machinery shall be given for a period of 24 hours non-stop.

A panel board of suitable capacity shall be provided with all fixtures thereon suitable for these pumping sets.

Contractor No. of Corrections Executive Engineer

Page 57: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Item No. 11 :- GASEOUS TYPE CHLORONOME

A] One number of chlorinator of capacity to treat 5.00mld at a dose of 3 PPM.

B] Construction :-Disinfection will be achieved through chlorine gas. For this purpose, one number of gravity type chlorinator with all accessories either of Patterson or Candy or any other reputed make shall be provided and erected as per makers specifications.

The chlorinator shall be housed in a separate room attached to the filter house. There should be no access from filter house to chlorine room. It should have an independent entrance. The carpet area shall not be less than 15 sqm.

The chlorinator room shall be located and designed for facility of removing and bringing in large chlorine cylinders. There should be provision of weighing machine of adequate capacity to weigh and keep the cylinder on top of it during use. The chlorine room shall be provided with additional ventialtors at floor level also.

C] Piping :-This shall be provided from the chlorinator to the various point of application in the pure water channel and shall be of UV P.V.C. with suitable specials. Piping shall also be provided for supply of pure water to the chlorinator from a suitable tapping point.

Item No. 12 :- EMERGENCY DISINFECTION ARRANGEMENTS :

A] Design :This arrangement is proposed for disinfection of water by T.C.L. The capacity of T.C.L. solution tank shall not be less 3 hours (1 Kg T.C.L. in 40 liter of water ) The tank wall shall be lined from inside with bitumen rubber

Contractor No. of Corrections Executive Engineer

Page 58: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

or any other suitable anticorrosive material. Additional ventilators shall be provided at floor level. These tanks shall also be provided in the chlorinator room itself.

B] Accessories :-Approach ladder and walking platform 1 m wide with G.I. pipe railings as specified in the general specifications for Mechanical Engineering Works shall be provided if the tank position is more than 1 m above the floor level.

C] Piping :-This includes alkathene piping for solution outlet and drawn upto the point of discharge and G.I. piping with valves for feeding pure water to tanks, right from tapping point.

D] Mechanical Equipment :-The tank shall be provided with manually operated mixing paddles. A dosing arrangement consisting of constant head dosing box with stainless steel ball valve and polythene float and stainless steel orifice with stainless steel taper shall be provided to administer a dose of 3 PPM of chlorine at each place. A solution level indicator shall be provided to each tank.

Item No. 13 :- BYE PASS ARRANGEMENTS :

A] Design & Constructions :Bye-pass arrangement shall be provided as per details mentioned in Schedule-‘B’.

B] Allied Items :I] Piping :

The pipes and specials shall be of C.I. ‘LA’ class as per requirements.

Ii] C.I.D.F. Sluice Valves/Sluice Gates/Pen Stocks :-C.I.D.F. Sluice Valves, Sluice Gates, Pen Stocks etc at suitable points shall be provided with strong operating guide rod and hand wheel etc.

Item No. 14 :- CONVEYANCE OF WASTE WATER AND SLUDGE

DRAIN ARRANGEMENTS A] Design :

Contractor No. of Corrections Executive Engineer

Page 59: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The arrangement is to be provided for collecting and carrying the waste water and sludge from the aeration fountain venturi flume, mixing channel, inlet channel, flocculator units filter house, chemical house, wash water tank, pure water sump etc through a system of 450mm dia RCC NP-2 pipes and manholes upto a point of discharge i.e. upto nearby nalla 400 m away from W.T.P. site or upto paint of sludge recirculation system as directed. The entire system should work on gravity.

B] Constructions :-The pipelines shall be of R.C.C. NP-2 class pipes jointed with cement mortor 1:2 The minimum cover over the sewers shall be of 1 m. The system shall include all valves specials, etc as per requirements at site and as directed by the Engineer-in-charge.

Requisite numbers of manholes shall be provided @ 50 m center to center these shall be either in B.B. masonry or R.C.C. and shall be in circular shape. The diameters shall be as standard below :

I] Depth upto 1.0 m. 1.0 m dia.Ii] Depth from 1.0 m. to 2.0 m 1.2 m dia.Iii] Depth from 2.0 m. to 3.0 m 2.0 m dia.Iv] Depth more than 3.0 m. 2.5 m dia.

The B.B. masonry shall be 23 cm thick for manholes upto 1 m depth 35 cm thick for manholes between 1 m to 2 m depth and 45 cm for manholes more than 2 m depth. The bottom of each manhole shall be of 20 cm average M-100 (1:3:6) cement concrete with a benching of M-200 (C:C 1:1.5:3) cement concrete, The bottom of manhole shall be finished smooth in cement plaster 1:3. The inside and outside surface of the chamber shall be finished smooth with cement plaster in C.M. 1:4 manhole shall be provided with heavy C.I. manhole frame and cover (500 mm dia as per I.S.S. 1726-1967) C.I. steps shall be provided for manhole more than 1.0 m deep.

Item No. 15 :- ELECTRIFICATIONS

The work shall start from the main distribution board of the entire treatment plant. This distribution board shall be provided and housed in a separate suitable room by the contractor. Power supply to this distribution board for treatment plant shall be made available by the

Contractor No. of Corrections Executive Engineer

Page 60: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

department. All internal and external lighting for the entire installations and buildings of the plant and also for entire premises of the plant shall have to be provided by the contractor as per specifications mentioned in the tender documents. Detailed plan of electrification shall be got approved from the Engineer-in-charge.

Item No. 16 :- LABORATORY EQUIPMENTS The contractor shall provide the laboratory equipment of the latest and upto date design and will consist of –

I) A turbidity rod for measuring the turbidity of raw water

II) A latest type turbidity meter for measuring the turbidity of filtered and settled water.

III) One electrically operated PH meter with full range of comparator disc with necessary reagents.

IV) One cloroscope for measurements of residual chlorine with necessary reagents.

V) One chemical balance with a set of weights in metric system and with a glass case, chemical flasks burettes measuring scale, beakers, small test tubes, stirrer rod. Magnifying glass, chemical bottles, chemical testing reagents etc to taste water for six months complete.

VI) One ‘nesslesr’ apparatus with tubes and disc for measurement of colour alluminium, Iron, Ammonia, Nitrates with necessary reagents.

VII) One model flocullator.

VIII) Sampling table :This shall be provided for collecting samples form raw water, filtered water and chlorinated water with necessary, …………. Clarity bowls, piping and a teak wood french polished table with white opaque with sunmica on which are mounted. The whole assembly shall form a pleasing central feature. Each bowl shall be provided with lighting arrangement in the background for clear vision.

Contractor No. of Corrections Executive Engineer

Page 61: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The equipment shall also include drain connecting upto the manhole outside the filter house.

IX) Two sets of instructions for operation of clarifloculator, filters, venturiflume and the flow recording equipment and the chlorinator shall be provided at no extra cost.

X) Jar test apparatus

Item No. 17 :- SANITARY BLOCK :A] Design and Construction :

This block shall be constructed detached from the plant structures. It shall be a completely closed structure constructed in brick masonry with a RCC Roof slab. The area of the block shall be as per standard requirements, of I.S.S.

This blocks shall consists :I] Water closets 2 No.Ii] Urinals 3 No.Iii] Wash hand basin with 1 No.

MirrorThe floor of this entire sanitary block shall be of glazed tiles, Dados in glazed tiles shall be provided for all the units, for a height of 1.20 M adequate ventilation shall be provided.

B] Allied Items :I] Water feeding connections :

G.I. pipelines of required size and length with specials valves, etc shall be provided, for all the units.

Ii] Sewage effluent connections :All units shall be provided with suitable size an length of outlet connections to Septic Tank. Further, a battery of two rows soaking gallery at

Contractor No. of Corrections Executive Engineer

Page 62: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ther rate of 0.90 m per person shall be provided, connected to suitable size Soak pit.

III] Septic Tank :A R.C.C. Septic Tank of 10 persons capacity shall

be provided.

I.No.18 Internal Roads & Drains :Required length of internal roads /drains for better accessibility to main road & within various units of WTP should be constructed by the contractor at his arm cost & no extra claims or payment will be made for such construction of road & drains. All internal roads should be of minimum 5.00 m width & WBM surface. All internal drains should be of RCC as directed by Engineer-in-charge.

It. No. 19 External ElectrificationExternal electrification should include sodium vapour lamp with MS pole all around the periphery of WTP 10 Nos of poles including all labour, wiring, switches connections, poles lift. Etc. complete.

Contractor No. of Corrections Executive Engineer

Page 63: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

OBLIGATORY REQUIREMENTS FOR R.C.C. E.S.R.ON CONTRACTOR’S OWN DESIGN

1] MATERIAL :

A] CEMENT

Only 43 grade cement shall be used. 53-grade cement is not recommended

Supe-plasticizer in the proportion of 0.5% (0.25 Kg/cement bag) should be used.

B] STEEL

Fe-415 CTD bars, conforming to IS 1786-1985, shall be used. The minimum dia of reinforcing bars shall be 10 mm except for the reinforcement bars for stirrups.

C] CENTERING

Centering should be design by the contractor. Same should be approved by the competent authority before construction. Only steel/plywood centering shall be used.

D] MIX OF CONCRETE

Following concrete grades should be used for various component of ESR/GSR

1] Container : M-25

2] Staging : M-25

3] Foundation : M-25

4] PCC : M-20

Contractor No. of Corrections Executive Engineer

Page 64: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

2] STRUCTURAL DESIGN :-

1) The design of RCC ESR / GSR shall be done by a designer having minimum qualification of graduation in Civil Engineering / Structural Engineering. He shall sign the design and affix his name and stamp.

2) The design shall be carried out in conformity with following IS codes.

a) IS 456/1978b) IS 3370-1967 Part I to Part IVc) IS 875-1987, Part I to Part -Vd) IS 11682-1985e) IS 1893-1984 with inclusion of seismic zones as per

latest circular.f) IS 1786-1979 ( for CTD bars). Only Fe-415 grade steel

be used.g) IS 13920-1993 ( for ductile detailing)h) S.P. 34, handbook for concreting and detailing of

reinforcement.

3) Minimum free board shall be 300 mm, measured below the soffit of the Roof Beam. The free board shall be included in the depth of water for design purpose.

4) Maximum water depth shall not exceed 5 m.5) Clear cover for reinforcement shall be as below.

A] Footing / Raft : 50 mm at bottom and sides, 40 mm at topB] Column 40 mmC] Braces, beams, slab

(botton and roof ),vertical wall, gallary, top and bottom dome/ cones (for Intze type) : 25 mm

6) Minimum thickness of container members shall be as below a) Bottom slab/dome and vertical wall : 200 mmb) Roof slab : 120 mmc) Roof dome : 100 mm

Contractor No. of Corrections Executive Engineer

Page 65: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

7) All members of container should be designed as “uncracked section” as per IS – 3370.

8) The staging shall be designed for ductile detailing, as per IS : 13920-1993, wherever applicable.

9) Column should be design by “Working stress method” and as per IS:456. It can be checked by Limit State method. IS:11682-1985 should be followed for design of staging.

10) Maximum Centre-to-centre vertical distance between braces shall be as below. a) ESR of capacity 5.0 lakh lit and above 6

m.b) ESR of capacity less than 5 lakh lit 4.5

m.

11) Brace at GL shall be provided without exception.

12) For ESR’s designed of staging shall be done in M-20 grade of concrete. However, casting shall be done in M-25 grade of concrete.

13) The minimum width of braces shall be as below a) 250 mm for ESRs in earth quake zone III and above.b) 200 mm for ESRs in earth quake zone I & II

14) Width to depth ratio in case of braces shall preferably be more than 0.3.

15) Increase in permissible stresses in braces for earth quake/wind force design shall not be allowed.

16) Whether annular raft is provided, the inside and outside diameter of raft shall be design in such a way that the center of gravity of upward reaction coincides with center of the columns/raft beam.

17) Uplift pressure on the foundation shall be considered as per water table of site, in rainy season. However, minimum uplift pressure at 50% of depth of foundation below ground level shall be considered in the design.

18) 20 mm thick cement plaster with cement mortar in 1:2 proportion, with water proof compound, shall be provided to the container form inside (including roof beams and roof slab /Dome etc.)

19) The shape of container shall be circular. Similarly, the column shape shall also be circular. Wherever possible the bottom and top of the container shall be in the form of a dome.

Contractor No. of Corrections Executive Engineer

Page 66: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Minimum diameter of main bars in the footing shall be 10 mm and minimum clear distance between reinforcing bars shall not be more than 180 mm.

Minimum size of steel bar for bottom slab and vertical wall shall be 10 mm diameter.

Water density shall be taken as 100 Kg/m3 and live load on gallery shall be considered at 300 Kg/m2. Minimum load of water proofing treatment on roof slab shall be taken as 100Kg/m2.

20) The diameter, weight per meter, tensile strength and minimum elongation properties of steel, brought by contractor shall be got tested from the approval laboratory before it use. Steel shall be used only when the test report indicate that the steel is in accordance with the I.S.S. and design presumptions.

21) Minimum dia of main bars in the footing shall be 10mm and minimum clear distance between reinforcing bars shall not be more than 180mm.

22) Water density shall be taken as 1000kg/m3 and line load on gallery shall be considered as 300 kg/sqm. Minimum load of water proof treatment on roof slabs shall be taken as 100 kg/m3

23) The diameter, weight per metre, tensile strength and minimum elongation properties of steel, brought by the contractor / supplied by the department, shall be got tested from the approved laboratory before using it. It shall be used only when the test report indicates that the steel is in accordance with the L.S. specifications and design presumptions.

24) I] The inlet, outlet, overflow and bypass piping shall be of cast iron D.F.pipes only M.S. pipes will not be allowed.II] Spout type overflow arrangement shall not be allowed. Overflow arrangement shall be from top to bottom as a vertical pipe assembly with proper drainage arrangement.III] For all Duckfoot bends for Inlet, outlet and overflow arrangement individual columns with

Contractor No. of Corrections Executive Engineer

Page 67: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

footings resting at foundation level of ESR columns/ Raft shall be provided.Iv] The manhole frame and covers, provided in the roof slab, shall be of cast iron only. Mild steel covers shall not be allowed.

3] FOUNDATION :-

1) All the column shall have the same foundation level, as for as possible. In any case the foundation level difference between any two columns shall not exceed 1.5 m. In such case “sway analysis” of the staging shall be done and additional reinforcement or increase in sizes shall be provided, if necessary.

2) When safe bearing capacity at foundation level is less than 20 t/m2, isolated column footings shall not be allowed. In such cases only raft foundation should be provided.

4] GENERAL :-

1] The inlet, outlet, overflow and bypass piping shall be provided as below –

a) For all reservoirs only C.I. double flanged pipes shall be provided.

b) The horizontal piping for inlet, outlet overflow and bypass shall be provided upto 5m from outer brace.

c) Spout type overflow arrangement shall not be allowed. Overflow arrangement shall be from top to bottom in the form of vertical pipe assembly, with proper drainage arrangement.

d) For all Duck-foot bends for inlet, outlet and overflow arrangements individual columns with footing resting at foundation level of column of ESR shall be provided.

2) The manhole frame and cover, provided in the roof slab, shall be of cast iron only. Mild steel covers shall not be allowed.

Contractor No. of Corrections Executive Engineer

Page 68: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

3) Lighting conductor, mercury water level indicator, central ventilator and M.S. ladders / R.C.C. stair case shall be provided as per department specifications.

4) The design submitted by the contractor shall be got checked form the nearest Govt. Engineering College / IIT/ VJTI / VNIT / WCE / Reputed Consultants (approved by the competent authority), for which the scrutiny charges shall be borne by the contractor. The delay in checking designs form third party as above shall be treated as the dealy on the part of contractor for operation of tender clauses.

5) Reinforcement of foundation ring beam, bottom slab, joints of brace and column joints between cylidrical wall and bottom slab should be invariably checked by the competent authority.

5] BEARING CAPACITY :The contractor should verify the actual bearing capacity at the foundation level and if he finds that the bearing capacity is less than mentioned in obligatory details. He should point out the same to the depth. Any failure of the structure due to the wrong assumption of the bearing capacity or due to any other reasons shall be the responsibility of the contractor. On the account of changes in the approved design due to change in the expected safe bearing capacity the increase in the quantities will be considered for extra payment of prevailing CSR rates for Wardha District. No payment towards testing of safe bearing capacity as well as for redesigning shall be reimbursed by the department the contractor shall have bear these charges.

6] HYDRAULIC TESTING :The water retaining structure (water container) will have to be tested for water tightness by filling them with water upto their design full supply level. Similarly the pipeline will have to be tested hydraulically. The structure will be considered water tight when the reduction in the water level from F.S.L. is not more than 6 mm in 48 hours. As regards the pipelines, the test shall be performed for the pressure of water head. Moreover, no sweating, dampness, dropping shall be permitted. Exterior faces and bottom has to be absolutely dry when hydraulic test is final.

Contractor No. of Corrections Executive Engineer

Page 69: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

7] GUARANTEE FOR STABILITY :-Contractor shall stand guarantee for the stability of structure and due performance of all the works included in the tender for the period of five years from the date of completion of the work.

The contractor shall be responsible for the technical correctness of the design submitted by him. The structure shall be as per the best recognized Engineering practice, if any provisions are found to be inadequate, faulty or not in accordance with best Engineering practice. Necessary modifications will have to be carried out by the contractor at his own cost, at any stage during execution of the work and no extra payment shall be made for such modification.

On acceptance of the tender. The contractor shall submit his program of carrying out the work giving target dates of completion of different stages of the work as :a) Site clearance, Excavation P.C.C.b) Footing / Raft and column upto bottom of brace at

ground level.c) Floor beam, bottom slab or dome, gallery at floor

level.d) Vertical wall.e) Top slab od domef) Spiral stair case.g) All remaining miscellaneous works, such as finishing

painting hydraulic testing etc complete including vertical and horizontal pipe assembly with Sluice Valves etc.

Excavation & disposal of excavated stuff remaining surplus. The contractor will not be allowed any blasting operation for excavation. If hard or soft rock is encountered he will have to employ any other approved method. The cost includes excavation including all lifts and leads and removal of the excavated stuff remaining surplus within a distance of 150 M of the structure disposing of and spreading it as directed and consolidated if necessary. The site should be levelled and put clean as directed after the completion of work and no extra cost for clearance of site shall be paid.

Note :-

Contractor No. of Corrections Executive Engineer

Page 70: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

1. The design of structure be in accordance with relevant (I.S. 3370-1965 or revised)

2. The design shall satisfied the stipulation as per IS 1893-1984 and I.S. 13920/1993 for seismic force and I.S. – 11682 / 1985 for R.C.C. staging of overhead tank.

3. For design having more than 6 columns the provision of internal & external bracing is obligatory.

4. The entire structure shall be in M-250 mix only.

5. Plain round mild steel bars grade-I confirming to I.S. 432 part – I or high yield strength deformed bars conforming to I.S. 1786 or IS 1139 shall be used, grade-II mild steel bars will not allowed.

6. Irrespective of the type of foundation proposed in the design one set of bracing be provided at the ground level.

7. These rates include providing M.S. ladder for ESR upto 2 lakh lit capacity and providing spiral stair case for ESR above 2 lakh lit capacity.

8. Staging shall have to designed with stresses of M-200 for ESR. However all RCC construction should be done in M-250

9. These rates are including the cost of uplift pressure if any and entire dewatering during execution. In case of water logging area where water is at shallow depth extra provision of dewatering shall be made as per the site condition.

10. All conditions given in the Member Secretary Circular No. MJP/TS-I/350/1668 dt. 2/8/97 and MJP/S-1/350/2127 DT. 13/7/99 shall be strictly followed and additional cost, if any, due to this condition is included in the rates mentioned below.

11. 75% part rate shall be payable for reinforcement concrete and plastering

Contractor No. of Corrections Executive Engineer

Page 71: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

items of containers of E.S.R. till satisfactory hydraulic testing for water tightness in given, and till that work shall be treated as incomplete.

Contractor No. of Corrections Executive Engineer

Page 72: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

CRITERIA FOR DESIGN OF R.C.C.

General :-

Capacity of the container of the tank shall be the volume of the water it can store between the design full supply level and the lowest supply.

2.1 Free Board is the indication of space provided above full supply level and shall be measured at a vertical distance above F.S.L. upto soffit of beam supporting the roof slab /dome. Free Board shall be minimum 30 cm below soffit of beam or slab, in case of domed roof, free board may be reduced utp 15 cm.

2.2 The walls of container shall be designed for free board full conditon.

2.3 The tank foundation and other members of the structure shall also be designed for free board full condition.

2.4 The design of container members which includes bottom & roof beams, bottom slab, roof slab, vertical wall and gallery, footing and raft shall be done in M-20 grade of concrete (1:1.5:3) proportional.), While the casting of all above components should be done by M-25 (1:1:2)

2.5 The allowable bearing pressure or sale bearing capacities are indicated in Schedule –‘B’

The tenders is, however, advised to verify actual strata before tendering and designing the structure and offer suitable design with full justification.

2.6 Not with standing anything mentioned above if directed by Engineer-in-charge the contractor shall carry out actual strata explorations as mentioned in para 0.2 of IS-1892-1979 through a Government laboratory and adopt bearing capacity so arrived for the design.

2.7 The factor of safety shall be adopted as per clause 6.1 of IS-6403-1971.

2.8 If the foundation consists of individual column footing minimum clear distance between centre of column shall be equal to twice the width of footing and clear distance

Contractor No. of Corrections Executive Engineer

Page 73: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

between edges of footing shall be not less than width of footing.

2.9 The foundation should be checked for negative pressure on soil due to combined direct and bending stresses. Negative pressure shall not be allowed on the foundation soil.

2.10 Classification of soil and characteristics of soil relevant to S.B.C. and A.B.B. shall as per the soil investigation reports of Government institution.

2.11 For the design of foundation of the solid raft type, the Plate Theory shall be adopted.

2.12 In normal circumstances, minimum 100 mm thick plain cement concrete with 100 mm projection all around in grade M-200 with coarse aggregate as metal shall be provided as leveling course. Where injurious soils or aggressive water are anticipated the leveling course shall be of grade not weaker than M-150 and if necessary sulphate resisting or other special cement shall be used and the thickness of the leveling course shall be kept not less than 150 mm. The ground level within the foundation area of the structure shall be consolidated properly with suitable slope to drain out rain water outside the foundation zone.

2.13 In the vicinity of mines, collieries and blasting sites or areas which may be subjected to blast or shock, the tank shall be designed for dynamic forces adopted to shock.

2.14 Column may be assumed as fixed at the top of footing.

2.15 Following shall be the minimum thickness of various members of the tank container.Roof slab 120 mm Bottom slab 200 mmRoof dome 100 mmVertical wall of container 200 mm

3] Loads :-

3.1 For all RCC and PCC components unit weight of concrete shall be taken as 25000 M/cum and 24000 N/Cum respectively.

3.2 Water load and snow load shall be taken as per IS 875-1964 or its latest revision.

Contractor No. of Corrections Executive Engineer

Page 74: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

3.3 Seismic forces shall be as per IS 1983-1975 (its latest revision)

4] Design :-

4.1 Shape of structure shall be the most economical as directed by Enginer- in-charge and shall be selected depending upon the site conditions.

4.2 Design shall be based on the worst possible combination of various loads, moments, shears, resultant stresses in the tank in following cases.

1. Tank full2. Tank empty3. Uplift pressure if any

Tank full means depth of water inside the container is upto full height of the container including free board.

4.3 Design shall be based on accepted bases and methods of design as well as the provisions of IS 3370, IS 1343, Code of Practice for pre-stressed concrete IS 2210. ( Later edition of IS shall be referred ).

However, methods based on experimental investigations as mentioned in para 18.2 ‘C’ in IS 456-1978 shall not be entertained.

4.4 Design of members other than those excluded by Clause 5.4 above (i.e. roof walls, floor etc of the container) shall be based on consideration of adequate resistance to cracking as well as adequate strength. Calculation of stresses shall be as per para 3.3.2 of IS 3370 (Part II) (its latest revision)

5] Permissible Stresses in Concrete for Resistance to

Cracking :-5.1 For calculations relating to the resistance of members to

cracking the permissible stresses in tension (direct and due to bending) and shear shall conform to the valves specified in Table I of IS 337 (Part-II). “The permissible tensile stresses due to bending apply to the face of

Contractor No. of Corrections Executive Engineer

Page 75: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

member in contact with the liquid”. In members with thickness less than 225 mm and in contact with the liquid on one side, these permissible stresses in bending apply also to the face remote from liquid.

5.2 For Strength Calculations :-For strength calculation, the permissible concrete stresses shall be in accordance with para 44 of IS 456-1978 where the calculated shear stress in concrete alone exceeds the permissible value reinforcement acting in conjunction with diagonal compression in the concrete shall be provided to take the whole of the shear. The maximum reinforcement shall conform clauses 25.5.1.1. and 25.5.1.2 of IS 456-1978.

6] Permissible Stresses in Steel :-

6.1 For the strength calculation (concrete assumed to be cracked ) the permissible stresses in reinforcement shall be as per table 2 of IS 3370 (Part-II) (its latest revision). For steel, the stress shall be as per IS 1786-1979 for cold worked steel high strength deformed bars for concrete reinforcement or its latest revision.

6.2 The modular ration ‘m’ for different concrete mixes shall be as under :

Grade of Concrete Modula ratio ‘m’M : 150 19M : 200 13M : 250 11

6.3 Modulus of elasticity of concrete Ec shall be taken as 5700 Eck where Ec in the characteristic cube strength of concrete in N/sq. mm as per clause 5.2.31 of IS 456-1978

7] Age Factor :-

Age factor for increasing strength shall not be considered for the design.

8] Units :-Design should be in Metric units only.

9] Detailing :-9.1 Minimum Reinforcement for Water Retaining

Members :-

Contractor No. of Corrections Executive Engineer

Page 76: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The minimum reinforcement in walls, floors, roofs in each of two direction at right angles shall have an area of 0.3% of the concrete section in that direction for sections upto 100 mm thick. For sections of thickness greater than 100 mm and less than 450 mm the minimum reinforcement in each of the two directions shall be linearly reduced from 0.3% for 100 mm thick sections to 0.2% for 450 mm thick section. For section of thickness greater than 450 mm minimum reinforcement in each direction shall be kept at 0.2% in concrete sections of thickness 225 mm or more, two layers of reinforcing steel shall be placed one over each face of the section to make up the minimum reinforcement specified in this clause.

9.2 The minimum reinforcement specified in 9.1 above may be decreased by 20% in case of high yield strength deformed bar confirming to IS 1786 or IS 1139 (Latest versions of ISS shall be followed)

9.3 The minimum reinforcement specified in 9.1 above may be decreased by 20% in case of high yield strength deformed bars confirming to IS 1786 or IS 1139 (Latest versions of ISS shall be followed)

9.3 Covers to Reinforcement :-

9.3.1Minimum clear cover to reinforcement shall be as per IS 456 and 3370 (Latest versions shall be referred)

9.3.2For members of structures in contact with water effective cover shall not be more than 60 mm for bars subjected to bending stresses. For bars subjected to pure tension the effective cover shall not be more than 75 mm.

