You are on page 1of 308

Georai Municipal Council Tender for Imp.

of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL

TAL: GEORAI DIST: BEED

Name of Work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing,


supplying, erecting, lowering and laying of raw and pure water pumping
machinery, pure water rising main, ESR, Distribution system of HDPE/DI
pipes.

Amount Put to Tender : 10,64,56,916/-

E-Tender No. 3/2016-17

VOLUME I,II and III

(Detailed Tender Notice, undertaking and declaration,Scope of work, General


Condtions of Contract, B-1 form and clauses, Special conditions of contract,
Schedule A & B, Itemwise detailed Specifications, General specifications, Data sheets
Drawings, etc.)

Due on: 28/04/2016 to 23/05/2016 on website


www.mahatenders.gov.in

Price: 15,000/- (Rupees Fifteen Thousand only)

(Non-Refundable, including 5% VAT)

: OFFICE :
CHIEF OFFICER
GEORAI MUNICIPAL COUNCIL
TAL: GEORAI DIST: BEED.

Contractor No. of corrections Chief Officer Pg. 1


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

FACE SHEET

Name of Work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME


Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR,
Distribution system of HDPE/DI pipes.

1. Estimated cost put to tender Rs. 10,64,56,916 /-

2. Earnest Money Rs.10,65,000/-

3. Class of Contractor Class-I (a) (Civil) in M.J.P./ P.W.D.

4. Cost of Tender form Rs. 15,000/- per set

5. Type of Tender B-1

6. Period of issue of Tender Form 28/04/2016 to 23/05/2016 upto 17:00


hours

7. Date and Time of Pre-tender Conference 10/05/2016 at 11:00 hours


with Contractor in the office of Chief Officer, Georai
Muncipal Council.
8. Date and Time of Submission On or before 23/05/2016
upto 17:00 hours.

9. Date and Time of Opening of Tenders From 25/05/2016 to 30/05/2016 (11.00


to 17.00)

10. Time Limit 15 months from the date of work order


including monsoon period.

Issued to

Registered in Class .........................................

Vide D.R. No. ........................Dated. ....................................

Chief Officer,
Georai Municipal Council,
Georai, Dist.Beed.

Contractor No. of corrections Chief Officer Pg. 2


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5030Name of Work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME


INDEX

Section
Description Page No.
No.

1 Detailed Tender Notice 06

2 Undertakings & Declaration 14

3 Scope of Work 27

4 Definations 30

5 General Conditions of Contract 33

6 Form B-1 and clauses 50

7 Special Conditions of Contract 96

8 Schedule A 103

9 General conditions for materials 104

10 Schedule B 107

11 Itemwise Specifications 167

12 Intermediate Payment Schedule and List of Approved makes 285

12 General Specifications 288

13 Data Sheets for Various Components 301

14 Drawings 306

Signature of Bidder CHIEF OFFICER

Contractor No. of corrections Chief Officer Pg. 3


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA



, .
- . ... /-/ . //
. . .../ .. / / . //
" : http//mahatenders.gov.in

),, ., 3 , . . 4./ . .
'
. 6 748 9
> B> .

$

EF G H (. , /- (. . . . ,
. G ,,,/- / . . (F
, 3
H4K 4. (G
> L, ' H 7,
M W
N6 O H,) ,)
G
Q"R . . . .
T. . ,
, , .
.
1.
G > Y " https://mahatenders.gov.in
" c .
2. , , " . .. .
c .
, () N , .. . k
.
3. l 4m R Q G 6 >
https://mahatenders.gov.in " 9 M o.
4. H, " m G p N G)
G : '
),,
., .

1 1
'
), RK
. .

Contractor No. of corrections Chief Officer Pg. 4


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Notice Inviting Tender


Georai Municipal Council, Georai
E-TenderNoticeNo. 3, GMC/2016-2017/ Date: 28/04/2016
Outward no. GMC/WS/543/2016 dated 27/04/2016
Portal:https://mahatenders.gov.in
Chief Officer, Georai Municipal Council through the process of E-tendering invites
ONLINE Bids in 2-cover system from experienced prospective bidders fulfilling the
mandatory eligibility criteria, registered with M.J.P./P.W.D. , in appropriate class &
Category who have completed work of similar nature of work mentioned below:
Cost of Pre- Registration
Estimated Construction
Name of the work qualification
Project Cost Period
Document
IMPROVEMENT TO GEORAI 15
WATER SUPPLY SCHEME Calendar
Providing, supplying, erecting, months.
lowering and laying of Raw & MJP/PWD (Including
Pure water pumping machinery, Rs. 15,000/- Rs. 10,64,56,916 /- Class I(A) Trial &
pure water Rising main, ESR, and above Run Period
Distribution system of HDPE/DI and
pipes, etc. Monsoon)
1. The detailed tender notice containing pre-qualification criteria & required
documentation is available on the website https://mahatenders.gov.in.
2. The tender documents are available for download on the website from 28/04/2016 at
11.00hrs. The last date for the submission of duly filled tender is on 23/05/2016 upto
17.00 hrs.
3. All interested bidders who want to participate in tendering process, have to be enrolled
on portal https://mahatenders.gov.in and can download the tender documents from a
foresaid website as per tender schedule.
4. Right to reject any or all tenders without assigning any reason there of is reserved by
the Chief Officer, Georai Municipal Council, Georai.

Sd/- Sd/-
Chief Officer President
Georai Municipal Georai Municipal
Council, Georai Council, Georai

Contractor No. of corrections Chief Officer Pg. 5


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

DETAILED TENDER NOTICE

Contractor No. of corrections Chief Officer Pg. 6


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

1.0 NOTICE INVITING BID


Chief Officer, Georai Municipal Council through the process of E-tendering invites ONLINE
Percentage Rate Bids in two bid system (Part-I Technical Bid & Part-II Commercial bid)
from experienced prospective bidders fulfilling the mandatory eligibility criteria, registered
with Maharashtra Jeevan Pradhikaran, or with Central Govt., or with State Govt and its
undertaking in appropriate class & Category who have completed work of similar nature of
work mentioned below:
Sr. No. Description Details
1. Name of Work IMPROVEMENT TO GEORAI WATER
SUPPLY SCHEME Providing, supplying,
erecting, lowering and laying of raw and
pure water pumping machinery, pure
water rising main, ESR, Distribution
system of HDPE/DI pipes.
2. File No./OutWard No E-Tender No. 3/2016-17
3. Cost put to the Bid (in Lacs) 1064.57 Lacs.
4. EMD 10,65,000/-
5. Registration Class Class I(a)(Civil) and Above M.C. GEORAI /
PWD
6. Completion Period 15 (Fifteen) Months (including Trial and Run
period of Three months and Monsoon)
7. Cost of Blank Bid document 15,000/- (Non Refundable, including 5%
VAT)

1.1 MANDATORY ELIGIBILITY CRITERIA:


The Prospective Bidder will be qualified only if they fulfil following mandatory eligibility
criteria:
1.1.1 General Criteria
Pre qualification On-Line submission shall be accompanied by self attested
copies of
a) Registration in appropriate class & Category.
b) Sales Tax Certificate (MVAT)
c) Income Tax Permanent Account Number
d) Valid Solvency Certificate
e) EPF certificate
1.1.2 Technical Criteria
Experience of having successfully completed of similar works during the last 5 (Five) years
ending last day of the month previous to the one in which applications are invited:
Three Similar works costing not less than the amount equal to 40% of the amount put to
tender.
Or
Two Similar works costing not less than the amount equal to 50% of the amount put to
tender.
Or
One Similar works costing not less than the amount equal to 80% of the amount put to
tender.

Contractor No. of corrections Chief Officer Pg. 7


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Note: . Similar completed Work shall mean


A. Providing, Lowering, Laying & Jointing and Satisfactory Hydraulic Testing of
H.D.P.E./ DI. pipe for minimum dia. of 90 mm and minimum Length of 15 Km in
single contract.
B. Designing, Constructing & satisfactory Hydraulic Testing of minimum 1 No of R.C.C.
E.S.R. having more than 4.0 Lakh lit. Capacity in single Contract.
C. Providing, erecting in a single contract pumping machinery of total installed capacity
not less than 40 HP centrifugal type in a single contract.
1.1.3 Financial Criteria
The Prospective Bidders will be qualified only if they have minimum financial
capabilities as below:-
I. Profitability: Profit after Tax should be Positive for Three Years out of last Five
consecutive financial years. The profit shall not be negative for last two
consecutive financial years.
II. Net Worth: Net worth of Prospective Bidder during last audited financial year
should be greater than 1.07 Crores.
III. Annual Turnover: The average annual turnover of last three financial years
should be equal to or greater than 3.20 Crores.
Note::
I. Turnover will be considered for main bidder/lead bidder and for the JV partner put
together.
II. The value of works shall be brought to current costing level by enhancing the
executed value of work in the year of completion at simple rate of 7% per annum.
III. The information regarding Financial Criteria and Average Annual Turnover
Certified by Chartered Account will be only considered.
IV. If the bids are called between 1st April and 30th September of the year then latest
audited financial year shall be a year before previous year for financial criteria.
(for e.g. of bids are called between 1st April 15 and 30th Sept 15. Then latest
audited financial year shall be a year before previous year for financial criteria i.e.
2013-14)
1.1.4 Bid Capacity Criteria:
The Prospective Bidder will be qualified only if their available bid capacity should be equal to
or greater than the amount put to tender. The available bid capacity will be calculated base
on the following formula:
Available Bid capacity = 2.0 x A x N B
Where,
A = Average Annual Turn Over for last Three financial years ending 31st March of the
preceding financial year from construction.
N = No. of years prescribed for Completion of the work.
B = Value of existing commitments and on-going works to be completed during the period of
Completion of work.
1.2 PRE BID MEETING:
Pre Bid metting to be held on 12.05.2016 at 11.00 hrs at Georai Municipal Council Georai.
All the interested bidders shall visit the site and attend the prebid meeting and make
presentation of the proposed methodology of execution of work within the schedule timeline.
It is mandatory for the interested bidder to attend the meeting and take a letter of prebid

Contractor No. of corrections Chief Officer Pg. 8


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

meeting from Municipal Council Georai. The letter shall be uploaded in the envelope 1 of the
technical bid.
If the prebid letter from Georai Municipal Council has not been uploaded in the envelope 1
as above, a note will be recorded accordingly by the Tender opening authority and the
Envelope No. 2 of such tenderers will not be opened or considered for further action and the
same will be rejected.

1.3 COST OF BLANK TENDER DOCUMENT:


Cost of Blank Bid Document of Rs.15,000/- including VAT @ 5% (non-refundable) to be paid
via online Payment Gateway mode only. The information of E-Payment Gateway available
on E-Tendering Website https://mahatender.gov.in

1.4 EARNEST MONEY DEPOSIT : - Rs.10,65,000/-


a) EMD amounting Rs.10,65,000/- to be paid via online Payment Gateway mode only. The
information of E-Payment Gateway available on E-Tendering Website
https://mahatender.gov.in
b) This earnest money amount shall not carry any interest whatsoever the earnest money
will be refunded (and Bank Guarantee, if any, will be released) in the case of Tenderers
whose Tenders are not accepted, only after completion of all formalities in respect of the
accepted Tender or in case of expiry of validity of offer, when specially withdrawn by the
Tenderer in the case of successful Tenderers, the earnest money will be refunded after
completion of contract documents and payment of security deposit.
1.5 SECURITY DEPOSIT
a) The security deposit at 4% of estimated cost put to Tender or accepted cost whichever is
higher; will have to be deposited by the successful contractor.
The security deposit will be accepted in the following manner.
Initial Security Deposit 2% in the form of F.D.R. / T.D.R. issued by an Nationalized Bank /
Scheduled Bank valid for minimum period of 15 Months initially and validity will have to be
extended further by every 12 months.
OR
Bank Guarantee from any Nationalized / Schedule Bank in the form specified, with a
validity period of at least 15 months initially and validity will have to be extended further by
every 12 months.
b) Deduction through R.A. Bills - Balance 2% amount of security deposit will be recovered
through each Running Bill at 2% of the gross amount till the required total amount of
security deposit is recovered.
c) The entire Security deposit shall be released as follows;
Initial Security Deposit of 2.0% shall be released after successfully completion of
entire work as per tender document.
Balance Security Deposit of 2.0% shall be released after successful completion of
Defect Liability period or against submission of equivalent amount of Bank Guarantee any
time after completion of entire work as per tender document having valid till completion of
defect liability period.
d) If the initial SD is in the form of BG then the BG shall be from Nationalized Indian Bank or
Scheduled Bank as approved by the Reserve Bank of India.
e) No interest shall, however, be paid on the security deposit.
Additional Security Deposit

Contractor No. of corrections Chief Officer Pg. 9


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The contractor shall have to deposit an additional S.D. as under, before acceptance of
Tender,
a) In case of those Tender whose offer are less than 10% of the cost put to Tender it is
binding on Contractor to pay additional security deposit as mentioned below
Offer upto 10% below : Initial 2% of cost put to Tender +2% from R.A.
bills.
Offer upto 10% below to : Initial security deposit 4% + 2% from R.A. bills.
15% below
Offer more than 15% below : Initial security deposit 6% + 2% from R.A. bills.
b) In respect of those Tenderers whose offers are more than cost put to Tender, it is
binding on contractor to pay 4% security deposit on cost of accepted Tender i.e. initial 2%
+ 2% from R.A. bills.
1.6 STAMP DUTY
The contractor shall bear 2% or 3% revenue stamp duty (as the case may be) on total
Security Deposit and/or Additional Security Deposit (payable as per tender condition) on
the date of agreement, to be in the form of franking, fixed on stamp paper of Rs. 100/-, as
per the Indian Stamp Duty (1985) (latest revision) provision applicable during contract
period. If security deposit is paid in cash, then stamp duty will have to be paid at 3% of
total security deposit.
1.7 PERIOD OF COMPLETION
15 calendar months from the date of issue of work order (including monsoon season &
period of running scheme for three months). Normally, no extension will be granted and
compensation on account of delay in completion of work would be levied.
1.8 BIDDING PROGRAMME
E-Tender No. 3/2016-17
Sr. Start Date & End Date & Time
Activities
No Time Hrs. Hrs.
1. Tender Publish Date for 28.04.2016, 11:00 --
Inviting of Bid.

2. Document Download / Sale. 28.04.2016, 11.00 23.05.2016, 17:00

3. Queries & Clarification. 12.05.2016, 11:00 12.05.2016, 17:00

4. Tender Submission &


13.05.2016, 11.00 23.05.2016, 17:00
Upload
5. Tender Opening (Envelope
25.05.2016, 17:00 30.05.2016, 17:00
1)- Technical
6. Tender Opening (Envelope
25.05.2016, 17:00 30.05.2016, 17:00
2)- Financial

1) Bidder may attend financial bid opening as mentioned above. No separate intimation will
be given regarding Bid opening.
2) Online Pre-Bid queries should be uploaded on e-mail I.D. mcgeoria@gmail.com and the
reply to these queries will be given as per time mentioned in Bidding Programme.

Contractor No. of corrections Chief Officer Pg. 10


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

1.9 SUBMISSION OF TENDER


a) The two envelopes No. 1 and 2 shall be digitally sealed and signed and submitted online
as per the online Tender Schedule.
b) The date and time for online submission of envelopes shall strictly apply in all cases. The
Tenderers should ensure that their Tender is Prepared online before the expiry of the
scheduled date and time and then submitted online before the expire of the scheduled
date and time. Offers not submitted online will not be entertained.
c) If for any reason, any interested bidder fails to complete any of online stages during the
complete Tender cycle, department shall not be responsible and any grievance regarding
that shall not be entertained.

Envelope No. I
First of all, envelope no. 1 of the Tender will be opened online through e-Tendering
procedure to verify its contents as per requirements. Scanned copies of following
documents shall be in Envelope No. I
Earnest money in the form of Term Deposit Receipt/FDR valid for 6 months period from
the prescribed date of opening of Tender.
Income Tax Return for last three years (FY 2014-15, 2013-14, 2012-13) duly certified by
Chartered Accountant.
Copy of Pan Card
Certified copy of Registration certificate i.e. Company registration, partnership Deed etc.
and power of Attorney to sign the tender document and other proceding pertaining to the
work tendered.
VAT Registration certificate.
Certificate of registration in appropriate class with MJP / PWD
Declaration by bidder in Statement no. VII
Undertaking & Guarantee in Statement No. VI
Details of similar kind of works carried out by the bidder in Statement no. II
Details of other works tendered for & inhand in Statement no. III
Details of machinery immediately available with the bidder in Statement no.IV &I
Details of technical personnel with the bidder in Statement no. V
Proof of payment of tender fees.
All certificates pertaining to eligibility criteria shall be uploaded.
Authority letter in favour of person signing the bid & documents
All the above mentioned documents shall have to be submitted duly sigend by the
Authorized signatory
All the above documents shall be uploaded and one set of above all attested copies should
be submitted to the Chief Officer, GMC, Gangapur by hand as well as in the Envelope No. 1.
First of all, Envelope no. 1 of the tenderer will be opened online through Tendering procedure
to verify its contents as per requirements. Scanned copies of all the above mentioned
documents shall be in Envelope No. 1. If various documents contained in this Envelope do
not meet the requirements, as above a note will be recorded accordingly by the Tender

Contractor No. of corrections Chief Officer Pg. 11


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

opening authority and the Envelope No. 2 of such tenderers will not be opened or considered
for further action and the same will be rejected
Envelope No. II
The tenderer should quote his offer, in percentage rates format on BOQ (Bill of Quantity)
attached with the online tender at appropriate place, to be submitted only in Envelope No.2.
He should not quote his offer anywhere in Envelope No.1 directly or indirectly. The tenderer
shall quote for the work as per details given in the main tender and also based on additional
conditions/ stipulations furnished by the Municipal Council after the pre tender conference.

1.10 OPENING OF TENDER


The Tenders will be opened (as far as possible) on the date specified in the Tender
notice in the presence of the intending bidders or their authorized representative to
whom they may choose to remain present along with the copy of the original documents
submitted. Following procedure will be adopted for opening of the Tender.
This envelope no 2 shall be opened online through e-Tendering procedure immediately
after opening of envelope No.1 only if the contents of Envelope No. 1 are found to be
acceptable to the Municipal Council. The tendered rate shall then be read out by the
tender opening authority.
1.11 CONTRACT DOCUMENT
The Contractor shall execute Contract agreement, within a period of 15 days counted
from the receipt of the letter of acceptance from the GMC, a formal agreement on a
stamp paper in the form, more particularly provided in the Bid documents.
The Contractor shall furnish, free of charge, two certified copies of the Contract
documents and all further drawings which may be issued during the progress of the
work. He shall, keep one of these documents on site in good order and the same shall at
all reasonable time be available for inspection and use by the Engineer, his
representative or his Inspecting Officer.
None of these documents shall be used by the Contractor for any purpose other than of
this Contract.
1.12 INSURANCE
Contractor shall take out necessary insurance policy/policies so as to provide adequate
insurance cover of execution of the awarded contract work from the Director of
Insurance, Maharashtra State, Mumbai only. Its postal address for correspondence is
264, Ist floor MHADA, Opposite Kalanagar, Bandra (East), Mumai-400 051 (Tel. No.
6433403, FAX No. 6438461). Insurance policy/policies taken out from any other
company will not be accepted. However, if the same should be under the co-insurance
cum servicing arrangements approved by the Director of Insurance. If the policy taken
out by the contractors is not on co-insurance basis (G.I.F. 60% and Insurance company
40%) the same will not be accepted and amount of premium calculated by the Director of
Insurance will be recovered directly from the amount payable to the contractors for the
executed contract work which may be noted.
1.13 INSTRUCTIONS TO BIDDERS:

Contractor No. of corrections Chief Officer Pg. 12


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

i. For qualification, on-line submission shall be accompanied by attested copies of


registration, valid bank solvency certificate of Minimum 110 Lakhs, sales tax
certificate (MVAT), Income Tax Permanent Accounts No., list of technical staff, list of
plant, machinery and equipments, list of works & its magnitude executed in last 5
(five) years along with work completion certificates, list of works in hand.
ii. The applicant should also produce original documents for verification if called for.
Failure to attach requisite documents with application will render applicant not eligible
for qualification of bid without any intimation. The work completion certificate shall be
issued by Govt. / Semi. Govt. Organization/ Urban Local Body not below the rank of
Chief Officer / Executive Engineer.
iii. Joint Venture participation is allowed. Bidder shall submit a Notarized Joint Venture
agreement on Rs.100/- stamp paper as per proforma given in section-5. The
maximum number of participants in JV shall be two(02) with the condition that the
lead member should be registered in appropriate class and shall fulfil all the above
eligibility criteria mentioned in point no 1and 2 above. Among the JV partners, lead
partner shall be responsible for completion of the entire work. No bidder shall be
allowed to participate in more than one bid whatsoever.
iv. In case of damaged documents/non openable documents/ relevant balance
documents of already uploaded documents not found after opening of technical bids
then the hard copies of that documents shall be accepted subjected to such
documents shall be possessed by the bidder before the date of e-hand over of
prepared documents.
v. Chief Officer, GMC reserves right to reject any or all Bids without assigning any
reason and the same shall be at the entire discretion of Chief Officer, GMC. Chief
Officer, GMCs decision in this respect shall be final and binding.
vi. Conditional Bids shall be summarily rejected.
vii. The offer shall remain valid for a period of one hundred twenty (120) days from the
later date specified in the e-handover of the prepared document.
viii. For further details regarding the above, contact Chief Officer, GMC. Contact:
9404645725.
ix. For any details regarding E-Tendering system in Chief Officer, GMC, please contact
service provider. Help-Desk No. 1800-30702232, Mob. No.:
7878007972,7878007973, website www.mahatender.gov.in
x. The on-line queries are to be submitted on E-mail ID mcgeorai@gmail.com between
prescribed time schedules. The queries received after prescribed date and time will
not be considered.
xi. Bidders are required to pay professional fees / charges via on-line payment gateway
mode as per the prevailing rate at the time of bid submission, the present rate is
Rs.1038/- (Inclusive of all taxes) to the service provider. For uploading the
documents and main Bid Document, etc.
1.14 Right Reserved
a) Right to reject any or all Tenders without assigning any reason thereof is reserved
by the competent authority whose decision will be final and legally binding on all
the Tenderers.
b) Tender with stipulations for settlements of a dispute by reference to Arbitration will
not be entertained.

Chief Officer

Contractor No. of corrections Chief Officer Pg. 13


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Georai Municipal Council

Contractor No. of corrections Chief Officer Pg. 14


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

UNDERTAKINGS AND
DECLARATION

Contractor No. of corrections Chief Officer Pg. 15


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.0 UNDERTAKINGS AND DECLARATION

2.1 STATEMENT NO. I


(To be included in Envelope No.1)

QUESTIONNAIRES ON MACHINERY

Proforma for information regarding availability / Procurement of machinery required


for this work.

A) Machinery required for this work be owned by the tenderer or agreement regarding
hire of the cement concrete work plant and machinery e.g cement concrete mixer,
plate vibrator, needle vibrator M.S. centering plates & steel prop, JCB/Poclain, HDPE
pipe fitting equipment etc.
List of machinery required

Quantity required
Sr.no Description of machinery
(Nos.)

1 Cement concrete mixer (0.3 m 3 capacity) 1

2 Dewatering diesel engine pumps 5HP Capacity 1

3 Automatic Dumpy level set 1

4 Timbering Materials, Centering Sheets, Runners etc. 200 m2

Vibrators of required capacity (Needle, Plate


5 3
compactor)

6 Tripod with chain pulley block 2

7 Cranes (5 to 10 Tonnes capacity) 1

8 C.C. Cube moulds 12

9 JCB/ Poclain 2

10 Weigh Batcher 2

11 HDPE pipe fitting equipment 3

Contractor No. of corrections Chief Officer Pg. 16


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Question -1: Is the above machinery owned by you and available with you for immediate
deployment on this work.
If Yes, give information in this sample form

Type Of No of Units Name of works on Location Output Works in


Machine which deployed at hand
present
1 2 3 4 5 6

Question -2: Is the above machinery owned by you and available with you for immediate
deployment on this work ?
If yes, give information in this sample form

Question -3 If answer to Question -1 is No please state how this machinery will be


procured by you?
If the machinery is hired by you , given information in this sample form

Type Of No of Units Name of works on Location Output Works in


Machine which deployed at hand
present
1 2 3 4 5 6

Contractor No. of corrections Chief Officer Pg. 17


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.2 STATEMENT NO. II


DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE CONTRACTOR
Sr. Time in which Date of Principal
Name of work Tendered cost
No. completed completion features
1 2 3 4 5 6

Contractor No. of corrections Chief Officer Pg. 18


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.3 STATEMENT NO. III


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

Works in hand Work Tendered for

Sr. Place and Tendered Cost of Anticipate Estimated When Stipulated Remarks
Name of work
No. cost cost remaining d date of cost and decision period of
work completion date expected completion

1 2 3 4 5 6 7 8 9 10

Contractor No. of corrections Chief Officer Pg. 19


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.4 STATEMENT NO. IV


DETAILS OF MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR THE USE ON THIS WORK
Sr. Name of Equipment No. of units Make Capacity Age & Remarks
No. Condition
1 2 3 4 5 6 7

Contractor No. of corrections Chief Officer Pg. 20


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.5 STATEMENT NO. V


DETAILS OF MINIMUM TECHNICAL PERSONNEL WITH THE TENDERER
Sr. Qualification
Designation No. Name Professional Remarks
No. experience in detail
1 2 3 4 5 6 7
B.E. Civil with Sr. No. 1,2,3 & 5 for all the
1 Project Manager 1 minimum 7 Years time
Experience.
Diploma in Civil
2 Site Engineer 2 Engineer with 2 Year
Experience.
BE Mechanical
For Six Months Only
3 Mechanical Engineer 1 Engineer 5 Year
Experience
4 Site Supervisors 2 ITI Trained.
Diploma in Mechanical
5 Mechanical Supervisor 1 Engineer with 5 year For Eight Months
Experience.