9.4 Spacing of Reinforcement :-

9.4.1Spacing of reinforcement shall be as per para 25.3 of IS 456-1978

9.4.2Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 ‘C’ of IS 456-1978.

Contractor No. of Corrections Executive Engineer

Page 77: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

9.4.3Reinforcement steel which accounts for resisting moments, tension, etc i.e. other than temperature and shrinkage steel, shall comprises of minimum 8 mm for ribbed bars and 10 mm dia for mild steel bars. For compressive members, the minimum dia of main reinforcement shall not be less than 12 mm dia.

Note :-In case of dispute regarding interpretation of any of the above clauses, the decision of the owner or his representative will be final and binding on the designer and contractor.

In case of any clause not included in the above criteria, the decision of the owner or his authorise representative will be final and binding on the designer and contractor.

1) The designing shall be in accordance with various relevant I.S. specification (I.S. 456/1978, I.S. 875-1987, IS 3370-1965 or revised.)

2) Only M.S. bars grade I confirming to I.S. 432 part-I or high yield strength deformed bars confirming to IS 1786 or I.S. 1139 shall be used grade II M.S. bars shall not be used.

3) Entire structure shall be in M-250 only.

4) The scope of pipe assembly work shall be upto 5 mt beyond outside face of the wall, cost of pipes valves and specials is not included in the rate but labour cost for laying and jointing is included.

5) The G.S.R. / Sump above 15 lakh liters capacity shall be in two compartment.

6) The job includes designing the structure for uplift pressure and dewatering if required during entire execution and disposal of surplus excavated stuff with in lead of 50 meters as directed by Engineer-in-charge. If up lifts considered in design than this rate shall be increased by 7.5%.

Contractor No. of Corrections Executive Engineer

Page 78: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

7) G.S.R. outlet shall be with bell mouth of approved pattern in bottom slab and cost of designing bell mouth is included in the rate. Sump well includes cost of suction pit required at bottom.

8) For pipe diameters upto 300 mm only CI pipes and CI specials shall be used. For pipe diameters above 300 mm M.S. pipes and specials minimum 10 mm thick shall be used with proper anticorrosive epoxy treatment from inside and outside.

9) Cost of pump house is not included in these rates.

10) Above rates are applicable for seismic zones 2,3 and 4.

11) 75% part rate shall be payable for reinforcement, concrete and plastering items of all types of G.S.R.’s and sumps will satisfactory hydraulic testing for water tightness test is given and till that work shall be treated as incomplete.

Contractor No. of Corrections Executive Engineer

Page 79: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ITEMWISE DETAILED SPECIFICATIONSA. For Head Works & General Item of Excavation Classification of Strata in Excavation -

1. Soils of all sorts :-This include all sorts of soft stratas in wet or dry condition such as clay, sand, garavel, soft murum, all types of soils of any earthy or sand nature, soft murum, chopan yellow soil etc. depth at a time. Any obstructions such as tree, roots, boulders, rock pieces, shrubs or any other than the normal stuff to be exacavated, shall be removed carefully by the contractor at his own cost. Extra dewatering if required to take out such objects shall also be borne by the Contractor.

2. Hard Murum :-Include all kinds of distintegrated rock or shale or indurated clay free from boulders larger than 0.03 cumt. and can be removed with pick and shovel.

3. Hard Murum and Boulders :-This shall includes all kinds of disintegrated rock or shale or indurated clay interspered with boulders larger than 0.03 cumt. and less than 0.1 cumt. which do not need blasting and can be removed with pick, bar, wedges and hammer.

4. Soft Rock :-This shall include hard shale, soft rock, big boulders larger than 0.1 cumt. size. All decomposed and weathered rock, highly fissured rock, old masonry which normally be removed with pick, crowbars, wedges and hammer with some difficulty.

5. Hard Rock :-

Contractor No. of Corrections Executive Engineer

Page 80: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

This shall include all rock occuring in masses or boulders bigger than 0.5 cumt. each which can be removed by blasting. Manjrya rock shall be considered as hard rock. Blasting shall be carried out only, with the written permission of the Engineer. Blasting is permissible in isolated areas. The excavation of hard rock inhabited areas will be done by chiselling after approval of the Engineer-in-charge. The payment for Chiseling will be made at D.S.R. on which this tender is based.

6. Change in Lift & Strata for well :-In case of increase or decrease in designed depth or change in classification of strata, in different lifts, payment in such cases shall be regulated as per the D.S.R. prevailing at the time of execution.

7. Sinking of Well :-Sinking is to be carried out after setting out R.C.C. curb on the open and neatly cleaned and levelled surface. The operation shall be carried out vey carefully and completed in steps of every 1.5 m.Sinking should be truly vertical and no tilting is allowed to occur.Standard specification No. BR-14 Page No. 107(1972 Edition) shall be followed, wherever applicable.

8. Measurement The sinking excavation shall be measured as outer volume of well at ground level. For this area of cutting edge set at site from outer edge shall be final and binding with depth measured from the platform in which cutting edge is set to the bottom of cutting edge.

9. Static WaterLevel It is obligatory to record the static water level encountered during course of excavation, while taking measurements of earth work static water level implies such average water level which is attained by overnight. (i.e. within a period starting from closure of work on an earlier day to starting of work on next day).

Contractor No. of Corrections Executive Engineer

Page 81: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

10. Providing Temporary crossing over the TrenchesWhere the trenches are excavated across roads or along roads in a village or town area; suitable and safe temporary crossing duly approved by the Engineer shall be provided so as the case may be such crossing shall be maintained in proper conditions till the completion of the work. As far as possible trenches across roads shall be excavated in such a way that at least 5.0M clear width of the road is available for the traffic. In case this is not possible, adequate diversions shall be provided at Contractors cost, such cost being deemed as included in the unit rates for these items of excavation. All crossing and diversions shall be suitably barricaded with railing on either side of the road and lighted at Night.Contractor should procduced a manufacturers test certificate at the time of delivery in absence of which the steel so provided shall not be acceptable for work and payment.

11. TESTINGAfter receipt of steel of various diameter a sample from each dia. (Random sampling) shall he taken out and tested at authorised testing Laboratory. Results should conform lo IS 226 of latest IS specification for Grade-11 Steel.

12 REINFORCED CEMENT CONCRETE :-12. 1Standard Specification No.

1) B-6, Page 32 to 37 of 1972 Edition.2) Bd-F-2 Page 281 of 1972 Edition.3) Bd-F-5-6, 8 Page 284 & 286 of 1972 Edition.4) Bd-F-11 Page 288 of 1972 Edition.5) Bd-F- 1 5 Page 289 of 1 972 Edition.6) I.S.No. 456-1978 for R.C.C. Work riot in contact with water.7) I.S.No. 3370 Part 1,11 & IV for R.C.C. Work in contact with water shall be applicable.

Contractor No. of Corrections Executive Engineer

Page 82: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

This item includes R.C.C. works for foundation, below G.L. and structure below G.L. & above G.L. which includes well stening, columns, beams, slab, landing, container of E.S.R., Roof slab, Chajjas etc.

12.2 C.C. M-150 - Shall be used for foundation and well steining of S/Well, Raft &footing of E.S.R., Roof slab of Switch Room and E.S.R., Chajja, Lintel of SwitchRoom and as directed by the Engineer-in-charge wherever necessary.

12.3 C.C. M -200 - Shall be used for columns below G.L. & above G.L., braces,bottom slab, E.S.R. container, Gallery, landing etc for E.S.R. Work.

12.4 Metal of approved quality of 13 mm to 20 mm. shall be used (i.e. Black Basalt).

12.5 The contractor shall take concrete cubes for concrete works as specified in B-C-12 of standard specification book. The results of the cubetests be submitted as soon as prescribed time period of curing is over from the date of casting. 5% amount shall be deducted from R. A. Bill for non-submission of cube test results.

13. BRICKWORKSpecification No.1) Bd-G-3 Page No.298.2) Bd-G-5 Page No. 299.This item includes1) AH labour, materials, use of tools & plants. 2) Errecting and removing of all scaffolding. 3) Curing the masonry.

Contractor No. of Corrections Executive Engineer

Page 83: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4) Cleaning the sitearound the brick work so as to restore the area to its original

condition. 5) Construction of brick work shall be to lines, levels,

batters, curbs and to anyposition or shape to the height & depth shown on the plan-s or as directed by Engineer- in-charge including striking joints & racking out joints and housing frames, fixtures, etc. and rectifying defective work and in C.M. proportion entioned in the description of item given in schedule "B".

14. WEEP HOLESThe tender item includes the cost PVC or AC pipe, with screen together with theLabour charges for fixing it in the steining. The diameter of the pipe should be 63mm to 90 mm and it may be of any class. The pipe should pass through the Width of steining completely and it should be placed at light inclination so as to facilitate the flow of water as shown in the drawing. On the face of the pipe perforated cement concrete cover shall be fixed in cement mortar to serve as screen to prevent sand other objectionable materials flowing intojackwell and inspection well.

15. M.S/C.I. DAPURI TYPE STEPSThe cost of providing and fixing M.S.Dapuri ‘steps Is included in tender item. The size of M.S.Bar should be atleast 22 cm diameter and steps manufactured out of these bars shall be properly fixed at 0.30 M c/c distance and at places and in manner as directed Painting with two coats of anticorrosive black paint is also included in this item.

16. MURUM BEDDING

Contractor No. of Corrections Executive Engineer

Page 84: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The murum to be used shall be of approved quality soft murum to be laid in 15 cm average thickness to the grade as directed by the Engineer-in-charge. The width admissible for payment shall be the same as per excavation trench width admissibleunder excavation item. The murum bedding shall be provided where there is blackcotton soil or hard material below pipes or wherever directed and it shall be wellrammed so as not to sink the pipe line. Extra excavation for murum bedding.Wherever required as above shall be admissible for payment under excavation tender items.

17. CEMENT PLASTERSpecification No.1) B-l 1 Page No. 60-612) Bd-L-2 and Bd-L-4 Page No. 350This item includes - 1) Erecting dismantling & removing the scaffolding.2) Preparation of surface to receive the plaster.3) Providing cement plaster of specified average thickness with specified no. of coats and specified proportion in the description of item given in schedule "B".4) All labour, materials, tools & plants, to complete the plastering.5) Curing etc.

18. BOULDER AND SAND FILLING^RUBBLE STONE SOLING1) This item includes supplying of rounded

boulder/broken rubble of size 50mm to 80mm and course sand/murum.

2) All labour, material, tools and equipment for handling, laying, packing andfilling around the well steining and below flooring of Switch Room.

Contractor No. of Corrections Executive Engineer

Page 85: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

3) The boulders and stone-chips to the extent available from the excavation shall be made use of free of cost by the Contractor & in this case labour payment shall be done under item of refilling given in Schedule’B’.The contract rate shall be for a unit of one cubic meter. This item shall be executed as per specification Bd-A-12, Page No. 248 of Standard specification book 1972 edition.

19. I.P.S. FLOORINGStandard Specification No. Bd-M-7 Page 367.1) This item includes the proportion of concrete 1:2:4

mix, all materials, labour, tools and equipments for cleaning & preparing the sub-surface.

2) Form work.3) Providing concrete of 40 mm. thick in C.C. 1:2:4

including compacting, finishing & curing etc.20. STEEL DOORS & WINDOWS

This item includes’all materials, labour and equipment required for

a) Providing & fabricating steel doors & windows as specified in the description of item given in Schedule’B’at the site with all accessories, fixing materials and glass pans or M.S.Sheet pans as directed by the Engineer-in-charge.

b) Fixing the steel windows & doors in required position and glazing.

c) Finishing the joints of frames with masonry in CM. and painting with 3 coats of anticorrosive paint of approved quality & shade.

21. WHITEWASHSpecification No. Bd-P-1 Page No. 395.1) This item includes all materials, labour & equipments.2) Scaffolding including crrectfon and removal.3) Providing & preparing the white wash.

Contractor No. of Corrections Executive Engineer

Page 86: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4) Preparing the surface for white wash including the scaffolding.

5) Applying the white wash in required coats as specified in the description of item in Schedule ‘B’. Prior to white washing the holes, patches in the walls/receiving surfaces shall be repaired.

22. COLOURWASHStandard Specification No. Bd-p-2 Page No. 396.1) This item includes all Labour, material and devices to carryout the operation.2) Providing & preparing white wash & colour wash.3) Scaffolding including crrection & removal.4) Preparing of the surface to receive the colour wash.5) Applying the sub-base.6) Applying the colour wash in specified No. of coats given in the description of item in Schedule ‘B’.

23. COLOUR SHADEColour shade shall be got approved before applying from the Engineer-in-charge.

24. SNOWCEM PAINTINGStandard Specification No.Bd-O-8 Page No. 390-391.This item includes Snowcem of approved quality and shade of approved manufacture. All labour, material, scaffolding including errection and dismantling, preparing of the surface before painting, application of paint as specified, curing and protecting the painted surface. It shall be applied in 3 coats.

25. EPOXY-PAINTING

Contractor No. of Corrections Executive Engineer

Page 87: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The item includes the epoxy paint of approved quality, labour, material, scaffolding. It shall be provided in two coats to thesofits of roof slab/Domes and exposed portion of vertical wall from inside only for E.S.R..

26. BAILING OUT WATER DURING EXCAVATION AND CONSTRUCTIONStandard Specification No.BR-4 Page 97 to 98.Aim of dewatering is to provide open working platform at excavation level for labours.Contractor should provide and errect sufficient minimum sets either driven by Diesel/ Petrol/Electrically operated so that the water from percolation should be removed from site of work and Labour get clear working platform for excavation.

If at any time during excavation till its completion, the work is filled with water or debris either due to untimely rains or due to underground springs being struck during excavation, side slips or due to any cause whatsoever the Contractor shall have to dewater and remove the debris; filled up material etc. at his cost and no claims for extra rates shall be entertained. Similarly if the coffer dam is constructed for water diversion and is broken, washed away due to any reason, the Contractor shall make it good at his cost and no claim thereof shall be entertained.

If the work is continued for more than one working season, or beyond the stipulated time Jimit, due to any reason whatsoever, the Contractor has to do all the dewatering and removing and pit/trench clearing operations entirely at his cost. If any accident occurs during dewatering operations or due to coffer dam etc. on account of any reason whatsoever, the Contractor shall be fully responsible for and shall have to shoulder or responsibility of compensation etc. at his cost.

Contractor No. of Corrections Executive Engineer

Page 88: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

27. ALL MACHINERY, PIPING, FUEL AND LUBRICATING OILS ANDELECTRICITYConsumption charges, electrical connection charges, etc. required for pumping machinery and together with erecting, labour and running charges are to be borne by the Contractor under this item. The trenches shall be kept free of water during the entire construction and arrangements to dispose off the bailed out water shall be properly made by the Contractor. The job also includes removal of muddy water, muddy paste etc.

28. STANDBYESETSContractor should provide stand bye. set at every set of operation minimum one number and maximum 25% of total BHP installed on any set of operation. So that, in case of sudden failure of dewatering sets, standbye set could be immediately started and work shall continue smoothly without any interruption.

29. PAYMENTThe mode of payment for Lump-Sum Provision will be released, in proportion to actual depth of excavation & construction below static water level. The static water level implies such level that will be recouped in 24 hours. When encountered first time in the excavation operation and shall be treated as an initial static water levelfor all claims, even though it may get depressed in course of operation and lapse of times period during excavation and construction. For each well site, it may differ from one another and shall be recorded for every different set of operation separately.In case site is required to be abandoned due to inadequate yield, minimum ofttye following shall be payable.

Contractor No. of Corrections Executive Engineer

Page 89: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

a) Proportionate work of sinking/excavation done below static water level as compared to work of excavation that would have been done as per agreement.

b) BHP hrs. of dewatering pumpsets, actually used on the work. .

c) In case of the dispute, the decision of the Executive Engineer will be final and binding on the contractor. The rates include dewatering by providing all types of pumps, i.e. diesel or electrically driven and include cost of fuel, hire charges, cost of repairs, with labour and material, cost of payment of staff required for running the pump sets and transportation of pumps to or from the site of work.

30. MODE OF MEASUREMENT AND PAYMENTThough the scope of item is a job work for complete operation, the proportionate payment shall be released through R,A.bills, but 10% amount shall be withheld till the satisfactory completion of work.Dewatering is to be done for excavation/sinking/construction of well steining. The total payment is for complete job. Hence 50% shall be for excavation in case of open excavation and 40% for construction of steining as per design and drawing, while 10% shall remain till the whole work is completed satisfactorily from above payment.

In case of sinking, proportionate 90% payment shall be released below static water level for the depth sinked below initial static water level only, while 10% shall remain till the satisfactory completion of complete subwork.

Note :- If the depth arid dia. for dewatering below S.W.L. as per design & drawing is changed addition or

Contractor No. of Corrections Executive Engineer

Page 90: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

deduction shall be done at proportionate amount of the provision for dewatering given in Schedule ‘B’.

31. STRUCTURAL STEEL WORKStandard Specification No.- Bd-C-6,Page No. 261

B-21, Page No. 78.This item includes1) Providing and fixing R.S.J.S., Channels, angles etc. of required sizes and dimensions as directed by the Engineer-in-charge.2) Fabrication, cutting, bending, drilling holes, welding etc.3) Fixing them in position.4) Painting with 3 coats of anticorrosive paint.

32. PROVIDING SAND BEDDING OR SAND ENCASINGStandard Specification No. Bd-A-13. Page No. 248 & 249.In case of A.C.pressure pipes sand bedding shall be provided where excavation is in hard rock and boxing (encasing) shall be done in case of pipe line laid in B.C.Soil. For P.V.C. pipes sand bedding shall be provided where excavation is in hard rock only. At .other places, sand bedding/encasing is not necessary. Extra excavation for sand bedding, wherever required shall be admissible for payment under excavation items.

33. MODE OF PAYMENTOn per cum. basis of completed item. The measurement

will be recorded on stack basis to ascertain quantity brought at site of work. Payment will be however be made as per actual consumption. The sand shall be stacked carefully on a clean, hard surface so that it will not get mixed up with delaterious foreign material.

34. ROVIDING AND COSNTRUCTION COFFER DAM -Coffer dam should be constructed to protect the excavation and construction work. It shall be carried out

Contractor No. of Corrections Executive Engineer

Page 91: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

to adequate depths and length, safely designed constructed with suitable dimensions and excavation work to be done inside them. The interior dimensions of the coffer dam shall be such as to give sufficient clearance for the excavation, construction and inspection to permit installation of pumping machinery etc inside the enclosed area. The coffer dam shall be of sufficient height to prevent see page of water into the foundation pits and to protect concrete or masonry against damage from tides or sudden rising of the stream and to prevent damage of the foundation by erosion.

Item to Include :-1) Construction of coffer dam, service paths during excavation and removing the same after

completion of work to bring the river bed to the original condition.2) All labour, material, use of equipment and other

arrangement necessary for construction and dismantling of coffer dam after completion of work. The provision of coffer dam in the sub work of intake well and it is for the work of jack well, intake well and connecting main.

35. PROVIDING AND FIXING M.S. ROSE PIECES -Design by providing and fixing of M.S. Rose Pieces of required dia and length with M.S. sheet 12 mm thick.

Item Includes –1) Barrel Shaped strainer for 750 mm dia with sufficient

Nos of 25 mm dia holes opening at 50 mm C/C in staggered position having permissible velocity as 0.60 m/sec in the strainer to enter the water in the intake well.

2) All labour, materials, equipment required.3) Painting in 2 coats with anticorrosive epoxy paint.

a. ITEM PROVIDING AND FIXING C.I.D.F. SLUICE VALVE WITH HEAD STOCK AND GUIDE ROD ARRANGEMENT -

Providing and fixing C.I.D.F. sluice valve suitable to stop the flow from connecting main mm dia as per the instructions of the Engineer-in-charge with all labour, material, equipment etc with guide rod arrangement of required length and of suitable section with opening and

Contractor No. of Corrections Executive Engineer

Page 92: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

closing arrangement, with painting in two coats of anticorrosive epoxy paint. Providing and fixing M.S. sluice valve with operator rod 32 mm with beam, shutters etc complete including all materials, fixture and labour cost etc complete.

b. APPROACH BRIDGE -1) The approach bridge shall be constructed for 102.0m

m length or as per site condition.2) The loading factor shall include the following loads.2.1 The maximum weight of pump or motor which ever

is maximum, shall be accounted for.2.2 Load of Vehicle (Metador)2.3 Self weight of concrete, floor, slab, beams etc.2.4 The width shall be taken 3.60 m so as to enter the

complete loaded vehicle in the pump house.2.5 The required height as per site conditions, shall be

considered.2.6 G.I. pipe railing in 2 rows, 1.0 m height of 50 mm

dia. heavy class G.I. pipe supported on RCC poles shall be provided with painting etc complete.

2.7 The item includes all labour, material, T&P required etc complete.

c. APPROACH ROAD -Approached road in W.B.M. formation shall be soling 80 mm metal of size 40 mm and 13+20 mm. Murum spreading, consolidation watering, ramming etc complete as directed by the Engineer-in-charge. The standard specification of Road work shall be applicable with cutting down the trees, cleaning the road land etc.1) Earthwork – I.S. specification No. (Rd 1 to 17 Page 169

to 185)

2) Boulder soling and blindage – I.S. specification No. 19,22 to 24,28,32 Page 16

3) Compaction – Rd 38 Page 198-199 to 40

The carriage way shall be minimum 3.75 m in order to facilitate the loaded truck to enter in the premices of WTP. No extra claim for approach road will be paid to contractor.

Contractor No. of Corrections Executive Engineer

Page 93: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

36TEMWISE DETAILED SPECIFICATION FOR PIPE LINE -36.1 General

Following specification are in amplification OR in addition to the specification for the respective items given in P.W.D. Hand Book Volume I and II (Latest Edition) Red Book of Government of Maharashtra and shall strictly adhered to Relevant ISS shall also be referred.

36.2 Alignment Alignment and line our for the work is to be given by the M.J.P.’s officials and the work shall be carried out as per the M.J.P.’s line out and alignment for which contractor has to provide at his cost all materials such as sight-rails, honing rods, pegnails, chumnam flags, etc and also the required labour for line outs. The cost of constructing pillars, platforms for temporary bench marks is also to be borne by the contractor.For pipeline trenches the classification for excavation met with shall be in one category only and is as under.Under this item the excavation shall be carried out in earth, all types of soils, soft and hard murum, boulders, W.B.M. and concrete road, old cement and lime masonry foundation, soft rock and hard rock blasting wherever

Contractor No. of Corrections Executive Engineer

Page 94: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

possible by chiselling, by wedging, by line drilling by mechanical means. The items includes cost of all materials and labour together with removing of the excavated material upto a distance of 50 m beyond the excavated boundary as directed. The excavated hard rock should be stacked in measurable heaps as directed. The item also includes cost of normal dewatering., i.e. dewatering without employing pump sets i.e. dewatering done by bailing out of water manually.The excavation shall be taken down to such depths as shown in drawings and / or as directed and shall be done in extra sections shown in drawings and stipulated in specifications elsewhere herein. Extra excavation done over and above specified for whatever reason shall not be paid for. The bottom of the foundation shall be perfectly levelled before concrete or masonary is put in and shall be watered and thoroughly rammed. No filling will be allowed for bringing the foundation pit to proper level. The excavation may go down deeper by 3.0 M more to reach proper foundations and arriving certain levels, etc for which necessary payment shall be made.

The section of excavation however, may be increased correspondingly, if necessary as directed by the Executive Engineer, for such extra depths and such increased section as directed by Executive Engineer, shall be admissible for payment at respective tendered rates.

All foundation pits shall be filled on the sides of masonry and concrete by the excavated stuff to the original surface of ground as required, watered and rammed in 20 cms thick layers and the tendered rate includes this operation.

Excavated material from foundations shall not be placed nearer than 1.2 m from the edges of excavation.

In case of excavation in town and inhabited places, it shall be strongly fenced and lighted during night by red lights in charge of watchman at Contractor’s cost. Material should not be dumped on road.

Unless otherwise specific lifts and leads are mentioned in the tendered item. The tendered rate shall be for all lifts and leads involved in the work. The contractor shall provide shoring and strutting of approved size and type for normal conditions wherever

Contractor No. of Corrections Executive Engineer

Page 95: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

necessary for excavation in soft materials without extra cost unless otherwise provided for in separate tender item.

Excavation carried out in excess of the width specified shall be at Contractor’s own risk and shall not be measured. So also the excavation carried out in excess of required depths shall be made good to the required level by either concrete or masonry of proportion as directed by the Executive Engineer without extra cost. The tendered rate for excavation items shall include lifting and removing the excavated materials for proper disposal in the vicinity as directed by the Engineer-in-charge. Nothing extra shall be paid for removal of masonary concrete structures or for removal of stumps or roots or trees met with during excavation and for filling of holes or hollow due to removal of roots, etc or existing originally which shall be filled up by earth and will be rammed and leveled.

For pipeline to be laid underground, the depth of trenches shall not be less than 1 m for all pipes. For bigger diameter pipes ranging above 110 mm the trench depth shall be increased suitably so as to get minimum cover of 0.75 m over the pipe top. No payment for excavation of trenches shall be released for that stretch until the trench for full depth is excavated in that stretch. If there is no separate item of dewatering, in the tender, the contractor’s tendered rate shall include manual bailing, draining of the draining of the trench and the excavation shall be kept free from water, while the work is in progress in a manner as may be directed by the Executive Engineer. When there is a tender item of dewatering then payment shall be admissible under dewatering required for all items in the tender from start till its completion. In either case the excavation item shall be dry as well as in wet condition, unless otherwise items exists for wet excavation.

In case of pipe trenches, Engineer-in-charge may reduce the width of trench wherever the hard strata met with, if he feels adequate and just sufficient to lay the pipeline in order to reduce the hard quantity. In such cases the contractor will be paid in the actual measurements. No extra cost will be paid for putting the pipes all along the trenches before laying in the trenches.

Contractor No. of Corrections Executive Engineer

Page 96: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Average width of excavation trenches that shall be admissible for payment for various diameters of pipelines (excepting PVC pipes) shall be as under.

Contractor No. of Corrections Executive Engineer

Page 97: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Sr.No.

Internal Dia. of pipe

Width of excavation of trench

Nature of Strata

1 80 mm and below

0.70 M In soft and hard material

2 100 mm 0.75 M. In soft and hard material

3 150 mm 0.75 M. In soft and hard material

4 200 mm 0.85 M. In soft and hard material

5 250 mm 0.85 M. In soft and hard material

6 300 mm 0.90 M. In soft and hard material

7 350 mm 0.95 M. In soft and hard material

8 400 mm 1.10 M. In soft and hard material

9 450 mm 1.15 M. In soft and hard material

10 500 mm 1.20 M. In soft and hard material

11 550 mm 1.25 M. In soft and hard material

In case of PVC/HDPE pipes following trench widths shall be adopted.

Sr.No.