Contractor No. of corrections Chief Officer Pg. 21


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.6 BAR CHART

2016 2017
Name of sub-work
Sr. Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug
No.
Repairing of Jack well and
1 ####
Pump house
Repairing of Raw Water
2 #### ####
Pumping Machinery
3 Approach Road #### #### ####
Repairing of Water
4 #### #### ####
Treatment Plant
Recirculation Sump and
5 #### #### ####
Pump House
Pumping Machinery for
6 ####
Recirculation sump
Inlet for Recirculation
7 ####
sump
Pure Water Pumping
Machinery For 6.50
8 #### #### ####
L.L.,7.00 L.L.,7.50 L.L.
ESR
9 Pure Water Rising Mains ####

10 RCC ESR of Cap. 7.5 LL #### #### #### ####

11 Distribution System #### #### #### #### #### ####

12 Dismantling of ESR ####

13 Trial And Run #### #### ####

Contractor No. of corrections Chief Officer Pg. 22


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.7 STATEMENT NO. VI


UNDERTAKING AND GUARANTEE

I / We guarantee that :-

1) I / We will replace, repair and adjust free of all charges, to the employer, any
part of the work which fails to comply with the specifications or amendment to
such specifications as referred to in our specifications attached to tender, fair
wear and tear expected until the completion and for period of 12 months from
the date of Acceptance Certificate issued under respective clause of
Conditions of Contract.

2) All the work will be reliable.

3) All the work will be of a type which has been proved in service, to be suitable
for the duty required by the specifications and will be manufactured and
tested in accordance with the appropriate standard specifications approved
by the Engineer-In-Charge.

4) I / We accept and abide by the clause relating to quality and guarantee of


work for complete defect liability of twelve month from the date of submission.

Contractor's Signature.

Contractor No. of corrections Chief Officer Pg. 23


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.8 STATEMENT NO. VII


DECLARATION

1) I / We hereby declare that I / We have made my self thoroughly conversant


with the local conditions regarding all materials such as stones, murum, sand,
availability of water etc. and labour, on which I have based my rates for this
work. The specifications and requirements of lead for this work have been
carefully studies and understood by me before submitting the tender. I
undertake to use only the best material, to be approved by the Engineer-In-
Charge of the work and also abide by his decision.

2) I / We hereby undertake to pay the labour engaged on the work as per


Minimum Wages Act 1984 applicable to the zone concerned.

3) I / We hereby undertake to supply the material / equipment only as per makes


mentioned in the tender wherever such makes are specified.

Contractor's Signature.

Contractor No. of corrections Chief Officer Pg. 24


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.9 MODEL FORM OF BANK GUARANTEE BOND


1. This deed of Guarantee is made on the ....................by having his head office at ........
............................................................hereinafter called the said Contractor(s) from
the demand under the terms and conditions of Agreement dates .................................
made between ............................................................................ and .............................
............................................................ .......................
for .............................................................................. (hereinafter called the
Agreement) of additional security deposit for the due fulfillment by the said
Contractor of the terms and conditions contained in the said Agreement on
production of a Bank Guarantee for Rs. .................................... (Rs. .............................
....................................................................................only) We, request of ....................
............................................................................................................(contractor) do
hereby undertake to pay to the Municipal Council, GEORAI hereinafter referred to as
MC, an amount not exceeding Rs. ...................................................against any loss
or damage caused to or suffered by the MC by reasons of any breach by the said
Contractor of any of the terms or conditions contained in the said Agreement.
2. We, ............................................................................(indicate the name of bank) do
hereby undertake to pay the amount due and payable under this guarantee without
any demur, merely on a demand from the MC stating that the amount claimed is due
by way of loss or damage caused to or would be caused to or suffered by the MC by
reason of breach by the said Contractor (s) of any of the terms of conditions
contained in the said Agreement or any reason of the Contract(s) failure to perform
the said agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable under this guarantee shall be restricted to an
amount not exceeding Rs. .................
3. We undertake to pay to the MC any money so demanded not with standing any
dispute or dispute raised by the Contractor(s)/Supplier (s) in any suit or proceeding
pending before any count or tribunal retaining there to our liability under this present
being absolute and unequivocal. The payment so made by us under this pond shall
be valid discharge of our liability for payment thereunder and the Contractor(s) /
Supplier (s) shall have no claim against us for making such payment.
4. We, .............................................................................(indicate the name of Bank)
further agree that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said Agreement and
that it shall continue to be forcible till all the dues of the MC under or by virtue of the
said Agreement have been fully paid and its claims satisfied or discharged or till .......
............of MC certifies the said Contractor(s) and accordingly discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in writing
on or before the .................................................................................we shall be
discharged from all liability under this guarantee thereafter.
5. We, ............................................................................(indicate the name of Bank)
further agree with the MC that MC shall have the fullest liberty without our consent
and without affecting in any manner our obligations here under to vary any of the
terms and conditions of the said Agreement or to extend time of performance by the
said Contractor from time to time or postpone for any time or from time to time any of
the powers exercisable by the MC against the said Contractor(s), and to forth or
enforce any of the terms and conditions relating to the said Agreement, or extension
being granted to the said Contractor(s) or for any forbearance act or commission on
the part of the MC or any indulgence by the MC to the said Contractor or by any such

Contractor No. of corrections Chief Officer Pg. 25


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

matter or thing whatever which under the law relating to surety would, but for this
provision, have effect of so relieving us.
6. The guarantee will not be discharged due to the change in the constitution of the
Bank or the .........................................change in constitution of the Contractor/
Suppliers.
7. We, .............................................................................(indicate the name of Bank) lastly
undertake not to revoke this guarantee during its currency except with the previous
consent of the MC in writing.

Dated the ..............................................day of .......................................... 19

for
(indicate the name of bank)

Contractor No. of corrections Chief Officer Pg. 26


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SCOPE OF WORK

Contractor No. of corrections Chief Officer Pg. 27


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

3.0 SCOPE OF WORK

The Bid is for the work of IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME
Providing, supplying, erecting, lowering and laying of raw and pure water pumping
machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes. The
work to be carried out under the contract shall except as otherwise provided in this conditions
include all labour, material, tools, plants, equipment & transport which may be required in
preparation and completion of the works.
The description given in the schedule of works/ items/quantities, and the Bills of Quantities
shall, unless otherwise stated, be held to include waste on materials, carriage & cartage
carrying in, hoisting, setting, fitting & fixing in position and all other labour necessary in & for
the full and entire execution & completion as aforesaid in accordance with good practice &
recognized principles.
The scope of the contract shall include but not limited to the following.
i. All material / equipments shall be GMC/Third Party/Consultant/PMC approved.
ii. The job includes, loading, transportation, its insurance, delivery at site, storing with due
care, guarding, erection, allied civil works, performance test and trial and defect
rectification during guarantee period.
iii. Subsoil testing and investigation for water table and safe allowable bearing capacity
to be carried out by the contractor through a reputed and specialist firm approved by
Engineer-in-Charge. Based on soil investigation the contractor shall prepare
structural design and drawings.
iv. Excavation of pipelines and all types of structures in all types of strata with minimum
disruption to the traffic, including refilling, disposing of the excavated stuff as per the
directions of Engineer-in-Charge.
v. Repair works for existing Jackwell and pumphouse at Khamgaon.
vi. Repairs to existing raw water pumping machinery.
vii. Approach road to Jackwell and pump house.
viii. Reparing of mechanical components of exisiting WTP.
ix. Construction of recirculation sump and pump house at WTP.
x. Supply, Provding, erection, installation of pumping machinery and valves, and civil,
electrical and mechanical works including all allied works for recirculation sump at WTP.
xi. Supply, Providing, lowering laying, Jointing Testing DI pipes and specials for inlet
arrangement for recirculation sump.
xii. Supply, Provding, erection, installation of pure water pumping machinery and valves,
meters, and civil, electrical and mechanical works including all allied works.
xiii. Supply, Providing, lowering laying, Jointing Testing HDPE/DI/MS/CI pipes and specials for
pure water rising main.
xiv. Construction of ESR including all safety procedures and guidelines.
xv. Supply, Providing, lowering laying, Jointing Testing HDPE/DI/MS/CI pipes and specials for
distribution system.
xvi. Dismantling of existing old ESR including all safety procedures and guidelines.
xvii. Dewatering with the pumps and disposing/diversion of the water to nearby
drains/channels/ nallas/river without disturbance to the traffic.
xviii. Traffic diversion including proper lighting, signages, safety and precautionary
measurements at the workplace. Traffic diversion including proper lighting, signages,
safety and precautionary measurements at the workplace.
xix. Quality Control and Quality Assurance for all the works.
xx. Project Scheduling and Management to complete the project within the time period.

Contractor No. of corrections Chief Officer Pg. 28


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

xxi. Any other items of work which have not been specifically mentioned in the
specifications but are necessary for construction as per good engineering
practice and safety norms and operation and guaranteed performance of the entire
work shall be deemed to be included within the scope of work of this specifications
and shall be provided by the contractor without any extra cost to the employer.

Contractor No. of corrections Chief Officer Pg. 29


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

DEFINITIONS

Contractor No. of corrections Chief Officer Pg. 30


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

4.0 DEFINITIONS
4.1 DEFINITIONS : The terms and words used in the contract are defined as follows. The
terms shall have the meanings described which shall be applicable to both the singular
or plural thereof.
4.2 OWNER/PURCHASER : The term owner/purchaser shall mean the Georai Municipal
Council Georai represented by Chief Officer or any other officer authorized by the Chief
Officer. The deicison of the chief officer shall be final and binding to contractor.
4.3 ENGINEER IN CHARGE : The term ngineer-in-Charge mentioned throught the tender
document means the chief officer or any other officer authorized by the Chief Officer for
the complete project.
4.4 ENGINEER: The term Engineer shall mean the person or firm appointed by the owner to
undertake the duties and powers assigned to the Engineer by the owner and by these
specifications acting directly or through authorized representatives. The term Engineer is
referred to 'throughout the contract documents as if singular in number and masculine in
gender and means the Engineer, or his authorized representative including the Engineer
employees. The contractor will be notified in writing the name of the Engineer.
4.5 ENGINEER'S REPRESENTATIVE : Means any resident Engineer or assistant to the
Engineer appointed by the Owner or the Engineer to perform the duties set forth in
clause 3 thereof by the Engineer.
4.6 CONTRACTOR'S EQUIPMENT : The contractor's equipment means appliances or
things of whatsoever nature required in or about the execution, completion, commissions
and maintenance of the works but does not include plant intended to form of forming part
of permanent work.
4.7 TENDERER/VENDOR : Any person or association of persons, firm GMC or organization
submitting a Tender for the works.
4.8 TENDER : The offer or proposal of the Tenderer submitted in the prescribed form setting
for the prices of the work to be performed and setting for the his acceptance of the terms
and obligations of the conditions of the contract & specification except in so far as the
variations requested by the Tenderer at the time of tender.
4.9 CONTRACTOR : The contractor is the person or partnership of persons, firm or GMC or
Organization identified as such in the contract Agreement and is referred to throughout
the contract Documents as if singular in number and masculine gender. The term
contractor means the contractor or his authorized representative and permitted assigns
of such individual or firm or company.
4.10 CONTRACTOR DOCUMENTS : The contract documents consist of the contract
Agreement, the notices, instructions, the contractor's Tender, The Tender Security, the
notice of Award, the notice to proceed, the Conditions of the contract, the Bond the
Drawings, the specifications and all Agenda.
4.11 SPECIFICATIONS : The specifications cover the general terms, conditions and
requirements of the contract and the materials supplied therefore, and the workmanship
from the contractor. The specifications and the bill of quantities form part of the contract
and are supplementary to the General conditions of Contract Wherever the term
specifications is used apart from a specified standard specification or plan prepared for a
particular item, as instructions of the contractor in executing that item of the work.
4.12 CONTRACT AGREEMENT: The contract documents for the contract agreement. The
Contract Agreement represents the entire and integrated agreement between the parties

Contractor No. of corrections Chief Officer Pg. 31


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

hereto and supersedes all prior negotiations, representation, or agreements either


written or oral.
4.13 STANDARDS : I.S. Refers to Indian Standards issued by the Indian Standards
Institution. All materials and workmanship which form part of this project shall conform to
the relevant up to date amended IS or in its absence any other standard, as the Engineer
may approve or direct.

Contractor No. of corrections Chief Officer Pg. 32


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GENERAL CONDITIONS OF
CONTRACT

Contractor No. of corrections Chief Officer Pg. 33


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5 GENERAL CONDITION OF CONTRACT


5.1 THE TENDERER WILL BE LIABLE TO BE REJECTED OUTRIGHT IF WHILE
SUBMITTING THE TENDER.
i. The tenderer proposes any alternation in the work specified in the tender or in the time
allowed for carrying out the work or any other conditions.
ii. Any of the pages of the tender are removed and or replaced.
iii. All corrections and additions of pasted slips are not initialed by the tenderer.
iv. Any erasures are made by him in the tender.
v. The tenderer or in the case of firm or company, the person having power of attorney
does not sign on page 2 of B-1 tender form in the spaced provided for the purpose and
signature is not attested by the witnesses.
5.2 POWER OF ATTORNEY
In case the tenderer is a firm or a company they should in their forwarding letter mention
the names of partners and of the persons who hold power of Attorney authorizing him to
conduct transactions on behalf of the firm or company and should produce a certified
copy of the power of Attorney and partnership deed along with the tender.
5.3 ACQUAINTANCE WITH SITE & WORK CONDITIONS ETC.
The Contractor shall study the site conditions, general conditions and data included in
the tender papers and get it verified from actual inspection of the site etc. before
submitting the tender. In case of doubts about any items or data included in this tender
or otherwise, it shall be got clarified by applying in writing to the Engineer in charge,
before the date of receipt of queries from the bidder schedule as mentioned in the tender
programme. Once the tender submitted, it shall be considered that the Contractor has
verified and made himself conversant with all the details as required for quoting the rates
and completing the work as per tender conditions and specifications.
Contractor shall not sell or otherwise dispose off or remove except for the purpose of this
contract, the rubble, stone metal, sand or other material, which may be obtained from
any excavation, made for the purpose of the contract. All such materials shall be M.C. 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.
Other unforeseen 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 practice 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 specifications 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.
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.C. 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, drawings &
data of the site & water quality. However the final responsibility for all the information

Contractor No. of corrections Chief Officer Pg. 34


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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 chemicals, checked all the
particulars such as levels, dimensions etc. personally. The contractor shall verify himself
the foundation conditions by independent explorations, surface and sub surface
conditions at site before quoting the offer. No claims on this account shall be entertained.
The Contractor shall be deemed to have obtained all necessary information as to
risks, contingencies and all other circumstances which may influence or affect the Bid.
Set of tender documents and conditions (up to a maximum of three sets) at the discretion
of the Engineer in charge, will be supplied to the Contractor after acceptance of tender.
5.4 OUTLINE OF WORKS
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 there is approximate.
The items of work and their approximate quantities are given in Schedule-B of the
tender.
5.5 LINEOUT OF WORKS
The Contractor shall arrange for final lineout of works at his own cost and under
supervision of responsible representatives of the M.C/Engineer-in-Charge.
5.6 CHANGE IN SITE ALIGNMENT OR ORIENTATION:
No compensation shall be paid on account of change in site, alignment or orientation of
proposed work. The right to change the location and site of work is reserved with
Employer. In this regard Bidder is not entitled to claim for such change in site / location.
5.7 CONTRACTOR TO MAKE HIS OWN ARRANGEMENT FOR APPROACH ROADS
FOR CONVEYANCE OF MATERIAL AND SITE VISITS, ETC.:
The contractor shall make his own arrangement for obtaining the materials of
construction required from quarries and see for himself if there are any approaches or
not for conveyances of materials labour etc. to site of work and no extra claims shall be
entertained due to non availability of such roads approaches etc. for conveyance of
materials equipment's etc.
A jeepable service road, wherever necessary shall be provided and maintained by the
Contractor at his cost till the completion of the work.
5.8 QUALITY ASSURANCE SYSTEM
As per provision in the tender, after receipt of work order it is binding on the contractor
to submit the work programme within 15 days to the Engineer in charge for approval in
the work programme the contractor will have to give the quantity of each item. Its amount
and other details to be examined monthly to the Engineer in charge this programme
without doing any change in the date of commencement and period of contract, form a
monthly progress of quantities of times to be executed will be finalized by the Engineer in
charge with justification if any and communicated to the contractor within 15 days from the
date of receipt of such programme form the contractor.
To ensure the specified quality of work which will also include necessary survey
temporary works etc. the contractor shall prepare a quality assurance plan and get the
same approved by the Engineer -in charge within one month from the date of work order.
For this, the Contractor shall submit documents in support of quality assurance plan as
follow.

Contractor No. of corrections Chief Officer Pg. 35


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The contractor shall submit an organization chart of his technical personnel to be


developed on the work along with their qualifications job descriptions defining the
functions or reporting, supervisors inspecting and approving.
The contractor shall also submit the list of tools equipment and the machinery and
instrumentation which he propose to use for the construction and for testing in the field
and or in the laboratory and monitoring.
The contractor shall modify supplement the organization chart and the list of machinery,
equipment's etc. as per the directions of Engineer-in-Charge and shall deploy the
personnel and equipment on the field as per the approved chart and the list respectively.
The contractor shall submit written method statements detailing his exact proposals of
execution of the work in accordance with the specifications. He will get these approved
from the Engineer -in-charge. The quality of the work shall be properly documented
through certificates, records, check lists and log books of results etc. Such as records
shall be compiled from beginning of the work and be continuously updated and
supplemented and this will be the responsibility of the contractor. The forms should be
got approved from the Engineer-in-charge.
The contractor shall prepare and submit detailed, completion drawing As Built
Drawings after completion of the work. He shall also prepare and submit a maintenance
manual giving procedure for maintenance, with the periodicity of maintenance works
including inspections, tools and equipment to be used, means of accessibility for all parts
of structure. He shall also include in the manual the specifications for the maintenance
work that would be appropriate for the technique of construction. This manual shall be
submitted within the contract period.
5.9 WATER FOR CONSTRUCTION AND TESTING ETC.
The Contractor has to make his own arrangement at his cost for water required for
construction, testing, filling, structure, etc. either from local bodies or from elsewhere, by
paying the charges directly and arranging tankers, etc. as per necessity. No claim for
extra payment on account of non-availability of water nearby or extra lead for bringing
water shall be entertained. All required piping arrangements and pumping if required for
water shall be made by the Contractor at his cost. If Contractor fails to pay the water
charges to local bodies or private parties, these shall be recovered by the M.C. from his
bills. In case M.C. s water supply is available, a connections at a suitable place may be
sanctioned but, all further arrangements of pumping if required, piping, etc. shall be done
by the Contractor at his cost, and water charges in such a case, shall be paid by the
Contractor at the rates as decided by the Engineer in charge, which shall be final and
binding on the Contractor. However water for testing and commissioning of pumping
machinery will be made available free of cost.
5.10 EXTRA CLAIMS FOR DEWATERING
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.
Unless a separate item is provided in Schedule B minor dewatering if any required to
be done during any stage of work shall be done by the Contractor without claiming extra
cost.

Contractor No. of corrections Chief Officer Pg. 36


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5.11 MACHINERY REQUIRED:


All machinery required for construction purpose such as mixers, vibrators, trucks etc.
shall be arranged by the contractor. Department shall not take any responsibility for
providing such machinery even on rental basis. For all concerning works mixers and
vibrators must be used. No concreting shall be permitted unless centering and
reinforcement are approved by the Engineer-in-charge.
The Contractor shall furnish a list of machinery in his possession which he proposes to
use on the work.
5.12 ELECTRIC POWER SUPPLY:
Electric power supply required by the contractor for the purpose of execution of work and
erection of pumping machinery and equipment shall have to be arranged by himself at
his cost and department shall not take any responsibility in this respect.
However A.C. Electric power supply at 415 volts with permissible variation, 3 phase, 50
Hz at the site for the purpose of trial run of the pumping machinery will be arranged free
of cost by the Department.
The contractor shall communicate the total electrical load required during successful
operation of the pumping machinery.
5.13 USE OF SITE:
The Contractor shall have to clear the site of work before the commencement of work
and after the completion of the work in all respects and hold good for work under all
conditions of sites, moisture, weather, etc. without any extra cost. The contractor shall be
permitted free of charge for bonafide purpose of execution of contracted work, the use of

A) The site required for construction of work.
B) The available approach or roads.
C) The available and required land for labour camp and store for stacking his materials,
layout of which shall be got approved from the Engineer-in-charge. The extent of land
required shall be decided by the Engineer-in-charge at his sole discretion.
Land used at A, B & C above shall be handed over back in good condition to the
Department excepting the areas where structure under contract is constructed, within 15
days of completion of work or the notice given by the Engineer-in-charge.
If adequate land is not available With the Department, the contractor shall make his own
arrangements to get the private land on hire at his own cost for his labour camp and
stacking of materials, stores etc.
5.14 I QUARRY
The Contractor shall make his own arrangements for quarrying of rubble, stone, murum,
sand, lime, metal, etc. Quarry for extraction of required material shall not be made
available by GMC. The Contractor has to make his own arrangement for quarry at his own
cost. Also Overburden in a quarry will have to be removed by the Contractor at his own
cost.
The contractors are requested to obtain quarry permission from Competent Authority for
excavation required for the work. Therefore, the contractors will have to pay the necessary
Royalty charges for the quarries. Royalty will have to be paid as per the prevailing rates on
the minor minerals available from the excavation of channels, roads or drains adjoining the

Contractor No. of corrections Chief Officer Pg. 37


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

roads, bunds, trenches, reclamation, area leveling, foundation for construction works etc.
use for the works in the same place or at other places.
The Contractor shall have to provide at his cost accesses to the quarry through private
land. All compensation, royalties, fees etc., which may be required shall be borne by the
Contractor without extra cost to the Employer.
The obstruction and/or impassments caused for access to the quarry shall be cleared or
set right by the Contractor. No claim in this respect shall be entertained by the Employer.
If Contractor desires to seek No Objection Certificate for Quarry from GMC for a private
land or GMC land or Government land, Revenue land, Authorized land etc., the Contractor
shall have to apply indicating there in the Survey Nos., from where he wishes to quarry.
The contractor will have to furnish the necessary revenue maps and Sat-bara of private
owners and No Objection Certificate of private Owner/Department for quarrying murum.
The necessary charges of processing the application to the respective Collector of
respective District shall have to be borne by the Contractor. The contractor will have to
pay the necessary ground rent/surface rent of the area if demanded by the Land Section.
The Contractor also will have to pay the environmental cess, if imposed by the Employer
for issuing No Objection Certificate. After issuing the No Objection Certificate, the
Contractor shall have to execute an agreement with Land Department, on stamp paper of
appropriate value. All the expenditure for processing the case shall have to be borne by
the Contractor and no claim whatsoever on this account shall be entertained.
The Contractor shall have to submit Quarry Permit before start of work for the quantity of
murum/earth proposed to be brought at site.

5.15 QUARRY PERMIT


The successful Bidder shall obtain the quarry permission from the competent authority
and shall submit original permit issued by competent authority to GMC before starting
the work and during subsequent execution of work till its completion. Besides above, the
Bidder shall also submit the original receipt / challan of the payment made towards
quarry charges before each monthly statement.
On completion of work, the contractor shall obtain the Royalty Clearance Certificate
from the office of the Collector and the same shall be submitted to Engineer before final
statement/bill. The final payment will not be paid till above Royalty Clearance Certificate
in original is submitted to Engineer.

If contractor fails to submit quarry permit from competent authority the royalty charges
will be recovered from running bills and no claim whatsoever on this account shall be
entertained.
5.16 INDENT OF MATERIAL TO BE SUPPLIED BY THE DEPARTMENT:
Within 90 days from the date of work order contractor shall submit in triplicate phase
wise requirement of materials which the department is supposed to supply as per
Schedule-A. If department supply is not mentioned in schedule A, the contractor shall
arrange for all the materials, equipments etc required for completion of the work in all
respect.
5.17 SUPPLY OF MATERIAL BY THE CONTRACTOR
The Contractor should supply all materials mentioned in Schedule B. This shall be
conforming to relevant ISS. CI/DI/HDPE/MS/GI pipes, valves, Pumping Machinery,
Pumps, Motors, meters and specials will be accepted only after due inspection of SGS,

Contractor No. of corrections Chief Officer Pg. 38


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

RITES. The charges for the same shall be borne by the Contractor. Items such as
valves, specials, etc. shall be as per relevant ISS.
All the materials required for the work shall be in strict accordance with the specification
laid down and /or as per approved manufacturers specifications and as per approval
samples.

Contractor shall note that the inspection of materials may be carried out at the factory
and/or stores and/or approved manufacturer and/or dealer or at the Godown of the GMC.
The choice of the inspection will be at the discretion of the GMC. Materials required for
the work shall be brought to site within the prescribed office hours on working days
except Saturdays, Sundays and public holidays. The Contractor shall submit Challan and
other relevant documents of materials brought to site for execution of work for
verification. The expenses towards inspection, testing, conveyance etc. shall be borne by
the Contractor.

The Engineer in charge shall at all the times have access to the stores and sites, method
of storage records, and security provided by the Contractor. The Contractor shall comply
with instructions that will be given by Engineer in charge, in this behalf.
The Contractor shall further at all times satisfy the Engineer in charge on demand by
production of books, of submission of returns in proforma as directed, other proof. 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 Engineer in
charge.
5.18 REMOVAL OF REJECTED MATERIAL
All the materials used in the work shall be best quality and any materials rejected shall
be removed from the site within 24 hours. In this case the decision of Engineer-in-
Charge shall be final and binding on the contractor.
5.19 IMPORT LICENCE & PROCUREMENT OF IMPORTED MATERIALS:
The contractor shall quote for the indigenous equipment only as for as possible for the
work contracted to be executed. Foreign exchanges and import license if any required
shall have to be arranged for by the contractor independently. The department shall not
take any responsibility in this regard. A certificate stating the necessity of the particular
material for the work entrusted to the contractor would only be issued by the Department
if required by contractor in writing. Delay in getting any materials will not be entertained
for extension of time limit.
5.20 TECHNICAL / SUPERVISORY STAFF:
The Contractor shall engage Technical personnel as mentioned in proforma for the work
capable of managing and guiding the work on his behalf. He shall take such orders as
may be given to him by the Engineer-in-charge and his representative from time to time
and shall be responsible to carry them out promptly.
For this purpose the contractor shall communicate to the Department, Name,
Qualifications and experience of such Engineers to be appointed for execution of the
work and take approval of Engineer-in- Charge before mobilizing at the site.

Contractor No. of corrections Chief Officer Pg. 39


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5.21 TENDER TO BE STRICTLY ACCORDING TO TENDER CONDITIONS AND


SPECIFICATIONS :
It should be clearly noted that the tenderer has to strictly comply with the conditions and
specifications laid down in the tender and no variations or deviations are permissible.
All items to be executed in the course of the work have to be executed by the Contractor
as specification in the P.W.D. Hand-books vol 1 and vol 2, the books of standard
specifications, published by the Public Works. of Government of Maharashtra, relevant I.S.
specifications, latest editions, and practice in vogue, at the rates as per rules of the M.C.
and conditions of agreement in this respect. The Contractor shall be responsible and liable
to pay for damage to public property caused by him. He should keep the accounts of such
materials in suitable book which would be available for inspection to the Engineer-in-
charge. The Contractor shall be responsible for proper handling and safe custody of all
material delivered by him for use on work. The material including pipes shall be procured
by the Contractor as per requirement of work and no excess material shall be procured.
Only used material shall be paid to the Contractor. The contractor shall follow the
instructions given by the Chief Officer/Engineer-in-charge/Municipal Council
Engineer/Project Management Consultant and there representative appointed by the
Municipal Council.
It must be clearly understood that the conditions of the contract and specifications are
intended to be rigidly enforced and no relaxation on the ground of conditions prevailing is
to be allowed.
5.22 PROGRAMME OF EXECUTION OF WORK:
The contractor shall furnish in duplicate to the Engineer-in-charge within 15 days from the
date of issue of work order, a programme indicating progress of work to be achieved for
completion within tendered time limit. The progress schedule shall be in the form of bar
charts, statement forms, periodical out turn of quantities. Should the programme be found
defective in any respect or impracticable the same shall be modified as required. Should
the actual progress of work lag behind at any stage, revised programme by accelerating
the progress to be achieved shall be drawn up keeping the target of completing the
scheme unaltered. The program of the work progress shall be planned taking into
consideration of the Maharashtra State Government GR no sankirna-2016/file no 28/ NV-
33 dated 17th February 2016. The priority of the work to be planned shall be in concurrence
with the GR.
5.23 WORK ORDER BOOK :
A bound half sheet size work order book in triplicate shall be provided by the contractor
and handed over to the Engineer, for maintaining at the work site. This shall be a
permanent record. The contractor or his Resident Engineer shall sign below the orders
recorded by the Engineer-in-charge in token of having received them. He may take out a
copy thereof if necessary. He will not record any remark in the order book but may take up
the matter recorded therein. He shall carry out the orders promptly and report compliance.
After completion of the work, the work order book shall be surrendered to the M.C.
5.24 TRIAL PITS:
Contractor shall ascertain the strata at the proposed sites of work before submission of the
tender. No extra claims for change in type of strata during actual execution shall be
entertained.

Contractor No. of corrections Chief Officer Pg. 40


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5.25 FOUNDATIONS CONDITIONS AND PRESCRIBED BEARING CAPACITIES


The structures shall be founded on hard, firm and unyielding strata. The foundation
strata shall be passed by the Engineer-in-charge without which the foundations shall not
be laid. The bearing capacity to adopt for the foundation strata shall be appropriate for
the strata passed by the Engineer-in-charge, and the super loads as per I.S. provisions.
In case the Engineer instruct the contractor to carry out various soil test required for the
foundation, the contractor shall carry out such tests from the college/institution
mentioned by Engineer-in-Charge.
5.26 DRAWINGS AND DESIGN SUBMITTED WITH THE TENDER:
The Contract Drawings provided for tendering purpose with the tender documents shall
be used as a reference only. Contractor should visualize the nature of type of work
contemplated and to ensure that the rates and prices quoted by him in the bill of
quantities take due considerations of the complexities of work involved during actual
execution / consideration as experienced in the field.

The tendered rates / prices for the work shall be deemed to include the cost of
preparation, supply and delivery of all necessary drawings, prints, tracings and negatives
which the contractor is required to provide in accordance with the contract.
Acceptance to the tender shall not mean approval to Design or Drawing, enclosed by the
tenderer while submitting his offer. All the tendered drawings will be treated as tentative,
Deficiencies if any found from functional, technical and departmental obligatory
requirements points of view shall have to be rectified and made good in detailed working
drawings as pointed out by the Department without any extra claim.
5.27 DETAILED HYDRAULIC DESIGN, MACHINERY CALCULATIONS, FLOW
DIAGRAM, LAYOUT PLAN AND DETAILED WORKING DRAWINGS :
i) The contractor shall submit detailed working drawings showing plan, elevation section
etc. for each unit of water treatment plants, detailed calculations for pumping machinery
and equipment such as pumps, motors, capacitors, transformer etc. in triplicate to The
Chief Officer and simultaneously one set to the Engineer in charge.
ii) The design of the various components of work shall be based on prevailing relevant
latest I.S.I. standards and standard recognized reference book and shall be as per
standard Engineering code of practice and shall be such as to meet functional technical.
structural, aesthetic requirements.
iii) Any modifications, alterations in design calculations and detailed drawings to be carried
out as a result of compliance of scrutiny remarks of the competent authority shall be
carried out and submitted a fresh by the contractor if called upon to above all concerned
authorities in the manner indicated in (i) above without claiming any extra cost.
iv) The actual execution of work shall be started by the contractor only after receipt of
approval to the above detailed design calculations, and detailed drawings, from the
competent authority.
v) Normally a period of 30 days would be required for scrutiny of and getting approval of the
Engineer-in-charge to the design and detailed drawings from the date of receipt from the
contractor by all concerned. The contractor shall be fully response for the delay that
would be caused in scrutiny for giving approval to the design and drawings due to their
being incomplete, shabby and haphazard manner without illustrative dimensioned

Contractor No. of corrections Chief Officer Pg. 41


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

sketches in the design and drawing; non-submission of reference books called for. No
extra time limit shall be granted on account of legitimate time required in carrying out the
scrutiny as mentioned above by the department and due to improper designs and
drawings submitted by the contractor.
5.28 DESIGNER'S ACCEPTANCE
Contractor shall furnish if services are availed, the names of their designer and
consultants along with their qualifications, addresses and written consent letters from
them for accepting this work and take approval from the Engineer-in-Charge before
availing the services.
5.29 RESPONSIBILITY OF CONTRACTOR FOR DESIGN DRAWING AND WORK:
Even though the design and drawings are approved by the competent authority of the
Department, the contractor shall be fully responsible for the technical and arithmetical
correctness and soundness of the design and drawings and for the safety of the works
executed on the basis of such approved design and drawings and to the damages and
failures etc. of the works so constructed whether due to bad workmanship or faulty
designs and shall on no account claim any compensation and repairs of reconstruction to
such damages or failure of the works. It shall have to be done by the contractor entirely
at his cost.
5.30 DESCRIPTION AND OMISSION:
The tender drawings and specifications shall be considered as explanatory of each other
and together shall form the technical requirements and stipulations of tender documents.
Detailed drawings shall have preference over small sketch drawings. Similarly detailed
specifications shall have preference over general specification. 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.
In all cases of the omissions, doubts or discrepancies in the dimensions of the drawing
and items of works, references shall be made to the Engineer in charge, whose
elucidation and elaboration shall be considered final.
5.31 INSPECTION AND TESTING:
All equipment irrespective whether specified or not, shall be tested at manufacturers
works or laboratory and test certificates for all equipment shall be furnished. Test shall
be witnessed by the Engineer and/or inspection from third party appointed by the Chief
Officer, MC Georai. as and where specified. The items e.g. pipe works which are
fabricated at site shall be tested for the pressures or such tests specified IS/tender
specification.
Cost for all such tests including all incidental expenses shall be borne 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 Engineer, all the
expenses of the inspecting officers shall be borne by the Contractor. Inspection fee to
third party shall be paid directly by the contractor. The procedure for testing of materials
shall be in accordance with the Quality Assurance Plan and category of inspection as
mentioned in the tender document.
5.32 ELECTRICAL INSTALLATIONS:
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, Necessary test reports,

Contractor No. of corrections Chief Officer Pg. 42


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

shall be given by the contractor. The layout of H.T. substations and other electrical
installations in indicative only. It will be the responsibility of contractor to design the
layout as per applicable rules, regulations, instructions and requirements of IE Rules, IE
Acts and statutory authorities. The contractor shall be responsible to get approval of the
electrical inspector and work shall be executed as approved by the electrical inspector.
All expenses including inspection fee shall be borne by the contractor.
5.33 FORCE MAJEUR:
The contractor shall not be held responsible for delay or failure to perform the contract,
only in case of force major conditions listed below :
i) Acts of the God, acts of Public enemy, acts of Government fires, flood, epidemics,
quarantine restrictions.
ii) Lockouts and strikes in factories manufacturing the pumps, motors, transformer and
breakers.
Except the force major conditions stipulated above no other condition shall be
considered as Force major conditions.
In the event of force major condition stipulated above suitable extension only will be
granted. The contractor, however, will not be entitled for any other compensation
including price variation due to such extension.
5.34 DISPOSAL OF SURPLUS EXCAVATED STUFF:
All surplus excavated stuff when would remain at site after refilling and consolidation and
bringing the surface to original condition, shall be used by the contractor for filling up low
laying areas or pits within the fenced premises or disposed off suitably as directed,
without any extra.
5.35 DAMAGES BY FLOODS OR ACCIDENT
The Contractor shall take all precautions against damage by floods and from accidents.
No compensation will be allowed to the Contractor for his plant, material and works, etc.
lost or damaged by floods or from other causes. The Contractor shall be liable to make
good any part of material which is in charge of the Contractor and which is lost or
damaged by floods or from any other cause. If the work executed is damaged, trenches
filled due to any reason, Contractor shall have to make it good at his cost only.
5.36 ACCIDENTS ON THE WORK
The contractor shall be fully responsible for any accident that may occur to the labour/
person working on his work on duty and report the same to the Engineer-in-charge and
concerned Govt. labour dept. authority shall pay all necessary compensation as per
rules, failing which it would be paid by the department from the amount payable to him.
For all accidents on the contracted works, the Contractor shall be responsible to pay the
compensation to the sufferer or his legal dependants as per the Legal Compensation Act
in force.
5.37 RATE INCLUSIVE OF ALL TAXES, DUTIES ETC.
All the taxes and duties levied by the state and Central Govt. and by the local body at
prevailing rates applicable on the date of receipt of tender shall be fully borne by the
contractor and shall not be reimbursed to him on any account. The tendered rates shall
be inclusive of all taxes, duties and ceases and shall also be inclusive of the tax levied
as sales tax on works contract under the provision of Maharashtra sale tax on transfer of

Contractor No. of corrections Chief Officer Pg. 43


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

property in good involved in the execution of works contracts Acts 1985 (Maharashtra
Act of XIX of 1985) and turn over tax. Maharashtra Act No. XXXVI of 1989.

5.38 NON REFUND OF OCTROI DUTY


In respect of provision made in B-1 tender form, it is made clear that octroi duty paid to the
local body on materials brought against this tendered work shall not be refunded so also
no octroi exemption certificate shall be issued by the MC Georai.
5.39 NON INTEREST ON DUES
No interest shall be payable by the MC Georai, on the amounts due to contractors pending
final settlement of the claims and also in case of delay in payment of RA Bills.
5.40 INCOME TAX
As per rule, Income tax on gross value of each bill shall be deducted towards income tax
and a certificate to that extent shall be issued by the Engineer-in-charge.
5.41 PERFORMANCE TEST
The performance test shall be conducted immediately after trial run and commissioning
period as specified elsewhere in this tender, Certificate shall be recorded by the Engineer-
in-Charge.
5.42 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. Final certificate shall be issued only after all works
are completed in accordance with the contract agreement,-commissioned and have
passed field performance test and subject to provision in B-1 form, site is cleared and
Twelve week period for trial and commissioning over. Final certificate will be issued once
only for entire works and not for completion of part work. Guarantee covers all replacement
of defective items free of charges.
During the guarantee period any failure or defect attributable to manufacture, design shall
be expeditiously attended by the contractor free of charge to the Engineer's satisfaction. If
such attendance is unduly delayed, the Engineer-in-charge shall rectify the failure/defect at
the risk and cost of the contract. 12 months guarantee period in contravention of provision
regarding period in B-1 form of shall be null and void.
5.43 RECORD DRAWINGS DESIGNS
After satisfactory completion of the work in all respect the contractor shall submit five sets
of designs and completion record drawings of each and every works as actually
constructed with all dimensions and levels with the stamp "Record Drawings" along with
the specifications, operating manual and instructions etc in hard as well as soft copy.
before finalization of the final bill without claiming any extra cost, failing which the final bill
shall not be paid.
` For every RA bill the contractor shall mark the pipeline/ stages of work on the drawing as
per the requirements of the Engineer-in-Charge. The decision of Engineer-in-charge
regarding the documents/drawings/test reports and any other required documentation
required at the time of RA bills shall be final and binding on the contractor. No extra claim
for cost shall be paid to the contractor.
5.44 REFUND OF SECURITY DEPOSIT

Contractor No. of corrections Chief Officer Pg. 44


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The security deposit lodged by the contractor shall be refunded after expiry of guarantee
period or payment of final bill whichever is later. Any provision in B-1 form which is in
contravention of above stipulation shall be null and void.

5.45 RATES INCLUSIVE OF ALL MATERIALS


Unless otherwise specifically provided for either in tender items or in specifications 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 specifications.
5.46 NO CLAIM FOR COMPENSATION ON ACCOUNT OF ANY VARIATION IN THE
QUANTITIES
Quantities given in the tender are approximate and are liable for variation. Excavation of
the trenches will be according to actual strata met with. The Contractor shall have no
claim for compensation on account of any variation in the quantities and also for any
variation in the depth for trenches shown in the drawings.
5.47 WORKMENS COMPENSATION ACT
All other rules regarding Workmens Compensation, etc. shall be binding on the Contractor
5.48 LABOUR REGULATION
The Contractor will have to abide by the provisions made under the Contract Labour
(Regulations and Abolition) Act 1970 and Rules made there under by Government of
Maharashtra. License shall have to be produced prior to starting of work.
5.49 AMENITIES FOR LABOURS:
The contractor shall be fully responsible for making arrangements entirely at his cost
housing all labors employed by him and make necessary satisfactory arrangements for
the same as may be required under the rules and laws of the Central Government, State
Government and Local body. All the rules regarding workmen's compensation etc. shall
be binding on the contractor without any claim on the Department
So also food grains for the labour shall be arranged by the contractor where it is not
available in the open market.
The Contractor shall at his own expenses make all necessary provisions for housing,
water supply and sanitary arrangements for his employees and for the work under tender
shall pay direct to the authorities concerned all taxes and other charges. The Contractor
shall also comply with all requirements of the Health in regard to antimalaria.
5.50 TRESPASS BY THE CONTRACTOR
Before entering any property, plot, land, premises or areas etc., the Contractor shall
make his own independent investigation through the Collector or Inspector of Land
Records, etc. on his own about the ownership of the plot, etc. and he will be liable for
action for act of encroachment, trespass, etc. committed by him or his labour or for the
steps taken by the party concerned
5.51 BREACH OF LAWS
The Contractor will be entirely responsible for breach of laws of local bodies, Gov-
ernment, etc. while using private or public conveyance procuring and stacking materials.
Employment of labour etc. and he will meet out all expense in this contract without any

Contractor No. of corrections Chief Officer Pg. 45


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

claim whatsoever on the M.C. and the M.C. shall not take any responsibility on this
account.
5.52 UNIT
The rates quoted for each item are for units mentioned in Schedule-B against each item.

5.53 TESTING OF STRUCTURE


In the case of work which creates reasonable doubts about the quality of workmanship or
of materials used in the construction, the Chief Officer/Engineer-in-charge may order the
Contractor to satisfy the M.C. by carrying out a suitable load test or test of the structure or
parts thereof, in the manner as prescribed in 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 dismantling as may be directed by the Chief Officer/Engineer-in- charge.
The Load test and strengthening or dismantling whenever directed shall be carried out by
the Contractor entirely at his risk and cost and to the entire satisfaction of Engineer-in-
charge or his authorized representative and till then the work shall not be considered to
have been completed. No payment for dismantled work shall be made.
5.54 SUPPLY OF RATE-ANALYSIS IN CASE OF EXTRA ITEMS
In case of the EIRL, the Contractor shall prepare, supply and submit Rate Analysis based
on labour and material in case he is called upon to do so. In case of non DSR items a
comparative statement with quotations from three vendors has to be submitted by
contractor for approval.
5.55 LEADS 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.
5.56 REFILLING TO BE DONE BY CONTRACTOR
Unless otherwise specifically provided for in the tender or a separate item is provided in
Schedule B, all the sides of excavated trenches after the work is completed or in progress
are to be filled by the Contractor to the original ground level from excavated stuff at no
extra cost to the M.C. The refilling should be done in layers of 150mm to 200mm with
proper watering and compaction as directed by Engineer-in-Charge.
5.57 MEASUREMENT FOR PCC/RCC WORKS
Unless otherwise specifically mentioned in tender items, the net dimensions of RCC or CC
Members actually cast are only admissible for payment under RCC or plain CC items. No
increase in dimensions due to plastering or finishing shall be admissible for payment under
RCC or plain CC items.
5.58 MIXING, BATCHING AND COMPACTION OF CEMENT CONCRETE
All cement concrete shall be machine mixed, weigh batched and machine vibrated unless
otherwise instructed by the Engineer in charge.

Contractor No. of corrections Chief Officer Pg. 46


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5.59 NO CLAIMS FOR DESILTING


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.
5.60 ADJUSTMENT OF ERRORS IN SCHEDULE OF RATES AND QUANTITIES
The several documents forming the contract are to be taken as mutually explanatory of
one another, detailed drawings being followed in preference to small scale drawings and
figured dimensions in preference to scaled dimensions.
The Contractor shall be deemed to have calculated his own unit rates from the
descriptions of items in Schedule A and based on the drawings, specifications and other
information furnished to him and arrived at price for each item of work as given in
Schedule A. The price shall be worked out by him independently of the prices or rates
mentioned by GMC in the Bid and irrespective of any errors or inaccuracies therein.
The bid amount shall be deemed to include for the full and entire completion of the work
and the Contractor shall have no claims on account of any errors in the unit rates/prices
mentioned by GMC.
Any errors in description, quantity or rate in Schedule A or any omissions there from, shall
not vitiate the contract or release the Contractor from the execution of the whole or any
part of the work comprised therein according to drawing and specifications or from any of
his obligations under the contract. Any error in quantity, rate or amount in Schedule A
and General Summary shall be adjusted in accordance with the following rules contained
herein after:
a) In the event of an error occurring in the amount column of Schedule A as a result of
wrong extension of unit rate and quantity, the unit rate mentioned by GMC shall be
regarded as firm and the extension shall be amended on the basis of the rate.
b) All errors in totaling in the amount column and in carrying forward totals shall be corrected.
c) Any omission to include in the totals or to carry forward the provisional sums shall be
corrected.
d) The bid sum so altered, shall for the purpose of the Bid, be substituted for sum originally
bid and considered for acceptance instead of the original sum quoted by the Contractor.
Any rounding off of total in various sections of Schedule A or in General Summary by the
Bidder shall be ignored.
d) In the event of discrepancy occurring between the rates quoted below the item description
and the rates taken for working out amount as per quantity given in Schedule A. The
lowest of the two rates shall be considered and the amount shall be corrected accordingly.

5.61 DOCUMENTATION
The contractors are required to submit three copies of as built drawings in Auto Cad
formats with all relevant details on reproducible tracing (one copy of tracing and three
copies of blue prints and all data on CD) along with the final statement in neat folders.
Photographic evidence of work under execution/completed in form of CD as well as
photographs should also be submitted.
Photography & Videography to be done with the help of Digital camera for documentation
of important activities/events as under.
1) Before commencement of work.
2) During execution of work.
3) After completion of work.

Contractor No. of corrections Chief Officer Pg. 47


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Three copies & one C.D of the same should be submitted as directed by Engineer. This
will be at no extra cost to GMC.
If so ordered by the Engineer-in-charge, the contractor will prepare drawings of the work
as constructed and will supply original and three copies to the Engineer who will verify and
certify these drawings.
Final as constructed drawings shall then be prepared by the contractor and applied in
triplicate along with a micro-film of the same to the Engineer for record and reference
purpose at the contractors cost.

5.62 REGISTRATION WITH E.S.I.C.

The contractor to get registered with E.S.I.C. under Contract Labour Act, within 15 days
from the date of work order. In absence of getting registration from E.S.I.C. and not
furnishing the license, 1% of contract sum shall be recovered from monthly and final
payments in order to pay the demand raised by E.S.I.C.
5.63 PROVISION OF E.P.F. ACT, 1952
The Contractor shall be liable to pay the due date his contribution, employees
contribution and other administrative charges as per provisions of the above act as
amended for time to time, in respect of all staff and labour employed by him for the
execution of the contract.
5.64 Provision of Mines Act
The Contractor shall observe all the provision of the Mines Act, 1952 or any statutory
modifications on re-enactment thereof for the time being in force and any rules and
regulations made there under in respect of all the persons directly or through petty
contractors or sub-contractors employed by him under this contract and shall indemnify
the GMC from and against any claim under the Mines Act, or the rules regulations
framed thereunder, by or on behalf of any persons employed by him or otherwise.
5.65 EXISTING SERVICE LINEPRECAUTIONS TO BE TAKEN
The contractor shall take due precautions not to damage any service line, such as water
supply, electric, telephone etc. during execution of the work. In case damage occurs due
to negligence on part of the contractor, the same shall be restored to its original
conditions by the contractor at his cost. If the contractor fails to do so, GMC will carry out
the work at his risk and cost.
5.66 APPOINTMENTS OF SUB CONTRACTORS/SPECIALIZED AGENCY
The successful Bidder shall not subcontract the whole of work. Apart from the list of
specialized agencies given in Bid, the Bidder may indicate minimum of three names of
specialized agencies / Sub Contractor to be engaged for specialized work such as ready-
mix concrete works, electromechanical work, instrumentation and atomization work,
other items of civil work etc. for the approval of GMC. Decision of GMC about
appointment of Specialized agency / Sub Contractor is binding and final. The Contractor
would be required to engage the services of Specialized agencies / Sub Contractor
approved by GMC only. The contractor has to submit the proposal for appointment of
subcontractor / specialized agency along with their profile and credentials for GMCS
approval, well in advance prior to taking up work. For other proposed sub-Contractors
incidental or during currency of Contract the prior consent of GMC for appointment of
sub Contractor is mandatory. Not less than 30 days before the intended date of each sub

Contractor No. of corrections Chief Officer Pg. 48


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Contractor commencing the work on site, the Contractor shall notify GMCs
representative of such intention.
The Contractor shall not be required to obtain consent for purchase of materials or for
sub contracting work for which there is approval given by GMC. Where practicable, the
Contractor shall give a fair and reasonable opportunity for Contractors locally available/or
within the country to be appointed as sub Contractor.

5.67 RESPONSIBILITY OF CONTRACTOR

The Contractor is fully responsible for appointment of sub Contractor, his workmanship,
payments, due completion of work in time limit and financial liability arising out of Sub
Contract. The Contractor shall be responsible for observance by all sub Contractors of all
the provisions of the Contract. The Contractor shall be responsible for the acts or
defaults of any sub Contractor, his agents or employees, as fully as if they were the acts
or defaults of the Contractor, his agents or employees.
5.68 Assignment of sub Contractors obligations

If a Sub Contractor has undertaken a continuing and assignable obligation to the


Contractor for the work designed or executed, or Plant, materials or services supplied by
such Contractor, and if such obligation extends beyond the expiry of the Contract period
the Contractor shall upon the expiry of the Contract period, assign the benefits of such
obligation to the employer for its unexpired duration, at the request and cost of the
employer.
5.69 DECISION OF CHIEF OFFICER IN CASE OF DISPUTES
In the event any dispute the decision of the Chief Officer is final. Even if the contractor
goes in the court of law, the process of withdrawing of work from the contractor and
allotting the same to the another contractor will continue uninterruptedly to avoid delay in
execution of work.

Contractor No. of corrections Chief Officer Pg. 49


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

FORM B-1

Contractor No. of corrections Chief Officer Pg. 50


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

6 FORM B-1 & CLAUSES


FORM B-1

Percentage Rate Tender and Contract for Works

DEPARTMENT : Georai Municipal Council, Georai

Name of work : Improvement of Georai Water Supply Scheme Tq. Georai Dist.
Beed
Providing, supplying, erecting, lowering and laying of raw and pure
water pumping machinery, pure water rising main, ESR, Distribution
system of HDPE/DI pipes.

General Rules Directions for the Guidance of Contractor :

1. All the works proposed to be executed by contract shall be notified in a form of


invitation to tender pasted on a note M.C. hung up in the office of the Chief Officer
signed by the Chief Officer and details of the guidelines, conditions, BoQ in tender
document will be available on the website mahatenders.gov.in.

This form/tender will state the works to be carried out as well as the date for
submitting and opening tenders and the time allowed for carrying out the work also
the amount of earnest money to be deposited with the tender and amount of the
security deposit to be deposited by the successful tenderer and the percentage, if
any, to be deducted from bills, it will also state whether a refund of quarry fees,
royalties dues and ground rents will be granted. Copies of the specifications, designs
Drawings and estimated rates, scheduled rates and any other documents required In
connection with the work shall be signed by the Chief Officer for the purpose of
identification and shall also be open for inspection by the Contractors at the office of
the Chief Officer during office hours.

Where the works are proposed to be executed according to the specifications


recommended to a Contractor and approved by a competent authority on behalf of
the Municipal Council such specifications with designs and drawings shall form part
of the accepted tender.

2) In the event of the tender being submitted by a firm, it must be signed by each
partner thereof and in the event of the absence of any partner, it shall be signed on
his behalf by a person holding a power of Attorney authorizing him do so.

i) The Contractor shall pay along with the tender the sum of Rs.10,65,000 /-Rs
.Ten Lakh Sixty Five Thousand only) in shape of FDR of Nationalized Bank
for minimum six months validity period from the date prescribed for opening
of tender in the name of Chief Officer, Georai Municipal Council, Georai,
payable at Georai, shall have to be deposited and will be included in
Envelope No.1. Exemption certificate or any other form towards Earnest
Money Deposit will not be acceptable.