Outside Dia. of pipe

Width of excavation of trench

Nature of Strata

1 Upto 110 mm 0.75 M In soft and hard material

2 140 mm 0.75 M. In soft and hard material

3 160 mm 0.75 M. In soft and hard material

4 180 mm 0.80 M. In soft and hard material

5 200 mm 0.80 M. In soft and hard material

The contractor shall carry out extra excavation for collar pits at joints wherever necessary and such strata

Contractor No. of Corrections Executive Engineer

Page 98: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

collar pit excavation shall not be admissible for payment and will not be measured.

During excavation and till the trenches are property refilled, if any public or private water tap connections, telephone wires, cables etc are damaged, the contractor shall reinstate them at his cost.

The contractor shall at his own cost give the satisfactory hydraulic testing which shall include all labour cost of water to feed and while testing, repairs required shall have to be carried out by the contractor. No extra cost shall be paid.

36.3 RAILWAY AND HIGHWAY CROSSINGS -1) At the time of lowering and laying the pipelines

across the highway, the necessary permission from the respective Deptt shall be obtained prior to commencement of work. The M.J.P. officials shall assist in the matter.

2) Crossing portion shall be encased either in C.C 1:2:4 mix or C.I. pipe of required size as per B&C norms

3) The surface to be reinstated to its original surface with the Contractor’s cost.

4) Necessary barracating arrangement, red light at night, proper guarding etc shall be done by the contractor in order to prevent hindrance to traffic.

5) Necessary permission from Railway and B&C shall be obtained by the contractor and necessary co-operation will be given by the department.

36.4 PVC/HDPE PIPES -In case of PVC pipes the above relevant specifications shall apply. The cost of jointing material is included in the item of lowering, laying and jointing of PVC pipes. The pipes and couplers should be cleaned thoroughly. Cement solvent should be applied quickly as it is fast drying. The surface temperature should not be more than 450 C. Assembly jointing should be done till male and female ends of pipe are soft and wet with solvent cement. Excess cement should be removed. Following setting time should be observed for newly jointed pipes.

30 min minimum @ 60 to 1000 F and above (15 to 400

C)1 hour minimum @ 40 to 600 F and above (5 to 1500

C)2 hours minimum @ 20 to 400 F and above (-5 to 50 C)

Contractor No. of Corrections Executive Engineer

Page 99: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4 hours minimum @ 0 to 200 F and above (-20 to -50

C)

The contractor should produce following documents regarding supply of P.V.C. pipes materials etc. 1) Original inspection note2) Copy of test report3) Copy of suppliers / MSSIDS invoices along with the

copies of supplies/MSSIDC delivery challan.

In order to make payments to the supplier/SSI unit MSSIDC against supply of materials the contractor shall have to give consent latter stating that the payment for supply of P.V.C. pipes be released on their behalf directly to MSSIDC on contractors accounts.

The process of laying and jointing of P.V.C. pipes shall be as per IS-7693 (Part-III) The contractor shall have to supply P.V.C. specials also. The fabricated P.V.C. specials shall not be accepted and they should be only moulded. The makes of specials acceptable shall be (I) Jain (ii) Wavin (iii) Supereme & (iv) Finolex.

Certain breakage results during the course of laying and hydraulic testing. These breakage shall be to the account of contractor and no payment on this quantity is admissible. The final quantity payable under this item shall be restricted to the total length laid and successfully tested for that diameter and class of pipes.

36.4.1 MAKING P.V.C./HDPE JOINTS36.4.1.1 CLEANING

Pipe shall be thoroughly clean from insider and outside to wipe away all dirt and moisture before application of solvent cement.

36.4.1.2 APPLICATION OF SOLVENT CEMENT The solvent cement shall be applied with a brush around entire surface of pipe’s outer dia to a width slightly more than equivalent socket depth or fitting. The solvent cement shall be applied to the entire depth of socket or fitting from inside.

36.4.1.3 JOINTING

Contractor No. of Corrections Executive Engineer

Page 100: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Immediately upon finishing cement application and before it starts to set insert the pipe into the full socket depth and rotate the pipe or fitting to a 1/4th turn to ensure complete and even distribution of solvent cement. The joint shall be hold together for a minimum time of 15 sectods to ensure that the pipe does not move or backout of the socket.

36.4.1.4 SOLVENT CEMENT REQUIREMENT The P.V.C. Solvent Cement shall be allowed for consumption as follows Dia of Pipe No. of Joints/Lit.

63 mm dia. O.D. 100 Nos.75 mm dia. 95 Nos.90 mm dia. 90 Nos.110 mm dia. 55 Nos.140 mm dia. 45 Nos.160 mm dia. 35 Nos.200 mm dia. 18 Nos.(Each joint represent one socket in a fitting)

Following setting time should be observed for newly jointed pipes.30 min minimum @ 60 to 1000 F & above (15 to 400 C)1 hour minimum @ 40 to 600 F and above (5 to 1500 C)3 hours minimum @ 0 to 200 F and above (-20 to -50 C)

36.4.1.5 FLANGED JOINTING –For jointing metal flanges and flanges fitting, the same shall be fitted by using soft rubber gasket to the full face of flange. Suitable nuts, bolts should be fitted to flanges for interconnections and shall be tightened diametrically opposite each other to avoid breaking of P.V.C. tail pieces and also flanges. For making flanged joints payment shall be done separately.All the exposed faces of pipes and fittings shall be covered with cloth or similar polythene wrapper.

36.5.HYDRAULIC TEST Standard specification No. Bd-V-2.6 Page No. 544.Suitable section as directed by the Engineer-in-charge shall be taken for such testing from time to time during progress of the work and satisfactory test given for that section. All testing apparatus, gauges, connections etc and water required for testing shall be arranged by the Contractor at his cost. The M.J.P. does not undertake any responsibility to supply water for testing, which the Contractor has to arrange from the municipality otherwise by paying the required charges directly The

Contractor No. of Corrections Executive Engineer

Page 101: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

M.J.P. shall have the right to recover such charges from his bills if complaints are received that Contractor has not paid the charges thereof. If there is delay in testing, the Contractor shall refill the trenches for the time being and reopen them at time of testing at his own cost, failure of which shall entitle the M.J.P. to do the refilling and reopening of trenches at the risk and cost of the Contractor. If the trenches are filled due to any reason whatsoever before testing, the Contractor shall have to open them for testing at no extra cost.

After a convenient section of the pipeline is jointed, the same shall be tested for water tightness under the specified head. The length of section to be tested shall be not more than 300 meters at a time. All the joints at the time of testing shall be wiped dry with fine dust or powder of Brick to check each and every joint for leakage of water. The test pressure shall be normally 50% higher than the highest working pressure for that particular section.

The test pressure shall be maintained for minutes without working the test pump. There shall be absolutely no leakage thorough out the pipe length under test. If the pressure does not remain steady all the section and particularly the joints shall be inspected and repaired and section shall be tested hydraulically. The process shall be repeated till the specified pressure is maintained as per specifications. After completion of the test, pressure in the pipeline shall be retained to the working in the section and maintained there till refilling of the trenches is over.

The results shall be recorded in the register showing the section under test with chainages, working pressure, test pressure recorded, date etc and signed by the contractor & Representative of the Department not below the rank of Sub-Divisional Officer/S.D.E. such results shall be recorded at site only and at the time as soon as test is conducted.

If during the test, it is found that any portion of the joints or the pipes or specials have developed such defects which cannot be repaired, then those pipes, specials etc shall be removed at Contractor’s cost.

No extra payment shall be made to the contractor for relaying and jointing the pipe if the pipes are found damaged or burst during the hydraulic test 10 % payment of respective subwork shall be withheld till hydraulic test is given, which shall be released only on

Contractor No. of Corrections Executive Engineer

Page 102: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

giving satisfactory test and certificate recorded in Measurement book by the Sub-Divisional Officer.

36.6 MODE OF MEASUREMENTStandard specification No. Bd-V-1.7 Page No. 509. No payment shall be made for Tyton joints, coupler joints (P.V.C.) and detachable joints. Making of lead joints & flanged joints will be paid for separately.

The risk of handling, loading, unloading and fixing the pipes, specials and valves etc and their maintenance upto the completion of the contract period will be the entire responsibility of the contractor. The damage shall be set right at his cost and by him only.

36.7 PROVIDING, LOWERING, LAYING AND JOINTING, C.I.D.F. SLUICE VAVLES/AIR VALVES IN POSITIONRed Book :- Bd-V-1 and Bd-V-3 Page No. 507 & 510.Unless otherwise specifically mentioned in the tender items the required sluice valve, scour valve air valves etc shall be supplied by Contractor.

Contractor should produce a manufacturer’s test certificate as well as inspection report for the material brought on site of work and all materials brought on site should conform to its specifications 780-1984 IS 2906-1984 or latest edition and IS 2885-1971 or latest edition. The material supplied shall be inspected by C.I.E.S.G.S. or RITES at the cost of the contractor and only certified goods shall be accepted. The valves should be fixed in proper position and alignment as directed by Engineer-in-charge.

A] Sluice valve/Reflux valve of following makes shall be acceptable only for Civil Works for WTP ESR & GSR 1] 600 mm dia and above : Kirolskar, IVI & IVC2] 400 mm dia to 600 mm dia : All above and Patson

Gavane Patil, Durga, Mayur 3] 200 mm dia to 400 mm dia : All above 4] 50 mm dia to 200 mm dia : All above and B.S.J. Shahu

B] Kinetic Air Valves of following makes shall be acceptable 1] I.V.C.2] I.V.I.

Contractor No. of Corrections Executive Engineer

Page 103: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

3] Hawa4] Mayur5] Durga List of Brands approved by MJP is as follows (for the work DistributionSystem)a] Sluice Valves :- A.V. Engg. Works BSJ Sahu manufacturers (India), Geeta valves & Engg. Pvt. Ltd. H. Sarker & Co. Indian valves PVT Ltd. Janata Mech works, Kamla valves mfg. Concern, Kirloskar Brother Ltd. Leader Engg. Works Pvt Ltd, Shree Balaji Industries Venue pumps & Engg works, Yamuna Engg works, IVC, Kirloskar, B.S.J. Shahu, Gavane Patil.

b] Reflux Valves :- A.V. Engg. Works BSJ Sahu Mfg (India), Geeta valves & Engg. H. Mech works Kirloskar Brother Ltd. Leader Engg. Works Shiva Durga Iron Works Pvt Ltd, Shree Balaji Industries, Shive Engg. Works, Yamuna Engg works

c] Air Valve :- BSJ Sahu Mfg (India), India Valves Pvt Ltd. Leader Engg. Works Shiva Durga Iron Works.

36.8 Item to Include :-1) Cost of all jointing material valve and labour required for the job.2) Lowering, laying and fixing of valves in position.3) Drilling and thrading to the pipes if required.4) Dewatering 5) All lead and lifts.6) Hydraulic Testing.7) The cost of providing and fixing vertical pipe pieces

as per requirement. The air valve shall be brought above G.L. by extending vertical pipe.The item does not include the cost of chamber.

36.9 MODE OF PAYMENT -In case of supply of pipes/valves etc by contractor, only 85% payment shall be released after supply and 15% after satisfactory hydraulic testing.

36.10 LOWERING, LAYING AND JOINTING C.I. PIPES AND SPECIALS -Standard Specification No. Bd-V-5 Pages 511 and 512.Item to Include –

Contractor No. of Corrections Executive Engineer

Page 104: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

1) Supply of G.I. pipes and G.I. fitting such as Sockets, elbows, bends, tees, enlargers, reducers, backnuts, plugs, hemp, linseed oiled, clamps, wooden plugs etc.2) Lowering, laying, jointing and fixing the pipes with the fitting including cutting pipes, wastage and threading the ends.3) Testing.4) All necessary labour, material and use of tools.

36.11 PROVIDING C.I./P.V.C. SPECIALS OF ALL TYPES –The specials shall confirm to - I.S. 5531 – 1969.

I.S. 1538 - 1986.I.S. 4985 – 1988

This item included all types and class of C.I. specials/P.V.C. specials required for all types of pipeline works. The cost of the specials shall be inclusive of all taxes, transportation to site of work with necessary loading, unloading and stacking etc complete.

The Contractor should produce manufacturers test certificate as well as RITES/SGS/CEI test certificate for the material brought by him on site of work. The specials to be used shall be of approved make only.

36.12 MODE OF PAYMENT FOR SPECIALS -1) The payment for P.V.C. specials are included in the rate of

providing PVC pipes item.2) For C.I. specials the contract rate shall be for a unit of Kg.

36.13 ROVIDING AND CONSTRUCTING B.B. MASONRYCHAMBERS -Standard Specification No. Bd-V-43 Page No. 533 and 534.This item is to be executed as per description of tender item and as per detailed specification given above. The sized mentioned of the chamber in the tender item are internal dimensions of the chamber. The cost of extra excavation which is beyond the pipeline trench measurement in included in this item and no extra payment shall be admissible under respective tender item.

Sizes of chambers mentioned in tender item are the internal dimensions of the chambers.

Contractor No. of Corrections Executive Engineer

Page 105: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The tender item covers 1:3:6 CC bedding 15 cms thick on the well rammed bottom cms thick BB masonry walls in CM 1:6 cement plaster 12 mm in CM 1:3 from insider and outside 1:2:4 CC of 100 mm thick for coping and providing and fixing M.H. frame and cover. This completed item and any incidentals not mentioned above but are necessary as per design are deemed to be included in this item.

The finished top of the chamber shall be flush with road surface and shall not cause any hindrance to the traffic. Heavy duty C.I. man hole cover and frame with necessary locking arrangements, painting etc as included in this item of tender shall have to be provided by the contractor without extra cost. The finished top of the chamber shall be flush with the road surface and shall not cause any hindrance to the traffic inhabited area.

Before laying and jointing of mains, chambers shall be constructed upto the bottom of the pipes. Further walling and other works shall be constructed at a later stage. All the breaking, redoing of the chamber for making pipe connections will be done by the contractor without any extra claims.

The payment shall be on the basis of completed chamber for each number. Addition/deduction for every depth of 0.15 mt or part thereof beyond specified depth in description of item will be paid/deducted as per D.S.R. on which this tender is based.

34.14. M.S. VENTILATOR SHAFT -Standard Specification No. B-19 Page No. 75-76M.S. ventilator shaft shall be fabricated as per drawing and fixing as directed by the Engineer-in-charge as per the details given in the item of Schedule-‘B’

1) Fixing of Kinetic Air Valve on shaft as per type design is about 3.0 m above G.L.2) This item shall include supply, fabrication and erection in position at site of work and labour, material and sue of equipment required for all operation and satisfactory completion of item.3) Painting in three coats with anticorrosive pain of approved shade as directed by Engineer-in-charge. Boulder filling of size 80 to 100 mm.

Contractor No. of Corrections Executive Engineer

Page 106: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4) Locking arrangement etc.

34.15 PROVIDING AND FIXING ROAD SURFACE BOXES AND CHAMBER The cast iron surface boxes shall be of heavy duty type and of the following size for different types of sluice valves.1) Clear opening at top - 100 mm dia.2) Inside bottom - 200 mm dia For circular3) Depth - 300 mm dia. or4) Size of 230x230mmx300 - depth for

square.

The contractor shall produce sample of the road box and get it approved and then procure entire number as per approved sample.

The cover of the surface boxes should be hinged to body and the surface box should be neatly supported on brick masonry and embedded firmly in concrete to the satisfaction of the Engineer-in-charge. The surface box should be given three coats of anticorrosive approved paint. The weight of the road surface box should not be less than 18 Kgs.

GENERAL NOTE :-The necessary and applicable itemwise condition only, required for the execution of item appended in the tender, shall be read and applied to respective items as per schedule – ‘B’ of Tender.The competent Authority reserves the right is modify the specification upto some extend as and where necessary as per site condition. No extra claim for the same shall be entertained.

Contractor No. of Corrections Executive Engineer

Page 107: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

SECTION - I

GENERAL DESCRIPTION OF WORK FOR

PUMPING MACHINERY

The scheme of 5 MLD capacity is provided for collecting, pumping treating raw water of Amal Nala Dam for Aug. to Gadchandur . The components of the scheme are Collecting system (Intake well), Inspection Well, Supply system (Jack well and pumps), pumping main of 300 mm dia. DI.K-9. pipe line to treatment plant & Distribution system.Pump house (Intake well and jack well) and Treatment plant are under contract. Pumping machinery comprising V.T. pump and associate Electrical and Mechanical works The work site is located on Amal Nala Dam bank and about 6.4 Kms from Gadchandur.

1-1. Climatic Condition: -Ambient temperature 480 C.

1-2. Site Voltages: -It is intended to provide 11 K V feeder from M.S.E.B., and the same shall be step down to 415 V for motor and allied equipment.

1-2.1. Voltage and frequency variation and fault levels :-Anticipated voltage and frequency variations are as

underVoltage variation : + 10%Frequency variation : + 5%Combine Voltage and Frequency variation : + 10%

1-2.2. Fault Levels: -11 KV : 350 MVA415 V : 25 MVA

1-3. Scope of Contract: -i) The scope of contract includes designing,

providing, erecting, testing, commissioning, rectification

Contractor No. of Corrections Executive Engineer

Page 108: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

of defect during guarantee period with all allied electrical and mechanical works as per limit shown in layout and described in the tender documents.

ii) The total work is of turn- key nature.iii) The job includes loading, transportation, its insurance,

delivery at site, storing with due care, guarding, erection, allied civil works, performance test, trial and rectification during guarantee period.

iv) Equipment included in scope of contract are as under:-1) V. T. pumps. C.F. Pumps and Monoblock

pump.2) L.T. motors for above pumps.3) Sluice valves.4) Non return valves.5) Hand operated Chain Pully Block with Travilling Trolly6) M.S. piping work and foundation.7) Dismantling joints.8) LT panel & AT Starters.9) Cables.10) Earthing.11) civil work.12) Switch yard lighting.13) Equipment for ventilation and internal electrification.14) Tools and Gauges15) Fire fighting equipment and First Aids.

All matters omitted in the documents, but which may be inferred to be obviously necessary for intended service shall be deemed to have been included in the contract at no extra cost, and shall be obligatory and this point shall be care fully noted by the contractor.

1-4. Tender Drawings: -The tender drawings attached to tender documents are indicative and supplement to the specifications and provide adequate information to the tenderer to enable him to design the equipment layout and arrangement and submit the offer accordingly.

1-5. Tenderer drawing and data: -Drawings and data as under shall be submitted by the tenderer along with this offer.i) Layout showing dimensions, spacing and levels of

equipment in pump house and switchyard.

Contractor No. of Corrections Executive Engineer

Page 109: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ii) Sectional drawings of all major equipment illustration general arrangement, mounting arrangement and dimensions.

iii) Cable layout and general arrangement of cable ducts, trenches, racks and tier formations.

iv) Description of major equipments including technical aspects and suitability.

v) Relevant literature catalogue etc.vi) Write-up elucidating technical proposal.vii) Any other drawings and / or information to elaborate

the offer.viii)Comments on suitability of general arrangements of

civil works and hydraulic design of jack well from aspect of vortex free operation.

1-6. Important Documents: -The tenderer should examine the pump founding arrangement of civil structure and suitability of submergence in the well vis-a-vis for suction of pumps, and submit documentation as under,

i) Weight of pump and base frame.ii) Weight of motor.iii) Maximum dynamic load imposed on the foundation

with justification and reference to I.S. and/or authoritative publications with extracts of relevant portions duly signed by the tenderer, for dynamic factor and other applicable parameters, criteria, consideration for working of dynamic load.

iv) Compatibility ofsubmergence required with submergence available under condition of lowest water level for solo operation, substantiated by curve for pumps.

v) Characteristic curve of the pump showing relation between discharge and head, power required, efficiency etc.

vi) Pump performance curve for solo operation showing relationship between discharge and head super imposed on system head curves.

vii) Point load on corbel due to crane and heaviest equipment handled with full justification.

1-7. Drawing and data to be furnished by successful tenderer: -

Successful tenderer shall submit to the Engineer drawing as stated hereunder within two (2) months of award of contract.

i) Modified layout if necessary.ii) Detailed drawings, detailing, equipment mounting

details, foundation, duct work, cable runs with position

Contractor No. of Corrections Executive Engineer

Page 110: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

and arrangement of duct, trenches, racks, trays, electrical panel arrangement and civil work.

iii) Wiring diagram and all circuit diagrams.iv) Working drawing for erection.v) Any other drawings required by Engineer. Successful

tenderer shall also submit data necessary, for execution of the contract and design of civil structures for reception and installation of equipments.

1-8. Test certificates and manuals: -The successful tenderer shall submit test certificates for various components, as called for, in the specifications, if necessary and required by the Engineer-in-charge. Certificate for materials of construction of equipments shall be furnished.The successful tenderer shall also submit instruction manuals in duplicate covering operation, maintenance and repairs of all equipments including wiring diagrams and charts in duplicate for periodical maintenance of equipments.

ADDITIONAL GENERAL CONDITIONS

FOR PUMPING MACHINERY

G-1.1 The tenderer shall submit detailed calculation for total dynamic load of pump motor set including all components and accessories. The tenderer in support of dynamic and other factors considered in calculations shall submit

Contractor No. of Corrections Executive Engineer

Page 111: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

reference of I.S. and / or other authoritative literature with extract or relevant parts signed by the tenderer. He shall submit other factors considered in calculations. He shall submit detailed working drawings showing plan, elevation, section etc., for each unit. Detailed calculation for pumping machinery and equipments such as pumps, motors, gantry, capacitors, transformers etc., in triplicate shall be submitted to the Executive Engineer (Mech.) and simultaneously one set to the Dy. Engineer (Mech.).

G-1.2 The design of the various components of work shall be based on prevailing relevant I.S. and equivalent British German or American standard, Engineering code or practice, and shall be such as to meet functional technical structural and aesthetic requirements.

G-1.3 Any modification, alteration in design, calculations and detailed drawings, to be carried out as a result of compliance of scrutiny, remarks of the competent authority, shall be carried out and submit in fresh, by the contractors, if called upon to all above concerned authority in the manner indicated in (i) above without claiming any extra cost.

G-1.4 The contractor shall start the actual execution of work only after receipt of the technical approval to the above detailed design calculations and detailed drawings, from the competent authority.

G.1.5 Normally a period of about 30 days would be required for scrutiny and getting approval of the competent authority, to the design and detailed drawing from the date of receipt from the contractor.The contractor shall be fully responsible for the delay that would be caused in scrutiny and giving approval to the design and drawings due to their being incomplete, shabby and haphazard manner, without illustrative dimensioned sketches in the design and due to non submission of extracts if reference (duly signed by tenderer) called for. No extra time shall be granted on account of reasonable time required in carrying out the scrutiny as mentioned above by the department and due to improper designs and drawings submitted by the contractor.

Contractor No. of Corrections Executive Engineer

Page 112: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

G.2 DESIGNER’S ACCEPTANCE: -Contractor while submitting the tender shall furnish, if services are availed, the name of their designers and consultants along with their qualifications, addresses and written consent letters from them for accepting this work.

G.3 RESPONSIBILITY OF CONTRACTOR FOR DESIGN DRAWING AND WORK: -Even though the competent authority approved the design and drawing, the contractor shall be fully responsible for the technical and arithmetical correctness and soundness of the design and drawings for safety of work executed on the basic of such approved design and drawing and to the damages or failure of the works. It shall have to be done by the contractor entirely at his cost.

G.4 DISCREPANCIES AND OMISSIONS: -The tender drawings and specifications shall be considered as explanatory, of each other and together shall form the technical requirements and stipulations of tender documents. Detailed drawing shall have preference over small-scale drawings. Similarly detailed specifications shall have preference over general specifications. Should any discrepancy arise as to the meaning, intent or interpretation of any specification or drawing, the decision of the Engineer-in-charge shall be final and binding on the contractor.

G.5 QUALITY OF MATERIAL AND EQUIPMENTS: -All material of construction shall be best quality confirming to relevant Indian Standards. All mechanical, electrical and other equipments shall be approved makes, best quality and ISI mark only, where available and acceptable. These shall be got approved from the Engineer-in-charge before erection and use.

G.6 CHANGE IN SITE ALIGNMENT OR ORIENTATION OR MODIFICATION: -

Contractor No. of Corrections Executive Engineer

Page 113: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

No compensation shall be paid on account of change in site, alignment or orientation of the proposed work. The department reserves the right to modify the layout, design and any part thereof, if considered necessary.

G.7 WATER FOR CONSTRUCTION, HYDRAULIC TESTING ETC.: -The contractor shall make own arrangement at his cost to get water for construction and hydraulic testing of the structures and pipelines. Department shall issue only recommendatory letters in this respect, if requested by the contractor in writing.

G.8 ELECTRIC POWER SUPPLY: -Electric power supply required by the contractor for the purpose of execution of work and erection of pumping machinery and allied equipments, shall have to be arranged by himself at his own cost and department shall not take any responsibility in this respect, except giving recommendation letter. Required power for the purpose of trial run of the machinery would be arranged free of cost by the department after receipt of necessary test for electrical installations.

G.9 USE OF SITES: -The contractor shall specifically keep the informed about the temporary sheds/accommodation done by him at site of work, where the Name Board of Company/contractor shall be fixed. No unauthorized person/vehicle shall be allowed there, unless otherwise required for execution of work.The responsibility of temporary sheds, their occupants, their safety/dismantling when done with, shall be contractor’s liability. Excavated materials shall be the property of the department and will be disposed off as per direction of Engineer-in-charge.

G.10 FOUNDATION: -Foundations shall be designed considering bearing capacity and as approved by the department.

G.11 ELECTRICAL INSTALLATIONS: -

Contractor No. of Corrections Executive Engineer

Page 114: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All electrical installations shall be carried out as per the provisions of Indian Electricity Act. Indian Electricity Rules, Instructions and requirements of statutory authorities i.e. Electrical Inspector and Maharashtra State Electricity Board. The contractor shall give necessary test reports.The layout of HT substations and other electrical installations is indicative only. It will be responsibility of the contractor to design the layout as per applicable rules, regulations, instruction and requirements of I.E. Rules, I.E. Acts and statutory authorities. However, electrical and physical clearances and fencing height shall not be less than those shown in tender drawings of the department. The contractor shall submit drawings of HT substation and other electrical work to the department for approval.The drawings and layout shall be submitted to the Electrical Inspector, only after the approval of the department. The contractor shall be responsible to get approval of the Electrical Inspector and other statutory bodies. All fees payable to the Electrical Inspector and statutory bodies shall be borne by the contractor.

G.12 FORCE MAJEURES: -The contractor shall not be held responsible for delay or failure to perform the contract only in case of force majeures conditions as stated below.a) Acts of the God, Acts of public enemy, Acts of Govt.,

Fires, Floods, epidemics, guarantee restrictions.b) Lockouts and strikes in factories manufacturing the

pumps, motors transformer and H.T. breakers.Except the force mejeure conditions stipulated above, no other conditions shall be considered as force majeures conditions. In the event of force majeures conditions stipulated above suitable extension only shall be granted on production of required proof. The contractor getting extension under circumstances will however not be entitled for any compensation including price variation/escalation due to such extensions.

G.13 TRIAL RUN, COMMISSIONING, PERFORMANCE TEST OF PUMP, MOTOR ETC. (3 Months)

Contractor No. of Corrections Executive Engineer

Page 115: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Trial run & commissioning period shall be of 3 months during which the plant will be operated individually or combined, and defect, deficiency found shall be rectified. During the period commissioning of all equipments shall be taken up. During commissioning, the contractor shall be responsible to deploy all required qualified, skilled and unskilled persons full time to operate, maintain and repair the equipments including oil, lubricants etc.

G.14 GUARANTEE PERIOD AND FINAL CERTIFICATE: -

Guarantee period shall be of twelve calendar months, from the date of issue of final certificate by the Engineer-in-charge. Any provisions regarding period in B-1 form in contravention of 12 months, guarantee period stipulated above shall be null and void. Final certificate shall be issue only after all works are completed in accordance with contract agreement commissioned, site is cleared and specified performance during field test is obtained. Final certificate will be issued only for the entire works, and not for the part works. Guarantee covers all replacement of defective items free of charge. During the guarantee period any failure or defects attributable to manufacturer’s design, shall be expeditiously attended by the contractor, failing which the Engineer-in-charge shall rectify the failure/defects from the contractor free of cost.

PUMPING MACHINERY’SGENERAL SPECIFICATION

(SUPPLY & ERECTION)

This part covers conditions pursuant to the contract and will form an integral part of the contract.

GS-1 QUALITY ASSURANCE PROGRAMME: -To insure that the equipments and services under scope of this contract in accordance with the specifications, the contractor shall adopt suitable

Contractor No. of Corrections Executive Engineer

Page 116: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

quality assurance programme to control such activities at all points, such programme shall be outlined by the contractor and shall be finally accepted by the Engineer after discussions before the award of contract, and such agreed programme shall from part of contract.

GS-2 DEFECTS IN WORK OF OTHER CONTRACTOR: -The Engineer shall be notified promptly by the contractor of any defects in the other contractor’s works. The Engineer shall determine the corrective measures, if any, required or rectify this situation after inspection of the works and such decisions by the Engineer shall be binding on the contractor.

GS-3 PROTECTIVE GUARD: -Suitable guards shall be provided for protection of personnel on all exposed rotating and or moving machine parts. All such guards with necessary spaces and accessories shall be designed for easy installation and removal for maintenance purpose.

GS-4 NOISE AND VIBRATIONS: -The equipments supplied and erected by the tenderer will comply with best design and erection practice and it’s working shall be within permissible noise and vibration levels.

GS-5 EQUIPMENT BASES: -A cast iron and welded steel base plate shall be provided for all rotating equipments which, is to be installed on concrete base unless otherwise agreed to by the Engineer. Each base plate shall support the unit and it’s drive assembly, shall be of neat design with pedestal anchoring the units.

GS-6 RATING PLATES, NAMEPLATES AND LABELS: -Each main and auxiliary item of plant is to have permanently attached to it in a conspicuous position a rating plate showing all details of the equipment.

GS-7 FOUNDATION DRESSING AND GROUTING: -

Contractor No. of Corrections Executive Engineer

Page 117: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The surface of foundation shall be dressed to bring the top surface of the foundation to the required level, prior to placement of equipment /equipment’s bases on the foundations.The concrete foundation surfaces shall be properly prepared by chipping, grinding as required to bring the type of such foundation to the required level, to provide the necessary roughness for bondage and to assure enough bearing strength.

GS-8 GROUTING MIX: -The grouting mixture shall be composed of Portland cement, sand and water. The Portland cement to be used shall conform to ISI No. 269 or equivalent. Sand shall conform to ISI No. 383/2386 or equivalent.

GS-9 SHAFT ALIGNMENT: -All the shaft of rotating equipments shall be properly aligned to those of the matching equipments to, as perfect accuracy as practicable. The equipment shall be free from excessive vibration so as to avoid overheating of bearing or other conditions, which may tend to shorten the life of the equipment. All bearings, shaft and other rotating parts shall be thoroughly cleaned and suitably lubricated before starting.

GS-10 PAINTING: -All exposed metal parts of the equipment including piping, structures, railings, etc. wherever applicable after installation unless otherwise surface protected, shall be first painted with at least one coat of suitable primer finished with two coats of alloyed resin machinery enamel paints. The quality of the finish paint shall be as per standards of I.S.I. or equivalent and to be of the colour as approved by the Engineer.

GS-11 COLOUR CODE FOR PIPE SERVICES: -All pipe services whenever applicable are to be painted in accordance with the owner’s standard colour scheme by the contractor.

GS-12 TRAINING OF OWNER’S PERSONNEL: -The contractor shall undertake to train, free of cost, engineering personnel selected and sent by the owner at the works of the contractor whenever

Contractor No. of Corrections Executive Engineer

Page 118: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

specified in the technical specifications, to enable those personnel to become familiar with the equipment, being furnished by the contractor.Travelling and living expenses for the Engineering personnel to be trained, during the total period of training will be born by the owner for operation and maintenance of the plant during commissioning period.

GS-13 LUBRICATION: -Equipment shall be lubricated by systems suitable for duty of the equipment. Lubricant level indicators, wherever provided shall be furnished and marked to indicate proper under both, stand still and operating conditions.

GS-14 FIRST FILL OF CONSUMABLE OILS AND LUBRICANTS: -All the first fill of consumables such as oils, lubricants and essencial chemicals etc. which will be required to put the equipments, under the scope of the specification, into successful trial operations, shall be furnished by the contractor.

GS-15 GUARANTEE: -The cost of any special or general overhead rendered necessary during the maintenance period due to defects in the plant or defective work carried out by the contractor, the same shall be borne by the contractor. In the case of those defective parts which are not repairable at site but are essential for the commision the Engineer shall mutually agree to a programme of replacement or renewal which will minimise interruption to the maximum extent, in the operation of the equipment.At the end of guarantee period, the contractor’s liability cease except for latent defects in respect of goods supplied by sub-contractors to the contractor, where a longer guarantee (more than 12 months) is provided by such sub-contractors, the owner shall be entitle to the benefit of such longer guarantee,The provision contained in this clause will not be applicable.

a) If the owner has not operated the equipment according to generally approved industrial

Contractor No. of Corrections Executive Engineer

Page 119: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

practices and in accordance with the conditions of operation specified and in accordance with operating manuals, if any.

b) In case of normal wear and tear of parts to be specifically mentioned by the contractor in the offer.

GS-16 PRECOMMISSIONING TRIALS & TESTS: -START UP: -On completion of erection work each item of equipment shall be thoroughly inspected by the Engineer and the contractor for correctness and acceptability for start up.On completion of inspection, checking and after the pre-commissioning tests are satisfactorily over, the completed equipment shall be placed on initial operation during which period the complete equipment shall be operated integral with sub system and supporting equipments as a complete plant.

GS-17.1 TRIAL OPERATION: -The contractor shall then be on trial operation during which period all necessary adjustments shall be made while operating, over the full load range enabling the plant to be ready for performance and guarantee tests. The duration of trial operation of the complete equipment shall be fifteen (15) days out of which at least seventy two (72) hours shall be continuous operation on full load or any other duration’s may be agreed to, between the Engineer and the contractor. The trial operation shall be considered successful, provided that each item of the equipment can operate continuously by specified operating characteristics, for the period of trial operation.A trial operation report comprising of observations and recordings of various parameters to measure in respect of the above trial operation shall be prepared. These reports include the date of start and the finish of the trial operation. Based on these observations, necessary modification / repairs to the plant shall be carried out by the contractor to the full satisfaction of the Engineer to enable the latter to accord permission to carry out performance and guarantee tests on the plant specified. During the commissioning and operation period, the contractor shall depute his personnel

Contractor No. of Corrections Executive Engineer

Page 120: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

full time to operate, maintain and repair the equipments. During this period, the owner shall make only electricity available to the contractor, all other consumable materials (lubricants and other requirements) shall be provided by the contractor at his cost.

GS-17.2 PERFORMANCE AND GUARANTEE TEST: -The owner shall conduct the final test as to the performance and guarantee at site. The contractor will assist the owner in conducting such tests free of cost.The contractor, free of cost shall provide any special equipments, tools and trackles required for the successful completion of the performance and guarantee test. The contractor during these performance and guarantee tests shall prove the guaranteed performance figures of the equipmentsThe specific tests to be conducted on the equipments have been brought out in the technical specification and inspection and testing clause.Performance and guarantee tests shall make allowance for instrumentation error as may be decided by the Engineer-in-charge.

GS-18 COMMISSIONING SPARES: -The contractor shall make arrangement for an adequate inventory at site of necessary commissioning spares prior to commissioning of the equipments furnished and erected. So that any damage or loss during these commissioning activities necessitating the requirements of spares will not come in the way of timely completion of the works under the contract.

GS-19 REGISTRATION AND STATUTORY INSPECTION: -All registration and statutory inspection fees, if any in respect of his work pursuant to this contract shall be to the account of the contractor. If any such inspection of registration need to be re-arranged due to the fault of the contractor or his sub-contractor, the additional fees for such inspection and /or registration shall be borne by the contractor.

GS-20 WORK AND SAFETY REGULATIONS: -

Contractor No. of Corrections Executive Engineer

Page 121: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The contractor will notify the Engineer of his intention to bring on to site any equipment or any contractor, with liquid or gaseous fuel or other substance which may creates hazard.No electrical cable in use by the contractor / owner will be disturbed without prior permission. No weight of any description will be imposed on any such cable.No work will be carried out on any live equipment. The Engineer must make the equipment safe and a permit to work issued before any work is carried out.The contractor shall employ the necessary number of qualified, full time electrician to maintain his temporary electrical installation.

DETAILED SPECIFICATION

SECTION – M

Contractor No. of Corrections Executive Engineer

Page 122: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MECHANICAL WORK

GENERALThis section outlines the specifications for Raw Water V.T. pumps self water lubricated to be installed in the Jack Well on Amal Nala Dam . The Raw water from R.L. 263.79 m is proposed to pump to aeration fountain at R.L. 293.56 m. by pumps under this contract through 900 m. long DI K9. Rising Main of 300 mm dia. (O.D.) . The pumping station is designed to pump 5 mld of Raw Water with One pump operating at a time and one pump is proposed to be provided as stand bye.Raw Water quality to be pumped is as under.Turbidity : Containing fine sand and siltITEM NO.1 :-RAW WATER PUMPS :

1.1 PUMP DUTY CONDITION AND OPERATING RANGEEach V.T. pump (Self-Water Lubricated) shall be of approved make and suitable for following duty conditions and operating conditions.

1 Discharge 212800 L.P.H2 Head 38 Mtr.3 Head Range 28 to 42 Mtr.4 Shut up Head More than 48 Mtrs.5 RPM of pump 1500 RPM (SYN)6 Nos. of stages Not More than 37 Efficiency 80 %8 Nos. of pump set 2 Nos. (1 No Pump

running and 1 Nos. stand bye. )

The total head referred above is inclusive of all loses in the pipe- line from discharge flange of the pumps to discharge point. Losses in column, discharge head etc. for individual pump shall be assessed by the tenderer & included in the design head of bowl assembly.

1.2 CHARACTERISTIC CURVESThe tenderer shall furnish characteristic curves of bowl assembly and also for pump after deducting column

Contractor No. of Corrections Executive Engineer

Page 123: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

losses etc. The pump shall also have stable characteristic over the entire range of working head. The pump shall run on 1500 R.P.M. (syn). The pump shall be suitable for starting against close sluice valve i.e. shut off condition.

1.3 CODES AND STANDARDSThe design, manufacture and performance of the V.T. pumps shall comply with all currently applicable regulations & safety codes in the locality area where the equipment will be installed. The equipment shall also conform to the latest applicable Indian Standards IS -1710.1.4 DESIGN REQUIRMENTSThe equipments shall be capable of developing the required total head at rated capacity for continuous operation. The head discharge curve shall be continuously rising towards the shut off head with highest shut off point. Pumps shall be identical and shall be suitable for parallel operation with equal load division. Impeller shall preferably be of non over-loading type. Pumps shall run smooth without undue noise and vibrations. The magnitude of peak vibration at slip will be limited to 100 microns at the bearing housing.

1.5 FEATURES OF CONSTRUCTIONSPumps shall be Vertical Turbine type with minimum number of stages not exceeding the requirement given above and shall be suitable for the service conditions stipulated.

1.6 BOWL ASSEMBLYA pump bowl/bowls shall be flanged with machined matching of faces. The bell mouth to bowl assembly, to column and to discharge i.e. all joints shall be a flanged joint.1.7 BELL MOUTH & STRAINERA cast iron / M.S. bell mouth shall be fitted to the suction case to limit the inlet velocity to 1.5 m/sec. The suction strainer shall be of Cast iron / Stainless Steel bars. Net opening area in strainer shall not be less than 3 times of entrance area of bell mouth.

1.8 IMPELLERThe impeller/s shall be dynamically balanced so as not to cause any vibrations during operation.

Contractor No. of Corrections Executive Engineer

Page 124: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The impellers shall be closed type and shall be made in one piece and securely fixed to the shaft, to assure accurate adjustment of each impeller. The water passage will be finished smooth by hand. Balancing holes/device for reducing hydraulic thrust shall not be provided.

1.9 WEARING RINGSWearing rings shall be renewable type. These shall be held in place by screwing against rotation, press fit or locked with pins, The wear ring shall be provided on both impellers and casings.Hardness of wearing rings shall be less by at least 50 BHN than the impeller.

1.10 PUMP SHAFTThe shaft shall be stainless steel and finished to the close tolerance at the impeller/bearing fixing sizes.The Surface roughness shall not exceed 0.75 microns.The design of the shaft shall be at least 20% above and below the operating speed.The shaft shall be properly balanced so as not to cause any vibrations during operation.The pump shaft bearing i.e. bush bearings would be Ph. bronze, self water lubricated. Extra long bearing shall be provided for suction and discharge bowls.The hardness of bush bearing shall be less by at least 50 BHN than that of shaft.

1.11 COLUMN ASSEMBLYColumn pipe shall be of ERW heavy weight, flanged type, in 1.5 m lengths or less so that after complete erection of the pumps, the bottom of bell mouth shall be at R.L. 263.00 m. The complete pipe length shall be adjusted considering, the pump floor level at R.L. 278.56 m. A matching piece shall be provided if required.

1.12 LINE SHAFTSThese shaft shall be of solid circular section, prepared from stainless steel machined and ground thoroughly & coupled with screwed or muff couplings. The shaft section shall be provided with non-corrosive and abrasion resisting wearing surfaces particularly at the location of each guide bearing. Length of line shaft shall not be more than 1.5 m. each.

1.13 LINE SHAFT BEARINGS

Contractor No. of Corrections Executive Engineer

Page 125: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

These shall be designed to be self-water lubricated by the internal water and shall be placed in bearing holders located in position at the joint of column pipes. Line shaft bearing shall be of cutless hard rubber designed for efficient water lubrication metallic bearing shall not be accepted. Composite design of line shaft material and it’s diameter and bearing center shall be ensured so that the entire rotating assembly is brought from stand-still to full speed without any vibrations and shaft deflection and to ensure that first critical speed is not within 80% to 120% of full speed.

1.14 DISCHARGE HEADThis shall be of C.I. or fabricated from M.S. It shall incorporate full diameter elbow, motor stool, stuffing box with renewable gland packing and tapping for pressure gauge discharge head & motor stool shall be fabricated in one piece. The discharge head shall be of robust construction and shall be designed to support entire load of pump assembly, water column and motor etc. and shall withstand all static and dynamic, torsional loads, hydraulic thrust imposed during operation from shut off to stipulated operating conditions and thrust due to change in direction of flow, without any vibrations.The discharge head shall be capable of with standing a hydrostatic pressure equal to twice the duty head or 1.5 times shut off head which ever is greater.

1.15 MISCELLANEOUSPressure gauge to each pump shall be provided. Pressure gauge shall be 150mm dia. 0-10 kg/cm2 and least count shall be 0.1 kg/cm2. Each pressure gauge shall be fitted with stopcock and U tube. One pressure guage shall be provided on common manifold. The Indicator shall be installed on wall at sufficient height inside the pump house.

1.16 SOLE PLATEThe M.S. Sole plate arrangement shall be provided under the discharge head for precise horizontal and vertical alignment. Thickness of sole plate shall be adequate. It shall be independent of the base frame and the discharge head. The contact surfaces of the sole plate arrangement as under and shall be machined for precise leveling and shall ensure vibration free operation of pump.

(i) soleplate and base frame(ii) Sole plate and discharge head

Contractor No. of Corrections Executive Engineer

Page 126: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All joints between machined contact surface shall be with nut bolts / tapped stud / bolts. The opening in the sole plate/frame shall be of adequate size to pass the bowl assembly etc. very easily. M.S. channel shall be anchored in the floor ensuring complete rigidity. Entire structural fabrication and foundation arrangement shall be designed and submitted for approval. The anchoring of channels shall be the responsibility of pumping machinery contractor with all related works.

1.17 AIR RELEASE ARRANGMENTAn air cock of adequate dia. and same size G.I. pipes, bends shall be fixed to the 32 mm end of tee provided in M.S. delivery pipe after discharge head. The G.I. pipes shall be suspended vertically in the well with adequate length to release air. From column assembly.

1.18 MATERIAL OF CONSTRUCTIONa) Discharge & suction Bowls. C.I.I.S.210, Gr.FG 200b) Discharge head, Bell mouth C.I. or M.S.

Fabricatedand motor stool

c) Impeller Bronze IS 318 GR II

d) Impeller Shaft Stainless Steel AISI 410/416e) Column Pipes E RW Heavy Dutyf) Shaft Sleeve Stainless Steel AISI410/416g) Line Shaft Stainless Steel AISI410/416h) Nut bolt and washer Stainless Steel ISI304/316i) Line Shaft Bearings Cutless Hard Rubber (Nitrite

Rubber)Material test certificates from manufacturer shall be furnished alingwith supply.

1.19 MINIMUM SIZESa) Column pipe dia. 200 mmb) Column pipe thickness 6.5 mm or morec) Impeller and line shaft dia. 40 mm or nearestd) Bell Mouth dia. 300 mme) Thickness of Sole Plate 30 mm

Contractor No. of Corrections Executive Engineer

Page 127: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

1.20 WATER TANK & OTHER ACCESSORIESFOR PRE-LUBRICATIONIn order to prelubricate line shaft bearing of the pump, pre-lubrication arrangement comprising the following shall be provided separately for self-water pumps. The tank shall fit by tapping water from rising main and necessary G.I. piping shall be provided for the same.

i) Water tank shall be common for all pumps and of capacity not less than 200 liters. The tank shall be installed on pump floor with concrete saddle or as directed during execution by Engineer-in-charge.

ii) The water tank shall be equipped with G.I. pipe connection with isolating valves to each pump’s column assembly for lubrication. The valve shall be located near the tank. The size of individual pipe and valve to pump shall be 25 mm diameter.

iii)Float valve in the tank for control of overflow.iv)Any other item necessary required for proper

functioning.All accessories required for proper and safe operation, dismantling and erection shall be supplied with pump including clamps for column and line shaft, 2 nos. of pairs for each pump.

ITEM NO. 2 : CENTRIFUGAL HORIZONTAL SPILT CASING PUMPS

Pumps shall be horizontal spilt casing type having bronze impellers CI Casing, Stainless Steel Shaft with stuffing box, bearing etc. complete with an arrangement of priming and facility to mount differential pressure gauge, air cock etc. to deliver 168800 liters per hours of water at a total head 31 m. The pumps shall be coupled to suitable prime-movers running at 3 phase. 50 C/S 415 volts, AC Supply, MS guard shall also provided to coupling to prevent accindents.The Pumps and motor shall be mounted on a common base frame, fabricated out of MS Channels of suitable size and the base frame shall be mounted on main girders in such a way that the floor slab will be free from vibrators of pump & motor. The suction and delivery piping shall also suitably supported with MS fabricated supports of concrete block. For suction side suitable strainer, bell mouth etc. shall be provided to suction pipe on

Contractor No. of Corrections Executive Engineer

Page 128: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

pump floor foot valve of 150 mm dia CI flanged type shall be provided & installed to each pump.The efficiency of the pumps shall not be less than 70-The lossess at suction, entry etc. also be worked out and considered.The pumps shall be confirming to relevant ISI.The Performance curve shall be submitted along with tender duly singed with duty points marked on it. If the performance curves are not enclosed with the tender, the tender is liable for rejection.The bench test report & result must be submitted in duplicate along with the invoice of pump. No Payment shall be released without these results.The pressure gauge of dial size 100 mm dia, of suitable range with siphon tube and cock, shall be provided to each pump set.The list of probable spares that may required for a period of two years from the date of commissioning of scheme shall be furnished with technical offer. The cost should not be incorporate in the main offer.

DUTY CONDITIONS OF PUMPS :1]. The Pumps of 168800 LPH against a total

head 31 meters from all causes – 2 SetsRange of Operation - 21 meters to

35 mShut off head - Not less than

39The tenderer shall submit the discharge at the lower and higher ranges of heads of both the pumps.The layout shown is tentative and will be decided as per the direction of the Engineer-in-charge. The pumps shall not make abnormal noise and vibrations during operation and shall be free from cavitation.The Pumps shall be of non overloading type. The motor shall also be not overloaded for the entire range of operation.Calculations of NPSH available and required shall be submitted.

ITEM NO. 3 : CENTRIFUGAL MONOBLOCK PUMP SET.

This item included providing, erecting commissioning and giving test and trial of

Contractor No. of Corrections Executive Engineer

Page 129: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

centrufugal/monobloek pumpset conforming to IS 9079 operating at 2900 RPM with CI impeller, priming funnel, cock, suitable hang to suction & delivery side with nuts & bolts.All rotating parts of pump & motor shall be dynamically balance to ensure longer life of bearing & other components.The pumpset shall be capable of discharging as specified in Schedule ‘B’ on 415 V. 3ph, 50 HZ AC supply. The pump shall have end suction, vertical delilvery, back pullout design. The motor shall have ‘B’ class insulation and shall have at least 20 % margin over the specified head range and shall be of TEFC construction. The impellers shall be CI construction.Duty conditiona)Discharge --- 19688 Lph b) Head --- 24 m.c)Head Range-- 18m—27md)Shut off Head-- 30mMotor H.P. shall not be less than 5 H.PThe pumpset shall be erected on a ISMC 100 channel frame which in turn will be fixed on concrete foundation duly levelled.The necessary foot valve of requires size shall be provided.The offer shall accompany performance chart and curve indicating the efficiency of the pump set. The suply shall accompany manufacture’s test report and warranty.

ITEM NO. 4 : L. T. PANEL for Raw Water. 4.1 GENERALA LT panel with shall be industrial cubicle type and floor mounted designed for following.Reception of power from 415 KVA transformer Distribution of power to LT panel of raw water pumps.

The panel shall be dust proof and vermin proof and fabricated from 14 SWG M.S. sheet duly painted with one coat of anticorrosive paint and two coats of enamel paint. A panel comprising 415 V switch gears and control gears shall be designed for the functions as under,i) Distribution of power for raw water motors,

ventilation system, other auxiliary equipment and ancillary installations, lighting etc.

Contractor No. of Corrections Executive Engineer

Page 130: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4.2 COMPONENTSThe switch gears and control gears shall be as per single line diagram and as specified below.

1) 200 Amp Bus Bar 1 No.2) 200 Amp MCCB with front operation mechanism,under voltage relay for pumps 3 Nos.3) 20 KVAR Capacity Bank for pump 1 No. .4) 63 Amp SFU for Capacitor 1 Nos. 5) 63 Amp MCB for lighting & spare 2 Nos..7) 0-500 volt Voltmeter with selector switchfor Incomer 1 No.8) 0-500 Amp Ammeter with selector switchand CTs for Incomer 1 No.9) 200 Amp Change Over Switch with front operation mechanism,under voltage relay 1 No.10)100 A Earth LCB

1 No.11)Indicator Lamp with fuse unit for incomer

1No.12)Power Factor meter with CTs 1 No..13)Danger boards 2 Nos.14)Earthing terminals 2 Nos.15)Rubber Mating 3 Sq. m.

4.3 INDICATIONSFOR PHASE RYBBUSCOUPLER ON - RedMCCB ON - RedCAPACITOR ON - Red

4.4 PROTECTION & METERSProtection relays/release and meters shall be provided as specified in the specification of individual components.

Contractor No. of Corrections Executive Engineer

Page 131: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4.5 CONSTRUCTIONAL FEATURESThe constructional features of the panel shall generally conform to the specification for with exception of the following.

i) The bars shall be triple pole and neutral rated to carry 200 Amp continuous current.

ii) Enclosed vertical bus bars need not be provided.

iii) The panel shall be designed to withstand fault level of 25 MVA.

iv) The base channel shall be minimum ISMC 75.v) Control cable shall be 200 V grade PVC

insulated copper cable of size 1.5 mm2 or above except that the cable for current transformer circuit shall be at least 2.5 mm2

or above.vi) Ground bus shall be minimum 25 x 4 mm.vii) CTs shall be rated for 36 KA fault current.

4.6 INDICATING LAMPSAll indicating lamps shall be of low voltage with series resistance. The lenses shall be polycarbonate, oil and dust-proof unbreakable and of suitable colour. The arrangement shall permit removal of lenses and bulbs from front. All lamps shall be protected with individual fuses circuit.

4.7 METERSThe ammeters and voltmeters shall be dust proof and water tight with plastic window and of accuracy class I as per I S: 1248. They shall be flush mounted on panel. Size of the meter shall be 100 mm.

4.8 MATElectrical grade rubber mats ISI mark 12 mm thick 1000 mm wide and 4 M in length. The requirement shall be applicable for all electrical panel.

ITEM NO. 4 : [b] L. T. PANEL for Pure Water.4b.1 GENERALA LT panel shall be industrial cubicle type and floor mounted designed for following. The panel shall be dust Proof and vermin proof and fabricated from 14 SWG M.S. sheet duly painted with

Contractor No. of Corrections Executive Engineer

Page 132: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

one coat of anticorrosive paint and two coats of enamel paint. A panel comprising 415 V switch gears and control gears shall be designed for the functions as under,

ii) Reception of power iii) Distribution of power for pure water motors,

ventilation system, other auxiliary equipment and ancillary installations, lighting etc.