Contractor No. of corrections Chief Officer Pg. 51


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

ii) In the event of his tender being accepted, subject to the provisions of sub-
clause (iii) below the said amount of earnest money shall be appropriated
towards the amount of security deposit payable by him under conditions of
General conditions of Contract.
iii) If, after submitting the tender, the contractor withdraws his offer or modifies
the same, or if, after the acceptance of his tender, the Contractor neglects to
furnish the balance amount of security deposit without prejudice to any other
rights and powers of the M.C.here under or in law, M.C. shall be entitled to
forfeit the full amount of the earnest money deposited by him.
iv) In the event of his tender not being accepted, the amount of earnest money
deposited by the Contractor shall, unless it is prior there to forfeited under the
provisions of sub-clause (iii) above, be refunded to him on his passing receipt
there for.
3) Receipts for payment made on account of any work, when executed by a firm, should
also be signed by all the partners expect where the contractors are described in their
tender as firm, in which case the receipt shall be signed in the name of the firm by
one of the partners, or by some other person having authority to give effectual
receipts for the firm.
4) Any person who submits a tender shall fill up the usual printed form stating at what
rate below or above the rates specified in schedule B (Memorandum showing item of
work to be carried out) he is willing to undertaken the work. Only one rate or such
percentage on all the estimated rates scheduled rates shall be named. Tenders
which propose any alteration in the work specified in the said form of invitation to
tender, or in the time allowed for carrying out the work, or which contain any other
conditions of any sort will be liable for rejection. No printed form of tender shall
include a tender for more than one work, but if the contractors who wish to tender for
two or more works, they shall have the name and the number of work to which they
refer, written outside the envelope.
5) The Chief Officer or his duly authorized representative shall open tenders in the
presence of the Contractors who have submitted their tender or their representatives
who may be present at the time and he will enter the amount of the several tenders in
a comparative statement in a suitable form. In the event of a tender being accepted,
the Contractor shall for the purpose of identification sign copies of the specifications
and other documents mentioned in Rule 1 in the event of tender being rejected, the
Chief officer shall authorize to refund the amount of earnest money deposited to the
Contractor making the tender, on his giving a receipt for the return of the money.
6) The officer competent to dispose of the tender shall have the right of rejecting all or
any of the tenders.
7) No receipt for any payment alleged to have been made by a contractor in regard to
any matter relating to this tender or the contract shall be valid and binding on the
M.C. unless it is signed by the Chief Officer.
8) The memorandum of work to be tendered for and the schedule of Materials to be
supplied by the M.C. and their rates shall be filled in and completed by the office of
the Chief Officer before the tender form is issued. If a form issued to an intending
tenderer has not been so filled in and completed, he shall request the said office to
have this done before he completes and delivers his tender.

Contractor No. of corrections Chief Officer Pg. 52


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

9) All works shall be measured net by standard measure and according to the rules and
customs of the M.C.and latest BIS guideline and without reference to any local
custom. The decision of Chief Offier GMC Shall be Final.
10) Under no circumstances shall any Contractor be entitled to claim enhanced rates for
items in this contract.
11) Every registered Contractor should produce along with his tender, Certificate of
Registration as approved contractor in the appropriate class renewal of such
registration with date of expiry.
12) All corrections and additions or pasted slips should be initialed.
13) The measurements of work will be taken according to the usual methods in use in the
M.C. and no proposals to adopt alternative methods will be accepted. The Chief
Officers decision as to what is the usual method in use in the M.C. will be final.
14) A tendering contractor shall furnish a declaration along with a tender showing all
works for which he has already entered into contract and the value of the work that
remains to be executed in each case on the date of submitting the tender.
15) Every contractor shall furnish along with the tender, information regarding the income
tax Circle or Ward of the District in which he is assessed to income tax, the reference
to the number of the assessment and the assessment year and a valid income tax
Clearance Certificate.
16) In view of the difficult position regarding the availability of foreign exchange, no
foreign exchange would be released by the M.C. for the purchase of plant and
machinery required for the execution of the work contracted for ( GCM /PWD/ CFM/
1058/62517 of 26.05.1959 )
17) The Contractor will have to construct shed for storing controlled and valuable
materials issued to him under Schedules A of the Agreement at work site , having
double locking arrangement. The materials will be taken for use in the presence of
the M.C. s person. No materials will be allowed to be removed from the site of works.
18) The Contractors shall also give a list of machinery in their possession which they
propose to use on the work.
19) Every Contractor shall furnish along with the tender a statement showing previous
experience and technical staff employed by him.
20) Successful tenderer will have to produce to the satisfaction of the accepting authority
a valid and current license issued in his favor under the provisions of contract labour
(Regulation and Abolition ) Act 1973 before starting work failing which acceptance of
the tender will be liable for withdrawal and earnest money will be forfeited to the M.C.
21) The contractor shall comply with the provisions of Apprentices Act, 1961 and the
rules and orders issued there under from time to time. If he fails to do so, his failure
will be breach of the contract and the Chief Officer, may in his discretion cancel the
contract. The contractor shall also be liable for any pecuniary liability arising on
account of any violation by him of the provisions of the Act.
22) Contractor should give name and designation of minimum Technical Professionals
with the contractor for completion of this tendered work in the prescribed form. Any
replacement should be brought to the notice of the chief officer Georai Municipal
Council. The acceptance to the technical professionals and staff shall be at discretion
of Chief Officer.

Contractor No. of corrections Chief Officer Pg. 53


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Contractor No. of corrections Chief Officer Pg. 54


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Tender for works

I/We hereby tender for the execution for the Municipal Council In figures as well as
herein before and (hereinafter refer to as M.C. ) of the works in words.
specified in the underwritten memorandum within the time specified
in such memorandum at _________________%
(_____________________________________________________
___Percent)
(in figure as well as in words) percent below / above the estimated
rates in schedule B (memorandum showing items of work to be
carried out) and in accordance with all respects with the
specifications, designs, drawings and instructions in writing referred
to in Rule I here of and in Clause 12 of the annexed conditions of
the contract and agree that what materials for the work are provided
by the M.C. such materials and the rates to be paid for them shall
be as provided in schedule-A here to.

Memorandum

1 a) General Description
a) if several sub-
Improvement to Georai Water Supply Scheme Tq. works are included
Georai Dist. Beed. same should be.
Providing, supplying, erecting, lowering and laying of raw
and pure water pumping machinery, pure water rising
main, ESR, Distribution system of HDPE/DI pipes.
.
b) Estimated cost Rs.10,64,56,916/-

c) Earnest Money Rs.10,65,000/-


c) The amount of
d) Security Deposit earnest money to be
deposited shall be in
i) In the form of accordance, with the
TDR / FDR Rs.21,29,200/- provisions of para
206 and 207 of
ii) To be deducted from Rs.21,29,200/- M.P.W. manual
from the current bills
d) This deposit shall
Total Rs.42,58,400 be in accordance with
paras 213 , 214 of
e) Percentage, if any to be deducted : (4) (four) % the M.P.W. Manual
from bills so as to make up the total
amount required as security deposit e) This percentage
by the time, half the work, s measured where no security
by the costs, is done. deposit is taken will
vary from 5% to 10%
according to the
requirement of the

Contractor No. of corrections Chief Officer Pg. 55


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

case, where security


deposit is taken, see
note to clause I of
conditions of contract

f) Time allowed for the work : 15 months including Trial and f) Give schedule
Run period of three months and monsoon from date of written where necessary
order to commence showing dates by
which the various
2. I/ we agree that the offer shall remain open for acceptance items are to be
for a minimum period of 120 days from the date fixed for opening completed
the same and thereafter until it is withdraw by me/us by notice in
writing duly addressed to the authority opening the tenders and * Amount to be
sent by registered post A.D or otherwise delivered at the office of specified in words
such authority Bank Challan No. and Date or Deposit at call and figures
Receipt No. and in respect of the sum of Rs.10,65,000 /-Rs .Ten
Lakh Sixty Five Thousand only), representing the earnest
money is herewith forwarded. The amount of earnest money shall
not bear interest and shall be liable to be forfeited to the M.C.
should, I/We fail to (I) abide by the stipulations to keep the offer
open for the period mentioned above or (ii) sign and complete the
contract documents as required by the Engineer and furnish the
Security Deposit specified in item (d) of the memorandum
contained in paragraph (i)above within the time limit laid down in
clause (i)of the annexed General conditions of the Contract the
amount of earnest money may be adjusted towards the security
deposit or refunded to me/us if so desired by me/us in writing
unless the same or any part thereof has been forfeited as
aforesaid.

3. I/We have secured exemption from payment of earnest money


after executing the necessary bond in favour of the M.C. a true
copy of which is enclosed herewith should any occasion for
forfeiture of earnest money for this work arise due to failure on my
our part to abide by the stipulations to keep the offer open for the
period mentioned above or to sign and complete the contact
document and furnish the security deposit as specified in item (d)
of the memorandum contained in paragraph (1)above within the
time limits laid down in clause (1) of the annexed General
conditions of contract the amount payable by me/us at the option
of the Engineer be recovered out of the amount deposited in lump
sum for securing exemption in so far as the same may extend in
terms of the said bond and in the event of the deficiency out of
any other moneys which are due or payable to me/us by the M.C.
under any other contract or transaction of any nature whatsoever
or otherwise.

4. Should this tender be accepted i/we agree to abide by and fulfill


all the terms and provisions of the conditions of contract annexed
here so far as applicable and in default thereof to forfeit and pay

Contractor No. of corrections Chief Officer Pg. 56


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

to the M.C. the sums of money mentioned in the said conditions


Receipt No.
________________________/dated_________________From
the M.C. of Bank ________________at in respect of the sum of
Rs.________________is herewith forwarded representing the
earnest money (a) the full value of which is to be absolutely
forfeited to the M.C. should I/We do not deposit in full amount of
security deposit specified in the above memorandum in
accordance with (d) of clause (1 ) of the tender for works shall
be refunded.

Contractor Signature of contractor before submission of


tender day of / /2016

Address

Witness Signature of Witness to


Contractors signature

Address

Occupation

The above tender is hereby accepted by me for and on behalf of Georai Municipal Council,
Georai.

Chief Officer,
Georai Municipal Council,
Georai.
( or his duly authorized Assistant )

Contractor No. of corrections Chief Officer Pg. 57


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

CONDITIONS OF
CONTRACT

Contractor No. of corrections Chief Officer Pg. 58


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 1 Security Deposit (Modification as pr G.R. PWD No. CAT-1087/CR-94 Bldg-2


dated14.06.1999)

The person / persons whose tender may be accepted (hereinafter called the
contractor, which expression shall unless excluded by or repugnant to the context include
his heirs executors, administrators and assigns) shall (A) within ten days (which may be
extended by the Chief Officer concerned upto 15 days if the Chief Officer thinks fit to do so)
of the receipt by him of the notification of the acceptance of his tender deposit with the Chief
Officer in cash or Government securities endorsed to the Chief Officer (if deposited for more
than 12 months) of sum sufficient which will make-up the full security deposit specified in the
tender or (B) (permit M.C. Georai at the time of making any payment to him for work done
under the contract to deduct such sum as will amount to 4% of all moneys so payable such
deductions to be held by M.C. Georai way of security deposit.) Provided always that in the
event of the Contractor depositing a lump sum by way of security deposit as contemplated at
(A) above, then and in such case, if the sum so deposited shall not amounted to 4% of the
total estimated cost of the work, if shall be lawful for M.C. Georai at the time of making any
payment to the Contractor for the work done under the contract to make-up the full amount
(4%) by deducting sufficient sum from every such payment as last aforesaid until the full
amount of security deposit is made-up. All compensation or other sums of money payable by
the Contractor to M.C. Georai under terms of this contract may be deducted from or paid by
the sale of sufficient part of his security deposit or from the interest arising there from, or
from any sums which may be due or may become due by M.C. Georai to the Contractor
under any other contract or transaction of any nature on any account whatsoever and in the
event of his security deposit being reduced by reason of any such deduction or sale as
aforesaid, the Contractor shall within ten days thereafter make good in cash or Government
securities endorsed as aforesaid any sum or sums which may have been deducted from or
raised by sale of his security deposit or any part thereof. The security deposit referred to
when paid in cash may at the cost of the depositor, be converted into interest bearing
securities provided that the depositor has expressly desired this in writing.

If the amount of Security deposit to be paid in la lumsum within the period specified at
(A) above is not paid the tender or contract already accepted shall be considered as
cancelled and legal steps taken against the contractor for recovery of the amounts. The
amount of Security deposit lodged by the Contractor shall be refunded alongwith the
payment of the final bill, if the date upto which the contractor has agreed to maintain the
work in good order is over. If such date is not over only 90% amount of Security Deposit
shall be refunded along with the payment of the final bill. The amount of security deposit
retained by the GMC. shall be released after expiry of period upto which the Contractor has
agreed to maintain the work in good order is over. In the event of the Contractor failing or
neglecting to complete rectification work within the period upto which the Contractor has
agreed to maintain the work in good order then subject to provisions of Clauses 17 and 20
hereof the amount of security deposit retained by M.C. Georai shall be adjusted towards the
excess cost incurred by the M.C. Georai on rectification work.

Clause 2 Compensation for Delay

The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the Contractor and shall be reckoned from the date on which the order to
commence work is given to the Contractor. The work shall throughout the stipulated period
of the contract be proceeded with all due diligence (time being deemed to be essence of the
contract on the part of the Contractor) and the Contractor shall pay as compensation an

Contractor No. of corrections Chief Officer Pg. 59


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

amount equal to one percent or such smaller amount as the Chief Officer (whose decision in
writing shall be final) may decide of the amount of the estimated cost of the whole work as
shown by the tenderer for everyday that the work remains uncommenced or unfinished after
the proper dates. And further to ensure good progress during execution of the work, the
Contractor shall be bound in all cases in which the time allowed for any work exceeds one
month to complete.
of the work in of the time

of the work in of the time

of the work in of the time

Full work in the total time.


Note :- The quantity of the work to be done within a particular time to be specified above
shall be fixed and inserted in the blank space kept for the purpose by Officer competent to
accept the contracts after taking into consideration the circumstances of each case.

The following proportion will usually be found suitable :

In , , of the time.
1
Reasonable progress of earth work /6 , , of the total value of the work to be
done.

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


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

Contractor No. of corrections Chief Officer Pg. 60


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Milestone 1 Milestone 2 Milestone 3 Milestone 4 (


S.N. Name of sub-work
( 0 to 3 months) ( 3 to 6 months) ( 6 to 9 months) 9 to 12 months)
1 Repairing of Jack well and Pump house 100.00%
2 Repairing of Raw Water Pumping Machinery 100.00%
3 Approach Road 100.00%
4 Repairing of Water Treatment Plant 100.00%
5 Recirculation Sump and Pump House 100.00%
6 Proposed Pumping Machinery for sump 100.00%
7 Inlet for Recirculation sump 100.00%
8 Pure water pumping machinery 100.00%
9 Pure Water Rising Mains 100.00%
10 RCC ESR of Cap. 7.5 LL 70.00% 30.00%
11 Distribution System 40.00% 50.00% 10.00%
12 Dismantling of ESR 100.00%

Liquidated Damages for non-completion:


1. For Milestone 1: Rs.1000 per day
2. For Milestone 2 Rs.1500 per day
3. For Milestone 3 Rs.1000 per day
4. For Mile stone 4 Rs.1000 per day
The total amount of liquidated damages to be paid under the provision of this clause
shall not exceed 10 percent of the total accepted bid value.
The entire work shall be completed within 12 months including monsoon.

Clause 3

In any case in which under any clause of this contract the Action when whole
Contractor shall have rendered himself liable to pay of security deposit
compensation amounting to the whole of his security deposit is forfeited.
(whether paid in one sum or deducted by installment) or in the
case of abandonment of the work owing to serious illness or
death of the Contractor or any other cause, the Chief Officer on
behalf of the M.C. Georai shall have power to adopt any of the
following courses, as her may deem best suited to the interest of
the M.C. Georai

a To rescind the contract (for which rescission notice in writing


) to the Contractor under the hand of Chief Officer shall be conclusive
evidence) and in that case the security deposit of the Contractor
shall stand forfeited and be absolutely at the disposal of the M.C.
Georai

b To carry out the work or any part of the work departmentally


) debiting the Contractor when the cost of the work, expenditure
incurred on tools, plants and charges on additional supervisory staff
including the cost of work charged establishment employed for
getting unexecuted part of the work completed and crediting him with
the value of the work done departmentally in all respects in the same

Contractor No. of corrections Chief Officer Pg. 61


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

manner and at the same rates as if it has been carried out by the
Contractor under the terms of his contract. The certificate of the
Chief Officer is to the cost and other allied expenses so incurred and
as to the value of the work so done departmentally shall be final and
conclusive against the Contractor.

c The order that work of the Contractor be measured up and to


) take such part thereof as shall be unexecuted out of his hands and
to give it to another contractor to complete in which case all
expenses incurred on advertisement for fixing a new contracting
agency, additional supervisory staff including the cost of work-
charged establishment and the cost of the work executed by the new
contract agency will be debited to other contractors and the value of
the work done or executed through the new contractor shall be
credited to the Contractor in all respects and in the same manner
and at the same rates as if it had been carried out by the Contractor
under the terms of his contract. The certificate of the Chief Officer as
to all the cost of the work and other expenses incurred as aforesaid
for getting the unexecuted work done by the new contractor and as
to the value of the work so done shall be final and conclusive against
the Contractor.

In case the contract shall be rescinded under


clause (a) above, the Contractor shall not be entitled to
recover to be paid any sum for any work therefor actually
performed by him under this contract unless and until the
Chief Officer shall have certified in writing the performance
of such work and the amount payable to him in respect
thereof and he shall only be entitled to be paid the amount
so certified. In the event of either of the courses referred to
in clause (b) or (c) being adopted and the cost of the work
executed departmentally or through a new contractor and
other allied expenses exceeding the value of such work
credited to the Contractor the amount of excess shall be
deducted from any money due to the Contractor by M.C.
GEORAI under the contract or otherwise howsoever or
from his security deposit of the sale proceeds thereof
provided, however, that the Contractor shall have no claim
against M.C. GEORAI even if the certified value of the
work done allied expenses provided always that whichever
of the three courses mentioned in clause (a), (b) or (c) is
adopted by the Chief Officer, the Contractor shall have no
claim to compensation for any loss sustained by him by
reason of not having purchased or procured any materials
or entered into any engagements or made any advances
on account of with a view to the execution of the work or
the performance of the contract.

Contractor No. of corrections Chief Officer Pg. 62


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 4

If the progress of any particular portion of the work is Action when the
unsatisfactory, the Chief Officer shall not withstanding that the progress of any
general progress of the work is in accordance with the particular portion of
conditions mentioned in Clause 2 be entitled to take action the work is
under Clause 3 (b) after giving the Contractor 10 days notice in unsatisfactory.
writing. The Contractor will have no claim for compensation for
any loss sustained by him owing to such action.

Clause 5 :
In any case in which any of the powers conferred upon the Chief Power to take
Officer by Clauses 3 and 4 hereof shall have become exercisable possession
and the same shall not have been exercised the non-exercise of or sell
there of shall not constitute an waiving of any of the conditions contractors
hereof and such powers shall not with standing be exercisable in plant
the event of any future case of default by the Contractor for
which under any clauses hereof he is declared liable to pay
compensation amounting to the whole of his security deposit and
the liability of the Contractor of past and future compensation
shall remain unaffected. In the event to the Chief Officer taking
action under Sub-Clause (a) or (c) of Clause 3, he may if he so
desires, take possession of all or any tools and plant, materials
and stores in or upon the work or the site thereof or belonging to
the Contractor or procured by him and intended to be used for
the execution of the work or any part thereof paying allowing for
the same in account at the contract rates or in the case of
contract rates not being applicable at current market rates to be
certified by the Chief Officer whose giving notice in writing to the
Contractor or his clerk of the work, foreman or other authorised
agent require him to remove such tools, plant, materials or stores
from the premises within a time to be specified in such notice
and in the event of the Contractor failing to comply with any such
requisition the Chief Officer may remove them at the Contractors
expense or sell them by auction or private sale on account of the
Contractor as to the expense of any such removal and the
amount of the proceeds and expense of any such sale shall be
final and conclusive against the Contractor.

Contractor No. of corrections Chief Officer Pg. 63


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 6

If the Contractor shall desire an extension of the time for Extension of time
completion of work on the ground of his having been unavoidably
hindered in its execution or on any other grounds, he shall apply
in writing to the Chief Officer before the expiration of the period
stipulated in the tender or before the expiration of 30 days from
the date on which he was hindered as aforesaid or on which the
cause for asking for extension occurred, whichever is earlier and
the Chief Officer in his opinion as the case may be, if there were
reasonable grounds for granting an extension, the Chief Officer
in this matter shall be final.

Clause 7

On the completion of the work, the Contractor shall be furnished Final Certificate
with a certificate by the Chief Officer or such completion but no
such certificate shall be given nor shall the work be considered to
be complete until the Contractor shall have removed from the
premises on which the work shall have been executed, all
scaffolding, surplus materials and rubbish and shall have
cleaned off the dirt from all wood-work, doors, windows, walls,
floor or other parts of any building in or upon which the work has
been executed or of which he may have had possession for the
Engineer-in-charge or where the measurements have been
taken by his subordinates until they have received approval of
the Engineer-in-charge. The said measurements being binding
and conclusive against the Contractor. If the Contractor fails to
comply with requirements of this clause as to the removal of
scaffolding, surplus materials and rubbish and cleaning off dirt on
or before the date fixed for the completion of the work, the
Engineer-in-charge may at the expense of the Contractor remove
such scaffolding, surplus materials and rubbish and dispose off
the same as he thinks fit and clean of such dirt as aforesaid and
the Contractor shall forthwith pay the amount of all expenses so
incurred but shall have no claim in respect of any such
scaffolding or surplus materials as aforesaid except for any sum
actually realized by the sale thereof.

Contractor No. of corrections Chief Officer Pg. 64


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 8

No payment shall be made for any work, estimated to cost Payment on


less than Rupees One Thousand till the whole of work shall have Intermediate
been completed and a certificate of completion given. But in the Certificate to be
case of works estimated to cost more than Rupees One regarded as
Thousand, the Contractor shall on submitting a monthly bill advance
therefore, be entitled to receive proportionate to the part of the
work then approved and passed by the Engineer-in-charge,
whose certificate of such approval and passing of the sum so
payable shall be final and conclusive against the Contractor. All
such intermediate payments only and not as payments for work
actually done and completed, and shall not preclude the
Engineer-in-charge as to the final settlement and adjustment of
the accounts or otherwise, or in any way very or affect the
contract. The final bill shall be submitted by the Contractor within
on month of the date fixed for the completion of the work;
otherwise the Engineer-in-charges certificate of the
measurements and of the total amount payable for the work shall
be final and binding on all parties.

Clause 9 Payment at
reduced rates on
The rate for several items of work estimated to cost more than account of items
Rs. 1,000/- agreed to shall be valid only when the items of work not
concerned are accepted as having been completed fully in accepted as
accordance with the sanctioned specifications. In cases where completed to be at
the items of work are no accepted as so completed the Engineer- the discretion of
in-charge may make payment on account of such items at such the Engineer-in-
reduced rates as he may consider reasonable in the preparation charge.
of final or on account bills.

Clause 10

A bill shall be submitted by the Contractor in each month on or Bills to be


before the date fixed by the Engineer-in-charge for all works submitted monthly
executed in the previous month and the Engineer-in-charge shall
take or cause to be taken the requisite measurements for the
purpose of having the same verified and the claim. So far as it is
admissible, shall be adjusted, if possible, within ten days from
the presentation of the bill. If the Contractor does not submit the
bill within the time fixed as aforesaid, the Engineer-in-charge
may depute a subordinate to measure up the said work in the
presence of the Contractor or his duly authorized agent whose
counter-signature to the measurement list shall be sufficient
warrant and the Engineer-in-charge may prepare a bill from such
list which shall be binding on the Contractor in all respects.

Contractor No. of corrections Chief Officer Pg. 65


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 11

The Contractor shall submit all bills on the printed forms to be Bills to be on
had on application at the office of the Engineer-in-charge. The printed forms.
charges to be made in the bills shall always be entered at the
rates specified in the tender or in the case of any extra work
ordered in pursuance of these conditions and not mentioned or
provided for in the tender at the rates hereinafter provided for
such work.

Clause 12

If the specification or estimate of the work provides for the use of Stores to be
any special description of materials to be supplied from the supplied by M.C.
stores of the M.C. GEORAI or if it is required that the contractor GEORAI (if
shall use certain stores to be provided by the Engineer-in-charge Applicable)
(Such material and stores and the prices to be charged therefore
as hereinafter mentioned being so far as practicable for the
convenience of the contractor but not so as in any way to control
the meaning or effect of this contract specified in the schedule or
memorandum hereto annexed) the contractor shall be supplied
with such materials and stores, as may be required from time to
time to be used by him for the purpose of contract only and the
value of full quantity of the material and stores so supplied, shall
set off or deducted from any sums then due, or thereafter to
become due to the Contractor under the contract or otherwise or
from the security deposit, or the proceeds of sale thereof if the
security deposit is held in Government securities, the same or a
sufficient portion thereof shall in that case be sold for the
purpose. All materials supplied to the Contractor shall remain the
absolute property of the M.C. GEORAI and shall on no account
be removed from the site of the work and shall at all times be
open for inspection by Engineer-in-charge. Any such materials
unused and in perfectly good condition at the time of completion
of determination of the contract shall be returned to the M.C.
GEORAI stores if the Engineer-in-charge so requires by a notice
in writing given under his hand, but the Contractor shall not be
entitled to return any such materials except with consent and he
shall have no claim for compensation on account of any such
material supplied to him as aforesaid but remaining unused by
him or for any wastage or damage thereto.

Clause 12 (A)

All stores of control material such as cement, steel etc. to be


supplied by the M.C. GEORAI to the Contractor should be kept
by the Contractor under lock and key and will be accessible for
inspection by the Chief Officer or his agent at all times.

Contractor No. of corrections Chief Officer Pg. 66


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 13 :

The Contractor shall execute the whole and every part of the Works to be
work in the most substantial and workmanlike manner, and both executed in
as regards materials and every other respect in strict accordance accordance with
with specifications. As per norms of the M J P after ascertaining specifications
the recuperation test of the percolation well and potability of drawings orders
water the work of percolation well shall be continued and etc.
completed. The further subworks shall be taken up as under :

1. Reparing of Jackwell and pumphouse


2. Reparing of Raw water pumping machinery
3. Pure water rising mains
4. ESR
5. Distribution system
6. Reparing of Treatment Plant
7. Recirculation sump and Pump house
8. Pumping Machinery
9. Approach Road
10. Dismantling of ESR
The Contractor shall also conform exactly, fully and faithfully
to the designs, drawings and instructions in writing relating to the
work signed by the Engineer-in-charge and lodged in his office
and the Contractor shall be entitled to receive three sets of
contract drawings and working drawings as well as one certified
copy of the accepted tender along with the work order free of
cost. Further copies of the contract drawings and working
drawings if required by him shall be supplied at the rate of Rs.
10/- per set of contract drawing and Rs. 1/- per working drawings
except where otherwise specified

Contractor No. of corrections Chief Officer Pg. 67


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 14

The Engineer-in-charge shall have power to make any Alteration in


alterations in or additions to the original specifications, drawings, specifications and
designs and instructions and may appear to him to be necessary designs not to
or advisable during the progress of the work and the contractor invalidate
shall be bound to carry out the work in accordance with any contracts.
instructions in this connection which may be given to him in
writing signed by the Engineer-in-charge and such alteration
shall not invalidate the contract and any additional work which
the Contractor may be directed to do in the manner above
specified as part of the work shall be carried out by the
Contractor on the same conditions in all respects on which he
agreed to do the main work, and at the same rates as are
specified in the tender for the main work and if the additional and
altered work includes any class of work for which no rate is
specified in this contract then such class of work shall be carried
out at the rates entered in the Schedule of Rates of the Division
or at rates mutually agreed upon between the Engineer-in-
charge and the Contractor, whichever are lower. If the additional
or altered work for which no rate is entered in the Schedule of
Rates of the Division is ordered to be carried out before the rates
say agreed upon then the Contractor shall within 7 days of the
Rates for work not
date of receipt. By him of the order to carry out of the work,
entered in
inform the Engineer-in-charge of the rate which is intention to
estimate of
charge for such class of work and Engineer-in-charge does not
schedule of rates
agree to this rate he shall be notice in writing be at liberty to
of the District.
cancel his order to carry out such class of work and arrange to
carry its out in such manner as he may consider advisable
provided always that if the Contractor commence the work or
incurred any expenditure in regard thereto before the rates shall
have been determine has lastly here in before mentioned. Then
in such case, he shall only be entitled to be paid in respect to the
work carried out our expenditure incurred by him prior to the date
of the determination of the rate as aforesaid according to such
rate or rates as shall be fixed by the Engineer-in-charge. In the
event of a dispute, the decision of the Chief Officer of the M.C.
GEORAI will be final.

Where, however, the work is to be executed according to the


designs drawing and specifications recommended by the
Contractor and accepted by the Competent Authority the
alteration above referred to shall be within the scope of Designs
Drawing and Specifications appended to the tenders.

The time limit for the completion of the work shall be extended in
the proportion that the increase in its cost occasioned by the
alteration or additions bear to the cost of the original contract
work and the certificate of the Engineer-in-charge as to such
proportion shall be conclusive.

Contractor No. of corrections Chief Officer Pg. 68


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 15

1. If at any time, after the excavation of the contract No claim to any


documents the Engineer-in-charge shall for reason whatsoever payment or
(other than default on the part of the Contractor for which the compensation for
M.C. GEORAI is entitled to rescind the contract) desire that the alteration or
whole or any part of the work specified in the tender should be restriction of
suspended for any period or that the whole or part of the work work.
should not be carried out at all he shall give the Contractor a
notice in writing of such desire and Upon the receipt of such
notice the Contractor shall forthwith suspend or stop the work
wholly or in part as required, after having do regard to the
appropriate stage at which the work should be stopped or
suspended so as not to be cost any damage injured to the work
or any part of if could be or could have been safely stopped or
suspended shall be final and conclusive against the Contractor.
The contractor shall have no claim to any payment or
compensation whatsoever by reason of or in persons of any
notice as aforesaid on account of any suspension stoppage or
curtailment except to the extent specified hereinafter.

2. Where the total suspension of work order as aforesaid continue for a


continuous period exceeding 90 days the Contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it
pertains to the unexecuted part of the work by giving a 10 days prior notice in
writing to the incharge within 30 days of the expiry of the said period of 90
days of such intention and requiring the Engineer to record the final
measurements of the work already done and to pay final bill. Upon giving
such notice the Contractor shall be deemed to have been discharged from his
obligation to complete the remaining unexecuted work under his contract. On
receipt of such notice the Engineer shall proceed to complete the
measurement and make such as payment as may be finally due to the
Contractor within a period of 90 days from the receipt of such notice in
respect of the work already done by the Contractor. Such payment shall not in
any manner prejudice the right of the Contract to any further compensation
under the remaining provisions of this clause

Contractor No. of corrections Chief Officer Pg. 69


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

3. Where the Engineer required the Contractor to suspend the work


for a period in excess of 30 days at any time or 60 days in the aggregate, the
Contractor shall be entitled to apply to the Engineer within 30 days of the
resumption of work after such suspension for payment of compensation to the
extent of peculiarly loss suffered by him in respect of working machinery
rendered idle on the site or on the account of his having had to pay the salary
of wages of labour engaged by him during the said period of suspension,
provided always that the Contractor shall not be entitled to any claim in
respect of any such working machinery of such suspension or in respect of
any suspension whatsoever occasioned by unsatisfactory work or other
default on his part. The decision of the Engineer in this regard shall be final
and conclusive against the Contractor.

4. In the event of

i) Any total stoppage of work on notice from the Engineer under


sub-clause (1) in that behalf.
ii) Withdrawal by the Contractor from the contractual obligation
to complete the remaining unexecuted work under sub-clause
(2) on account of continued suspension of work for a period
exceeding 90 days.
Curtailment in the quantity of item or items originally tendered on account of
any alteration, omission or substitutions in the specifications, drawings,
designs or instructions under Clause 15 (1) where such curtailment exceeds
25% in quantity and the value of the quantity curtailed beyond 25% at the
rates for the item specified in tender is more than Rs. 5,000/-

It shall be open to the Contractor within 90 days from the service of


(i) the notice of stoppage of work or (ii) the notice of withdrawal from the
contractual obligations under the contract on account of the continued
suspension of work of (iii) notice under Clause 15(1) resulting in such
curtailment to produce to the Engineer satisfactory documentary evidence
that he had purchased or agreed to purchase material for use in the contract
work before receipt by him of the notice of stoppage, suspension or
curtailment and require the M.C. GEORAI to take over on payment such
material at the rates determined by the Engineer, provided, however, that
such rates shall in no case exceed the rates at which the same was acquired
by the Contractor. The M. J. P. shall thereafter take over the material so
offered, provided the quantities as specified in the accepted tender and are of
quality and specifications approved by the Engineer.

Contractor No. of corrections Chief Officer Pg. 70


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 15 (A) No claim to


compensat
The Contractor shall not be entitled to claim any compensation from ion on
M.C. GEORAI for the loss suffered by him on account of delay by M.C. account of
GEORAI in the supply of materials entered in Schedule A where such loss due to
delay is caused by delay in
supply of
(i) Difficulties relating to the supply of railway wagons. material by
(ii) Force majeure Municipal
(iii) Act of God Council.
(iv) Act of enemies of the State or any other reasonable cause
beyond the control of M.C. GEORAI
In the case of such delay in the supply of materials, M.C.
GEORAI shall grant such extension of time for the completion of the
works shall appear to the Chief Officer to be reasonable in accordance
with the circumstances of the case. The decision of the Chief Officer as
to the extension of time shall be accepted as final by the Contractor.

Clause 16

Under no circumstances whatsoever shall the Contractor be Time limit


entitled to any compensation from M.C. GEORAI on any account unless for
the Contractor shall have submitted claim in writing to the Engineer-in- unforese
charge within one month of the case of such claim occurring. en
claims.

Clause 17

If at any time the security deposit or any part of thereof is Action of


refunded to the Contractor it shall appear to the Engineer-in-charge or compensatio
his subordinate-in-charge of the work that any work has been executed n payable in
with unsound, imperfect or unskilled workmanship or with Materials of case of bad
inferior quality, or that any materials or articles provided by him for the work.
execution of the work are unsound or of a quality inferior to that
contracted for, or are otherwise not in accordance with the contract, it
shall be lawful for the Engineer-in-charge to intimate this fact in writing
to the Contractor and then not withstanding the fact that the work,
materials or articles complained of may have been inadvertently passed,
certified and paid for, the contractor shall be bound forthwith to rectify, or
remove and reconstruct the work so specified in whole or in part, as the
case may require or if so required shall remove the materials or articles
to specified and provided other proper and suitable materials pr articles
at cost and in the

Contractor No. of corrections Chief Officer Pg. 71


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

event of his failing to do so within a period to be specified by the


Engineer-in-charge in the written intimation aforesaid, the Contractor
shall be liable to pay compensation at the rate of one percent on the
amount of the estimate for every day not exceeding 10 days during
which the failure so continuous and in the event of any such failure the
Engineer-in-charge may rectify or remove and re-execute the work or
remove, and replace the materials or articles complained of as the case
may be at the risk and expense in all respects of the Contractor, should
the Engineer-in-charge consider that any such inferior work or materials
as prescribed above may be accepted or made use of, it shall be within
his discretion to accept the same at such reduced rates as he may fix
therefore.

Clause 18 Work to
be open
All works under or in course of execution or executed in pursuance to
of the contract shall at all times be open to inspection and supervision of inspectio
the Engineer-in-charge and his subordinates and the Contractor shall at n
all times during the usual working hours, and at all other times at which
reasonable notice of the intention of the Engineer-in-charge and his
subordinates to visit the works shall have been given to the Contractor,
either himself be present to receive orders and instructions or have a
responsible agent duly accredited in writing present for that purpose.
Orders given to the Contractors duly authorized agent shall be
considered to have the same force and effect as if they had been given
to the Contractor himself.

Clause 19 Contracto
r or
The Contractor shall give not less than five days notice in writing to responsi
the Engineer-in-charge or his subordinate-in-charge of the work before ble agent
covering up or otherwise placing beyond the reach of measurement any to be
work in order that the same may be measured and correct dimensions present.
thereof taken before the same is so covered up or placed beyond the
Notice to
reach of measurement and shall not cover up or place beyond the reach
be given
of measurement any work without the consent in writing of the Engineer-
before
in-charge or his subordinate-in-charge of the work, and if any work shall
work is
be covered up or placed beyond the reach of measurement, without
covered.
such notice having been given or consent obtained the same shall be
uncovered at the Contractors expense, and in default thereof no
payment or allowance shall be made for such work or for the materials
with which the same was executed.

Contractor No. of corrections Chief Officer Pg. 72


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 20
If during the period as listed below, from the date of completion as Contract
certified by the Engineer-in-charge pursuant to Clause 7 of the contract or liable
or for the period as mentioned below after commissioning the work for
whichever is earlier in the opinion of the Chief Officer the said work is damage
defective in any matter whatsoever the Contractor shall forthwith on done
receipt of notice in that behalf from the Chief Officer, duly commence and for
execution and completely carry out at his cost in every respect all the imperfec
work that may be necessary for rectifying and setting right the defects tions for
specified therein including dismantling and reconstruction of unsafe three
portion strictly in accordance with and in the manner prescribed and months
under the supervision of the Chief Officer. after
certificat
e.

Contractor No. of corrections Chief Officer Pg. 73


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

In the event of the Contractor failing or neglecting to commence execution of the


said rectification work within the period prescribed therefore in the said notice
and / or to complete the same as aforesaid as required by the same notice, the
Chief Officer any get the same executed and carried out departmentally or by
any other Contractor shall forthwith on demand pay to the M.C. GEORAI the
amount of such costs, charges and expensed sustained or incurred by the M.C.
GEORAI of which the certificate of the Chief Officer shall be final and binding on
the Contractor. Such costs, charges and expenses shall be deemed to be
arrears of land revenue and in the event of the Contractor failing or neglecting to
pay the same on demand as aforesaid without prejudice to any other rights and
remedies of the M.C. GEORAI the same may be recovered from the Contractor
as arrears of land revenue. The M.C. GEORAI shall also be entitled to deduct
the same from any amount which may then be payable or which may thereafter
become payable by the M.C. GEORAI to the Contractor either in respect of the
said work whatsoever or from the amount of security deposit retained by the
M.C. GEORAI During defect liability period, the work of daily maintenance and
general repairs and expenses thereon would be out of scope of the tender.
However, if any defects in the sub-work or in the material are found, the same
will be rectified by the Contractor at his cost and will be binding on him, failing to
which legal action would be taken as per tender clauses. Ten percent amount
will be withheld from security deposit depending upon the nature of work, till the
defect liability period is over.

S.N. Description Period


I) Head Works
a) River head works including those at storage dams, infiltration galleries, trench Five Years.
galleries, bank pitching, intake works, connecting pipes, approach bridges,
b) Anicuts or weirs, earthen/masonry dams and ancillary works Five years
c) Nalla / canal head works inclusive of infiltration wells, connecting pipes, Three years
Production and percolation wells etc.
d) Tube wells, bore wells etc. Three years
e) Repairs to the works at (a) to (d) above One year
II) Pumping Machinery
a) Pumping machinery and other allied mechanical electrical installation One Year
(excluding those provided in the treatment plant contract), surge arrestors,
water hammer control devices, chlorinators (excluding those provided in the
treatment plant contract)
b) Repairs to the works at (a) above Six months.
III) Treatment plants
a) Water treatment plant and sewage treatment plant based on Contractors Five Year
b) Water treatment plant and sewage treatment plant based on departmental Three years
Designs.
c) Repairs to the treatment plants at (a) And (b) above. Two years.
IV) ESR/GSR/BPT, Sump and Pump House etc.
a) Based on Contractors own design. Five Years
b) Based on Department design. Three years
c) Special requires to ESR.GSR.BPT Two years
d) Ordinary repairs to ESR/GSR/BPT
e) Sump and Pump House, etc. One Year
V) Pipe Lines
a) Pumping Mains, Gravity Mains Leading mains including intercepting Outfall Two years
sewer in case of sewerage schemes
b) Distribution system, laterals, branch sewers of sewerage system etc. One year
c) Repairs to pipe lines under the works at (a) and (b) above Two years
VI) Meters
a) Meters and chambers One year
b) Repairs to meters under the works at (a) above One year

Contractor No. of corrections Chief Officer Pg. 74


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The contractor shall stand guarantee for successful working of works under
contract for various period as shown in this clause towards defect labiality. This
defect liability period during which time any defects and short comings noticed
due to faulty execution of balance works of all subworks or defective
construction will have to be made good to the entire satisfaction of the M.C.
GEORAI without claiming any extra cost. 10% security deposit of the respective
sub work will be released after defect liability period.

Clause 21

The Contractor shall supply at his own cost all material (except such Contractor
special materials, if any, as may in accordance with contract be supplied to supply
from the M.C. GEORAI stores) plant, tools, appliances, implements, plant,
ladders, cordages, tackles, scaffolding and temporary works requisite or ladders,
proper for the proper execution of the work, in the original, altered or scaffolding
substituted from and whether included in the specification or other s etc. and
documents forming part of the contract or referred to in these conditions is liable for
or not and which may be necessary for the purpose of satisfying or damages
complying with the requirement of the Engineer-in-charge as to any arising
matter as to which under these conditions he is entitled to be satisfied or from non-
which he is entitled to require together with the carriage therefore to and provision
from the work. The Contractor shall also supply without charge the of lights
requisite number of persons with the means and materials necessary for fencing etc.
the purpose of setting out works and counting, weighing and assisting in
the measurement or examination at any time and from time to time of
the work or the materials. Failing this the same may be provided by the
Engineer-in-charge at the expense of the Contractor and expenses may
be deducted from any money due to the Contractor under the contract
or from his security deposit or the proceeds of sale thereof or a sufficient
portion thereof. The contractor shall provide all necessary fencing and
lights required to protect the public from accident and shall also be
bound to bear the expenses of defense of every suit, action or other
legal proceedings at law that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit action or
proceedings to any such person, or which may with consent of the
Contractor be paid for compromising any claim by any such person. List
of machinery in Contractors possession and which he proposes to use
on the work should submitted along with the tender.

Contractor No. of corrections Chief Officer Pg. 75


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 21 (A)

(i) The Contractor shall suitable scaffolds and working platforms,


gangways, and stairways and all shall comply with the following regulations in
connections therewith.

a) Suitable scaffolds shall be provided for workman for all works that
cannot be safely done from ladder or other means.
b) A scaffold shall not be constructed taken down or substantially altered
expect.
(i) Under the supervision of a competent and responsible person.
As for as possible be competent workers possessing adequate
experience in this kind of work.
c) All scaffolds and appliances connected therewith and ladders shall :
(i) On behalf of sound material
(ii) Be of adequate strength having regard to the loads and strains
to which they will be subjected and
(iii) Be maintain in proper condition.
d) Scaffolds shall be so constructed that no part thereof can be displaced
in consequence of normal use.
e) Scaffolds shall not over loaded and so far as practicable the load in
consequence of normal use.
f) Before installing lifting gear on scaffolds special precautions shall be
taken to ensure the strength and stability of the scaffolds.
g) Scaffolds shall be periodically inspected by a competent person.
h) Before allowing scaffolds to be used by his workmen the Contractor
shall, whether the scaffold has been erected by his workmen or not,
take steps to ensure that is complies fully with the regulations herein
specified.
i) Working platform, gangway, stairways shall :-
(i) Be so constructed that no part thereof can sag unduly or
unequally.
(ii) Be so constructed and maintained, having regard to the
prevailing conditions as to reduce as far as practicable risks of
persons tripping or slipping and.
(iii) Be kept free from any unnecessary obstruction.

(j) In the case of working platform, gangway, working places and


stairways at a height exceeding 3 meters (to be specified.)
(i) Every working platform, gangway shall be closely boarded
unless other adequate measures are taken to ensure safety.

(ii) Every working platform, gangway shall have adequate width,


and

(iii) Every working platform, gangway shall have adequate.

Contractor No. of corrections Chief Officer Pg. 76


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

(k) Every opening in the floor or a building or in a working platform shall


except for the time and to the extent required to allow the excess of
persons or the transport or shifting of material be provided with suitable
means to prevent the fall of persons of material.
(l) When persons are employed on a roof where there is a danger of
failing from a height exceeding 3 meters (to be specified) suitable
precautions shall be taken to prevent the fall of persons or materials.
(m) Suitable precautions shall be taken to prevent persons being articles
which might fall from scaffolds or other working places.
(n) Safe means of access shall be provided to all working platforms and
other working places.
(o) The Contractor will have to make payments to laborers as Minimum
Wages Act.

Clause 21 (B)

Contractor No. of corrections Chief Officer Pg. 77


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 21 (B)

The Contractor shall comply with the following regulations are regards the
Hoisting Appliances to be used by him.

a) Hoisting machines and tackles, including their attachments,


anchorages and supports shall
(i) be of good mechanical construction, sound material and
adequate strength and free from patent defect; and
(ii) be kept in good repair and in good working order.
b) Every rope used in hoisting or lowering materials or as a means of
suspension shall be of suitable quality and adequate strength and
free from patent defect.
c) Hoisting machines and tackles shall be examined and adequately
tested after erection on the site and before use and be re-
examined in position at intervals to be prescribed by the M.C.
GEORAI
d) Every chain, hook, shackle, swivel and pulley block used in
hoisting or lowering materials or as a means of suspension shall
be periodically examined.
e) Every crane driver of hoisting appliance operator shall be properly
qualified.
f) No Person who is below the age of 18 years shall be in control of
any hoisting machine, including any scaffold which gives signal to
the operators.
g) In case of every hoisting machine and every chain, ring, hook,
shackle, swivel and pulley block used in hoisting or lowering or a
means of suspension, the safe working load shall be ascertained
by adequate means.
h) Every hoisting machine and all gear referred to in proceeding
regulation shall be plainly marked with the safe working load.
i) In case of hoisting machine having a variable safe working load,
each safe working load and the conditions under which is is
applicable shall be clearly indicated.
j) No part of any hoisting machine or any gear referred to in
regulation (g) above shall be loaded beyond the safe working load
except for the purpose of testing.

k) Motors, gearing, transmissions, electric wiring and other


dangerous parts of hoisting appliances shall be provided
with efficient safeguards.
l) Hoisting appliances shall be provided with such means as
will reduce to minimum and the risk of the accidental
descent of load.
m) Adequate precaution shall be taken to reduce to a
minimum the risk of any part of suspended load becoming
accidentally displaced.

Contractor No. of corrections Chief Officer Pg. 78


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 22

The Contractor shall not set fire to any standing jungle, Measure
trees, brushwood or grass without a written permission from the for
Chief Officer. When such permission is given and also in all cases preventio
when destroying, cut of dug up trees, brushwood, grass etc. by fire, n of fire
the Contractor shall taken necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.

The Contractor shall make his own arrangements for


drinking water for the labour employed by him.

Clause 23

Compensation for all damages done intentionally or Liability


unintentionally by Contractors labour whether in or beyond the limits of
of the M.C. GEORAI property including any damage caused by the Contracto
spreading of fire mentioned Clause 22 shall be estimated by the r for any
Engineer-in-charge or such other officer s he may appoint and the damage
estimate of the Engineer-in-charge subject to the decision of the done in or
Chief Officer on appeal shall be final and the Contractor shall be outside
bound to pay the amount of the assessed compensation on demand, work /
failing which the same will be recovered from the Contractor as area
damage in the manner prescribed in Clause or deducted by the
Engineer-in-charge from any sums that may be due or become due
from M.C. GEORAI to Contractor under this contract or otherwise.

The Contractor shall bear the expenses of defending any action or


other legal proceedings that may be brought by any person for injury
sustained by him owing to neglect of precautions to prevent the
spread of fire and he shall pay any damages and cost that may be
awarded by the court in consequence.

Clause 24

The employment of female laborers of work in Employm


neighborhood of soldiers barracks should be avoided as far as ent of
possible. female
labour

Clause 25

No work shall be done on Sunday without the sanction in Work on


writing of the Engineer-in-charge. Sunday

Contractor No. of corrections Chief Officer Pg. 79


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 26

The contract shall not be assigned or sublet without the Contract


written approval of the Engineer-in-charge, and if the Contractor shall may be
assign or sublet his contract or attempt to do so, or become insolvent rescinded
or commence any proceedings to get himself adjudicated and and
insolvent or make any composition with his creditor or attempt so to security
do or if bribe, gratuity, gift, loan, perquisite, reward of advantage, deposit
pecuniary or otherwise shall either directly of indirectly be given, forfeited for
promised or offered by the Contractor or any of his servants or subletting
agents to any public officer or person in the employment of M.C. it without
GEORAI in any way relating to his office or employment of if any approval or
such officer or person shall become in any way directly or indirectly for bribing
interested in the contract, the Engineer-in-charge may thereupon by a Public
notice in writing rescind the contract, and the security deposit of the Officer or if
Contractor shall thereupon stand forfeited and be absolutely at the Contractor
disposal of M.C. GEORAI and the same consequence shall ensure become
as if the contract had been rescinded under Clause 3 hereof and in insolvent.
addition the Contractor shall not be entitled to recover or be paid for
any work thereof actually performed under the contract

Clause 27

All sums payable by a Contractor by way of compensation Sum


under any of these conditions shall be considered as a reasonable payable by
compensation to be applied to the use of M.C. GEORAI without way of
reference to actual loss or damage sustained, and whether any compensat
damage has or has not been sustained. ion to be
considered
as
reasonable
compensat
ion without
reference
to actual
loss.

Clause 28

In the case of tender by partners, any change in the Changes in


constitution of a firm shall be forthwith notified by the Contractor to the
the Engineer-in-charge for his information. constitutio
n of the
firm to be
notified.

Contractor No. of corrections Chief Officer Pg. 80


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 29

All works to be executed under the contract shall be executed under Direction
the direction and subject to the approval in all respects of the Chief and
Officer for the being, who shall be entitled to direct at what point or control of
points and in what manner they are to be commenced and from time the Chief
to time carried out. Officer.

Clause 30.1

Except where otherwise specified in the contract and subject to


the powers delegated to him by M.C. GEORAI under the code, rules
then in force the decision of the Chief Officer for the time being be
final conclusive and binding on all parties of the contract, upon all
questions relating to the meaning of the specifications, designs,
drawings and instruction here in before mentioned and as to the
quality of workmanship, or materials used on work or as to any
arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders, or these conditions, or
otherwise concerning the works of the execution or failure to execute
the same whether arising during the progress of the work or after the
completion or abandonment thereof.

Clause 30.2

The Contractor may within thirty days of receipt by him of


any order passed by the Engineer as a aforesaid appeal against it to
the Chief Officer concerned with the contract work or project
provided that

a) the accepted value of the contract exceeds Rs. 10


Lakhs (Rupees Ten Lakhs)
b) amount of claim is not less than 1.00 Lakh (Rupees
One Lakh)

Clause 30.3

If the Contractor is not satisfied with the order passed by the Chief
Engineer as aforesaid the Contractor, may within thirty days of
receipt by him of any such order, appeal against it to the Member
Secretary, Maharashtra Jeevan Pradhikaran, who, if convinced that
prima-facie the Contractors claim reject by Chief Officer / Chief
Engineer is not frivolous and that there is some substance in the
claim of the Contractor as would merit a detailed examination and
decision by the M.C. GEORAI shall put up the M.C. GEORAI for
suitable decision.

Clause 30.3 stands deleted

Contractor No. of corrections Chief Officer Pg. 81


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 31

The Contractor shall obtain from M. C. Georaiss stores all Stores of


stores and articles of European and American manufacture which European
may be required for the work, or any part thereof or in making up any or American
articles required therefore or in connection therewith unless he has manufactur
obtained permission in writing form the Engineer-in-charge to obtain e to be
such stores and articles elsewhere. The value of stores and articles obtain from
may be supplied to the Contractor will be debited to his account at the M.C.
the rates shown in the Schedule A attached to the contract and if GEORAI
they are not entered in the said Schedule, they shall be debited to
him at cost price which for the purpose of this contract shall include
the cost of carriage and all other expenses whatsoever, which shall
have been incurred in obtaining delivery of the same at the stores
aforesaid.

Clause 32

When the estimate on which a tender is made includes Lump sums


lump sums in respect of parts of the work, the Contractor shall be in
entitled to payment in respect of the items of work involved or the estimates.
part of the work in question at the same rates as are payable under
this contract for each item, or if the part of the work in question is not
in the opinion of the Engineer-in-charge capable of measurement,
the Engineer-in-charge may at his discretion pay the lump sum
amount entered in the estimate and the certificate in writing of the
Engineer-in-charge shall be final and conclusive against the
Contractor with regard to any sum or sums payable to him under the
provision of this clause.