4b.2 COMPONENTSThe switch gears and control gears shall be as per single line diagram and as specified below.1] 200 Amp MCCB as bus coupler 35 KA

1 No.2] 200 Amp MCCB as Incomer with Shunt release relay, Earth Fault Relay & Under Voltage relay 2 Nos.3] 200 Amp Bus Bar

1 No.4] 32 Amp SFU for pumps

4 Nos.5] 20 KVAR Capacity Bank for pump

1 No.6] 63 Amp SFU for Capacitor 2 Nos.7] 32 Amp MCBfor lighting & spare 2 Nos. 8] DOL starter for pure water pumps 2 Nos 9] DOL starter for Vaccum pumps

2 Nos10] 0-500 volt Voltmeter with selector switchfor each Incomer MCCB

1 No.11] 0-100 Amp Ammeter with selector switchand CTs for each outgoing and two incoming

6 Nos.12] 200 A Earth Falt Relay

1 No. 13] 200 A Change Over Switch

1 No. 14] 32 A Change over Switch

2 Nos. for Pump & Vaccum Pump15] Indicator Lamp with fuse unit for each incomer in MCCB panel 1 No.

Contractor No. of Corrections Executive Engineer

Page 133: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

16] Danger boards 2 Nos.17] Earthing terminals 6 Nos.18] Rubber Matling 2 Sq. m.19] FASD ML4 starters for 40 HP pumps

2 Nos

ITEM NO. 5 : AUTO TRANSFORMER STARTERProviding, installing commissioning with satisfactory test and trial of floor mounted Auto Transformer Motor control panel with Air Break Contactors.The starter shall be as per ISS-3914/1969 with modification from time to time.The starter shall be push button operated, auto transformer type, sheet steel clad, dust and vermin proof and indoor type.The sheet metal enclosure shall be fabricated from 14 gauge MS sheet (size 1.25 x 0.75 x 0.45 m) with components mounted on MS plate powder painted with one coat of red oxide and two coats of synthetic enamel Grey paint.The starter shall be mounted on fabricated stand of MS angles of 50 x 50 x 6 mm having height of 0.45 meters. Stand size 0.75 x 0.45 x 0.45 m. The components and all accessories of the starter shall be as follows.A) (i) Main contactor of rating 200 Amp (AC III duty)

1 No.(ii) Auxillary contactors of rating 70 Amp (AC III

duty) 2Nos.B) ON/OFF push button with switching elements.

2Nos.C) Indicating lamps Red, Green, Yellow.

3Nos.D) Bimetallic thermal over load relay, CT operated

With single phasing function . 1Set.

E) Ammeter 96 mm dia. Square panel mounting type of Suitable range with selector switch and three nos. of Suitable CTs of reputed make.

1Set.F) ON delay and OFF delay and master pneumatic timer.

1No.

Contractor No. of Corrections Executive Engineer

Page 134: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

G) Control fuse fitting with HRC fuses of suitable capacity

2Nos.

H) Copper wound, oil cooled, Auto transformer with 50%,

65% 80% tapping with initial filling of fresh good qualityof transformer oil, connected to the panel by suitable gauge of PVC insulated copper wire.

1No.The power wiring of the above shall be done with suitable gauge of PVC insulated copper wire or copper strips, control wiring with 2.5 sq. mm. PVC insulated copper wire shall be done. The starter should be complete in all respect with power and control wiring properly clipped and well laid out. Control wiring shall be numbered with ferrule for each identification. The panel shall have cable boxes for incoming and outgoing cables. The panel shall be connected with insulated armoured aluminium cable with all the materials such as glands and lugs etc. required for cable terminations.The function of the indication lamp will be as under,

A) Green Lamp Will indicate that electric supply

is available in the panel.B) Red Lamp Will indicate that the starter

is ONAnd motor is running.

C) Yellow Lamp Will indicate that the starter is

On over load tripped.The indicating lamps will have proper name plates indicating functions e.g. ON/OFF/Overload etc.Contactors Rating Main 200 Amp,

Auxillary 80 Amp.

ITEM NO. 6 : V.H.S. MOTORSProviding, erecting, testing and commissioning of vertical hallow shaft SPDP-IP 23, squirrel cage induction motor. The motor conforming to I S: 325 working on 415 Volts, 3 phase, 50Hz AC supply and suitable for +/- 10% voltage variation with ‘B’ class insulation and robust bearing with greasing arrangement suitable to couple the VT pump and with non-reverse ratchet arrangement and synchronous speed of 1500 rpm. The

Contractor No. of Corrections Executive Engineer

Page 135: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

HP of the motor shall not be less than 50 HP. The thrust bearing shall be incorporated in the motors. The motor should have dust proof and vermin proof terminal box suitable for aluminium armoured cable entry. The motor shall have 20% power margin at duty point of pump and shall not be overloaded on entire range of performance curve of pump. ITEM NO. 6 b : ELECTRIC MOTORS (SPDP)The motors shall be operating on 415 volts, 3 phase, 50 C/S 1500 (syu) RPM on loadThe squirrel cage induction and ‘B’ Class windings motors shall be provided. Themotor shall be SPDP type.The test certificate of manufacturer should be submitted along with invoice of motor.The motor shall not be overloaded on entire head range and the motors shall have 30% margin of on duty point and motor HP shall not be less than 40 HP.The Motor shall have dirt and vermin proof terminal box suitable for PVC aluminum armoured cable entry with glands.The necessary bearings shall also be incorporated in the motor with greasing arrangement. Confirming to ISS – 325/1970 and suitable to couple the pump.

ITEM NO.7 : CABLES7.1 1.1 KV POWER CABLESPower cable used in 415 volts system shall be 1.1 KV grade 3 1/2 or 3 core as applicable aluminium conductor XLPE PVC insulated PVC sheathed galvanized flat steel armoured type conforming to IS: 1554. or IS 7098Cable shall be of sizes rated to carry full load current continuous at 0.85 PF or to withstand short circuit current of 17.5 KA for 0.1 second duration whichever is greater, but shall not be less than size specified in subsequent clause.

7.2 CABLE SCHEDULEThe cable lengths stated in the schedule are estimated quantity and shall form the base for comparison of the tender offers. However, for contract works, quantity of the cables as actually required shall be supplied at the tendered rates. And will be paid for.The size of cable stated in the schedule are the minimum acceptable size and shall form the base for comparison of tender offers. The tenderer may offer alternative sizes and quote for such size separately, the prices for which shall however not be considered for comparison and

Contractor No. of Corrections Executive Engineer

Page 136: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

evaluation of tender offer. The Engineer-in-charge reserves the right to accept or reject such alternative size/sizes.

a) 11 KV, 3 1/2 core 50 sq. mm. XLPE 20 Rmt from for incoming (Raw)

b) 11 KV, 3 core 35 sq. mm. XLPE 40 Rmt from Panel to Starter to

Pump (Raw)

c) 11 KV, 3.5 core 70 sq. mm. XLPE 20 Rmt for incoming (Pure)

d) 11 KV, 3 core 50 sq. mm. XLPE 50 Rmt from Panel to ATS Starter

to Pump ( Centrifugal Pump )

e) 11 KV, 3 core 2.5 sq. mm. XLPE For Capacitor (Raw & Pure & Pure Ware CF pump)

f) 11 KV, 3 core 2.5 sq. mm. XLPE 60 Rmt from Panel to Starter to

Pump ( Centrifugal monblock &

Vaccum Pump )

g) Control cables, cable glands lugs -as per site requirement at H.W.& WTP

h] Cable trays, trenches, ducts etc. -as per site requirement at HW & WTP

Cables shall be laid in trenches in ground, ducts while passing through wall and trays, in and outside the pump house, and in RCC duct/RCC trench. Every cable shall be neatly run vertically, horizontally or parallel to adjacent walls, beams or columns. At both end for termination, the cable shall approach from a common direction and are individually terminated in an orderly and symmetrical fashion. RCC trench shall be provided for cables in substation and RCC duct for road crossing.The cables shall be terminated in mechanical glands, which shall be suitable to provide adequate support by locking on the anchor for additional earth continuity. Suitable compression type cable lugs shall be used for cable terminations.The point of entry, exit of the cables from the building shall be sealed from outside with on approved asbestos

Contractor No. of Corrections Executive Engineer

Page 137: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

compound followed by, about 40 mm thick bituminous compound or a weak mortar, care shall be taken not to damage sheathing of cable due to hot bituminous compound while sealing.

.A metallic plastic tag bearing cable reference number indicated in cable schedule at every 4 m run or part thereof and at both end shall be provided for the sake of identification and route tracing. The schedule shall be prepared by the contractor and submitted for approval.The cable route and laying shall be such that sharp bends and links are avoided. The radius at bends for PVC insulated cables shall not be less than 15 D. Where D is overall diameter of the cable. Loops/extra length shall be provided in each cable run located suitably. The loop/extra length shall be adequate for straight through joints as and when such needs arises.

7.3 CABLE TRENCHESThe depth of the trench shall be at least 900 mm measured from finished ground level. Before laying bottom of the trench shall be cleared of broken stones loose pieces etc. and the bottom shall be finished firm and smooth contour.First 75-mm sand layer shall be placed to form bedding for cable, cable shall be gently pulled and rested on bedding to avoid any tension during back filling and subsequent settlement.After laying of cables, a further 75 mm well fine sand shall be provided to cover cables, which shall further be covered by precast, concrete tiles of adequate width to overlap the cable, by at least 50 mm on both sides. The trench then shall be back filled and finished i.e. ground level with top soil. The trenches inside, transformer substation shall be of size 0.6 x 0.6 m constructed in RCC and filled with sand. Separate trenches shall be provided for LT and HT cables.

ITEM NO.8 : SLUICE VALVES

8.1 GENERALA 250-mm dia. and 200 mm dia and 80 mm dia PN 1 rating sluice valve shall be provided in the delivery pipe of row and pure water pumps The sluice valve of cast iron body suitable rating shall be provided and shall be conform to IS 14846. The sluice valves shall be double flanged, water work pattern, inside screw, non- rising

Contractor No. of Corrections Executive Engineer

Page 138: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

spindle type and shall be fitted with double faced gunmetal taper wedge made in one piece and having two machined faced rings securely fixed into machined recesses in the wedge. The guide and the lugs shall be provided to guide the wedge through its full travel and lugs & guides shall be lined with bronze. The bronze liners provided on guides and lugs shall be secured by counter sunk screws or rivets of non-ferrous metals. The clearances (radial and axial) between the lugs & guides shall not exceed 2.5 mm.The valve positions are tentatively indicated. The valves shall be installed on pump floor.Necessary cement concrete support block for supporting the valves shall be provided as per direction of Engineer-in-charge. The valves shall be painted with two coats of best quality anticorrosive black paints after erection.

8.2 MATERIALS OF CONSTRUCTIONi) Body, bonnet covers and Grey cast iron conforming to

Wedges, stuffing box & gland grade FG 200 of IS 210ii) Spindle Steel IS 6603iii) Wedge and body rings Leaded Tin Bronze

conforming to grade 2 of

IS: 318iv) Nut and bolts As per IS: 1363v) Wedge Nut High Tensile Brass

conforming to Alloy 3of IS : 320

All fasteners shall be of stainless steel, the casting shall conform to grade FG 200 of I S: 210. Suitable hand wheel for operating of valve should be provided.

ITEM NO. 9 : NON-RETURN VALVES

Contractor No. of Corrections Executive Engineer

Page 139: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

9.1 GENERAL A 250-mm dia. and 200 mm dia and 80 mm dia PN 1 rating non-return valve shall be provided in thecommon delivery pipe of each pump. The non-return valve shall be single door type, free acting, quick opening, giving rapid non-slam closure and with low head loss characteristics when in open position. The valves shall be suitable for a normal working pressure of 10 kg/cm2

and body for 16 kg/cm2 and tested at factory. The non-return valves shall be provided with bye pass arrangement. Necessary support of cement concrete block for supporting the valves shall be provided as per direction of Engineer-in-charge, valves shall be painted with two coats of best quality anticorrosive black paints after erection. 1 No 300 mm dia PN-1 rating non-return valve shall be fitted to common delivery of pup or on R/MThe valve shall conform to IS- 53129(I)

9.2 MATERIALS OF CONSTRUCTIONi) Body cover, door & door face disc Grey cast iron conforming to

Grade FG 200 of IS : 210ii) Hinges Cast Steel IS : 1030iii) Hinge pins, door pins & door Stainless Steel IS : 6603 Suspension pinsiv) Bearing bushes, Body rings Gunmetal conforming to and door faces Grade 2 of IS : 318

All fasteners shall be of stainless steel, the casting shall conform to grade FG 200 of IS : 210.

ITEM NO. 10 : KINETIC AIR VALVES10.1 GENERALKinetic air valves of 80 mm dia. size of PN 1 rating shall be provided and installed on delivery side at head work site. Kinetic air valves of 80 mm dia. size of PN 1 rating shall be provided and installed on delivery of pure water pumps. The kinetic air valves shall be of two orifice type, the small orifice releasing air from the pipe carrying water under pressure under normal working conditions while the large orifice shall admit or release air when the pipe is being emptied or filled. The air valves shall be designed to operate satisfactorily. Each air valve shall be provided with an isolating sluice valve of same

Contractor No. of Corrections Executive Engineer

Page 140: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

size, which shall generally comply with specification given above.The valve shall conform IS 14845The isolating valves shall be provided with Cast Iron hand wheels for manual operation.

10.2 MATERIALS OF CONSTRUCTION

i) Float chamber, cowl & cover Grey cast iron conforming to

Grade FG 200 of IS 210ii) Small orifice float Seasoned timber ball covered

with soft rubber iii) Large Orifice Float Seasoned timber ball covered with hard vulcanite rubberiv) Orifice, Guides & Mechanism 12% chromium

steel conforming to IS: 1370 or Stainless Steel to BS: 970-1045-15

v) Sealing Ring Molded rubber of suitable quality

ITEM NO. 11: M.S./ C.I. PIPES & SPECIALS12.1 PIPESAll pipe work shall be fabricated from steel plates conforming to IS: 226.The fabrication of pipe shall generally conform to IS : 3589. The layout drawings for pipes, valves shall be got approved from dept. prior to erection. All the specials and pipes shall be painted with two coats of anticorrosive paint. Sizes of pipes shall be 80 - 300-mm dia. and thickness of sheet shall be 8 mm thick Only, All the pipes & specials shall be hydrostatically tested to twice the head of pump or 1.5 times the shut off head of pump. Whichever is higher.

12.2 FLANGESThe flanges for pipes and specials shall be designed to withstand 25 kgf/cm2. Matching faces of the flanges shall be properly machined. The flanges shall be drilled to IS: 1538. The flange should be of minimum 20 mm. thick.

12.3 PIPE JOINTSThe joint ring shall be of rubber of proven hardness, suitable for forming watertight joints and shall be of a flat section 3 mm thick.

Contractor No. of Corrections Executive Engineer

Page 141: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

12.4 PIPE SUPPORTSSuitable and adequate numbers of concrete saddles for pipe work and valves shall be provided. The tenderer shall also provide all steel packing plates required for erection of the plant as directed by Engineer-in-charge. Thrust blocks are not included in the scope of contract.

12.5 MODE OF MEASUREMENT AND PAYMENTThe pipes and specials provided by the contractor such as pipes, specials, flanges, dished ends and blank flanges etc are payable on kg. Rate basis for complete work. For calculating weight, for payment on rate per Kg basis, following parameters will be applicable.i. Weight of pipe and specials shall be based on

finished/fabricated component. Wastage will not be considered for payment.

ii. Thickness shall be 8 mm thickness of pipes supplied.

iii. No deduction for bolt holes in flanges will be made.iv. Nut bolts and washers will not be considered for

weight calculation.v. Specific weight of M.S. pipes and specials shall be

assumed as 7850 Kg/cu . mtr.vi. Cost of epoxy painting of M.S. pipes, specials is

deemed to have been included in rate per kg basis and shall not be considered separately for payment.

vii. No negative tolerance in thickness of pipe is acceptable. The thickness will be measured by ultrasonic gauge and same shall be measured by agency in presence of departmental Engineer at site.

viii. Cost of breaking of pump house wall for pipeline work and making and finishing, after the work is completed, is included in this item.

12.6 PAINTING :For all M.S. pipes and specials supplied by the contractor, the internal and external surface of the pipe work and specials shall be painted with one coat of epoxy primer and two coats of epoxy paint approved by the Engineer-in-charge.

ITEM NO.12 : DISMANTLING JOINT.

Contractor No. of Corrections Executive Engineer

Page 142: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

A dismantling joint of 250 mm dia size shall be provided in delivery pipeline of each pump of H.W.Site.The dismantling joint shall be placed between pump and non-return valve and shall be fabricated from M.S. plates designed to withstand 25 kgf/cm2. However, plate thickness for barrel shall not be less than 8 mm. The design of the joint shall ensure that no forces are transmitted to the pump foundation, and the flanges of dismantling joints are held rigid during normal working. For dismantling, it should be possible to slide flanges at one end by at least 20 mm to enable dismantling and refitting. General arrangement drawing shall be got approved from the Engineer-In-Charge before actual fabrication of the joint.

ITEM NO. 13 : VACUUM PUMP –Model –KV-30Providing erecting and giving satisfactory test of three phase mono block vaccum pump 2 no. each of 3 HP to work one at a time and one as stand by vacuum pump is to be used for priming main pumps by creating vacuum and will have water separtor.The vacuum pump and main will be connected through 25 mm dia GI pipe of "B" class with sufficient Nos of isolating value including specials Reducer, Enlarge Coupler etc. complete.

The Pump shall be driven by TEFC squirrel cage induction motor running at 1450 RPM 3 ph Hz/415 A.C. supply and vacuum pump will be mounted on base plate duly embedded in foundation block and shall be provided with starter main switch cables capacitors earthing etc. for each pump.The installation will be done in the engineering manner as per direction of engineer-in-charge.

ITEM NO. 14 : FOUNDATION & C. C. BLOCK

Necessary concrete block shall be provided below all sluice valves, reflux valves, butterfly valves, dismantling joints and delivery pipes etc. The size of concrete block shall be as directed by Engineer-In-Charge at the time of execution. Quantity mentioned in schedule ‘B’ is tentative. All concrete support shall be suitable and cast

Contractor No. of Corrections Executive Engineer

Page 143: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

in M-200 RCC or as directed at the time of execution. The design of RCC supports shall be got approved.

ITEM NO.15 : HAND OPERATED TRAVILLING TROLLEYSingle girder, hand operated travelling crane with 6 m lift complete with chain pulley block and travelling trolley including arrangement for longitudinal travel and cross travel with hand wheel, hand chain etc. complete shall be provided, erected and tested at raw water pump house. The crane shall be of 3 MT & 1 MT capacity and suitable for 6 m span . The cross girder shall be of size not less than 300x140mm. The assembly shall be tested for 1.5 times the capacity. The contractor shall confirm the actual span of site and then the main girder shall be provided accordingly.

ITEM NO. 16 EARTHING SYSTEMThe earthing arrangement for indoor equipment shall be designed in conformity with the IE rules 1956 and IS 3043 and Rules Regulations/Instructions of statutory authorities, as applicable for the class of work under the contract. The arrangement specifications and quantity /size stipulate there under are minimum requirements. It shall however be the responsibility of the contractor to design and provide the earthing arrangement as stated above, without any extra cost.

17.1 EARTH ELECTRODE & EARTH PITSAll earth electrodes shall be of 50-mm dia. GI pipe, 3.0 M length with a trough and cover. The electrodes shall not be situated at a distance less than 1.5 M from building fencing structure and equipment foundations. The earth pits shall confirm to the provision in IS and shall be constructed in M 150 concrete. Required quantity of salt and charcoal shall be provided. Each earth pit shall have funnel arrangement for watering. Earth pits/ electrodes shall be provided as given below.

Raw Water Pure Water1) Earthing for motor 2 22) Lighting and Fencing 1 13) LT panel and equipment 2 2Each earth electrode shall have disconnecting link to disconnect and measure resistance of earth electrode.

Contractor No. of Corrections Executive Engineer

Page 144: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

A ring bus shall be formed in the pole yard and transformer yard to which individual earth electrode shall be connected. Earth lead from equipment structure etc. shall be connected separately to the ring bus. Both ring buses shall be interconnected with two parallel earth leads at two opposite points on each ring bus. The ring bus in poly yard shall be additionally connected With two earth leads. Earth mat of GI strip shall be laid in the substation, the design of the same shall be got approved from the dept. Prior to execution.

ITEM NO.17 :VENTILATION SYSTEM & INTERNAL ELECTRIFICATION AT HEAD WORK & PURE WATER PUMP HOUSE.The job covers designing providing and installing proper ventilation system comprising combination of air supply fans and exhaust fans below corbel level. All equipment shall be capable of continuous operation in the climatic conditions. The equipment shall be in accordance with the following clauses where appropriate.

Ventilation equipment shall be of the heavy-duty industrial type suitable for continuous operation in an ambient temperature of 500 C. on 240 V. single phase or 440 V, 3 phase, 50 Hz electric supply as specified. . The items are included point and bunch wiring as per IE rule & installation work shall be done as per directives of Engineer – in – charge.

Providing and giving satisfactory internal electrification by using necessary gauge of PVC copper wire and cable I.E. rules as directed by Engineer –in- charge.

Head Work Pure W.Pump

House.A] Point wiring with one plug point. 5 +1 7 +1B] Box type tube fitting. 02 4C] Bulk head fitting 01 01D] 125 wat HPSV Lamp with necessary 02

02fitting with bulb and necessary walls bracket.E] Power Point. 01 01F] Exhaust fan 375 mm, 900 RPM

The Layout of the internal electrification of the H.W.at T.P. Pump House shall be got approved from the Engineer- in-Charge.

Contractor No. of Corrections Executive Engineer

Page 145: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

WIRING Point wiring with 2-1-5 sqmm PVC Copper installed and PVC conduct with continuous G.I. Earth wire of S.W.G. complete with shock proof accessories erected on Formica topped. T.W. block. The and all necessary e.g.bends tees, shall be provided.

ITEM NO. 18TOOLS AND INSTRUMENTATIONS Tools and instrumentation as under shall be supplied.

RawPure 1. Double ended open jaws spanners 1 Set

1 Set6mm to 32mm set of 12 pieces.

2. Ring spanner set 1 Set1 set

6mm to 32mm set of 12 pieces3. Tubular box spanner set 10 pieces 1 Set

1 set4. Hexa frame with 2 nos. blade 1

No 1 No5. Insulated combination pliers 150mm 1

No 1 No6. Ball Pin hammer 800gm capacity with handle

1 No 1 No7. Screw driver of size 8x200-mm 1

No 1 No8. Screw driver of size 6x150-mm 1

No 1 No9. Screw driver of size 3.5x200mm 1 No

1 No10. Screw driver of size 6x300 mm 1

No 1 No11. Hydraulic grease gun push type --

--12. Allen key set --

--13. Rubber hand gloves pair (22KV)

1Pair 1 Pair14. Diagonal cutting pliers 1

No 1No15. Pipe wrench 450 mm 1 No

1 No16. Adjustable pipe wrench 300 mm --

1No

Contractor No. of Corrections Executive Engineer

Page 146: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

17. Hand operated crimping tool ----

18. Digital type Insulation Tester --1 No

19. Digital type Earth Tester ----

20. Digital type Tong Tester 0-1000 A --1 No

ITEM NO. 19 : FIRE FIGHTING EQUIPMENTS & FIRST AID26.1 FIRE EXTINGUISHER1 No. fire extinguisher shall be supplied, fire extinguisher shall be of light alloy CO2 type of not less than 5 Kgs capacity, fitted with squeeze grip, valve, swivel horn. Extinguisher shall have effective jet strength of at least 2 meter, be suitable for operation in ambient temperature of 500C. And subject to test pressure of not less than 8.7 kg/cm2 and complete with wall mounted bracket.1 Nos. fire extinguisher shall be supplied suitable for dealing with electric fire to electric cables, panel etc. They shall be fixed in position designated by the Engineer together with the board given operating instructions. All operating instruction shall be of large characters in English./ Marathi.4 Nos. of sand filled, red colored round bottom GI buckets with suitable fabricated stand shall be supplied and placed as directed by the Engineer-in-charge.

20.2 FIRST AID

They shall be fixed in position designated by Engineer together with a board giving advice on first aid treatment and instruction chart for treating electric shock affected persons with illustration.Medical instruction shall be large characters in English.

ITEM NO. 20 : TEST AND TRIAL TEST AND TRIALThe contractor shall arrange with all tool and equipment’s for a satisfactory field testing for a period of continuous, running for one month for each pump sets and equipments. Running trial for 200 hour for each pump set shall be arranged at the convienece of M.J.P. availability of water and electricity and the requirement of the village. In this trial run period, if any abnormality is observed the same shall be rectified by the contractor.

Contractor No. of Corrections Executive Engineer

Page 147: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The contractor shall be responsible for the satisfactory performence of the equipment’s supplied and installed by him for a period of 12 months from the date of satisfactory test, trial and performance. Any failure or defects noted during or after performance test shall be attended by contractor within 15 days notice period, failing which the M.J.P. shall have right to carry out the rectification at the cost and risk of the contractor. The discharge test shall be given by the contractor after commissioning of the pumpsets for which no extra payment will be made. The necessary equipments for testing shall be made available by the contractor. The test shall carried out in the presence of Junior Engineer (M), Deputy Engineer (M) and test report duly signed by the Deputy Engineer (M) and the contractor shall be furnished to M.J.P.The contractor shall furnish Electrical installation completion cum test report in MSEB prescribed form for getting electrical connection.

Contractor No. of Corrections Executive Engineer

Page 148: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ACCEPTABLE MAKES

Acceptable makes shall be as stated below :-

1) V.T.Pumps : Kirloskar, Jyoti, Mather & Platt,

Worthington, , FBM.

2) Sluice Valve of 600 mm : Kirloskar, IVI, IVC, , to 200 mm Gavane Patil, Durga, Mayur KVMC

3) Sluice Valve of 50 mm : All above to 200 mm

4) Reflux Valve of 600 mm: Kirloskar, IVI, IVC, to 200 mm Gavane Patil, Durga, Mayur. 5) Reflux Valve of 50 mm : All above

to 200 mm

6) Kinetic Air Valve : IVI, IVC, , Mayur, Durga.

7) Butterfly Valve : IVC, IVI, KAMALA, DURGA.

8) Dismantling Joint : Reputed make subject to prior approval.

9) EOT/HOT Crane : Herculas, W.H. Brady, Anant

10) Lightening Arrestors : Elpro only

11) DOL Starter : L & T, Siemens, SEIL, MEIKirloskar, Ashok India, Telemechanique.

12) FASD Starte : L & T, Siemens, SEIL, Kirloskar, Telemechanique.Bharatiya Inds. Ltd.

13) Auto Transformer Starter : Locally fabricated as per MJP’s specification.

Contractor No. of Corrections Executive Engineer

Page 149: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

14) Power contactors for assembled ATS : SEIL,L & T, Siemens,

Bhartiya Cutlar hammer,

Kilburn, control & Switchgear

Andrew yale.

15) L.T. Capacitors : Madhav, Subhodhan,EPCOS,

SEWA16) Over current/Earth fault Relay : Alstom, ABB, BCH17) Switch Fuse Unit : L & T, Crompton, Control & Swich

Gear.18) Change Over Switch : Havell’s, Control & Swich gear.19) HRC Fuses : L&T, Alstom, Standard, Siemens,

Control & Switch gear. 20) Voltmeter/Ammeter : AE, DIP, IMP, MECO, RISHABH.

ENIRCON, Nippen21) VHS Motors : Kirloskar, Jyoti.