Clause 33

In the case of any class of work for which there is no such Action
specification as is mentioned in Rule 1 of form B-1, such work shall where no
be carried out in accordance with the specifications, and in the event specificatio
of there being no specifications, the work shall be carried out in all ns.
respect in accordance with all instructions and requirements of the
Engineer-in-charge.

Clause 34

The expression Works where used in these conditions, Definition of


shall unless there be something in the subject or context repugnant work.
to such construction, be constructed to mean the work or works
contracted to be executed under or in virtue or the contract, whether
temporary or permanent and whether original, altered, substituted or
additional.

Contractor No. of corrections Chief Officer Pg. 82


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 35

The percentage referred to in the tender shall be deducted Contractor


from / added to the gross amount of the bill before deducting the s
value of any stock issued. percentage
whether
applied to
net or gross
amount of
bill.

Clause 36

All quarry fees, royalties and ground rent for stacking Refund of
materials, if any, should be paid by Contractor. quarry fees
and
royalties

Clause 37

The Contractor shall be responsible for and shall pay any Compensati
compensation to his workmen payable under the Workmens on under
Compensation Act, 1923 (VIII of 1923), (hereinafter called the said Workmens
Act) for injuries caused to the workmen. If such compensation is Compensati
payable / paid by the M.C. GEORAI as principle under sub-section on Act.
(1) of Section 12 of the said Act on behalf of the Contractor, it shall
be recoverable by the M.C. GEORAI from the Contractor under sub-
section (2) of the said section. Such compensation shall be
recovered in the manner laid down in Clause 1 above.

Clause 37 (A)

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

Contractor No. of corrections Chief Officer Pg. 83


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 37 (B)

The Contractor shall provide all necessary personal safety


equipment and first aid apparatus available for the use of the persons
employed on the site and shall maintain the same in condition suitable
for immediate use at any time and shall comply with the following
regulations in connection therewith.

a) the workers shall be required to use the equipments so provided


by the Contractor and the Contractor shall take adequate steps
to ensure proper use of the equipments by those concerned.
b) When work is carried on in proximity to any place where there is
a risk of drowning, all necessary equipment shall be provided
and kept ready for use and all necessary steps shall be taken for
the prompt rescue of any person in danger.
c) Adequate provision shall be made for prompt first-aid treatment
of all injuries likely to be sustained during the course of the work.
Clause 37 (C)

The Contractor shall duly comply with the provision of The


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

Clause 38
1. Quantities shown in the tender are approximate and no claim
shall be entertained for quantities of work executed being Claim for
either more or less than those entered in the tender or quantitie
estimate. s enter in
2. Quantities in respect of the several items shown in the tender the
are approximate and no revision in the tendered rate shall be tender or
permitted in respect of any of the item so long as subject to estimate
any special provision contained in the specifications s.
prescribing a different percentage of permissible variation in
the quantity of the item does not exceed the tender quantity
by more than 25% and so long as the value of the excess
quantity beyond this limit at the rate of the item specified in
the tender, is not more than Rs. 5,000/-

Contractor No. of corrections Chief Officer Pg. 84


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

3. The Contractor shall, if ordered in writing by the Engineer so


to do, also carry out any quantities excess of the limit
mentioned above in sub-clause (a) hereof on the same
conditions and in accordance with the specification in the
tender and the rates (i) derived from the rates entered in
Current Schedule of Rates and in the absence of such rates
(ii) at the rates prevailing in the market.
The said rates being increased or decreased as the case may
be by the percentage which the total tendered amount bears to the
estimated cost of the works as put to tender based upon the
Schedule of Rates applicable to the year in which the tenders were
invited (for the purpose of operation of this clause, this cost shall be
taken as Rs 10,64,56,916/- (Rupees Ten crores Sixty Four lacs
Fifty Six Thousand Nine Hundred Sixteen Only).

4. The clause is not applicable to extra items. Claims arising out of


reduction in the tendered quantity of any item beyond 25% will be
governed by the provision of Clause 15 only when the amount of
such reduction beyond 25% at the item specified in the tender is
more than Rs. 5,000/-. This reduction is exclusively the reduction
in Clause Nos. 2, 1, 4 of work and site conditions.
5. There is no change in the rate if the excess is less than or equal
to 25%. Also there is no change in the rate if the quantity of
work done is more than 25% of the tendered quantity. But the
value of the excess work at the tendered rates does not exceed
Rs. 5,000/-.
6. The quantities to be paid at the tendered rates shall include :-
a) tendered quantity plus
b) 25% excess of tendered quantity or the excess quantity of
the value of Rs. 5,000/- at tendered rate whichever is more.

7. a) Unless authorized by the Chief Officer in writing the


Contractor should not execute the excess quantity beyond
the quantities specified in the tender.
b) Even after written instructions of the Chief Officer,
whenever the excess quantities beyond those specified in the
tender are executed, the payment in excess of the quantities
specified in the tender will be made by the Chief Officer only
after getting approval from appropriate authority.

Clause 39

The Contractor shall employ any famine, convict or other Employme


labour of a particular kind of class if ordered in writing to do so nt of
by the Engineer-in-charge. famine
labour etc.

Contractor No. of corrections Chief Officer Pg. 85


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 40 Claim
for
No compensation shall be allowed for any delay caused compen
in the starting of the work on account of acquisition of land or, sation
in the case of clearance works, on account of any delay in for
accordance to sanction of estimates. delay in
starting
the
work.

Clause 41 Claim
for
No compensation shall be allowed for any delay in the compen
execution of the work on account of water standing in sation
borrow pits or compartments. The rates are inclusive for for delay
hard or cracked soil, excavation in mud, sub-soil, water in
standing in borrow pits and no claim for an extra rate shall executio
be entertained unless otherwise expressly specified. n of the
work.

Clause 42 Enteri
ng
The Contractor shall not enter upon or commence any upon
portion of work except with written authority and or
instructions of the Engineer-in-charge or of his subordinate comm
in charge of the work. Failing such authority the Contractor encing
shall have no claim to ask for measurements of or payment any
for work. portio
n of
work.

Contractor No. of corrections Chief Officer Pg. 86


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 43 Minimu
i. No Contractor shall employ any person who is under the age of m age
21 years. of
ii. No Contractor shall employ donkeys or other animals with person
breaching of string or thin rope. The breaching must at least s
three inches wide and should be of tape (Newer). employ
iii. No animal suffering from sores, lameness or which is immature ed, the
shall be employed on the work. employ
iv. The Engineer-in-charge or his agent is authorized to remove ment
from the work, any person or animal found working which does of
not satisfy these conditions and so responsibility shall be donkey
accepted by the M.C. GEORAI for any delay caused in the s and
completion of the work by such removal. other
v. The contractor shall pay and reasonable wages to the workmen animal
employed by him in the contract undertaken by him. In the event s and
of the dispute arising between the Contractor and his workmen the
on the grounds that the wages paid are not fair and reasonable, payme
the dispute shall be referred without delay to the Chief Officer nt of
who shall decide the same. The decision of the Chief Officer fair
shall be conclusive and binding on the Contractor but such wages.
decision shall not in any way affect the conditions in the contract
regarding the payment to be made by the M.C. GEORAI at the
sanctioned tender rates.
vi. Contractor shall provide drinking water facilities to the works.
Similar amenities shall be provided to the workers engaged on
large work in urban areas.
vii. Contractor to take precautions against accident which take
place on account of labour using loose garments while
working near machinery.

Clause 44 Method of
payment
Payment to Contractors shall be made by cheque drawn on any
treasury within the Municipal Council convenient to them, provided
the amount exceeds Rs. 10/-. Amounts not exceeding Rs. 10/- will
be paid in cash.

Clause 45

Any Contractor who does not accept these conditions Acceptance of


shall not be allowed to tender for work. conditions
compulsory
before tendering
for work.

Contractor No. of corrections Chief Officer Pg. 87


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 46

If Government declares a site of scarcity or famine to exist in any


village situated with 16 Kms. of the work, the Contractor shall
employ upon such parts of the work, as are suitable for unskilled Employme
labour, any person certified to him by the Chief Officer or by any nt of
person to whom Chief Officer may have delegated this duty in scarcity
writing to be in need or relief and shall be bound to pay to such labour
person wages not below the minimum wages which Government
may have fixed in this behalf. Any disputes which may arise in
connection with the implementation of this clause shall be decided
by the Chief Officer whose decision shall be final and binding on
the Contractor.

Clause 47

The price quoted by the Contractor shall not in any case


exceed the control price, if any, fixed by Government or
reasonable price which is permissible, for him to change a private
purchaser for the same class and description, the control price or
the price permissible under the provision of Hoarding and
Profiteering Preventing Ordinance, 1948 as amended from time to
time. If the price quoted exceeds the controlled price or the price
permissible under Hoarding and Profiteering Prevention
Ordinance, the Contractor will specifically mention this fact in his
tender along with the reasons for quoting such higher prices the
purchaser at his discretion will in such case exercise the right of
revising the price at any stage so as to conform with the controlled
price as permissible under the Hoarding and profiteering
prevention Ordinance. This discretion will be exercised without
prejudice to any other action that may be taken against the
Contractor.

Clause 48

In case of materials that may remain surplus with the


Contractor from those issued the date of ascertainment of the
materials being surplus will be taken as the date of sale for the
purpose of Sales Tax and the Sales Tax will be recovered on such
sale.

Contractor No. of corrections Chief Officer Pg. 88


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 49

The Contractor shall employ at least 80 percent of the total


number of unskilled labour to be employed by him on the said
work from out of the persons ordinarily residing in the district in
which site of the said work is located.

Provided, however that if the required number of


unskilled labour from that district is not available, the Contractor
shall in the first instance employ such number of persons as is
available and thereafter may with the previous permission in
writing of the Chief Officer of the said work obtain the rest of
requirement of unskilled labour from outside of district.

Clause 50

Wages
to be
The Contractor shall pay the labours skilled and unskilled paid to
according to the wages prescribed by Minimum Wages Act the
applicable to the area in which the work of the Contractor is skilled
located. and
unskille
The Contractor shall comply with the provision of the d
Apprentices Act, 1961 and the Rules and Order issued laboure
thereunder from time to time. If he fails to do so his failure will rs
be a breach or the contract and the Chief Officer may in his engage
discretion cancel the contract. The Contractor shall also be d by the
liable for any pecuniary liability arising on account of any Contrac
violation by him of the provisions of the Act. The Contractor tor.
shall pay the labourers skilled and unskilled according to
wages prescribed by Minimum Wages Act applicable to the
area in which the work lies.

Clause 51

All amounts whatsoever which the Contractor is liable to pay to


the M.C. GEORAI in connection with the execution of the work including
the amount payable in respect of (i) materials and / or stores supplied/
issued hereunder by the M.C. GEORAI to the Contractor (ii) hire charges
in respect of heavy plant, machinery and equipment given up on hire by
the M.C. GEORAI to the Contractor for execution by him of the work and
/ or for which advances will be given by the M.C. GEORAI to the
contractor shall be deemed to be arrears of land revenue and the M.C.
GEORAI may without prejudice to any other rights and remedies of the
M.C. GEORAI recover the same from the Contractor as arrears of land
revenue.

Contractor No. of corrections Chief Officer Pg. 89


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 52

The successful tenderers will be required to produce to the


satisfaction of the specified concerned authority valid and consequent
license issued in favour of the Contractor under the provisions of the
Contract Labour (Regulation and Abolition) Act 1970 before starting the
work. On failure to do so, the acceptance of the tender should be liable to
be withdrawn and also the earnest money.

The Contractor shall duly comply with all the provisions of the
Contract Labour (Regulation and Abolition) Act, 1970 (37 of 1970) and
the Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971
as amended from time to time and all other relevant states and statutory
provisions concerning payment of wages particularly to workmen
employed by the Contractor and working on the site of work. In particular
the Contractor shall pay wages to each worker employed by him on the
site of work at the rates prescribed under Maharashtra Contract Labour
(Regulation and Abolition) Rules, 1971. If the Contractor fails or neglects
to pay wages at the said rates or makes short payment and the M.C.
GEORAI makes such payment of wages in full or part thereof less paid
by the Contractor, as the case may be, the amount so paid by the M.C.
GEORAI to such workers shall be deemed to be arrears of land revenue
and the M.C. GEORAI shall be entitled to recover the same as such from
the Contractor or deduct the same from the amount payable by the M.C.
GEORAI to the Contractor hereunder or from any other amount/s payable
to him by the M.C. GEORAI

Clause 53

Where the workers are required to work near machines and are
liable to accidents, they should not be allowed to wear loose clothes like
dhoti, jhaba etc.

Clause 54

The Contractor shall comply with the provisions of the


Apprentices Act, 1961 and the Rules and Orders issued there under from
time to time if he fails to do so, his failure will be a breach of the contract
and the Chief Officer may in his discretion cancel the contract. The
Contractor shall pay the labourers skilled and unskilled according to
wages prescribed by Minimum Wages Act applicable to the area in which
the work lies.

Clause 55
In view of the difficult position regarding the availability of foreign
exchange, no foreign exchange be released by the M.C. GEORAI for the
purchase of the plant and machinery required for the execution of the
contract work.

Clause- 56 Price Variation Clause

Contractor No. of corrections Chief Officer Pg. 90


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No escalation will be paid.

Clause 57
The tendered rates shall be inclusive of all taxes, duties, octroi,
service tax or any other tax including tax livable in respect of work contract under
the provision of Maharashtra Sales Tax on Transfer of Property in Goods
involved in the executive of Works Contract Act-1985 (Maharashtra Act No. XIX
of 1985) as amended from time to time. 2% Work Contract Tax will be deducted
on the lines of Income Tax, from each bill in its gross amount i.e. the gross
amount of work done for that bill and shall be remitted by Chief Officer to Sales
Tax Dept.

If the facility of exemption of excise duty is withdrawn by Govt. no relief


will be given by M.C. GEORAI and contractor shall quote his offer accordingly. In
short, any increases or decrease in taxes and duties is to be borne by the
Contractor.

Presently Govt. of India ( Ministry of Finance and Company Affairs) vide


circular no As per Govt. Circular No. Notification No. 6/2007-Central Excise
Dt.1.3.2007.and notification no 26/2009 central excise dtd.4.12.2009

1) All items of machinery, including instruments, apparatus & appliances,


auxiliary equipments & their components/parts required for setting of water
treatment plant;

2) Pipes needed for delivery of water from its source to the plant (including the
clear treated water reservoir, if any, thereof) and from there to the first storage
point;

3) Pipes of outer diameter exceeding 100 mm, when such pipes are integral
part of the water supply project; are exempted from excise duty. However,
necessary certificate from Project Authority i.e. District Collector / Dy.
Commissioner shall be obtained.

If the facility of exemption of excise duty is withdrawn by the Government, no


relief will be given by M.C. GEORAI and contractor shall quote his offer
accordingly. In short, any increase or decrease in taxes and duties is to be borne
by the contractor, however, if any altogether new tax/duty is introduced by
Government then reimbursement of that tax/duty will be made after the
production of evidence towards payment of that tax/duty.

Contractor No. of corrections Chief Officer Pg. 91


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 58

In case of contradiction regarding the provisions of any items


following order of provisions will be followed.

i) Provisions in Schedule B

ii) Detailed specifications


iii) Drawings
iv) PWD handbook
v) CPHEEO manual
vi) I S codes
Clause 59

Insurance Policy - Government of Maharashtra Marathi Resolution dated


19/08/1998

Contractor shall take out necessary Insurance Policy / Policies so as to provide


adequate insurance cover for execution of the awarded contract work from the
Director of Insurance, Maharashtra State, Mumbai-51 only. Its postal address for
correspondence is 264, 1st floor, MHADA, Opp. Kalanagar, Bandra (East)
Mumbai-51 (Tel.No. 6438403 / Fax 6438461 / 6438690) Insurance Policy /
Policies taken out from any other company will not be accepted. However, if the
contractor desire to effect insurance with local office of any insurance company,
the same should be under the Co-insurancecumservicing arrangements
approved by the Director of Insurance. The policy taken out by the contractors is
not on co-insurance basis (G.I.F. 60% and Insurance Company 40%) the same
will not be accepted and be the amount of premium calculated by the Director of
Insurance will be recovered directly from the amount payable to the contractors
for the executed contract work which shall be noted by the contractor, from the
date of work order for the following events which are due to the contractors risk.

a) Loans of or damage to the civil and mechanical and electrical


equipment supplied / installed including the material such as
pipes, valves, specials etc. brought on site.
b) Loss of or damage to contractors equipment including his
vehicles.
c) Loss of or damage to property (Except the work, plant
material and equipment) in connection with the contractor
and;

Contractor No. of corrections Chief Officer Pg. 92


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

d) Personal injury or death due to vehicles of the contractor


and / or due to any accident that may arise The Govt.
Insurance Fund has appointed M/s. Oriental Insurance
Company Ltd., Aurangabad as their co-insuring cum
servicing arrangement for all works located in Maharashtra
area in Aurangabad Region.
It is therefore, essential that the Contractor shall
take insurance policy either from Govt. Insurance Fund or
from Oriental Insurance Co. Ltd., Aurangabad Division or
Offices under its control Aurangabad Region. The
Contractor shall also ensure that the policy taken out by
him shall be on co-insurance basis with Govt. Insurance
Fund at 60% and Oriental Insurance Cos Share at 40%.
It has paid from payment otherwise due to contractor or if no arise at
or around site to the contractor personal to the M.C. GEORAI staff or
to any other person not connected with M.C. GEORAI / contractor.

1. Policies and certificates for Insurance shall be delivered by the


contractor to the Engineer for the Engineers approval before the
date of actual starting of work. All such Insurance shall provided for
compensation to be payable in the types of proportion of
currencies required to rectify the loss of damage incurred.
2. If the contractor does not produced any of the policies and the
certificates required, the Engineer may effect the Insurance for
which the contractor should have produced the policies and
certificates and recover the premium it has paid from payment
otherwise due to contractor or if no payment is due, the payment of
premium shall be of debt due.
3. Alteration to the terms of an insurance shall not be made without
the approval of the Engineer
4. The minimum insurance cover for loss and damages to the
physical property, injury and death shall be 10% of the contract
cost per occurrence with no. of occurrences as 4 (Four). After each
occurrence the contractor shall pay additional premium necessary
so as to keep the insurance policy valid always till the defect
liability period is over.
5. No payment will be released to the contractor until the insurance
coverage with Govt. insurance fund, Maharashtra state is provided
and unless the proof of insurance coverage is produced by the
contractor to the Engineer-in-charge.
C.A.R. (Contractors All Risk Policy) insurance will have to be done
before start of work.

Contractor No. of corrections Chief Officer Pg. 93


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Clause 60

The contractor shall provide and maintain barricades, guards,


guardrails, temporary bridges and walkways, watchmen,
headlights and appliances and safeguards to protect the works,
life, property, the public, excavations equipments and materials,
barricades shall be substantial construction and shall be painted
such as to increase their visibility at night. For any accident arising
out of the neglect of above instructions, the contractor shall be
bound to bear the expenses of defense of every suite, action or
other legal proceedings at law, that may be brought by any person
for injury sustained owning to neglect of the above precautions
and to pay all damages and costs which may be awarded in any
such suite, action for proceedings to any such parson or which
may with consent of the contractor be paid in compromising any
claim by any such parson.

Clause 61

All equipments / materials shall be supplied and work should be


carried out as per tender specifications, terms and conditions only.
If any defects observed during defect liability period should be
attended immediately and shall be rectified as per instructions of
the Engineer-in-charge, otherwise the agency's name will be
reported to the higher authorities for black listing the agency.

Clause-62 :

A. The antimaleria and other health measure shall be as directed by the


joint Director (Malaria and Filarial) of Health Services, Pune.

B. Contractor shall see that mosquitogenic conditions are not created so as


to keep vector populations to the minimum level.

C. Contractor shall carry out anti malaria measures in area as per


guidelines prescribed under National Malaria Eradication Programme
and as directed by the joint Director (M & F) of Health Services, Pune.

D. In case of default in carrying out prescribed antimalaria measure


resulting increasing in malaria incidence Contractor shall be liable to pay
to Chief Officer, M.C. GEORAI the amount spent by Chief Officer, M.C.
GEORAI on antimalaria measures to control the situation in addition to
fine.

E. RELATION WITH PUBLIC AUTHORITIES:

The Contractor shall make sufficient arrangement for draining


away the sullage water as well as water coming from the bathing and
washing places and shall dispose of this water in such a way as not to cause
any nuisance. He shall also keep premises clean by employing sufficient
number of sweepers. The Contractor shall comply with all rules regulation,
by laws and direction given time to time by any local or public authority in

Contractor No. of corrections Chief Officer Pg. 94


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

connection with this work and shall pay fees or charges which are liable on
him without any extra cost to Chief Officer, M.C. GEORAI.

Clause 63 : Applicable Law

The Law which applies to the contract is the laws of Union of


India with the jurisdiction of Court of Aurangabad. Price escalation and
arbitration is excluded in this contract.

Clause 64 - Appointment of Arbitrator

Arbitrator will not be appointed. In case of any dispute, the decision given by
the Chief Officer, GMC will be final. If at all the contractor goes in the court,
in the interest of work, the process of getting work done from another
contractor will be in continuation.

Contractor No. of corrections Chief Officer Pg. 95


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SPECIAL CONDITIONS OF
CONTRACT

Contractor No. of corrections Chief Officer Pg. 96


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

7 SPECIAL CONDITION FOR CONTRACT


1.0 GENERAL
The special conditions of contract are to be read in conjunction with General
conditions of contract. If there are any variations or discrepancies or conflicting provision,
the provisions in Special Conditions shall take precedence over the provisions in the
General Conditions of contract.
The quoted rate shall be total rate for the completed item of work as per the
specifications, 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.
The tenderer must obtain on his own responsibility and his own expenses all
the information which may be necessary for the purpose of making a tender and for
entering into a contract and must consider and satisfy himself with all local conditions, sites
and quarries, means of accesses, the nature of rock, material to be met with in all
execution and all materials pertaining to work.
Specifications of item stipulated for other sub works, shall be made applicable,
where relevant.
2.0 CONTRACTOR SHOULD PLEASE NOTE THE FOLLOWING TIME SCHEDULE FOR
VARIOUS COMPLIANCES AND FOLLOW THE SAME

i. The initial Security Deposit shall be paid (in the form of Bank Guarantee) within 15
days of receipt of letter of acceptance.
ii. The work order shall be signed by the Contractor within 3 days of submission of Bank
Guarantee/paying of I.S.D. If he fails, it shall be deemed his acceptance and period of
completion commence from the date of work order.
iii. The Contractor should construct the Site Office within one month from date of work
order.
iv. The CAAR policy and labour license shall be taken by the Contractor immediately after
issue of work order.
v. The Bar chart (Physical and financial programme) shall be submitted by the Contractor
within 30 days of the date of work order.
vi. The successful Bidder has to furnish quality assurance Plan along with programme
within 30 days from the date of paying initial security deposit.
vii. The Contractor should get registered with ESIC (Employees State Insurance GMC)
under Contract Labour Act within 15 days from the date of work order. In absence of
getting registration from ESIC and not furnishing the license number, 1% of Contract
sum shall be recovered from R.A. Bills in order to pay the demand raised by ESIC.
3.0 COMPUTERISED BILLING SYSTEM
The Contractor shall use computerized billing system. The work programme
of the project and records shall be maintained at site. The use of computer for this
purpose is essential to avoid any loss of time for keeping records. The bills will be
prepared on computer. The print of the bill shall be pasted on measurement books to
avoid loss of time. This procedure would be followed for billing purpose.

Contractor No. of corrections Chief Officer Pg. 97


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

4.0 FIELD LABORATORY


The contractor shall establish a Field Laboratory for the various field tests for
items like concrete cubes, cement aggregates, sand, bitumen & bitumen products, soil,
field density and for similar items as directed by the Engineer. A site laboratory of approx.
3.0 m. x 4.0 m. area with platform etc. shall be constructed as directed by the Engineer. A
contractor shall appoint experienced Laboratory Technician to carryout various tests at
site.
The laboratory must have the following equipments :-
A Slump Cone 1 No.
B Cube Moulds for concrete/ Mortor 12 Nos.
C Weigh Balance (2 kg., 5 kg., 20 kg. capacity) 1 Nos.
D IS Sieves (For Coarse & Fine Aggregates) murum 1 Set (Each)
E Glass measuring cylinders 3 Nos.
F Screw Gauge and D meter for measuring thickness 1 No.

Construction of field Laboratory well equipped with equipment as listed above


is incidental to the work and no separate payment will be made for this. He should also
obtain all relevant I.S. Codes, Specification books and be kept at site office.
5.0 TESTING OF MATERIALS IN GOVERNMENT COLLEGE OF ENGINEERING /
POLYTECHNIC /PWD LAB
The Engineer is empowered to take action to reject or approve materials
based on the test results from field or Govt. laboratory.
The Contractors shall pay the stipulated charges for carrying out the tests as
per rules. In case the Contractor disputes the results of tests, it is open for him to ask for
the re-testing in which case the cost shall be borne by the Contractor. The decision of the
Additional Chief Engineer (I) on acceptability or otherwise of GMC test results, re-testing
by GMC or testing again independently in Government Engineering College Aurangabad
or PWD Lab will be binding on both the parties to the contract.
Each lot of sand, aggregate, MS Reinforcement, cement should be tested in Govt.
Engineering / Polytechnic College.
Alternate cube moulds should be tested in Govt. Engineering / Polytechnic College.
Water to be used for concrete mixing should have drinking standards & should be getting
tested in Govt. laboratory.
6.0 DISPLAY OF WORK INFORMATION BOARD
Contractor will be required to fix a Name Board displaying the name of work,
the name of agency, the name of client, cost of project and time limit etc. at the locations
approved by the Engineer at his own cost.
7.0 TRANSPORTATION
The contractor should provide one no of Air Conditioned Vehicles viz Indica,
Indigo, Dezire etc.in good condition along with driver and the same will be kept at the
disposal of the Engineer during the contract period including extension granted, if any. This
vehicle will be used for GMC works under the directives of the Engineer. The running of
vehicle per month will be 5,000 km. The contractor will bear all expenses, connected with
the operation and the maintenance of this vehicle, including drivers wages, overtime and

Contractor No. of corrections Chief Officer Pg. 98


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

other benefits, cost of the fuel, lubricant, repairs and maintenance, third party insurance,
any other related expenses etc. to the satisfaction of the Engineer. The vehicle record will
be maintained in the form of log-book at site. The vehicle shall be replaced with a new
vehicle during breakdown time, failing which the Employer will hire the vehicle at the risk
and cost of the contractor.
8.0 SITE OFFICE FOR GMC/PMC ENGINEERS
Contractor shall provide site office for GMC/PMC Engineer with minimum furniture listed as
follow without claiming any extra cost.
a) 2 Tables of size 50 x 2 6.
b) 6 Chairs (2 revolving chairs & 4 chairs with arms)
c) 5 Moulded Plastic Chairs
d) Water Cooler
e) Full size Steel Cupboard and a Filing Cabinet
f) 1 Stool
g) 2 Ceiling Fans and Open Pedestal Fan
h) 4 Tube Lights
i) 15 Amp Power Point for A.C. and 15 Amp Power Point for Computer.
j) Display Board of approx 7.5 sq. m. area with 0.9 m height.
k) All necessary electrical and plumbing arrangements.
l) Aqua Guard with water supply and other fittings.
m) Inverter.
Pantry Equipments
(a) Electric Hot Plate, One Burner - 1 No
(b) Cutlery, Crockery etc. for 4 persons - 1 Set.
(c) Dinner Set - 1 Set
(d) Thermos, Trays - 1 Set.