22) Horizontal Motors : Kirloskar, Jyoti, Crompton, Astom,

Hindustan NGEF, Siemens, BHEL23) 1.1 kV armoured Cable : Tropodur, Finolex, Asian, Gloster,

Incab, Universal, Polycab, Vishal,

Plaza, Primecab, Vardhaman, KEI (Delhi)

2411 kV XLPE cable : Tropodur, Asian, Gloster, Universal

Plaza, Bharat.

25Light fittings and Lamps : Bajaj, Philips, Glolite, Genelec,

Wipro.26Ventilation Equipments : Crompton, GEC, Almonard or other

Contractor No. of Corrections Executive Engineer

Page 150: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Reputed make subject to prior approval.27Tools : Gedore, Jhalani, Taparia.

28Pressure/Vacuum Gauge : Feibig, Uday, H-Guru.

29Multimeter/Meggar/ : Nippen Tongtester

INSPECTION AND TESTING

All equipments, irrespective whether specified or not shall be tested at manufacturer’s works and laboratory and test certificates for all equipments shall be furnished. Tests shall be witnessed by the Engineer as and where specified.Cost for all such tests including all incidental expenses shall be born by the contractor and cost for all such tests shall be deemed to have been included in the tendered rates. However, where the tests are to be carried out in presence of the Dept. Engineer, tour expenses of the department Engineer shall be born by the department. However, the equipments shall have to be tested for requirements as specified and field test results shall be the deciding factor, whenever specified. If same test for same equipment is repeated the tour expenses and fees will be at contractor’s account.

IT-1 FACTORY TEST & SITE TESTThe contractor shall organize inspection and testing at manufacturer’s works (Factory test) as specified in specifications and relevant I.S. The tests shall be

Contractor No. of Corrections Executive Engineer

Page 151: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

witnessed jointly by the Engineer or his authorised dept. Representative and an Engineer from third party inspection authority approved by the Maharashtra Jeevan Pradhikaran for the electrical and mechanical equipments and assembly stated below. Site tests shall be witnessed by two Executive Engineers.

IT-1-A . FACTORY TEST (Third Party Inspection Authority)

1. Raw water pump and base plate.2. H.O.T. Crane.3. Air Circuit Breaker and L.T. Panel.4. Auto Transformer Starter Panel.5. V.H.S. Motor.6. Transformer.

IT-1-B. SITE TESTS (Dept. Representative)1. Performance Test of pump.2. Control circuit checks of all electrical

equipments3. Relay Operation.4. Commission Test.5. Vibration level to pump and motor set.

IT-2 Performance test of pump will be carried at site after completion of

work in all respects and satisfactory running of 10 weeks

in the presence of Engineer-In-Charge.

IT-3 Site test at serial nos. 2 to 5 be carried out before commencement of

commission period.

IT-4 FEES PAYABLE TO THIRD PARTY INSPECTION AUTHORITY

All fees payable to inspecting authority for inspection and testing (Factory and site test) shall be borne by the contractor.Date for such inspection will be fixed by the contractor in consultation with Engineer-In-Charge.

The third party inspection does not relieve the contractor of his liability for satisfactory performance of equipments and in such case the defective equipment shall have to be replaced by the contractor without any extra cost.

Contractor No. of Corrections Executive Engineer

Page 152: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

IT-5 PUMPThe pump shall be subjected to factory test in presence of the Engineer-in-charge or his representative and Third Party Inspection Authority. The contractor shall arrange all required test equipments duly calibrated.

IT-5.1 FACTORY TEST:-IT-5.1(A) HYDROSTATIC

The pump shall be tested at hydrostatic pressure equal to twice duty head or 1.5 times shut off head of pump whichever is higher, as per I.S.

IT-5.1(B) PERFORMANCE TESTThe test shall generally be carried out at full speed onlyas per IS. Code of acceptance test for pump class C. The test shall also include sustained operation test for 2 Hours by simulating maximum suction lift encountered at site.

IT-5.1(C) STRIP INSPECTIONOne pumpset after completion of its performance test and as selected by the Engineer-in-charge at random will be offered for strip inspection and dimensional checking. The manufacturer/contractor shall produce all required dimensional drawings for strip inspection. Minimum points as under shall be checked.

i. Condition of all components particularly bushes, bearings and wearing ring to examine under rubbing, wear etc.

ii. Dynamic balancing ofa) Impellersb) Flexible coupling.

iii. Clearing and tolerance betweena) Wearing rings.b) Impeller shaft and bush bearings.c) Impeller shaft and key.d) Shaft and flexible couplings.e) Key and key-way on shaft.

iv. Finish of water passages in impeller and casing.

IT-5.2 FIELD PERFORMANCE TESTField test shall be final test on which final acceptance will be decided. The field test shall be witnessed by the Engineer of MJP not below the rank of Executive Engineer. The test shall be carried out as per IS code of

Contractor No. of Corrections Executive Engineer

Page 153: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

acceptance test of Pump class C in general and as stated below in particular.

IT-6 SCOPE OF THIRD PARTY INSPECTION

Sr. No.

Equipments Scope of Inspection

1. Vertical Turbine pump

i) Review of raw materials test certificate and quality control procedure.ii) Hydrostatic test on bowl assembly, discharge head, hydrostatic test on 20% quantity of column pipes. iii) Performance test.iv) Strip inspection after performance test for one random pump to check. Rubbing if any, Wearing ring

clearances, Dynamic balancing

of impellers.2. VHS motors i) Review of raw

material test certificates and quality control procedure.ii) Routine test for all.

3. Auto Transformer Starter Panel

i) Review of raw material test certificates and quality control procedure.ii) High Voltage test.iii) Insulation Resistance test.iv) Dielectric strength of oil.v) Fault simulation for testing protection relays except short circuit and earth fault.

Contractor No. of Corrections Executive Engineer

Page 154: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

4. ACB and L.T. Panel i) Review of raw material test certificates and quality control procedure.ii) High Voltage test.iii) Insulation Resistance test.iv) Routine test.v) Checking phase and earth clearance of bus-bars.vi) Checking wiring diagram and control circuit and operation of panel.vii) Fault simulation for testing protection relays except short circuit & earth fault.

5. Transformer i) Review of raw material test certificates and quality control procedure.ii) Routine test for alliii)Temparature rise test for one transformer iv) Type test excluding impulse test for random one transformerv) Type test including impulse test for one transformer.

6. L.T.Cable i) Review of raw material test certificates and quality control procedure.ii) Routine test for alliii) Overload testiv) High Voltage testv) Insulation Resistance test.

7. E. O. T. / H.O.T. Crane

i) Review of raw material test certificates and quality control procedure.ii) Operation test.

Contractor No. of Corrections Executive Engineer

Page 155: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

iii) Deflection test.iv) Load test.

8. Butterfly Valve i) Review of raw material test certificates and quality control procedure.ii) Body & seat test.iii) Test with operation of Actuator and reduction gear box fully assembled with valve opening & closing with syncronizing.

9. Valve Actuator i) Review of raw material test certificates and quality control procedure.ii) High Voltage test.iii) Insulation Resistance test.iv) Routine & Operation test. v) Checking wiring diagram and circuit.vi) Operation test with limit switches.

10. Capacitor i) Review of raw material test certificates and quality control procedure.ii) Routine test.iii) High Voltage test.iv) Insulation Resistance test.

Contractor No. of Corrections Executive Engineer

Page 156: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

TECHNICAL PARTICULARSTABLE – 1

RAW WATER PUMPS

Sr. No

Details Raw Water Pumps

Units

Contractor No. of Corrections Executive Engineer

Page 157: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

12345678910

11121314

151617

Pump typeManufacture and his type design Standard to which manufacturedDesign capacityDesign headNo. of stagesSpeedType of ImpellerDia. of ImpellerWhether wearing rings on both bowl and impellerDelivery branch sizeType of pump shaft bearingBearing lubrication arrangementWhether pump is suitable for starting against a closed sluice valveInertia of pump rotating part (WR2)Weight of pumpType of flexible coupling

LPSM

RPM

MM

MMxMM

Yes/No

Kg.m.Kg.m.

OBLIGATORY CONDITIONS FOR QUARTERS

Contractor No. of Corrections Executive Engineer

Page 158: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

1. Strata B.C. Soil (B/C 5.0-5.0 T/Sqm)

2. Construction –foundation RCC Frame structure foundation Depth not less than 1.50 m

3. P.C.C. 1:3:6 Below flooring – 15 cm thick.

4. P.C.C. 1:4:8 Below flooring – 10 cm thick

5. Brick Masonry 2nd class B.B. Masonry in C.M. 1:6 Head room 3.0 m

6. RCC Columns footings, beams slabs, chajjas, lines

(M-150) finished surface in CM 1:3

7. Cement Plaster 12 mm thick in CM 1:4

From outside

8. Cement Plaster 13 mm thick in CM 1:4

From inside

9. Reinforcement M.S./T Bars10. Doors Steel doors with

ventilators fully paneled size Nos and placing as per drawing.

11. Ventilators Steel ventilators, fully glazed as per drawing.

12. Flooring Marble mosaic tiles flooring all rooms and verandah.

13. Distemper (Oil bound) white wash

From inside – 2 coatsCeiling – 3 coats.

14. Snow –cem paint From outside, colour as directed by Engineer-in-charge.

15. Septic Tank Designed for 15 souls in R.C.C. (M-150) with necessary soak pit and trenches etc.

16. BB Masonary Chamber Size 0.60 x 0.45 with CI M/H frame and cover 3 Nos.

17. S.W. Pipe line 100 mm dia as per drawing

18. Nahini Trap As per requirements of Bath and W.C.

19. AC pan with foot rest 2 set as per 28” size and as directed by Engineer-in-charge.

20 Water supply arrangement to

Contractor No. of Corrections Executive Engineer

Page 159: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

both quarters21 GI medium class ¾” and ½” As per drawings and as

requirement as directed.22. Wheel valves ¾” and ½” As per drawings and as

requirement as directed.23. Flush cock heavy duty ¾” 2 Nos24 Steel taps As per requirements.

25. Any allied required for Water Supply and drainage arrangement and including making water connection to the main line sewer line septic tank including cost of all material and labour.

26. Electrification to bath quarters. Points with wiring mounted and as per drawings PVC insulated wire 11 KV grade in rigid PVC conduit pipe 20 mm dia 8 mm thick etc complete.

38 Nos.

i) Mercury vapour lamps 2No.ii) Tube lights 16 Nosiii) Bulbs 8 Nos.iv) Ceilling Fans 48” 4 Nos each for one

quarter.

Contractor No. of Corrections Executive Engineer

Page 160: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ANNEXURE – I

DETAILS OF RESPECTIVE ISS AND APPROVED FORMATERIAL TO BE USED FOR EXECUTION OF WATER SUPPLY

SCHEME

LATEST VERSION OF ISS SHALL BE REFERREDSr.No.

Material ISS No. Approved Make

1 2 3 41 Cement 26 (a) Approved

manufacturers2 Tor Steel 1786 (Fe 415) Approved

manufacturers3 MS Round Bar 432 (Part-I & II

/1982)Approved manufacturers

4 CI Pipes 1536/1989 Firms on Rate Contract of D.G.S. & D

5 DI pipes and CID joints

8794/1978 S.S.I. Units registered with Government of Maharashtra and holding valid BIS licence.

6 GI pipes For pipes 554/1975For thread 239/1990

Manufacturer holding valid BIS licence.

7 PVC pipes and PVC specials

IS 4985/1988 SSI units registered with Govt. of Maharashtra and holding valid BIS licence

8 Sluice valves 780/1984 Makes approved by MJP

Contractor No. of Corrections Executive Engineer

Page 161: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

50 to 300 mm diaAbove 300 mm dia.

2906/1984GNK Catalogue

Makes approved by MJP

9 Air valves Firms approved by MJP under letter No. MW/SSB/1091/33/ Store/5284/ dated 17/7/92

As per approved by MJP

10 CI specials for CI pipes

1538/1960 Manufacturers approved by MJP

DI specials 5531/1969 Manufacturers approved by MJP

11 Tyton rubber rings

5382-198512820-1989

Approved manufacturers

12 Reflux valves IS – 5312(Part-I) 1984

Approved manufacturers

13 Jiffy Mech. Joints 13282/1992 Manufacturers approved by MJP

NOTES :- 1. In case of cement and steel, Contractor shall submit

manufacturer’s test certificate. However samples of the materials supplied by the contractor will be tested by the MJP for Govt. Engineering College/Recognised Institutes.

2. Pipes, Valves, Special etc shall be tested by CEI LTD, SGS or RITES before dispatches from Manufacturer’s places at Contractor’s cost.

ANNEXURE – II

REFERCNE OF TECHNICAL SPECIFICATIONS

Sr.No.

Short Description of Tender Item

Specifications reference from book of Standard Specification of Govt. of Maharashtra (Red

Book)1 2 31 Excavation in all sorts of

materialSp. No. B-1 Page No. 24 to 28 Spn IDS-1

2 Plain Cement Concrete Sp. No. B-6 Page No. 33 to 38 of Volume-Iand Bd-EP No. 287 to 291 of

Contractor No. of Corrections Executive Engineer

Page 162: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Volume-II Spn. GS-I to GS-II3 Masonry work (Stone

masonry)Sp. No. B-9 Page No. 55 to 60 of Volume-Iand BH and page of Volume-II Spn. GS-12

4 Murum Bedding Sp. No. Bd A.P No. 262 to 265 of Volume-VI IDS-6, GS-22

5 M.S. Reinforcement Grade – II or Tor Steel (Fe 415)

Stresses as per IS-456-1976and SP. No. B-10, Spn GS-3

6 CC 1:2:4 proportion of 1:1 ½ :3 Proportion for RCC work

Page No. 62 to 65 of Vol I, IS3370 Part-I and Part-II Sp.No.Bd-F-P No. 297 to 309 and ISA456-1976 Spn. GS-I to GS-II

7 B.B. masonry work Sp.No.88(b) Page No. 42 Volume-I Spn. GS-13

8 Dewatering Sp. No. BR-4 Page No. 103 to 104

9 Cement plasters Sp. No. B-11 Page No. 60 to 66, Spn. GS-15

10 Whitewash and colour washing Sp. No. BD-P-1, Page No. 411

to 412 Spn. GS-18.

11 Oil Bound Distemper etc Sp. No. BD-P-ii, P.S.P. No. 431, 414 Spn. GS-18.

12 T.W. Doors and Windows As per Sp. No.B and C 7 Page No. 418 andSpn. Bd 1-4 Page No. 479 Spn. GS-14

13 Structural Steel Sp. No. Bd-C-6, Page No. 277 Spn. GS-21

14 Rough Shahabad Stone Flooring

Sp. No. Bd-M-1, Page No. 379 Spn. GS-16

15 Lowering, Laying and Jointing of all types of pipes

As per Departmental Specifications.IDS-7, IDS-8, IDS-9

Erecting flanged pipes etc Spn. IDS- 1216 Road Surface Boxes As per type Design and

Departmental Specification Spn. IDS –16

17 B.B. masonry Chamber As per type Design and Departmental Specification Spn. IDS –11

18 Fixing of valves, Air As per type Design and

Contractor No. of Corrections Executive Engineer

Page 163: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

valves etc. Departmental Specification Spn. IDS –10

Contractor No. of Corrections Executive Engineer

Page 164: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

19 Constructing Standpost As per type Design and Departmental Specification Spn. IDS –13

20 Refilling As directed by the Engineer-in-charge Spn. IDS-2A

21 Storage Reservoirs Spn. IDS-1722 Fixing of Inlet, Outlet,

Overflow and WashoutAs per Departmental Drawing and Design and Specification

23 Lightening Conductor As per ISS and IS rules Spn. IDS-17

24 M.S. ladder. Sp.No. Bd-V-19, Page No. 559 Spn. GS-19, IDS-3

25 G.I. pipe Hand Railing With RCC post

Sp.No. BR-51(a), Page No. 136 and 139Spn. GS-20.

26 Providing, lowering, laying slotted pipe gallery

Spn. IDS - 2

27 Providing and fixing weep holes

Spn. IDS – 4

28 Dapuri type steps Spn. IDS – 529 Providing and fixing CI

MH frame and coverSpn. IDS – 15

30 Plastering Spn. GS – 1531 IPS Flooring Spn. GS – 1632 Rubble filling Spn. GS – 2333 Maintaining of Scheme Spn. GS – 24

NOTE :- Specifications mentioned above are for reference only. Other relevant specifications shall be referred.

Contractor No. of Corrections Executive Engineer

Page 165: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Korpana Dist. : Chandrapur

APPENDIX – A

SPECIFICATIONS FOR CIVIL WORKS

GES-I GENERAL :-

The following specifications shall be applicable to all the Civil Engineering Works under this contract. Items, which are covered under the following description, shall be carried out as per relevant specifications in ISS or Book of standard specifications latest edition (Government of Maharashtra Publication) and as mentioned in the proceeding pages.

GES-II MATERIAL :-

i] All the materials shall be of best and standard type as laid down in P.W.D. Hand Books Volume-I and II, Red book of B&C Department, I.S. specification and shall have to be approved by the Engineer-in-charge.

ii] LABOUR :-

Contractor No. of Corrections Executive Engineer

Page 166: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All skilled and unskilled labours, supervisors, site Engineer etc shall be provided as directed by Engineer-in-charge.

GES-III GENERAL REQUIREMENT :-

i] Excavation for Well Work, Foundation Pipe Trenches Etc :

As per standard specification book and P.W.D. hand book Volume I and II (Latest edition Ref-Bd-A-1 to A-10 Page No. 243 to 244 BR-3, Page No. 96-97)

ii] DEWATERING :As per standard specification book and P.W.D. hand book Volume I and II (Latest edition ) Ref-Bd-A-9 Page No. 245-246, BR-4 Page No. 97-98.

iii] R.C.C. COURSE :All structures shall be provided with a 15 cm thick leveling course of P.C.C.M – 100 proceeding the floor slabs or foundation slabs. This course shall have an offset of 15 cms on all sides and it shall rest on strata of appropriate bearing capacity as per design.

iv] REFILLING OF EXTENDED STUFF :Sides of the structures below G.L. shall be refilled, wherever, necessary with selected murum from the excavated stuff duly watered and rammed in 15 cms layers.

v] PLINTH FILING :The plinths shall be filled up with hard murum in 15 cm layers duly watered and rammed properly.

vi] SUPER STRUCUTURE :The walls shall be in 2nd class T.M. Brick Masonry in C.M. 1:6 in a framed structure, unless otherwise

Contractor No. of Corrections Executive Engineer

Page 167: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

specifically mentioned panel walls shall be 23 cm thick while partition walls shall be 12 cm thick.

vii] PLASTER :All the internal faces of structures shall be provided with 20 mm thick cement plaster in C.M. 1:4 with niroo finish while external surface shall be without niroo finish in C.M. 1:4 and thickness as 12 mm. All water retaining faces excluding intake well and thick well shall however be in cement plaster in C.M. 1:3 thickness 20 mm with water proofing compound.

viii] FLOORING :All the floors of building except chemical

stores, chlorine room and water pump house shall be provided with 25 cm thick mosaic tiles flooring of approved quality and shade. Risers and treads of all R.C.C. staircases shall also be provided with mosaid chequered tiles.

Tiles shall rest on 12 cm. Thick P.C.C. in M-100 grade from ground floor. At upper floors, it may directly rest on R.C.C. slabs, skirting of mosaic tiles of one tile height for all inside faces of walls of the buildings except Alum store and chlorine room shall be provided.

The flooring for chemical store and chlorine room shall be of 40 mm thick Shahabad Stone of good quality free of flakes, laid on 10 cm thick P.C.C. M-100, bedding. The flooring for raw water pump house shall be 40 mm thick I.P.S.

ix] DOORS AND WINDOWS :All building under the treatment plant shall be

provided with adequate nos. of doors, windows and ventilators as under :-

a) The total shutter area of all external doors, windows, ventilators shall not be less than 20%

Contractor No. of Corrections Executive Engineer

Page 168: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

of the carpet area of the structure. All external doors shall be provided with C.C. ramps/steps for access inside or exit outside the building.

b) All the external doors, windows, ventilators including the central main door of the filter house shall be of alluminium and as per I.S. specification, External doors shall have a fanlight of 45 cm height width of any door shall not be less than 1.2 meters.

c) The doors shall be half panelled and half glazed. Windows and ventilators shall be fully glazed. The glass fitted shall not weight less than 3305 grams/sqm, and shall confirm to IS 1761 (latest edition and specification Bd-5 Page No. 447)

d) All fastenings and fixtures shall be strong and of heavy oxidised brass. Proper locking arrangements shall be provided for each unit.

e) All the exterior doors, windows, ventilators shall be provided with 75 cm wide R.C.C. Chajja in a box type or any other suitable architectural form.

f) All window stills shall consist of approved polished mosaic tiles.

g) The central main external door of the filter house shall be provided suitably as would prove to be a decorative feature. This door shall have a beautiful R.C.C. canopy. The size of the door shall be 1.80 m x 2.80 m (clear opening).

x] COLOUR SNOWCEM PAINTING AND DISTEMPERING :

a) All internal plastered and finished faces of all the walls, columns etc shall be given 3 coats of oil bound distemper of approved quality and shade.

b) All external plastered and finished faces of walls, in R.C.C masonry, column etc shall be given 3 coats of Sintex mat paint of approved

Contractor No. of Corrections Executive Engineer

Page 169: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

quality and shade. The finish of exterior faces shall give aesthetic appearance to the building.

c) The colour shade shall be got approved from the Enginee-in-charge.

GES-IV PLAIN AND REINFORCED CEMENT CONCRETE :-A] R.C.C Works :I] Not in contact with water :

As per IS 456-1978 with cement concrete in M-150 (1:2:4) with 12 mm to 20 mm gauge metal. However in case of R.C.C. E.S.Rs entire structure shall be constructed in M-200 grade concrete.

Ii] R.C.C. Worm In Contact With Water And / Or All Water

Retaining Structures :- As per I.S.S. 3370 Part-I and II and Part IV with C.C. in M-200 (1:1 1./2:3) with 12 mm to 20 mm size metal with water face side of the structure finished with 20 mm thick cement plaster in C.M. 1:3 mixed with water proofing compound.

B] MASS CONCRETE WORK :

I] FOR CONCRETE BELOW LOAD BEARING MEMBER WITH PLINTH AND FOR MAT OR LEVELING CONCRETE :-C:C 1:3:6 (M-100) with 25 mm to 37 mm gauge metal.

C] FOR BUILDING LOADING STANDARD :-I.S.S. 875-1964 (Revised )

D] R.C.C. ROOF :Suitable to exposed face of the roof,

water proofing compound of standard quality

Contractor No. of Corrections Executive Engineer

Page 170: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

and as per standard practices shall be administered.

The following specification in respect of R.C.C. and R.C.C. shall be made applicable.

MATERIALS :

A] CEMENT :Cement shall be brought by the contractor. The quantity of cement to be used shall be as per standard proportions for various mixtures as per specifications.

B] SAND :This will consist of clean, hard, strong, durable uncoated and well grade particles. The source of sand will be approved by the Executive Engineer and in no case clay, silt admixtures will exceed 3% by weight or volume. It shall be washed and screened if found necessary to remove excess admixtures and coarse and fine particles found in excess, screening and washing shall be done to render sand confirm to specifications if otherwise it is good. A sand shall pass through a screen with 3/16” mesh.

C] COARSE AGGREGATE :All aggregate shall confirm to either I.S. 383-1963 or I.S. 515-1969 and should be as specified in I.S. 456-1978 vide clause 4.2 gauge and metal to be used shall be decided according to type of work by the Engineer-in-charge. It is advisable to uses black basalt metal from approved qarry.

D] STORAGE OF MATERILS :Sand and coarse aggregate shall be properly and separately stored on site on hard ground so as to keep them safe from admixture of

Contractor No. of Corrections Executive Engineer

Page 171: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

foreign materials such as clay, grass etc It shall be as per I.S. 456-1978.

E] REINFORCEMENT :The steel shall be HYSD bars conforming to I.S. 1786 of 1985 for round bars of 6 mm dia. I.S. 226 (latest edition) shall be applicable. In addition, provision of adequate anchorage length and cover in compliance with I.S. 2502-1963 and in confirmation to the approved design. Binding wire shall be provided for and used by the contractor at his cost.

F] FORM WORK :Steel centering will be preferable. If wooden formwork is used it shall consist of planks of not less than 40 mm thickness and strong props etc . This shall be provided as per I.S. 456-1978. The timer for forms shall be best hard wood and got approved by the Engineer-in-charge. The item is covered in the rate either for plain or R.C.C. items.

G] SEPARATORS :For bottom cover of beams, slabs etc Separators of precast cement mortar blocks of suitable size with wire embedded as directed will be used and tied to the reinforcement by wires. Between layers of reinforcement separators consisting of pieces of bars or suitable diameter shall be used. In each case the required cover to the bars will be ensured as per I.S. 456-1978.

H] WATER :The water used shall be as per I.S. 456-1978. Not more than 20 liters of water will be used for batch on one bag of cement . Approved measures for water will be provided by the contractor. The amount of water to be used will be decided by the work ability

Contractor No. of Corrections Executive Engineer

Page 172: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

and strength consideration which will be assured by the contractor.

I] CONCRETE MIXING :The concrete shall be only machine mixed. Mixing shall be continued for atleast 2 minutes after all materials and water are placed in the drum. The drum shall revolve for 14 to 18 revolutions per minute or as specified by the maker. The capacity of the mixer will be such that a whole bag of cement is used in each batch. As a result of break-down of machine, if hand mixing has to be resorted to, only such quantity of further work as is absolutely essential in the opinion of Engineer-in-charge will be carried out. Hand mixing shall be done on a water-tight platform of sufficient large size. The required quantity of sand and cement shall be mixed dry together by turning the mixture atleast 3 times when the mixture is of uniform colour, this will than be spread over specific quantity of coarse aggregate and mixture again turned over atleast 3 times. The specific quantity of water will then be added slowly through a hose attached to the watering can, while the process of turning the mixture is being carried. The mixing shall be continued until the whole batch is of uniform consistency. For hand mixing the quantity of cement will be 10% extra.

J] PLACING :The form will be first just moistered before placing concrete. The concrete shall be placed in position within 20 minutes after adding water to the concrete. It shall be slowly deposited in its place in uniform layers. It should generally comply with I.S. 456-1978.

K] TAMPING :

Contractor No. of Corrections Executive Engineer

Page 173: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

While the concrete is being placed in position it shall be vigorously rolled and tamped by bars of appropriate size and shape and by other means to assure dense and complete filling of the forms all round and in between the reinforcement.

The efficiency of tamping and consolidation will be judged by complete absence of air pockets and honey combing after removal of forms and any deficiency in this respect will entail pulling down & redoing of the affected work at the cost of the contractor.

For work of any magnitude or importance, mechanical vibrators of both immersion and surface type will be used as a rue and no work without them will be permitted. When concrete is so vibrated the water cement ratio will be the least practicable.

L] CURING :All R.C.C. work will be watered and kept

constantly wet for at least 20 days after casting, by means of wet gunny bags and ponding as directed by the Engineer-in-charge. This operation shall start immediately after initial set of concrete.

M] REMOVAL OF FORMS :Removal of forms will be generally as below subject to the prior approval of the Engineer-in-charge in wirting.

A] Walls, columns and vertical side of beam

: 24 to 48 hours as may be decided by Engineer-in-

Contractor No. of Corrections Executive Engineer

Page 174: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

charge.

Sides of beam : Three days.

Vertical walls : Six days

Bottom of slab : Eight days

Bottom of Dome : Ten days

Bottom of beam upto 5 M span

: Fourteen days

Bottom of beam above 5 M span

: Twentyone days

N] INSPECTIONS :

The work at each stage of operation i.e. completion of form form work, completion of assembly and placing reinforcement, concereting, removal of forms, must be got inspected by the Engineer-in-charge or Sub-Divisional-Officer incharge of the work before commencing succeeding operation in the process of R.C.C. work. Concreting of of R.C.C. members will be commenced without the written approval of the Engineer-in-charge or the Sub-Divisional-Officer in charge of the work who will record the necessary certificate to the effect in the work order book. The concreting of R.C.C. from start to finish, will be done in the presence of the Engineer-in-charge at site and for important works by the Sub-Divisional-Officer.

O] FINISH :

Contractor No. of Corrections Executive Engineer

Page 175: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All R.C.C. work will be finished as provided in the items concerned. Surface not in contact with form work and not subjected to and further finish, will be finished smooth by a float of present a uniform appearance. Surface to receive plaster or rendering will immediately on removal of forms be roughened by extensive backing for bond by a pointed tamping tool. In all case where it will be specified or not, the finish will be such as to match with rest of the structure and present a harmonious appearance to be decided by the Engineer-in-charge. All such finishing will stand included in the rate for concrete but will not be measured.

P] TESTING :

A] CUBES :On any day when concreting of M-150

and richer mix is done for 4 hours of 11 cums and more 3 concrete cubes of 15 cms will be filled per day, equally spread over the period of concrete. As a rule one cube of the three will be kept as reserved to be tested immediately after 28 day in case one of the cube tested at 7 and 28 days show unsatisfactory results. The filling and curing and testing of cubes will be at the cost of the contractor.

B] TESTING OF MATERIALS :

The contractor shall test the materials, required for R.C.C work at his own cost and submit the results to the department for according necessary approval for the same.

C] The minimum compressive straight of 15 cm filled concrete cube shall be as under.

Contractor No. of Corrections Executive Engineer

Page 176: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Max – Compressive strength of 15 cm cubes at 28 days after

mixing conducted in accordance with I.S. 516-1959.

Work Test :

M- 100 100 Kg/Cm2

M- 150 150 Kg/Cm2

M- 200 200 Kg/Cm2

M- 250 250 Kg/Cm2

NOTE :- Not more than 10% of the cubes tested for one particular Job shall below the above strength requirement by more than 10% and the average strength of all cubes tested shall be not less than the above figures. Failure in this regards shall be dealt with on merit of each case.

Contractor No. of Corrections Executive Engineer

Page 177: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Gadchandur Dist. : Chandrapur

ANNEXURE – B

SPECIFICATIONS FOR MECHANICAL WORKS

MES-I PIPE AND SPECIALS :-

All pipes and specials except for sludge drainage arrangement shall be of C.I. ‘LA’ class upto 750 mm diameter pipes shall be of M.S. plate 10 mm thickness for diameters above 750 mm which shall be epoxy painted from inside and cement mortor gunited from outside having 40 mm thickness. For sludge drainage arrangements, R.C.C. NP2 class pipes shall be used. Diameter below 150 mm of R.C.C. pipes shall not be allowed to be used anywhere.

All pipes and specials which shall be laid below the floors, walls, foundations etc of plant structure shall be of mild steel only made out of 10 mm thick plates. Pipes shall be epoxy painted from inside and gunited with C.M. from outside as above.

MES-2 VALVES / PEN STOCKS / SLUICE GATES :-All the valves shall be of C.I.D.F. type. Valves

shall be Mechanical acceptable make list only. Valves shall bear the certification of I.S.I. .

All the valves shall have gear arrangement for manual operations.

Contractor No. of Corrections Executive Engineer

Page 178: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All sluice gates, shall be of approved make and with brass lining. It shall be provided with spur gear arrangement and hand wheel for easy manual operations.

All pen stocks shall be brass lined and provided with suitable arrangement for easy and smooth manual opertion.

MES-3 G.I. PIPE RAILING :-The railing shall consist of 32 mm dia .G.I.

(Medium) pipes in number of rows as specified in the respective item. The vertical posts shall be of M.S. Angle 50x50x6 mm size having attractive appearance, placed at 2 meters centre to centre. It’s height for 1 row shall be 80 cms. While for 2 and 3 rows, it shall be 90 cms. It shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

MES-4 M.S. STAIR CASE :-

The M.S. staircase shall be fabricated out of 30 cm wide stringers of 12 mm thick plates. The steps shall be 1.2 m wide of chequered plate or C.I. standard type. The tread shall not be less than 30 cms and rise not more than 20 cms 32 mm dia. Single row G.I. pipe railing 0.80 m height shall be provided on both sides. The entire assembly shall be provided with two coats of anticorrosive paint of approved quality and shade.

MES-5 M.S. LADDER :-The M.S. Ladder shall be 0.50 m wide

consisting of 75 mm x 12 mm flat stringers with 16 mm dia M.S. bars in double rows at 25 cm C/C. The item shall include all fixtures and painting with 2 coats of anticorrosive paint.

MES-6 WATER LEVEL INDICATOR :-

Contractor No. of Corrections Executive Engineer

Page 179: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The mercury water level indicator shall be provided with all allied fixtures. All allied fixtures such as copper float, guide chain, pullyes. The entire unit shall be got approved form the Engineer-in-charge.

MES-7 ROLLING SHUTTERS :-

The rolling shutters shall be fabricated from 16 gauge steel latch with side guide bottom rails, brackets door suspension shaft housing box at the top including mechanical gear operation arrangements, locking arrangement shall be provided at bottom at both ends. The shutters shall be painted with 3 coats of anticorrosive paint of approved quality and shade.

MES-8 COWL VENTILATORS :-C.I. cowl ventilators shall be of 100 mm dia and of suitable height. It shall give attractive appearance. It shall be painted with 2 coats of anticorrosive paint of approved quality and shade.

MES-9 FINISHING :-

After entire completion of the plant, all the mechanical equipment, fixtures, fastenings shall be first thoroughly scrapped and cleaned and then shall be applied with 2 coats of anticorrosive paint of approved quality and colour and shade.

MES-10 LIGHTENING CONDUCTOR -

1 No. of lightening conductors at the highest elevation shall be provided suitably for the entire plant area. It shall consist of –I) Solid copper rod upper terminal 25 mm dia

1.5 m long with a knob at the end and with conical spikes on top.

Contractor No. of Corrections Executive Engineer

Page 180: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

II) Suitable clamps to fix the conductor to the walls.

III) Copper tape conductor 25 mm x 3 mm.IV) Earth plate 1 sqm in area and 1.5 mm thick.V) Charcoal commercial salt and sand for filling.VI) G.I. pipe of 50 mm dia upto 3 m height above

G.L.

It shall include excavation for the trench to the required depth, filling with charcoal, salt and sand and excavated stuff, all the labours necessary fixtures etc, as per instructions of the Engineer-in-charge.

MES-11 FIRE EXTINGUISHERS -In all sufficient numbers of fire extinguishers shall be provided one each in Panel Board Room, wash water pump room, laboratory , filter house. Each unit shall have a capacity of 10 liters. It shall be of reputed make and shall be approved by the department.

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Korpana Dist. : Chandrapur

ANNEXURE – C

SPECIFICATIONS FOR ELECTRICAL WORKS

ES-I GENERAL :-

Contractor No. of Corrections Executive Engineer

Page 181: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

All the electrical installation both internal and external shall be carried out as per Indian electricity rules, 1956 and subsequent amendments made to it from time to time.

The work shall be carried out through a licenced electrical contractor registered with the Government of Maharashtra

All the electrical installations shall be got approved, tested and certified from the Electrical Inspector of Govt. of Maharashtra, by the contractor at his own cost.

The damages caused to the civil structures etc during electrical installations, shall be made good by bringing such locations to their normal condition i.e. original finish at no extra cost.

All the material used for electrical installation shall be of standard type and of reputed make as specified at relevant places hereafter. All the materials shall be got approved from the Engineer-in-charge before it is used on the work.

All safety measures shall be adopted for all the installation as per India electrical rules e.g. providing adequate earthing, proper insulation etc.

The layout of the internal and external electrification of the entire plant shall be got approved form the Engineer-in-charge well in advance. Necessary modifications shall have to be carried out as per instructions of the department, at no extra cost.

All the external and internal electrical installations shall be properly acrewed to poles and walls respectively to withstand storm, rains etc.

Contractor No. of Corrections Executive Engineer

Page 182: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The electrical installations internal and external shall be adequate and should have decorative finish keeping in view of architeturer beauty of the civil structures.

The entire electrical installation both internal and external shall be commissioned to the satisfaction of the Engineer-in-charge without any extra cost and shall be covered with guarantee for 12 calender month for its performance, design, equipment and workmanship from the date of commissioning.

ES-II SCOPE OF WORK :-

The job involved in this consists of providing erecting and commissioning of electricfication for all the treatment plant structures and yard area as per sub work schedule-B. It also includes electrification and motivation of all the allied equipment of WTP fixtures and accessories. Adequate electrical power at 400/440 volts 50 c/s shall be made available for such work to the contractor, who will design and install the panel board for entire internal and external electrification and power requirements to the prime movers of all mechanical equipment of Treatment plant e.g. Alum solution tank, flash mixture equipments, wash water pump etc. The contractor shall have to install his panel board in a seperate room i.e. within the are of chemical house on ground floor. In no case this main panel board shall be allowed to be installed in pure water pump house. Adequate illumination shall be provided both internal and external. Sufficient No. of plug points shall be provided. The external electrification will be done by laying underground cables as per standard practice and as per I.E. rules. The minimum illumination to be provided shall be as detailed out under individual item later on hereafter.

Contractor No. of Corrections Executive Engineer

Page 183: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ES-III ITEMWISE REQUIREMENTS :-1] MOTORS

All the prime movers required for mechanical equipments of water treatment plant would be of suitable H.P. considering 30% over loading by all means 3 phase squrrel cage induction motors, working on 440 volts, 50 c/c, 1400 RPM class of insulation ‘B’ I.S.I. make only motor shall be of Kirlosker make only.

RECOMMANDED MAKE :KIRLOSKAR, JYOTI, CROMPTON, PISTORN, NGEF, BHEL. 2] STARTERS :Direct on line starters for motors upto 5H.P. and fully automatic Star Delta starter upto 25 HP shall be provided.

Recommended Make :- As per Mechanical Acceptable List only

3] PANEL BOARD :a] Main Distribution BoardThe panel board shall be designed for the complete electrical load of Treatment works e.g. for prime Movers of mechanical equipment of flashmixer, clariflocullator with its end carriage. Alum and lime solution tank, Bleaching powder solution tank, wash water pump. Air blowers, sampling table etc and for entire load of internal and external electrification e.g. lights, floodlights, M.V. lamps, ceiling fans, cooling fans, coolers etc.

It shall consist of 4 bust bas of suitable section of copper designed for capacity considering above.

Electrical load, Ammeters and Voltmeters of suitable range with rotary selector switches phase

Contractor No. of Corrections Executive Engineer

Page 184: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

indicator lamps with switches MCCB and ICTPN switches of adequate capacity with HRC fuses. The panel board shall be closed type with panel opening either from the front or rear side for carrying out inspection, operation and maintenance. Suitable ICTPN rewirable fuse unit of adequate capacity shall be provided for lighting load. This panel for board shall be housed in a room constructed seperately for this purpose but as per direction of the Engineer-in-charge. The Incomes of all panel shall be 4 pole MCCB upto 800 Amt and ACB above 800 Amp.

b] Panel Board for Blower RoomThe panel board designed for the blowers shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor unit and ICTPN main switches of adequate capacity and of HRC type.

c] Wash Water Pumps Panel BoardThe panel board for wash water pumps shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor. ICTPN main switches of adequate capacity with HRC fuses etc and shall be housed as per direction of the Engineer-in-charge.

d] Clariflocculator panel boardThe panel board shall be installed on the bridge of the clariflocculator and should be water proof and weather proof. It shall consist of main switches of adequate of or star delta starter as the case may be including the switches for flourscent lights on bridge.

e] Flash Mixer

Contractor No. of Corrections Executive Engineer

Page 185: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The panel board for flash mixer shall consist for main switch of adequate capacity with HRC fuses, DOL/star delta starter and single phase preventor.

f] Alum Mixing Mechanism :The panel board shall also include main switch of adequate capacity with HRC fuses, FSAD / DOL star delta starter and single phase preventor.

The location of all above panel boards shall be at places considering the operating convenience and shall be properly installed and as per direction of the Engineer-in-charge. Suitable DOL / FASD starters as the case may be shall be suitably installed in panel and panel shall be provided M.S. stand specially fabricated for the purpose.

Recommended Make :-Switchgear and all other allied equipment of the panel shall be as per Mechanical Acceptable Make list only.

4] CABLES :For connecting motor of various H.P. and panel boards suitable 31/2 core alluminium armoured cable of adequate capacity with regard to starting current of motor shall be provided and shall be of reputed make (ISI makrs) and laid as per standard practice in a channel as per Indian Electrical Rules.

Recommended make :As per Mechanical acceptable make list only.5] WIRING :a] InternalPoint wiring with 2-15 sqm. PVC aluminium insulated and PVC SHEATHED aluminium wire shall be provided in a M.S. conduct of 16 gauge and 25 mm dia with continuous G.I. earth wire of 14 S.W.G. complete with shock proof accessories erected on polished T.W. block. The M.S. conduits shall be

Contractor No. of Corrections Executive Engineer

Page 186: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

pained with 2 coats of anticorrosive black paint M.S. conduits shall be pained with 2 coats of anticorrosive black paint M.S. conduits pipes and all necessary conduits, specials e.g. bends, tees, Cross, Elbows, Inspection and distribution covers, Cut out etc shall be provided.

Recommended make :I] PVC SHEATHED WIRES :Aluminium conductor 250/440 volts, grade paramite, Nic/Henlay Gloster, Finolex, Alin Phroyex. II] Conduit pipes :National, Khandelwal, Philips.

b] Externala) All the external wiring will be done by using

cable of suitable section 31/2 core, aluminium, armoured cable suitable erected with earthing in ground below 80 cms with necessary screened sand column 15x15 cm and cable placed exactly at centre of the sand column and brick placed at both sides and top of the sand column as per I.E. rules. Suitable cable and cable boxes glands shall be provided.

Recommended make :As per Mechanical acceptable make list only.

b) Poles : i. Poles for street light shall be G.I. heavy duty

swaged weded pole and of 100x75x50 mm dia 5.5 mtrs long and suitably bent at top as per standard practice and of suitable sectional lengths. The erection of pole shall included excavation with 0.6x0.6x1.5 cm. Deep and embedded in cement concrete foundation in 1:3:6 ration with 40 cms. plinth. The poles shall be spaced at a distance not more than 30 mtr from centre to centre to cover the entire premises as directed.

Contractor No. of Corrections Executive Engineer

Page 187: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ii. All necessary fixtures with necessary G.I. light post, clamps, nuts and bolts, screws, insulators with kit-kat type fuse unit of suitable capacity shall be provided. Suitable earthing shall be provided to the poles.

Paintings :All the poles shall be nicely painted with one coat of red oxide and 2 coats of superior quality of anticorrosive paint.

c) For illumination on bridges of clariflocculator, the cables of 1.5 sqmm 2 core aluminium aromoured cable shall be used with all necessary fixtures e.g. Glands, Clamps etc. The make of cable is as per mechanical acceptable make list only.

6] ILLUMINATION :a] Industrial fluorescent lights and fittings I] Internal White stove enamelled industrial type fluorescent fittings of 22 gauge M.S. sheet open ended reflector complete with 1.2 mtrs (4Ft) x 40 WATTAS TUBE starter and polyster heavy duty choke, with decorative cover completely wired up with holders erected on T.W. Block. It shall be mounted with two ball suspension places flush with ceiling, with all its accessories e.g. ceiling rope, etc at places as directed. It shall be mounted in zig zag pattern on walls, where suspension type is not possible but exclusively as per direction of the Engineer-in-charge. The rate illumination shall be 40 watts / 10 sqm.

b] FLOOD LIGHTSGeneral purpose flood lights fitting of weather proof and water proof construction, suitable for and with 500 watts bulb, Duoflux type reflector anodised aluminium sheet spun anodised with well polished interior reflecting surface with holder of thread type, mounted on M.S. poles of 80 mm, 6 mtrs. Long suitably earthed and with necessary

Contractor No. of Corrections Executive Engineer

Page 188: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

fixtures in on approved manner, 15 amps 230 volts, ICDP switch shall be provided and housed in suitable M.S. Box, water proof at an operating level. Total 8 Nos. flood lights shall be provided.

One No. of flood light at the corner of chemical house shall be installed for lighting the Aeration fountain. The reflector for flood lights shall be Duoflux type designed for a long and proper focus, in all 3 Nos. of flood lights shall be provided with Duoflux reflector and mounting clamps.

Recommended make :Philips, Mazda, Osram, Bajaj, Crompton and of 500 watts suitable for 50 C/s, 230 volts.

C] SODIUM VAPOUR (HPSV) LAMPS (For External and Street)

Water light and uneather proof 150 watts HPSV lamps fitting with sodium vapour lamp having deep drawn one piece aluminium body nickel plated reflector with clear acrylic cover and necessary control gear and electronic ignitor etc with necessary wiring complete with accessories such as copper wound choke, condensor etc with fancy bracket of GI pipe suitably erected on 80 mm dia x 6 mtr long M.S. pole (with suitable Base Plate at bottom and pole top for fixture fitting) suitable embedded in foundation properly earthed and at position as directed by Engineer-in-charge. Total 25 Nos. HPSV lamps shall be provided. The HPSV lamps shall be spaced not more than 30 mtrs centre to centre.

Recommended make :Philips, Crompton, G.E.C. Bajaj.

D] AUTOMATIC EMERGENCY LIGHTING 2 Nos of automatic emergency light units with flexible cord and 3 pin plug of reputed make suitable for 230 volts shall be provided.

Contractor No. of Corrections Executive Engineer

Page 189: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Recommended make :Quality, Morlex, Bajaj etc.7] FANS :

I] CEILING FANS :Ceiling fans of approved type with condenser AAC 50 cycles/second 230 volt and 1400 mm (56”) sweep complete with all fixture e.g. fan clamps, M.S. flats and down rod of required length. The down rod shall be long enough so that a clear distance between the floor and the fan blades shall not exceed 2.6 mtrs. The ceiling fans shall be provided for every 30 cum of structure volume and located as per directions of the Engineer-in-charge. Ceiling fans shall be provided to all the buldings of the plants as per Schedule-B except stores, sanitary block and the portion of fitter beds only as per direction of Engineer-in-charge.

Recommended make :G.E.C., Usha, Rallies, Crompton, Orient fans with regulators of same make.

II] EXHAUST FANS :Exhaust fans of 45 cms (18”) 230 volts, 50 C/s 1400 RPM, with condenser unit and complete with all its accessories fixtures shall be provided and erected in such a fashion to displace 130 cum/minute of air for a cycle of every 5 minutes. The location of the exhaust fans shall be as per the directions of the Engineer-in-charge. Metal sheet cowl for exhaust fans recess 45 cms. Fabricated from suitable frames 25x25x3 mm angle coverd with 22 gauge G.I. sheet and opening covered by expanded metal, the cowl to be fixed to wall with grouted bolts of 9 mm dia and 12 cms length and nuts, exhaust fans shall be provided in pure water pump house, chlorine room, chemical house, chemical stores, sanitary blocks etc.

Approved Make :

Contractor No. of Corrections Executive Engineer

Page 190: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

G.E.C. Crompton, Rallies, ACCO.

8] EARTHING :

Earthing for electrical installation both internal and external, including panel boards and motors with adequate capacity of G.I. wire of suitable gauge shall be provided at all suitable places and all earthing stations shall be inter connected so as to ensure maximum safety and G.I. plate, charcoal, salt etc shall be used as per Indian Electricity Rules. The earthing wires will run along conduits upto plug points and as per the directions of the Engineer-in-charge.

9] SWITCH BOARD WITH SWITHCES FOR BUILDING WIRING :Piano type switches and 3 pin plugs shall be provided and properly fixed on polished T.W. block of suitable size with sunmica top. Sufficient number of such switch boards for operating covenience shall be provided with indications of fans, lights etc on it.

10] POWER WIRING :Power wiring with suitable numbers of plug points and switches of 15 Amps, 230 volts, suitable for operation of electrical blowes, drilling machine and grinder shall be provided only in pump house. This shall be in addition to the general plug point provided.

Contractor No. of Corrections Executive Engineer

Page 191: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Korpana Dist. : Chandrapur

APPENDIX – A

SPECIFICATIONS FOR CIVIL WORKS

GES-I GENERAL :-

The following specifications shall be applicable to all the Civil Engineering Works under this contract. Items, which are covered under the following description, shall be carried out as per relevant specifications in ISS or Book of standard specifications latest edition (Government of Maharashtra Publication) and as mentioned in the proceeding pages.

GES-II MATERIAL :-

Contractor No. of Corrections Executive Engineer

Page 192: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

i] All the materials shall be of best and standard type as laid down in P.W.D. Hand Books Volume-I and II, Red book of B&C Department, I.S. specification and shall have to be approved by the Engineer-in-charge.

ii] LABOUR :-

All skilled and unskilled labours, supervisors, site Engineer etc shall be provided as directed by Engineer-in-charge.

GES-III GENERAL REQUIREMENT :-

i] Excavation for Well Work, Foundation Pipe Trenches Etc :

As per standard specification book and P.W.D. hand book Volume I and II (Latest edition Ref-Bd-A-1 to A-10 Page No. 243 to 244 BR-3, Page No. 96-97)

ii] DEWATERING :As per standard specification book and P.W.D. hand book Volume I and II (Latest edition ) Ref-Bd-A-9 Page No. 245-246, BR-4 Page No. 97-98.

iii] R.C.C. COURSE :All structures shall be provided with a 15 cm thick leveling course of P.C.C.M – 100 proceeding the floor slabs or foundation slabs. This course shall have an offset of 15 cms on all sides and it shall rest on strata of appropriate bearing capacity as per design.

iv] REFILLING OF EXTENDED STUFF :Sides of the structures below G.L. shall be refilled, wherever, necessary with selected murum from the excavated stuff duly watered and rammed in 15 cms layers.

Contractor No. of Corrections Executive Engineer

Page 193: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

v] PLINTH FILING :The plinths shall be filled up with hard murum in 15 cm layers duly watered and rammed properly.

vi] SUPER STRUCUTURE :The walls shall be in 2nd class T.M. Brick Masonry in C.M. 1:6 in a framed structure, unless otherwise specifically mentioned panel walls shall be 23 cm thick while partition walls shall be 12 cm thick.

vii] PLASTER :All the internal faces of structures shall be provided with 20 mm thick cement plaster in C.M. 1:4 with niroo finish while external surface shall be without niroo finish in C.M. 1:4 and thickness as 12 mm. All water retaining faces excluding intake well and thick well shall however be in cement plaster in C.M. 1:3 thickness 20 mm with water proofing compound.

viii] FLOORING :All the floors of building except chemical

stores, chlorine room and water pump house shall be provided with 25 cm thick mosaic tiles flooring of approved quality and shade. Risers and treads of all R.C.C. staircases shall also be provided with mosaid chequered tiles.

Tiles shall rest on 12 cm. Thick P.C.C. in M-100 grade from ground floor. At upper floors, it may directly rest on R.C.C. slabs, skirting of mosaic tiles of one tile height for all inside faces of walls of the buildings except Alum store and chlorine room shall be provided.

The flooring for chemical store and chlorine room shall be of 40 mm thick Shahabad Stone of good quality free of flakes, laid on 10 cm thick

Contractor No. of Corrections Executive Engineer

Page 194: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

P.C.C. M-100, bedding. The flooring for raw water pump house shall be 40 mm thick I.P.S.

ix] DOORS AND WINDOWS :All building under the treatment plant shall be

provided with adequate nos. of doors, windows and ventilators as under :-

h) The total shutter area of all external doors, windows, ventilators shall not be less than 20% of the carpet area of the structure. All external doors shall be provided with C.C. ramps/steps for access inside or exit outside the building.

i) All the external doors, windows, ventilators including the central main door of the filter house shall be of alluminium and as per I.S. specification, External doors shall have a fanlight of 45 cm height width of any door shall not be less than 1.2 meters.

j) The doors shall be half panelled and half glazed. Windows and ventilators shall be fully glazed. The glass fitted shall not weight less than 3305 grams/sqm, and shall confirm to IS 1761 (latest edition and specification Bd-5 Page No. 447)

k) All fastenings and fixtures shall be strong and of heavy oxidised brass. Proper locking arrangements shall be provided for each unit.

l) All the exterior doors, windows, ventilators shall be provided with 75 cm wide R.C.C. Chajja in a box type or any other suitable architectural form.

m) All window stills shall consist of approved polished mosaic tiles.

n) The central main external door of the filter house shall be provided suitably as would prove to be a decorative feature. This door shall have

Contractor No. of Corrections Executive Engineer

Page 195: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

a beautiful R.C.C. canopy. The size of the door shall be 1.80 m x 2.80 m (clear opening).

x] COLOUR SNOWCEM PAINTING AND DISTEMPERING :

d) All internal plastered and finished faces of all the walls, columns etc shall be given 3 coats of oil bound distemper of approved quality and shade.

e) All external plastered and finished faces of walls, in R.C.C masonry, column etc shall be given 3 coats of Sintex mat paint of approved quality and shade. The finish of exterior faces shall give aesthetic appearance to the building.

f) The colour shade shall be got approved from the Enginee-in-charge.

GES-IV PLAIN AND REINFORCED CEMENT CONCRETE :-A] R.C.C Works :I] Not in contact with water :

As per IS 456-1978 with cement concrete in M-150 (1:2:4) with 12 mm to 20 mm gauge metal. However in case of R.C.C. E.S.Rs entire structure shall be constructed in M-200 grade concrete.

Ii] R.C.C. Worm In Contact With Water And / Or All Water

Retaining Structures :- As per I.S.S. 3370 Part-I and II and Part IV with C.C. in M-200 (1:1 1./2:3) with 12 mm to 20 mm size metal with water face side of the structure finished with 20 mm thick cement plaster in C.M. 1:3 mixed with water proofing compound.

B] MASS CONCRETE WORK :I] FOR CONCRETE BELOW LOAD BEARING

MEMBER WITH PLINTH AND FOR MAT OR LEVELING CONCRETE :-C:C 1:3:6 (M-100) with 25 mm to 37 mm gauge metal.