9.0 SITE OFFICE FOR CONTRACTORS STAFF


Contractor shall construct a separate Site Office for his own staff adjacent to Site Office for
GMC Engineers of suitable size as approved by Engineer-in-charge at his own cost.
The contractor shall provide at his cost a temporary office with area of covered 200 sqft. with
necessary furniture for use of GMC/PMC Officer directed by the Engineer-in-charge. The
shed and furniture on completion of work is however the property of the contractor and shall
be removed by him at the close of work.
10.0 COMPUTER AND OTHER RELATED FACILITIES
Contractor will provide the following brand new Computer, with comprehensive warranty
including maintenance till the end of certified completion period of the Contract.
COMPUTER
The computer with accessories shall be as under:
Intel Core i3/i5 3rd generation Processor, 4 GB DDR3 SD RAM, 3MB Cache Memory, 500
GB SATA Hard Disc, 19 Digital/TFT Display, 16X DVD Double Layer, 4GB SD RAM DDR3,
Multimedia Kit with Multimedia Creative Speakers, Logitech Key Board, Logitech Optical
Mouse, 1 hour backup UPS, HP Inkjet/DeskJet A3 size Printer or Printer of Model HP 4110
PFSC (Printer, Fax, Scanner & Copier), 56 KBPS Fax Modem with latest Software like
Windows Vista Business or latest version thereof of higher specifications and suitable
licensed copy of antivirus package. An internet connection facility (min 2 mbps speed) in
form of CDMA USB modem shall also be provided.

Contractor No. of corrections Chief Officer Pg. 99


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The Contractor will bear all expenses connected with procurement installation and
maintenance of the computer with supply of consumables e.g. printer cartridge, stationary
required from time to time.
The Computer shall be property of the Contractor after completion of work.
ARRANGEMENT FOR DATA FEEDING ETC

The Contractor shall make necessary arrangement for data feeding, typing, messaging
etc. at the site for smooth functioning of the Site Office.
11.0 BILL TO BE SUBMITTED BY CONTRACTOR
The bills for the work done shall be prepared by the contractor himself and they should
be submitted to the competent authority for payment.
For works of which cost put to tender is more than 3.5 crores, the payment of R.A. Bills
shall be regulated as under.
i) The bill shall be submitted by the contractor in each month on or before the date fixed
by the Engineer-in-charge for all executed work in the previous month.
ii) The Bill shall be paid after scrutiny by Engineer-in-Charge and/ his representative and
due acceptance of the bill within a fortnight.
iii) In the scrutiny of bills submitted by the contractor, if it is found that there are
exaggerated/inflated amount due to wrong measurements or wrong mathematical
computations/calculations, the contractor shall have to pay penalty of sum of Rs. 1.00 Lac &
Rs. 2.00 Lac at the first & second such instance respectively.

12.0 APPOINTMENT OF PROJECT MANAGEMENT CONSULTANT


The M.C. Georai has appointed a project management consultant (PMC) on behalf of
the Municipal Council to supervise day to day work progress, quality assurance and quality
control. All the measurement shall be taken by the contractor in presence of the PMC/
Municipal Engineer. The PMC will record the measurement and submit the same to
Municipal Council for further necessary action. Any instruction given by the PMC and his
representative shall be complied timely. It is the part of the work of the contractor follow the
guidleines/instructions of the PMC and make himself/his site engineers available within
working hours to take the instructions. Civil / Mechanical/ Electrical contractor shall be liable
to execute the work under the supervision of P.M.C. all decisions regarding the work in such
cases shall be taken by the P.M.C. on behalf of M.C. and will be binding on the contractor.
13.0 WEIGHTED AVERAGE RATE FOR EXCAVATION
a. The item of excavation of pipe line trenches is provided on weighted average basis by
adopting various percentages of different type of stratas with the rate enumerated in C.S.R.
When the quantity increases and Clause-38 becomes applicable the weighted average rate
will be worked out from the strata wise rates of the applicable C.S.R. by keeping the same
proportion of different stratas which was adopted for working of that rate put to tender.

b. The weighted excavation rate put to tender is for all lifts and occasionally the depth may
increase beyond 1.5 m for pipes upto 500 mm dia and for that nothing extra is payable. For
pipes above 500 mm dia the increased quantity attracting Clause-38 falling in the lift of 1.50
m to 3.00 m shall receive additional payment towards additional lift after working out
weighted average rate on above lines for lift 0 to 1.5 m in short the principal followed at the
time of finding weighted average rate will be followed for the new weighted average rate with
applicable C.S.R.

Contractor No. of corrections Chief Officer Pg. 100


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

14.0 USE OF GOOD QUALITY SHUTTERING AND SCAFFOLDING MATERIAL


Contractor shall arrange good quality shuttering and scaffolding material for all type
of construction. Old and damaged material should not be used. Contarctor should
prepare and submit structural design for shuttering and scaffolding of major RCC
component such as base slab of ESR etc or as directed by Engineer-in-charge. and
got approved from Government Engineering College. Defected material should be
removed from site within 24 hrs after instruction given by Engineer-in charge.
15.0 THIRD PARTY TECHNICAL AUDIT OF THE WORK
GMC will appoint a Third Party Quality Auditor independently to
carryout audit of works on behalf of GMC. The frequency of such inspection will be
decided as per the requirement of the project. The technical audit shall be carried out
for each component/sub work for randomly alteast 10% of the total cost of the
subwork Contractor has to extend all necessary co-operation to this agency and
comply the inspection report as well as issues raised during inspection, within
allocated duration. Charges of the Third Party Quality Auditor will be borne by GMC.
16.0 THIRD PARTY INSPECTION OF MATERIAL
The CI / DI / MS / HDPE / GI pipes , specials, all types of valves, pumps,
panels,motors,lifting arrangement and all materials as directed by Engineer in charge
required to be used on the work shall be got inspected by third party. At present the third
party agencies approved are RITES/ SGS and hence the third party inspection shall be
carried out through any of these agencies only. Apart from the third party inspection
agencyAny change in the above names of agencies will be communicated to the contractor
and the third party inspection shall have to be carried out. Even after awarding the tender,
through any one of the changed agencies, the contractor shall get the material inspected by
the third party agency. The decision of Chief Officer shall be binding on the contractor. All
the cost of the third party as well as representative of Engineer-in-Charge and his
representatives for factory inspection shall be borne by contractor.
Third party inspection through the agency approved by M.C is compulsory for following Civil,
electrical and mechanical materials/equipments.

a. HDPE/DI/MS/CI pipes - 80 mm above


b. Sluice/ Reflux/Butterfly/Air valves - All
c. CI/DI/MS specials - All
d. Submersible Pumps - 20 HP & above.
e. Centrifugal coupled pump stets - 50 HP & above.
f. Electric motors - 50 HP & above.
g. Auto transformer starters - All
h. Soft / Gentle start starters - All
i. L.T. Panel & L.T. breaker - Connected load of
50 HP and above
j. Transformers - 100 KVA &
/above
k. L.T. Cable - 300 sq. mm. and
above
l. If length is 300 m & above.

Contractor No. of corrections Chief Officer Pg. 101


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

m. H.T. Cable - 95 sq. mm. &


above & if
n. Length required is 300 m & above.
o. H.O.T. Crane / mono rail - 3 MT & above.
p. Capacitor - 50 KVAR bank or
above
q. Multi programmable automatic control unit -All
r. / Motor protection relays
s. Voltage stabilizer - Above 25 KVA
t. Water hammer control device. - All

Signature of Bidder Chief Officer

Date: Date:

Contractor No. of corrections Chief Officer Pg. 102


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SCHEDULE- A

Contractor No. of corrections Chief Officer Pg. 103


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

8.0 SCHEDULE-A
GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

Memorandum Showing Items / Materials to be supplied to contractor

SCHEDULE A

Particulars of Materials to be Supplied to


Quantity Rate per Unit Unit Place of delivery
Contractor

NIL NIL NIL NIL NIL

Contractor No. of corrections Chief Officer Pg. 104


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

9.0 CONDITIONS FOR MATERIALS (PIPES, CEMENT M.S. H.Y.S.D.BARS


ETC.,) TO BE BROUGHT BY CONTRACTOR

1. All materials such as pipes, valves, meters, pumps, cement, mild steel, HYSD bars,
bulk asphalt etc required for execution of work shall be brought by contractor at his
own cost.
2. The contractor shall maintain the record of these materials (Cement, Steel etc) in the
prescribed proforma and registers as directed by Engineer in charge. The sample of
prescribed proforma is attached at the end . These registers shall be signed by both
contractor and representatives of Engineer in charge. These register shall be made
available for inspection, verification for the M.C as and when required.
3. The materials required only for this work shall be kept in the godown at site. No
material shall be shifted outside of the godown except for the work for which this
agreement is entered without prior approval of the Engineer-in-charge.
4. The material i.e. pipes, cement, steel bulk asphalt etc brought on the work site shall
be accompanied with the necessary company / Manufacturing firm's test certificates.
In addition these material shall be tested as per frequency prescribed by the M.C and
the cost of such testing shall be borne by the Contractor. If the test results are
satisfactory then and then only the material shall be allowed to be used on the work.
If the test results are not as per standards, these materials shall be immediately
removed from the work site at Contractors cost. In case of cement, if so required by
the Contractor in writing, material will be allowed to be used before receipt of the test
results but this will be entirely at the risk and cost of the Contractor.
6. At these material i.e. pipe, valves, meters, specials cement, steel, etc, shall be
protected from any damages, rains etc. by the Contractor at his own cost.
7. The contractor will have to erect temporary shed of approved specifications for
storing of above materials at work site having double lock arrangement (by double
lock it meant that godown shall always be locked by two locks, one lock being
owned and operated by contractor and other by Engineer-in-charge or his authorized
representatives and the door shall be openable after both locks are opened)
8. If required, the weighment of cement bags/steel, etc. brought by the contractor shall
be carried out by the contractor at his own cost.
9. The contractor shall not use cement and other material for the item to be executed
outside the scope of this contract. Except for such ancillary small item as are
connected and absolutely necessary for execution of this work as may be decided by
the Engineer-in-charge.
10. M.C. is not responsible for the loss in cement, steel bulk asphalt etc. during transit to
work site. the cement brought by the contractor at the work site store shall mean 50
kg. equivalent to 0.0347 cubic meter per bags by weight. The rate quoted should
correspond to this method of reckoning. In the case of ordinary / controlled concrete,
if cement is found short, the shortage/shortages will be made good by the contractor
at his cost.
11. Indemnity: The condition regarding indemnity as defined earlier will apply mutatis
mutandis in case of material brought by contractor at the site for the execution of the
work being executed under this contract.

Contractor No. of corrections Chief Officer Pg. 105


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

12. In case of materials brought by the contractor become surplus owing to the change in
the design of the work, the materials should be taken back by the contractor at his
own cost after prior permission of the Engineer-in-charge.
13. All empty cement bags or empty asphalt drums shall be the property of the contractor
and the same shall be removed immediately after completion of the work.

Contractor No. of corrections Chief Officer Pg. 106


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SCHEDULE B

Contractor No. of corrections Chief Officer Pg. 107


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

10.0 SCHEDULE-B

IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME


Providing, supplying, erecting, lowering and laying of raw and pure water pumping
machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

ESTIMATED COST OF WORK PUT TO TENDER

Sr. No. Name of Sub Work Amount (Rs.)

1 Repairing of Jack well and Pump house 338496.00

2 Repairing of Raw Water Pumping Machinery 1656992.00

3 Approach Road 4591360.00

4 Repairing of Water Treatment Plant 2613217.00

5 Recirculation Sump and Pump House 2685970.00

6 Pumping Machinery for Recirculation sump 307393.00

7 Inlet for Recirculation sump 240459.00

Pure Water Pumping Machinery For 6.50 L.L.,7.00


8 3255564.00
L.L.,7.50 L.L. ESR

9 Pure Water Rising Mains 466602.00

10 RCC ESR of Cap. 7.5 LL 6539644.00

11 Distribution System 83299985.00

12 Dismantling of ESR 250063.00

13 Trial And Run 211171

Total Net Cost 106456916.00

Contractor No. of corrections Chief Officer Pg. 108


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO. 1 : - BILL OF QUANTITIES OF Repairing of Jack well and Pump house

Estimated Rates
No. or AMOUNT
Description of work Unit
Qty.
Figure Words
Item No. 1 :- Providing, internal cement 113.10 Sq. M 207.09 Rupees Two Hundred & 23422.16
plaster 20mm thick two coats in cement mortor Seven and Paise Nine Only
1:3 without neeru finish to stone masonary
surfaces in all position including scafolding and
curing etc complete.

Item No. 2 :- Providing, and applying priming 233.94 Sq. M 21.00 Rupees Twenty One Only 4912.70
coat on concrete / masonary/ Asbestos cement
/ plastered surfaces including scafolding If
nessesary, preparing the the surface by
thoroughly cleaning oil grease. dirt and other
foreign matter and sand paering as reqiured As
directed by engineer in charge

Item No. 3 :- Providing, and applying three 233.94 sq.m 107.00 Rupees One Hundred & 25031.58
coats of Appex paint of approved Seven Only
manufacturer and approved coulor and shade
to plaster surface including scafoling if
necessory and preparing the surface etc.
complete As directed by Engineer in charge

Contractor No. of corrections Chief Officer Pg. 109


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Estimated Rates
No. or AMOUNT
Description of work Unit
Qty.
Figure Words
Item No. 4 :- Providing, and fixing the steel 5.40 sq.m 2865.00 Rupees Two Thousand 15471.00
window of various sizes as per detailed Eight Hundred & Sixty Five
drawings fabricated from IS standard section Only
with out hot dip zinc coating without / with
ventilator including fabrication glazing with with
non-acentinic / plain /obscured glass panels of
approved type and quality all fixtures and
fastining without teak wood boxing, and
architraves and finishing with one coat of
primer complete with guard bars 12mm square
bar 10cm center to center.

Item No. 5: Providing fixing rolling steel 3.60 sq.m 2485.00 Rupees Two Thousand 8946.00
shutters fabricated from 18 gauge steel laths Four Hundred & Eighty Five
with side guide, bottom rail, brackets, door Only
suspention shaft including rolling springs
locking arrangement and housing box at the
top including mechanical gear operation
arrangement and one coat red lead primer
Bd.T.56 Pg.No. 511

Item No. 6 :- Providing, and applying 2 coats of 100.00 sq.m 46.00 Rupees Forty Six Only 4600.00
alluminium paint of approved make to new
structural steel work in buildings and
workshops including scaffolding if necessary,
cleaning and preaparing the surface (Excluding
primer coat) complete

Contractor No. of corrections Chief Officer Pg. 110


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Estimated Rates
No. or AMOUNT
Description of work Unit
Qty.
Figure Words
Item No.7:Providing and fixing G.I. pipe railing 28.27 RMT 748.00 Rupees Seven Hundred & 21145.96
having 1.0 M height consisting 50X50X6mm Forty Eight Only
thick M.S. angles as verticals at1.5M c/c and
Additional post at every corner with 3 rows of
25 mm dia. G.I. pipes of medium class veriety
as horizontal and painting 3 coats of oil paint
over 1 coat of anticorrosive paint of approved
colour and shade including cost of all labour,
transporting bends to curved shape, etc
complete.

Item No.8:Providing , and fixing in position


copper lightening conductor including
copper rod of 20 mm dia. As per upper
terminals 1.5 M long with knob at the end with
conical spike at top, copper tape conductor
20X3 mm size, copper earth plate of 0.3mm
thick and .81 sq. m in area, clamp at 1M center
to center including, including necessary
excavation, laying and fixing the
conductor,providing and fixing 40 mm G.I. pipe
up to 3 M hieght from ground and 0.5 M below
ground including making all connections filling
earthing pit with charcoal, salt etc. & refilling
and watering, etc. complete as per
specifications laid down in relevant I.S. code

for pump house 1.00 no 9331.00 Rupees Nine Thousand 9331.00


Three Hundred & Thirty
One Only
for pump house 10.00 RMT 117.00 Rupees One Hundred & 1170.00
Seventeen Only

Contractor No. of corrections Chief Officer Pg. 111


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Estimated Rates
No. or AMOUNT
Description of work Unit
Qty.
Figure Words
Item No.9: Providing and fixing in position 20.00 Nos. 1400.00 Rupees One Thousand 28000.00
M.S. Ladder 0.5M wide consisting of Four Hundred Only
75X10mm MS flats as stringers and 16mm dia
MS bars in double rows as steps placed at 25
cm c/c including cost of materials and labours
involved, welding, anchoring and applying
three coats of anti corrosive paint, etc complete
as directed by Engineer- in -charge

Item No. 10:-Providing & applying washable 202.33 sq.m 30.00 Rupees Thirty Only 6069.90
Oil-bound distemper of approved colour and
shade to old and new surfaces in two coat
including scaffolding, preaparing the surfaces
(excluding the primer coat.) complete. Bd. P 5
Pg No.413.

Item No.11: Desilting the supply well intake


well, /head works sump of water supply
sewarage works ect. In wieght and dry
condition including lifts up to 9 m and lead up
to 150 m as required beyond the work site
stacking sprading including necessary guarding
etc. complete. as directed by Engineer
incharge

for Jack well for lift 18 to 19.5M 21.21 CuM 732.00 Rupees Seven Hundred & 15522.61
Thirty Two Only
for Jack well for lift 16.5 to 18M 42.41 CuM 713.00 Rupees Seven Hundred & 30239.40
Thirteen Only
for Jack well for lift 15 to 16.5M 42.41 CuM 694.00 Rupees Six Hundred & 29433.58
Ninety Four Only

Contractor No. of corrections Chief Officer Pg. 112


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Estimated Rates
No. or AMOUNT
Description of work Unit
Qty.
Figure Words
Item No.12: Dewatering the excavated 1920.00 HP/Hr 60.00 Rupees Sixty Only 115200.00
trenches and pools of water in the building
trenches/ pipe line trenches , well works by
using pumps and other devices including
disposing off water tolabour safe distance as
directed by Engineer-in-charge (including cost
of machinery, labour, fuel) etc. complete.

TOTAL (Rs.) 338496.00

Contractor No. of corrections Chief Officer Pg. 113


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Sub work 2: Repairing of Raw Water Pumping Machinery

No. or Estimated Rates


Description of work Unit AMOUNT
Qty.
Figure Words
Item No. 1 :-Supplying and erecting 125/150 1.00 no 383447.00 Rupees Three Lakh Eighty 383447.00
kVAR, 440 V Three phase, 50 cycles, Three Thousand Four
THYRISTER SWITCHED MICRO APFC Hundred & Forty Seven
PASSIVE FILTER PANEL, consisting of Only
suitable steps of APP type capacitor units
onfirming to IS- 13585 ( Part I )1994 with
harmonic filter reactors, as per specification no
ESD-APFC (365188+5%)
Item No. 2 :- Supplying, erecting & terminating 10.00 RMT 1043.00 Rupees One Thousand & 10430.00
PVC armoured cable 3 core 150 sq mm Forty Three Only
aluminium conductor with continuous 12.97 sq
mm (8 SWG) G.I. earth wire complete erected
with glands & lugs, on wall/ trusses/pole or laid
in provided trench/ pipe as per specification no.
CB-LT/AL
Item No. 3 :- Servicing of 150Amp ATS starter 2.00 no 80000.00 Rupees Eighty Thousand 160000.00
with replacement of contractor wires CTs and Only
painting to the starteretc comp.
Item No. 4: Servicing of 150HP motor with 2.00 No 35000.00 Rupees Thirty Five 70000.00
removing the motor dismentling the motor and Thousand Only
varnishing the motor with greasine the bearing
of motor etc comp.
Item No. 5 :- Internal and External 1.00 no 33115.00 Rupees Thirty Three 33115.00
Electrification work for pump house . Etc Thousand One Hundred &
comp as per attached sheet. Fifteen Only
Item No. 6 :- Express feeder work for RW PH 1.00 no 1000000.00 Rupees Ten Lakh Only 1000000.00
at khamgaon

TOTAL (Rs.) 1656992.00

Contractor No. of corrections Chief Officer Pg. 114


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO. 3 : - BILL OF QUANTITIES OF APPROACH ROAD

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 1 :-Cutting down trees including 15.00 no 201.00 Rupees Two Hundred & 3015.00
trunks and branches and stacking the materials One Only
neatly with a lead of 50m. As directed with
girths above 30cm to 60cm etc. complete as
directed by Engineer in charge.
Item No. 2 :-Cutting down the road side thorny 1000.00 sq.m 9.50 Rupees Nine and Paise 9500.00
bushes (Wali babul etc.) having girth from 5 Fifty Only
cm to 20 cm including removing their roots,
stacking and conveying the materials upto 1.00
km, removing vegetation including leveling
ground as directed for both sides of road etc.
complete as directed by Engineer in charge.
Spec. No. As directed by Engineer in charge.

Item No. 3 :-Watering and compacting 939.60 sq.m 28.00 Rupees Twenty Eight Only 26308.80
embankment formed of materials obtained
from road cutting within lead of 50m (with
ordinary rolling) after laying them in layers of
20cm.to 30cm.
Spec. No. As directed by Engineer in charge.

Contractor No. of corrections Chief Officer Pg. 115


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 4 :-Providing Earth Work in 1057.05 Cum. 330.55 Rupees Three Hundred & 349407.88
Embankment with hard murum of CBR not less Thirty and Paise Fifty Five
than 10% obtained by departmental land or Only
other sources including all lifts and leads upto
50m, laying in layers of 20cm to 30cm
thickness, breaking clods, dressing to the
required lines, curves, grades and sections,
watering and compaction with vibratory roller
etc. complete. Spec. No. MORTH 2001
Cl.No.305 Page No.67

Item No. 5:-Supplying 15cm. to 23 cm. trap / 783 Cum. 668.50 Rupees Six Hundred & 523435.50
granite / quartzite / gneiss stone rubble at Sixty Eight and Paise Fifty
the road side for soling including conveying & Only
stacking etc complete as directed by Engineer
in charge (By blasting).Spec. No. Rd.19 Page
No.197

Item No. 6 :-Supplying 60mm. trap / granite / 783.00 Cum. 661.50 Rupees Six Hundred & 517954.50
quartzite /gneiss stone over size metal at the Sixty One and Paise Fifty
road side including conveying and stacking etc. Only
complete as directed by Engineer in charge (By
breaking boulders). Spec. No. Rd.20 Page
No.200.

Item No. 7:- Supplying 40mm. trap / granite / 783.00 Cum. 712.50 Rupees Seven Hundred & 557887.50
quartzite / gneiss stone size metal at the road Twelve and Paise Fifty Only
side, including conveying and stacking etc.
complete as directed by Engineer in charge (By
breaking boulders). Spec. No. Rd.22 Page
No.201.

Contractor No. of corrections Chief Officer Pg. 116


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 8:- Supplying soft murum / kankar 626.40 Cum. 342.55 Rupees Three Hundred & 214573.32
at the road side, including conveying and Forty Two and Paise Fifty
stacking etc. complete as directed by Engineer Five Only
in charge. Spec. No. Rd.24 Page No.203.
Item No. 9:- Laying 15cm to 23cm trap / 783.00 Cum. 40.00 Rupees Forty Only 31320.00
granite / quartzite / gneiss rubble soling
including hand packing with rubble chips etc.
complete as directed by Engineer in charge
(excluding the cost of material). Spec. No.
Rd.27 Page No.204.PWD DSR-2015-16
Pg.No.223 Item No. 842

Item No. 10:- Spreading gravel / sand / soft 626.40 Cum. 27.00 Rupees Twenty Seven 16912.80
murum / hard murum etc. complete as directed Only
by Engineer in charge.
Spec. No. Rd.28,30,31 Page No.205..
Item No. 11:- Spreading 40mm to 60mm 469.80 Cum. 32.00 Rupees Thirty Two Only 15033.60
metal including sectioning etc. complete as
directed by Engineer in charge. Spec. No.
Rd.29 Page No.205 &Rd.34 Page No.208.
Item No. 12:- Compacting the sub grade / 3132.00 sq.m 14.00 Rupees Fourteen Only 43848.00
gravel / 60mm oversize metal (200mm loose) /
40mm size metal (100mm loose) layers 2.00m
to 7.00m wide with power roller including
necessary labour, materials and artificial
watering etc. complete as directed by Engineer
in charge. With power roller Spec. No. Rd.32
and 35 Page No. 206 and 209.