Contractor No. of Corrections Executive Engineer

Page 196: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

C] FOR BUILDING LOADING STANDARD :-I.S.S. 875-1964 (Revised )

D] R.C.C. ROOF :Suitable to exposed face of the roof,

water proofing compound of standard quality and as per standard practices shall be administered.

The following specification in respect of R.C.C. and R.C.C. shall be made applicable.

MATERIALS :A] CEMENT :

Cement shall be brought by the contractor. The quantity of cement to be used shall be as per standard proportions for various mixtures as per specifications.

B] SAND :This will consist of clean, hard, strong, durable uncoated and well grade particles. The source of sand will be approved by the Executive Engineer and in no case clay, silt admixtures will exceed 3% by weight or volume. It shall be washed and screened if found necessary to remove excess admixtures and coarse and fine particles found in excess, screening and washing shall be done to render sand confirm to specifications if otherwise it is good. A sand shall pass through a screen with 3/16” mesh.

C] COARSE AGGREGATE :All aggregate shall confirm to either I.S. 383-1963 or I.S. 515-1969 and should be as specified in I.S. 456-1978 vide clause 4.2

Contractor No. of Corrections Executive Engineer

Page 197: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

gauge and metal to be used shall be decided according to type of work by the Engineer-in-charge. It is advisable to uses black basalt metal from approved qarry.

D] STORAGE OF MATERILS :Sand and coarse aggregate shall be properly and separately stored on site on hard ground so as to keep them safe from admixture of foreign materials such as clay, grass etc It shall be as per I.S. 456-1978.

E] REINFORCEMENT :The steel shall be HYSD bars conforming to I.S. 1786 of 1985 for round bars of 6 mm dia. I.S. 226 (latest edition) shall be applicable. In addition, provision of adequate anchorage length and cover in compliance with I.S. 2502-1963 and in confirmation to the approved design. Binding wire shall be provided for and used by the contractor at his cost.

F] FORM WORK :Steel centering will be preferable. If wooden formwork is used it shall consist of planks of not less than 40 mm thickness and strong props etc . This shall be provided as per I.S. 456-1978. The timer for forms shall be best hard wood and got approved by the Engineer-in-charge. The item is covered in the rate either for plain or R.C.C. items.

G] SEPARATORS :For bottom cover of beams, slabs etc Separators of precast cement mortar blocks of suitable size with wire embedded as directed will be used and tied to the reinforcement by wires. Between layers of reinforcement separators consisting of pieces of bars or suitable diameter shall be used. In each case the required cover to the bars will be ensured as per I.S. 456-1978.

Contractor No. of Corrections Executive Engineer

Page 198: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

H] WATER :The water used shall be as per I.S. 456-1978. Not more than 20 liters of water will be used for batch on one bag of cement . Approved measures for water will be provided by the contractor. The amount of water to be used will be decided by the work ability and strength consideration which will be assured by the contractor.

I] CONCRETE MIXING :The concrete shall be only machine mixed. Mixing shall be continued for atleast 2 minutes after all materials and water are placed in the drum. The drum shall revolve for 14 to 18 revolutions per minute or as specified by the maker. The capacity of the mixer will be such that a whole bag of cement is used in each batch. As a result of break-down of machine, if hand mixing has to be resorted to, only such quantity of further work as is absolutely essential in the opinion of Engineer-in-charge will be carried out. Hand mixing shall be done on a water-tight platform of sufficient large size. The required quantity of sand and cement shall be mixed dry together by turning the mixture atleast 3 times when the mixture is of uniform colour, this will than be spread over specific quantity of coarse aggregate and mixture again turned over atleast 3 times. The specific quantity of water will then be added slowly through a hose attached to the watering can, while the process of turning the mixture is being carried. The mixing shall be continued until the whole batch is of uniform consistency. For hand mixing the quantity of cement will be 10% extra.

J] PLACING :The form will be first just moistered before placing concrete. The concrete shall be placed in position within 20 minutes after adding water to the concrete. It shall be

Contractor No. of Corrections Executive Engineer

Page 199: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

slowly deposited in its place in uniform layers. It should generally comply with I.S. 456-1978.

K] TAMPING :While the concrete is being placed in position it shall be vigorously rolled and tamped by bars of appropriate size and shape and by other means to assure dense and complete filling of the forms all round and in between the reinforcement.The efficiency of tamping and consolidation will be judged by complete absence of air pockets and honey combing after removal of forms and any deficiency in this respect will entail pulling down & redoing of the affected work at the cost of the contractor. For work of any magnitude or importance, mechanical vibrators of both immersion and surface type will be used as a rue and no work without them will be permitted. When concrete is so vibrated the water cement ratio will be the least practicable.

L] CURING :All R.C.C. work will be watered and kept constantly wet for at least 20 days after casting, by means of wet gunny bags and ponding as directed by the Engineer-in-charge. This operation shall start immediately after initial set of concrete.

M] REMOVAL OF FORMS :Removal of forms will be generally as below subject to the prior approval of the Engineer-in-charge in wirting.

A] Walls, columns and vertical side of beam

: 24 to 48 hours as may be decided by Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 200: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Sides of beam : Three days.

Vertical walls : Six days

Bottom of slab : Eight days

Bottom of Dome : Ten days

Bottom of beam upto 5 M span

: Fourteen days

Bottom of beam above 5 M span

: Twentyone days

N] INSPECTIONS :

The work at each stage of operation i.e. completion of form form work, completion of assembly and placing reinforcement, concereting, removal of forms, must be got inspected by the Engineer-in-charge or Sub-Divisional-Officer incharge of the work before commencing succeeding operation in the process of R.C.C. work. Concreting of of R.C.C. members will be commenced without the written approval of the Engineer-in-charge or the Sub-Divisional-Officer in charge of the work who will record the necessary certificate to the effect in the work order book. The concreting of R.C.C. from start to finish, will be done in the presence of the Engineer-in-charge at site and for important works by the Sub-Divisional-Officer.

O] FINISH :All R.C.C. work will be finished as provided in the items concerned. Surface not in contact with form work and not subjected to and

Contractor No. of Corrections Executive Engineer

Page 201: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

further finish, will be finished smooth by a float of present a uniform appearance. Surface to receive plaster or rendering will immediately on removal of forms be roughened by extensive backing for bond by a pointed tamping tool. In all case where it will be specified or not, the finish will be such as to match with rest of the structure and present a harmonious appearance to be decided by the Engineer-in-charge. All such finishing will stand included in the rate for concrete but will not be measured.

P] TESTING :A] CUBES :

On any day when concreting of M-150 and richer mix is done for 4 hours of 11 cums and more 3 concrete cubes of 15 cms will be filled per day, equally spread over the period of concrete. As a rule one cube of the three will be kept as reserved to be tested immediately after 28 day in case one of the cube tested at 7 and 28 days show unsatisfactory results. The filling and curing and testing of cubes will be at the cost of the contractor.

B] TESTING OF MATERIALS :The contractor shall test the materials, required for R.C.C work at his own cost and submit the results to the department for according necessary approval for the same.

C] The minimum compressive straight of 15 cm filled concrete cube shall be as under.

Max – Compressive strength of 15 cm cubes at

28 days after mixing conducted in accordance with I.S. 516-

1959.

Work Test :

Contractor No. of Corrections Executive Engineer

Page 202: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

M- 100 100 Kg/Cm2

M- 150 150 Kg/Cm2

M- 200 200 Kg/Cm2

M- 250 250 Kg/Cm2

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Korpana Dist. : Chandrapur

APPENDIX – B

SPECIFICATIONS FOR MECHANICAL WORKS MES-I PIPE AND SPECIALS :-

All pipes and specials except for sludge drainage arrangement shall be of C.I. ‘LA’ class upto 750 mm diameter pipes shall be of M.S. plate 10 mm thickness for diameters above 750 mm which shall be epoxy painted from inside and cement mortor gunited from outside having 40 mm thickness. For sludge drainage arrangements, R.C.C. NP2 class pipes shall be used. Diameter below 150 mm of R.C.C. pipes shall not be allowed to be used anywhere.All pipes and specials which shall be laid below the floors, walls, foundations etc of plant structure shall be of mild steel only made out of 10 mm thick plates. Pipes shall be epoxy painted from inside and gunited with C.M. from outside as above.

MES-2 VALVES / PEN STOCKS / SLUICE GATES :-All the valves shall be of C.I.D.F. type. Valves shall be Mechanical acceptable make list only. Valves shall bear the certification of I.S.I. .All the valves shall have gear arrangement for manual operations. All sluice gates, shall be of approved make and with brass lining. It shall be provided with spur

Contractor No. of Corrections Executive Engineer

Page 203: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

gear arrangement and hand wheel for easy manual operations.All pen stocks shall be brass lined and provided with suitable arrangement for easy and smooth manual opertion.

MES-3 G.I. PIPE RAILING :-The railing shall consist of 32 mm dia .G.I. (Medium) pipes in number of rows as specified in the respective item. The vertical posts shall be of M.S. Angle 50x50x6 mm size having attractive appearance, placed at 2 meters centre to centre. It’s height for 1 row shall be 80 cms. While for 2 and 3 rows, it shall be 90 cms. It shall be painted in 2 coats of anticorrosive paint of approved quality and shade.

MES-4 M.S. STAIR CASE :-The M.S. staircase shall be fabricated out of 30 cm wide stringers of 12 mm thick plates. The steps shall be 1.2 m wide of chequered plate or C.I. standard type. The tread shall not be less than 30 cms and rise not more than 20 cms 32 mm dia. Single row G.I. pipe railing 0.80 m height shall be provided on both sides. The entire assembly shall be provided with two coats of anticorrosive paint of approved quality and shade.

MES-5 M.S. LADDER :-

The M.S. Ladder shall be 0.50 m wide consisting of 75 mm x 12 mm flat stringers with 16 mm dia M.S. bars in double rows at 25 cm C/C. The item shall include all fixtures and painting with 2 coats of anticorrosive paint.

MES-6 WATER LEVEL INDICATOR :-

The mercury water level indicator shall be provided with all allied fixtures. All allied fixtures such as copper float, guide chain, pullyes. The entire unit shall be got approved form the Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 204: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MES-7 ROLLING SHUTTERS :-The rolling shutters shall be fabricated from 16 gauge steel latch with side guide bottom rails, brackets door suspension shaft housing box at the top including mechanical gear operation arrangements, locking arrangement shall be provided at bottom at both ends. The shutters shall be painted with 3 coats of anticorrosive paint of approved quality and shade.

MES-8 COWL VENTILATORS :-C.I. cowl ventilators shall be of 100 mm dia and of suitable height. It shall give attractive appearance. It shall be painted with 2 coats of anticorrosive paint of approved quality and shade.

MES-9 FINISHING :-After entire completion of the plant, all the mechanical equipment, fixtures, fastenings shall be first thoroughly scrapped and cleaned and then shall be applied with 2 coats of anticorrosive paint of approved quality and colour and shade.

MES-10 LIGHTENING CONDUCTOR -1 No. of lightening conductors at the highest elevation shall be provided suitably for the entire plant area. It shall consist of –VII) Solid copper rod upper terminal 25 mm dia

1.5 m long with a knob at the end and with conical spikes on top.

VIII) Suitable clamps to fix the conductor to the walls.

IX) Copper tape conductor 25 mm x 3 mm.X) Earth plate 1 sqm in area and 1.5 mm thick.XI) Charcoal commercial salt and sand for filling.XII) G.I. pipe of 50 mm dia upto 3 m height above

G.L.

It shall include excavation for the trench to the required depth, filling with charcoal, salt and sand and excavated stuff, all the labours necessary fixtures etc, as per instructions of the Engineer-in-charge.

Contractor No. of Corrections Executive Engineer

Page 205: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

MES-11 FIRE EXTINGUISHERS -In all sufficient numbers of fire extinguishers shall be provided one each in Panel Board Room, wash water pump room, laboratory , filter house. Each unit shall have a capacity of 10 liters. It shall be of reputed make and shall be approved by the department.

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, CHANDRAPURMAHARASHTRA JEEVAN PRADHIKARAN WORKS DIVISION,

CHANDRAPUR

Name of Scheme :- Aug to Gadchandur Water Supply Scheme

Tahsil :Korpana Dist. : Chandrapur

APPENDIX – C

SPECIFICATIONS FOR ELECTRICAL WORKS

Contractor No. of Corrections Executive Engineer

Page 206: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

ES-I GENERAL :-All the electrical installation both internal and external shall be carried out as per Indian electricity rules, 1956 and subsequent amendments made to it from time to time.The work shall be carried out through a licenced electrical contractor registered with the Government of MaharashtraAll the electrical installations shall be got approved, tested and certified from the Electrical Inspector of Govt. of Maharashtra, by the contractor at his own cost.The damages caused to the civil structures etc during electrical installations, shall be made good by bringing such locations to their normal condition i.e. original finish at no extra cost.All the material used for electrical installation shall be of standard type and of reputed make as specified at relevant places hereafter. All the materials shall be got approved from the Engineer-in-charge before it is used on the work.All safety measures shall be adopted for all the installation as per India electrical rules e.g. providing adequate earthing, proper insulation etc.The layout of the internal and external electrification of the entire plant shall be got approved form the Engineer-in-charge well in advance. Necessary modifications shall have to be carried out as per instructions of the department, at no extra cost.All the external and internal electrical installations shall be properly acrewed to poles and walls respectively to withstand storm, rains etc.

The electrical installations internal and external shall be adequate and should have decorative finish keeping in view of architeturer beauty of the civil structures.

The entire electrical installation both internal and external shall be commissioned to the satisfaction

Contractor No. of Corrections Executive Engineer

Page 207: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

of the Engineer-in-charge without any extra cost and shall be covered with guarantee for 12 calender month for its performance, design, equipment and workmanship from the date of commissioning.

ES-II SCOPE OF WORK :-The job involved in this consists of providing erecting and commissioning of electricfication for all the treatment plant structures and yard area as per sub work schedule-B. It also includes electrification and motivation of all the allied equipment of WTP fixtures and accessories. Adequate electrical power at 400/440 volts 50 c/s shall be made available for such work to the contractor, who will design and install the panel board for entire internal and external electrification and power requirements to the prime movers of all mechanical equipment of Treatment plant e.g. Alum solution tank, flash mixture equipments, wash water pump etc. The contractor shall have to install his panel board in a seperate room i.e. within the are of chemical house on ground floor. In no case this main panel board shall be allowed to be installed in pure water pump house. Adequate illumination shall be provided both internal and external. Sufficient No. of plug points shall be provided. The external electrification will be done by laying underground cables as per standard practice and as per I.E. rules. The minimum illumination to be provided shall be as detailed out under individual item later on hereafter.

ES-III ITEMWISE REQUIREMENTS :-1] MOTORSAll the prime movers required for mechanical equipments of water treatment plant would be of suitable H.P. considering 30% over loading by all means 3 phase squrrel cage induction motors, working on 440 volts, 50 c/c, 1400 RPM class of insulation ‘B’ I.S.I. make only motor shall be of Kirlosker make only.

Contractor No. of Corrections Executive Engineer

Page 208: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

RECOMMANDED MAKE :KIRLOSKAR, JYOTI, CROMPTON, PISTORN, NGEF, BHEL.

2] STARTERS :Direct on line starters for motors upto 5H.P. and fully automatic Star Delta starter upto 25 HP shall be provided.

Recommended Make :- As per Mechanical Acceptable List only

3] PANEL BOARD :a] Main Distribution BoardThe panel board shall be designed for the complete electrical load of Treatment works e.g. for prime Movers of mechanical equipment of flashmixer, clariflocullator with its end carriage. Alum and lime solution tank, Bleaching powder solution tank, wash water pump. Air blowers, sampling table etc and for entire load of internal and external electrification e.g. lights, floodlights, M.V. lamps, ceiling fans, cooling fans, coolers etc.

It shall consist of 4 bust bas of suitable section of copper designed for capacity considering above.Electrical load, Ammeters and Voltmeters of suitable range with rotary selector switches phase indicator lamps with switches MCCB and ICTPN switches of adequate capacity with HRC fuses. The panel board shall be closed type with panel opening either from the front or rear side for carrying out inspection, operation and maintenance. Suitable ICTPN rewirable fuse unit of adequate capacity shall be provided for lighting load. This panel for board shall be housed in a room constructed seperately for this purpose but as per direction of the Engineer-in-charge. The

Contractor No. of Corrections Executive Engineer

Page 209: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Incomes of all panel shall be 4 pole MCCB upto 800 Amt and ACB above 800 Amp.

b] Panel Board for Blower RoomThe panel board designed for the blowers shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor unit and ICTPN main switches of adequate capacity and of HRC type.

c] Wash Water Pumps Panel BoardThe panel board for wash water pumps shall have bus bar chamber, phase indicator lamps with switches ammeter, voltmeter of suitable range with rotary switch and star delta starter with single phase preventor. ICTPN main switches of adequate capacity with HRC fuses etc and shall be housed as per direction of the Engineer-in-charge.

d] Clariflocculator panel boardThe panel board shall be installed on the bridge of the clariflocculator and should be water proof and weather proof. It shall consist of main switches of adequate of or star delta starter as the case may be including the switches for flourscent lights on bridge.

e] Flash MixerThe panel board for flash mixer shall consist for main switch of adequate capacity with HRC fuses, DOL/star delta starter and single phase preventor.

f] Alum Mixing Mechanism :The panel board shall also include main switch of adequate capacity with HRC fuses, FSAD / DOL star delta starter and single phase preventor.

Contractor No. of Corrections Executive Engineer

Page 210: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

The location of all above panel boards shall be at places considering the operating convenience and shall be properly installed and as per direction of the Engineer-in-charge. Suitable DOL / FASD starters as the case may be shall be suitably installed in panel and panel shall be provided M.S. stand specially fabricated for the purpose.

Recommended Make :-Switchgear and all other allied equipment of the panel shall be as per Mechanical Acceptable Make list only.

4] CABLES :For connecting motor of various H.P. and panel boards suitable 31/2 core alluminium armoured cable of adequate capacity with regard to starting current of motor shall be provided and shall be of reputed make (ISI makrs) and laid as per standard practice in a channel as per Indian Electrical Rules.Recommended make :As per Mechanical acceptable make list only.5] WIRING :a] InternalPoint wiring with 2-15 sqm. PVC aluminium insulated and PVC SHEATHED aluminium wire shall be provided in a M.S. conduct of 16 gauge and 25 mm dia with continuous G.I. earth wire of 14 S.W.G. complete with shock proof accessories erected on polished T.W. block. The M.S. conduits shall be pained with 2 coats of anticorrosive black paint M.S. conduits shall be pained with 2 coats of anticorrosive black paint M.S. conduits pipes and all necessary conduits, specials e.g. bends, tees, Cross, Elbows, Inspection and distribution covers, Cut out etc shall be provided.Recommended make :I] PVC SHEATHED WIRES :Aluminium conductor 250/440 volts, grade paramite, Nic/Henlay Gloster, Finolex, Alin Phroyex.

Contractor No. of Corrections Executive Engineer

Page 211: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

II] Conduit pipes :National, Khandelwal, Philips.b] Externald) All the external wiring will be done by using

cable of suitable section 31/2 core, aluminium, armoured cable suitable erected with earthing in ground below 80 cms with necessary screened sand column 15x15 cm and cable placed exactly at centre of the sand column and brick placed at both sides and top of the sand column as per I.E. rules. Suitable cable and cable boxes glands shall be provided.Recommended make :As per Mechanical acceptable make list only.

e) Poles : iii.Poles for street light shall be G.I. heavy duty

swaged weded pole and of 100x75x50 mm dia 5.5 mtrs long and suitably bent at top as per standard practice and of suitable sectional lengths. The erection of pole shall included excavation with 0.6x0.6x1.5 cm. Deep and embedded in cement concrete foundation in 1:3:6 ration with 40 cms. plinth. The poles shall be spaced at a distance not more than 30 mtr from centre to centre to cover the entire premises as directed.

iv.All necessary fixtures with necessary G.I. light post, clamps, nuts and bolts, screws, insulators with kit-kat type fuse unit of suitable capacity shall be provided. Suitable earthing shall be provided to the poles.

Paintings :All the poles shall be nicely painted with one coat of red oxide and 2 coats of superior quality of anticorrosive paint.

f) For illumination on bridges of clariflocculator, the cables of 1.5 sqmm 2 core aluminium aromoured cable shall be used with all necessary fixtures e.g. Glands, Clamps etc. The make of

Contractor No. of Corrections Executive Engineer

Page 212: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

cable is as per mechanical acceptable make list only.

6] ILLUMINATION :a] Industrial fluorescent lights and fittings I] Internal White stove enamelled industrial type fluorescent fittings of 22 gauge M.S. sheet open ended reflector complete with 1.2 mtrs (4Ft) x 40 WATTAS TUBE starter and polyster heavy duty choke, with decorative cover completely wired up with holders erected on T.W. Block. It shall be mounted with two ball suspension places flush with ceiling, with all its accessories e.g. ceiling rope, etc at places as directed. It shall be mounted in zig zag pattern on walls, where suspension type is not possible but exclusively as per direction of the Engineer-in-charge. The rate illumination shall be 40 watts / 10 sqm.

b] FLOOD LIGHTSGeneral purpose flood lights fitting of weather proof and water proof construction, suitable for and with 500 watts bulb, Duoflux type reflector anodised aluminium sheet spun anodised with well polished interior reflecting surface with holder of thread type, mounted on M.S. poles of 80 mm, 6 mtrs. Long suitably earthed and with necessary fixtures in on approved manner, 15 amps 230 volts, ICDP switch shall be provided and housed in suitable M.S. Box, water proof at an operating level. Total 8 Nos. flood lights shall be provided.One No. of flood light at the corner of chemical house shall be installed for lighting the Aeration fountain. The reflector for flood lights shall be Duoflux type designed for a long and proper focus, in all 3 Nos. of flood lights shall be provided with Duoflux reflector and mounting clamps. Recommended make :Philips, Mazda, Osram, Bajaj, Crompton and of 500 watts suitable for 50 C/s, 230 volts.

Contractor No. of Corrections Executive Engineer

Page 213: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

C] SODIUM VAPOUR (HPSV) LAMPS (For External and Street)

Water light and uneather proof 150 watts HPSV lamps fitting with sodium vapour lamp having deep drawn one piece aluminium body nickel plated reflector with clear acrylic cover and necessary control gear and electronic ignitor etc with necessary wiring complete with accessories such as copper wound choke, condensor etc with fancy bracket of GI pipe suitably erected on 80 mm dia x 6 mtr long M.S. pole (with suitable Base Plate at bottom and pole top for fixture fitting) suitable embedded in foundation properly earthed and at position as directed by Engineer-in-charge. Total 25 Nos. HPSV lamps shall be provided. The HPSV lamps shall be spaced not more than 30 mtrs centre to centre.

Recommended make :Philips, Crompton, G.E.C. Bajaj.

D] AUTOMATIC EMERGENCY LIGHTING 2 Nos of automatic emergency light units with flexible cord and 3 pin plug of reputed make suitable for 230 volts shall be provided.

Recommended make :Quality, Morlex, Bajaj etc.

7] FANS :I] CEILING FANS :Ceiling fans of approved type with condenser AAC 50 cycles/second 230 volt and 1400 mm (56”) sweep complete with all fixture e.g. fan clamps, M.S. flats and down rod of required length. The down rod shall be long enough so that a clear distance between the floor and the fan blades shall not exceed 2.6 mtrs. The ceiling fans shall be provided for every 30 cum of structure volume and located as per directions of the Engineer-in-charge. Ceiling fans shall be provided to all the buldings of the plants as per Schedule-B except stores,

Contractor No. of Corrections Executive Engineer

Page 214: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

sanitary block and the portion of fitter beds only as per direction of Engineer-in-charge.

Recommended make :G.E.C., Usha, Rallies, Crompton, Orient fans with regulators of same make.

II] EXHAUST FANS :Exhaust fans of 45 cms (18”) 230 volts, 50 C/s 1400 RPM, with condenser unit and complete with all its accessories fixtures shall be provided and erected in such a fashion to displace 130 cum/minute of air for a cycle of every 5 minutes. The location of the exhaust fans shall be as per the directions of the Engineer-in-charge. Metal sheet cowl for exhaust fans recess 45 cms. Fabricated from suitable frames 25x25x3 mm angle coverd with 22 gauge G.I. sheet and opening covered by expanded metal, the cowl to be fixed to wall with grouted bolts of 9 mm dia and 12 cms length and nuts, exhaust fans shall be provided in pure water pump house, chlorine room, chemical house, chemical stores, sanitary blocks etc.

Approved Make :G.E.C. Crompton, Rallies, ACCO.8] EARTHING :

Earthing for electrical installation both internal and external, including panel boards and motors with adequate capacity of G.I. wire of suitable gauge shall be provided at all suitable places and all earthing stations shall be inter connected so as to ensure maximum safety and G.I. plate, charcoal, salt etc shall be used as per Indian Electricity Rules. The earthing wires will run along conduits upto plug points and as per the directions of the Engineer-in-charge.

9] SWITCH BOARD WITH SWITHCES FOR BUILDING

Contractor No. of Corrections Executive Engineer

Page 215: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

WIRING :Piano type switches and 3 pin plugs shall be provided and properly fixed on polished T.W. block of suitable size with sunmica top. Sufficient number of such switch boards for operating covenience shall be provided with indications of fans, lights etc on it.

10] POWER WIRING :Power wiring with suitable numbers of plug points and switches of 15 Amps, 230 volts, suitable for operation of electrical blowes, drilling machine and grinder shall be provided only in pump house. This shall be in addition to the general plug point provided.

Contractor No. of Corrections Executive Engineer

Page 216: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

DECLARATION

I hereby declare that I have made myself thoroughly conversant with the local conditions regarding all material such as stones, murum, sand availability of water etc and labour on which I have based my rates for this work. The specification and requirements of lead for this work have been carefully studied and understood by me before submitting the tender. I undertake to use only the best materials, to be approved by the Executive Engineer-in-charge of the work or his duly authorised representative, before starting the work and also to be abide by his decision.

I hereby undertake to pay the labour engaged on the work as per minimum Wages Act 1984 applicable to the zone concerned.

Contractor No. of Corrections Executive Engineer

Page 217: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

Contractor Executive Engineer

UNDERTAKING FOR GURANTEE

I/We GURANTEE THAT :

1) I/ We replace, repair and adjust free of all charges, to the employer, any part of the amendment to such specification as referred to in our specification attached to tender, fair wear and tear excepted until the completion and for a period of 6 months from the date of Acceptance Certificate issued under Article 20 of General Conditions of Contract.

2) All the work will be reliable.3) All the work will be of a type which has been proved in

service, to be suitable for the duty required by the

Contractor No. of Corrections Executive Engineer

Page 218: GENERAL CONDITION - Welcome to the e-Tendering …mjp.maharashtra.etenders.in/tnduploads/mjp/tndheader/TND... · Web viewGENERAL CONDITIONS Unless otherwise specifically provided

specifications and will be in the appropriate standard specifications approved by the Engineer-in-charge.

4) I/We accept and abide by the clause relating to quality and guarantee of work.

Contractor Executive Engineer

Contractor No. of Corrections Executive Engineer