Contractor No. of corrections Chief Officer Pg. 117


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 13:- Providing and laying 20mm 3132.00 sq.m 236.01 Rupees Two Hundred & 739183.32
thick open graded bituminous carpet including Thirty Six and Paise One
supplying all materials, preparing and cleaning Only
the base, heating bitumen and chips, mixing
bitumen and chips in hot mix plant, applying
tack coat 30kg/100sqm, laying the carpet layer
and compacting without seal coat on black top
surface with paver finisher (Hot Mix Hot Laid)
etc. complete as directed by Engineer in
charge (using bulk bitumen 60/70 grade).
Spec. No. MORTH 2001 Cl.No. 511 Page
No.192

Item No. 14:- Providing and laying bituminous 3132.00 sq.m 85.21 Rupees Eighty Five and 266877.72
premix seal coat to the black topped surface Paise Twenty One Only
including supplying all materials, preparing
existing road surface, heating and applying
bitumen at the rate of 6.8kg / 10sqm, spreading
chips at 0.06cum /10sqm and rolling etc.
complete as directed by Engineer in charge (by
using bulk bitumen 60 / 70 grade).Spec. No.
MORTH 2001 Clause No. 503 Page No. 201

Contractor No. of corrections Chief Officer Pg. 118


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 15:- Providing and laying 75mm thick 3132.00 sq.m 358.22 Rupees Three Hundred & 1121945.04
Built Up Spray Grout on WBM surface Fifty Eight and Paise
(Excluding Tack Coat), including supplying all Twenty Two Only
materials, preparing and cleaning the base,
laying the required thickness of metal in two
layers, heating and spreading bitumen,
spreading chips, compacting both layers with
power roller etc complete as directed by
Engineer in charge. (using bulk bitumen 60/70
grade) Spec. No. MORTH 2001 Clause No.
508 Page
No. 179

Item No. 16:- Providing and applying tack coat 3132.00 sq.m 49.22 Rupees Forty Nine and 154157.04
by self propelled or towed bitumen pressure Paise Twenty Two Only
sprayer for uniform spraying at specified
temperature at the specified rate of 4kg /
10sqm on existing water bound macadam
surface etc complete as directed by Engineer
in charge. (using bulk bitumen 60/70 grade)
Spec. No. MORTH 2001
Clause No. 503 Page No. 157

Total (Rs.) 4591360.00

Contractor No. of corrections Chief Officer Pg. 119


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO. 4 : - BILL OF QUANTITIES REPAIRING OF WATER TREATMENT PLANT (MECH. WORK)

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 1 :- Foot Mounted Motor TEFC 4.00 no 11703.00 Rupees Eleven Thousand 46812.00
1500 RPM Providing, erecting and giving test Seven Hundred & Three
and trial of Foot Mounted SPDP motor 1500 Only
RPM, squirrel cage induction motor, onforming
to IS 325 having continuous rating suitable for
peration at 415 Volts +/-10%, 3 Phase, 50 Hz
+/-3% with "F" class insulation temperature rise
limited to class "B" nsulation. 1.1 kW ( 1.5 HP )
FOR Alum and TCL
Item No. 2 :- Foot Mounted Motor TEFC 4.00 no 16775.00 Rupees Sixteen Thousand 67100.00
1500 RPM Providing, erecting and giving test Seven Hundred & Seventy
and trial of Foot Mounted SPDP motor 1500 Five Only
RPM, squirrel cage induction motor, onforming
to IS 325 having continuous rating suitable for
peration at 415 Volts +/-10%, 3 Phase, 50 Hz
+/-3% with "F" class insulation temperature rise
limited to class "B" nsulation. 2.2 kW ( 3 HP )
For Flash mixer, Flocculator, Bridge.
Item No. 3 :- Servicing and maintenance of 1.00 No. 150000.00 Rupees One Lakh Fifty 150000.00
stirrer of Alum TCL, blades of flash mixer, Thousand Only
Scraper of Bridge, etc comp.
Item No. 4: Servicing and maintenance of 1.00 No. 75000.00 Rupees Seventy Five 75000.00
Electrical equipment like panel cable and Thousand Only
required accessories. etc comp.
Item No. 5: Providing, Erecting and giving test 2.00 No. 300000.00 Rupees Three Lakh Only 600000.00
of Air blower

Contractor No. of corrections Chief Officer Pg. 120


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 6: Providing, Erecting and giving test 2.00 No 70000.00 Rupees Seventy Thousand 140000.00
of centrifugal coupled pump set with foot Only
mounted motor excluding base plate coupling
and foundation bolts, etc. on provided concrete
foundation / RSJ with accurate levelling with
shims and proper alignment.for Wash Water
Pump 15 hp

Item No. 7: Alum and TCL Dosing Piping of 1.00 Job 40000.00 Rupees Forty Thousand 40000.00
UPVC pipes Only
Item No. 8: Providing, errecting, 1.00 Each 1494305.00 Rupees Fourteen Lakh 1494305.00
commissioning and giving test and trial Ninety Four Thousand
including one year supervision of the system in Three Hundred & Five Only
day shift and one year free maintainance of
fully autoamtic gas chlorination system
confirmation to all applicable NEC and
compressed gas associations
recommendations..... etc. (4kg/hr)

TOTAL (Rs.) 2613217.00

Contractor No. of corrections Chief Officer Pg. 121


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Subwork5 : Bill of Quantities of Recirculation Sump and Pump House

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 1 :-Excavation for foundation / pipe
trenches in earth, soils of all types, sand,
gravel and soft murum, including removing the
excavated material upto a distance of 50
metres and lifts as below, stacking and
spreading as directed, manual dewatering,
preparing the bed for foundation and excluding
backfilling, etc. complete.

Lilt 0 to 1.5M 328.130 cum 130.560 Rupees One Hundred & 42840.65
Thirty and Paise Fifty Six
Only
Lilt 1.5 to 3.0M 328.130 cum 142.8600 Rupees One Hundred & 46876.65
Forty Two and Paise Eighty
Six Only
Item No. 2 :-Excavation for foundation / pipe
trenches in hard murrum and boulders, WBM
road, including removing the excavated
material upto a distance of 50 metres beyond
the area and lifts as below stacking and
spreading as directed by Engineer-in-charge,
normal dewatering, preparing the bed for
foundation and excluding backfilling, etc.
complete.

Lilt 3.0 to 4.5M 328.125 cum 176.460 Rupees One Hundred & 57900.94
Seventy Six and Paise
Forty Six Only

Contractor No. of corrections Chief Officer Pg. 122


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 3 :-Excavation for foundation / pipe
trenches in hard rock and concrete road by
chiselling,wedging, line drilling by mechanical
means or by all means other than blasting
including trimming and levelling the bed ,
removing the excavated material upto a
distance of 50 metres beyond the area and lifts
as below stacking and spreading as directed by
Engineer-in-charge, normal dewatering,
preparing the bed for foundation and excluding
backfilling, etc. complete.by all means

Lilt 4.5 to 6.0M 262.500 cum 837.420 Rupees Eight Hundred & 219822.75
Thirty Seven and Paise
Forty Two Only
Item No. 4 :-Providing dry trap/ granite/ 65.625 cum 715.20 Rupees Seven Hundred & 46935.00
quartzite/ gneiss rubble stone solling 15 cm to Fifteen and Paise Twenty
20 cm thick including hand packing and Only
compacting complete. Spec. No.Bd.A.12 Page
No.264.

Item No. 5 :-Providing and laying in situ, 28.4630 cum 4282.630 Rupees Four Thousand 121896.50
cement concrete M-15 /1:2:4 of trap / granite / Two Hundred & Eighty Two
quartzite / gneiss metal for foundation and and Paise Sixty Three Only
bedding including bailing out water manually,
formwork, compacting
and curing using pozzolana cement.
Spec. No. BE.E.1 Page No.287

Contractor No. of corrections Chief Officer Pg. 123


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 6 :-Providing and laying in situ 44.000 cum 4946.816 Rupees Four Thousand 217659.88
cement concrete M-30 of trap / granite / Nine Hundred & Forty Six
quartzite / gneiss metal for Reinforced Cement and Paise Eighty Two Only
Concrete work in foundation like raft,
grillage, strip foundation and footings of
Reinforced Cement Concrete columns and
steel stanchion including bailing out water,
formwork, compaction and finishing, curing etc.
complete. (Excluding steel reinforcement and
Structural steel) Spec. No. Bd.F.3 Page No.298
Item No. 7 :-Providing and casting in situ C. C. 70.13 cum 7475.68 Rupees Seven Thousand 524269.44
of trap/granite/quartzite/ gneiss metal of Four Hundred & Seventy
approved quality for RCC work as per detailed Five and Paise Sixty Eight
drawings and designs or as directed by Only
Engineer-in-charge including normal
dewatering, plywood form work,bully/steel prop
ups, compaction, finishing the formed surfaces
with CM 1:3 of sufficient minimum thickness to
give a smooth and even surface wherever
necessary or roughening if special finssh is to
be provided and curing, etc. complete. (By
weigh batching and mix design for M 250 and
M-300 only. Use fo L&T, A.C. C., Ambuja, Birla
Gold, Manikgad, Rajashree, etc. cement is
permitted .) Excluding M.S. or Tor
reinforcement.For Grade Slabs / Landings /
Vertical Walls / Waist Slabs/ Steps for
Staircase

Contractor No. of corrections Chief Officer Pg. 124


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 8 :-Providing and casting in situ 3.81 cum 7211.82 Rupees Seven Thousand 27477.03
cement concrete M-30 of trap Two Hundred & Eleven
/granite/quartzite/ gneiss metal for R.C.C. and Paise Eighty Two Only
slabs and landings as per detailed designs
and drawings including centering, formwork,
compacting and roughening the Surface if
special finish is to be provided and curing etc.
complete (excluding reinforcement) Spec. No.
Bd.F.8 Page No.302
Item No. 9:-Providing and casting in situ 1.28 cum 6925.90 Rupees Six Thousand Nine 8865.15
cement concrete M-30 of trap Hundred & Twenty Five
granite/quartzite/gneiss metal for Reinforced and Paise Ninety Only
Cement Concrete columns as per detailed
designs and drawing or as directed including
centering, formwork, compacting, finishing the
formed surface with cm 1:3 of sufficient
minimum thickness to give a smooth and even
surface or roughening the surface if special
finish is to be provided and curing etc.
complete (excluding reinforcement). Spec. No.
Bd.F.5 Page No.300
Item No. 10:-Providing and casting in situ 2.02 cum 6880.00 Rupees Six Thousand 13897.60
cement concrete M-30 of trap Eight Hundred & Eighty
granite/quartzite/gneiss metal for Reinforced Only
Cement Concrete beams & lintel as per
detailed designs and drawing or as directed
including centering, formwork of plywood /
steel, compaction, and roughening the surface
if special finish is to be provided and curing etc.
complete (excluding reinforcement). Spec. No.
Bd.F.6 Page No.300

Contractor No. of corrections Chief Officer Pg. 125


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 11;- Providing and casting in situ 0.18 cum 7302.82 Rupees Seven Thousand 1314.51
cement concrete M-30 of trap / granite / Three Hundred & Two and
quartzite / gneiss metal for R.C.C. chajja as Paise Eighty Two Only
per detailed design and drawings including
centering, formwork, compacting and
roughening the surface if special finish is to be
provided and curing etc. complete (excluding
reinforcement) Spec. No. Bd.F.9 Page No.303.
Item No. 12;- Providing and fixing in position 11.73 cum 59376.24 Rupees Fifty Nine 696483.30
TMT bar reinforcement (produced from iron Thousand Three Hundred &
ore and made through blast furance route as Seventy Six and Paise
per IS 1786-2008) of various diameters for Twenty Four Only
R.C.C. pile caps, footings, foundations, slabs,
beams columns, canopies, staircase, newels,
chajjas, lintels pardis, copings, fins, arches etc.
as per detailed designs, drawings and
schedules including cutting, bending , hooking
the bars, binding with wires of tack welding and
supporting as required complete.
Item No. 13:-Providing and fixing mild steel 150.78 cum 1588.14 Rupees One Thousand 239459.75
grill work for windows/ventilators of 20 Five Hundred & Eighty
Kg./Sqm. as per drawings including necessary Eight and Paise Fourteen
welding and painting with one coat of Only
anticorrosive paint and two coats of oil painting,
etc. complete.

Contractor No. of corrections Chief Officer Pg. 126


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.14 :- Providing structural steel work 5.51 cum 61884.42 Rupees Sixty One 340983.15
in rolled stanchions fixed with connecting Thousand Eight Hundred &
plates or angle cleats as in main and cross Eighty Four and Paise Forty
beams, hip and jack rafters, purlins connecting Two Only
to truss members and like as per detailed
desings and drawings or as directed by
Engineer-in-charge including cutting,
fabricating, hoisting, erecting, fixing in position,
making riveted / bolted /welded connections
and one coat of anticorrosive paints and over it
two coats of oil painting, etc. complete.
Item No. 15:-Providing second class Burnt 2.23 sq.m 5477.55 Rupees Five Thousand 12214.94
Brick masonry with conventional / Indian Four Hundred & Seventy
standard type bricks in cement mortar 1:6 in Seven and Paise Fifty Five
superstructure including striking joints, raking Only
out joints, watering and scaffolding complete.
Spec. No. Bd.G.3 Page No.315
Item No. 16 :-Providing and fixing country 0.04 sqm 103306.00 Rupees One Lakh Three 4132.24
teak wood frame of required size as per Thousand Three Hundred &
drawing for second class doors and windows, Six Only
ventilators, fan light, cupboard and clear storey
windows including chamfering, rounding,
rebating and mild steel hold fast of size 300mm
x 40mm x 5mm fixed with screw by drilling
holes to wooden frames including cutting
recesses into frame to accommodate outside
strip of frame grill and finishing with oil painting
complete. Spec. No. Bd.T.2 Page No.478

Contractor No. of corrections Chief Officer Pg. 127


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 17:-Providing and fixing country teak 2.52 sq.m 3160.00 Rupees Three Thousand 7963.20
wood double leaf 2nd class fully panelled One Hundred & Sixty Only
single / double leaf with ventilator / fanlight as
per detailed drawing including size of style, top
rail, frieze rail 95mm x 35mm thick with lock
and bottom rail 195mm x 35mm thick with
panels of 30mm thickness including iron
oxidised fixtures and fastening and finishing the
wood work with one coat of primer (excluding
door frame) complete (for span of 1200mm x
2100mm). Spec. No. Bd.T.4 Page No.479, 480.
Item No. 18:-Providing and fixing steel 3.24 sq.m 2865.00 Rupees Two Thousand 9282.60
window of various sizes as per detailed Eight Hundred & Sixty Five
drawings fabricated from IS standard sections Only
without hot dip zinc coating without / with
ventilator including fabrication, glazing with
non-acentinic / plain / obscured glass panels of
approved type and quality, all fixtures and
fastening without teak wood boxing, and
architraves and finishing with one coat of
primer complete with guard bars 12mm square
bar 10cm center to center. Spec. No. Bd.T.53
Page No.509.
Item No. 19:-Providing internal cement 41.58 sq.m 130.58 Rupees One Hundred & 5429.52
plaster 12mm thick in single coat in cement Thirty and Paise Fifty Eight
mortar 1:4 without neeru finish to concrete or Only
brick surfaces, in all positions including
scaffolding and curing complete. Spec. No.
Bd.L.2 Page No.368.

Contractor No. of corrections Chief Officer Pg. 128


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 20:-Providing sand faced plaster 45.56 sq.m 235.66 Rupees Two Hundred & 10736.67
externally in cement mortar using Thirty Five and Paise Sixty
Kharsalia/Kasaba or similar type of sand,in all Six Only
positions including base coat of 15mm thick in
C.M. 1:4 using waterproofin compound at
1kg.per cement bag curing the same for not
less than 2 days and keeping the surface of the
base coat rough to receive the sand faced
treatment 6 to 8mm thick in C.M. 1:4 finishing
the surface by taking out grains and curing for
fourteen days scaffolding etc.complete using
pozzolana cement. Spec. No. Bd.L.7 Page
No.367.
Item No. 21:-Providing & applying washable 36.00 sq.m 30.00 Rupees Thirty Only 1080.00
Oil-bound distemper of approved colour and
shade to old and new surfaces in two coat
including scaffolding, preaparing the surfaces
(excluding the primer coat.) complete. Bd. P 5
Pg No.413.

Item No. 22 :- Providing, and applying three 41.08 sq.m 107.00 Rupees One Hundred & 4395.56
coats of Appex paint of approved Seven Only
manufacturer and approved coulor and shade
to plaster surface including scafoling if
necessory and preparing the surface etc.
complete As directed by Engineer in charge

Contractor No. of corrections Chief Officer Pg. 129


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.23:- Providing and fixing coloured 9.00 sq.m 1555.00 Rupees One Thousand 13995.00
vitrified tiles of approved quality colour and Five Hundred & Fifty Five
size of 600mm x 600mm x 10mm for flooring in Only
required position, pattern / design laid on
cement mortar (1:4) including filling joints with
neat cement slurry mixed with pigment to
match the colour of tiles curing rubbing and
polishing complete as directed by engineer in
charge. Spec. No. As directed by Engineer in
charge.
Item No.24:- Providing and fixing coloured 1.62 sq.m 1610.00 Rupees One Thousand Six 2608.20
vitrified tiles of approved quality colour and size Hundred & Ten Only
of 600mm x 600mm x 10mm for dado and
skirting in required position, pattern / design
laid on cement mortar (1:4) including filling
joints with neat cement slurry ixed with
pigment to match the colour of tiles curing
rubbing and polishing complete as directed by
engineer in charge Spec. No. As directed by
Engineer in charge.

Contractor No. of corrections Chief Officer Pg. 130


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.:- 25 Providing and laying grit coba of 11.97 cum 472.00 Rupees Four Hundred & 5649.84
average 50mm thickness including thoroughly Seventy Two Only
cleaning the base, removing all loose material,
oil, grease etc.flushing with water, mixing one
litre of bonding material [(SB)L] with 1.25kg of
cement to form a homogeneous paste and
uniformly applying with brush (within 20
minutes), waiting for 15 minutes, laying the grit
concrete 1:1.5: proportion (Grit size 6-8mm) on
the prepared surface to required grades and
levels (keeping minimum thickness of 25mm),
sprinkling water after 6 hours, finishing the
formed surface after 24 hours with 4 to 5mm
thick 1:3 cement finish mixed with fibre at
125gms per bag of cement and curing for
minimum 7 days etc. complete as directed by
Engineer in charge. Spec. No. As directed by
Engineer in charge

Item No. 26 :- Providing, Electrification etc. 6.00 Job 300.00 Rupees Three Hundred 1800.00
complete As directed by Engineer in charge Only

TOTAL (Rs.) 2685970.00

Contractor No. of corrections Chief Officer Pg. 131


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Subwork 6 : Bill of Quantities of Pumping Machinery at Recirculation Sump


No. or Estimated Rates
Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 1 :- Providing, erecting and giving test 2.00 set 28343.00 Rupees Twenty Eight 56686.00
of submersible pumpset conforming to IS Thousand Three Hundred &
8034 and motor conforming to IS Forty Three Only
9283, with water proof winding. Pump shall be
suitable for various delivery head and
discharge with stainless steel shaft. Motor
suitable for working on 415 V 10%, 3 Ph, 50
Hz A.C. Supply, with cable guard, thrust
carbon/fiber bearing to withstand entire
hydraulic thrust. The pump set shall be suitable
for direct coupling, with suitable suction
strainer. Pump should have suitable discharge
out let as per manufacturer's design. Antithrust
stream lined non return valve shall be provided
with the pump. 3 m submersible copper
conductor cable in single / double run and 2
pairs of suitable size erection clamp 10 mm
thick shall be provided with each pump. 5 hp
pump discharge 16.67 lps and 8.3 m head

Item No. 2 :- Providing,supplying,fabricating 1.00 no 92990.47 Rupees Ninety Two 92990.47


and fixing LT Panal Board incluting all Thousand Nine Hundred &
accessories required for pump i.e. DOL Ninety and Paise Forty
starter, ameter, voltameter, poilet lamp, Seven Only
capaciter, change over switch and other
switches etc complete.

Item No. 3: Providing cable following size 100.00 RMT 152.00 Rupees One Hundred & 15200.00
including fixing to the required position etc Fifty Two Only
complete. 3 core 4 sq.mm cable outgoing for
5 HP.

Contractor No. of corrections Chief Officer Pg. 132


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 4 :- Providing,supplying and fixing in 2.00 no 792.00 Rupees Seven Hundred & 1584.00
position of pressure gauge of measuring the Ninety Two Only
pressure 0 to 10Kg/cm2 pressure including all
charges etc complete.
Item No.5: Providing and supplying ISI mark CI 2.00 no 4078.00 Rupees Four Thousand & 8156.00
D/F reflux valves (non-return valves ) of Seventy Eight Only
following dia including all taxes (Central and
Local), railway freight, inspection charges
unloding from railway wagon, loading into
truck, transportation upto departmental stroes/
site, unloading, stacking etc. complete. Reflux
valves as per I.S.5312 Part I (1984).
Item No.6:- Providing and supplying double 2.00 no 5116.00 Rupees Five Thousand 10232.00
flange sluice valves confirming for IS One Hundred & Sixteen
2906/14846 including warn gear arrangement Only
as per test pressure stainless steel spindle
caps including all taxes transportation etc
complete.Without by pass arrangement - PN-1.
Item No.7: Lowering, laying and jointing in 4.00 no 1468.80 Rupees One Thousand 5875.20
position following C.I. D/F Reflux valves, Four Hundred & Sixty Eight
Butterfly valves and Sluice valves including and Paise Eighty Only
cost of all labour jointing material, including nut
bolts and giving satisfactory hydraulic testing
etc.complete. (Rate for all class of valves.)

Item No.8: Providing and supplying Air Valves 1.00 no 1418.00 Rupees One Thousand 1418.00
as per IS-10845 and MJPs standard Four Hundred & Eighteen
specifications of approved make and quality of Only
following diameters including all taxes (Central
and local), railway freight, inspection charges,
unloding from railway wagons, loading into
truck, transportation upto departmental stores /
site, unloding and stacking etc. complete. 40
MM single ball Air valve

Contractor No. of corrections Chief Officer Pg. 133


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.9: Lowering, laying and fixing in 1.00 no 213.00 Rupees Two Hundred & 213.00
proper alignment and position all types of C.I. Thirteen Only
air valves as directed by Engineer-in-charge
including cost of conveyance from stores to site
of work, cost of all material and giving
satisfactory hydraulic testing, etc. complete.
(for all class of valves). 40 MM single ball Air
valve.
Item No.10: Providing and supplying ISI 1000.00 kg 73.20 Rupees Seventy Three and 73200.00
standard CI flanged / S& S specials including Paise Twenty Only
all taxes (Central and local), railway freight,
insurance, unloading from railway wagon,
loading into truck transport to depermental
store/ site, unloading stacking etc. complete.

Item No. 11 :- Double earthing for pump 3.00 job 1612.80 Rupees One Thousand Six 4838.40
including all labour and material charges etc Hundred & Twelve and
complete. Paise Eighty Only
Item No. 12 :- Giving testing and trial after 1.00 job 19500.00 Rupees Nineteen 19500.00
errecting the pumping machinary period of one Thousand Five Hundred
month etc complete. Only
Item No.13: Tools & Spanners 1.00 set 17500.00 Rupees Seventeen 17500.00
Thousand Five Hundred
Only
TOTAL (Rs.) 307393.00

Contractor No. of corrections Chief Officer Pg. 134


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 7 : BILL OF QUANTITIES OF INLET OF RECIRCULATION SUMP

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 1 :-Excavation for foundation / pipe
trenches in earth, soils of all types, sand,
gravel and soft murum, including removing the
excavated material upto a distance of 50
metres and lifts as below, stacking and
spreading as directed, manual dewatering,
preparing the bed for foundation and excluding
backfilling, etc. complete.

Lilt 0 to 1.5M 33.00 cum 130.56 Rupees One Hundred & 4308.48
Thirty and Paise Fifty Six
Only
Lilt 1.5 to 3.0M 33.00 cum 142.80 Rupees One Hundred & 4712.40
Forty Two and Paise Eighty
Only
Item No. 2 :-Excavation for foundation / pipe
trenches in hard rock by controlled blasting,
including trimming and levelling the bed by
chiselling where necessary and removing the
excavated material and stacking it in
measurable heaps within a distance of 50
metres from the area and lifts as below, normal
dewatering, excluding backfilling, etc.
complete.
Lift 3.0 to 4.5 m 33.00 cum 653.82 Rupees Six Hundred & 21576.06
Fifty Three and Paise
Eighty Two Only
Lift 4.5 to 6.0 m 33.00 cum 653.82 Rupees Six Hundred & 21576.06
Fifty Three and Paise
Eighty Two Only

Contractor No. of corrections Chief Officer Pg. 135


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.3:-Providing and supplying ISI mark 20.00 RMT 3865.00 Rupees Three Thousand 77300.00
D.I. S&S pipes (push on joints pressure pipes Eight Hundred & Sixty Five
of D.I.of following class and diameters Only
confirming to the I.S. specification inclusive
cost of jointing materials (Rubber gasket of
EPDM Quality) including all statutory duties
and taxes levied by GoI and GoM in all respect,
Education cess,VAT, Third party inspection
charges of TPI Agency approved by MJP
including Transit insurance, Railway freight
unloading from railway wagon, loading into
trucks, transportation to departmental stores /
site of work, unloading stacking etc. completed
as directed by Engineer- incharge(
IS:8329/2000 for pipes and IS 158/1969 and IS
12820/1989 or latest edition/ revision with
amendments for Rubber Gasskets. D.I K-7
grade 400mm.
Item No. 4 :- Lowering laying and jointing 20.00 cum 234.60 Rupees Two Hundred & 4692.00
with SBR ruber gaskets C.I. S/S pipes of Thirty Four and Paise Sixty
various classes with CI / MS specials of Only
following diameter in proper position, grade
and alignment as directed by Engineer-in-
charge including conveyance of material from
stores to site of work, including cost of jointing
materials and rubber rings labour, giving
hydraulic testing etc. complete. D.I K-7 grade
400mm
Item No. 5 :- Filling in plinth and floors murum 3.30 RMT 61.20 Rupees Sixty One and 201.96
bedding in trenches with approved murum Paise Twenty Only
from excavated materials from foundation
15cm to 20cm layers including watering and
compaction complete.

Contractor No. of corrections Chief Officer Pg. 136


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 6: Refilling the excavated pipline 126.19 cum 61.20 Rupees Sixty One and 7722.83
tranches with excavated available material first Paise Twenty Only
over pipeline and then hard material in 15 to 20
cm layers with all lead and lifts including
curing, compacting etc complete.
Item No. 7: Providing constructing 2.00 no 37407.48 Rupees Thirty Seven 74814.96
B.B.masonary valve chamber with 15 cm thick Thousand Four Hundred &
1:2:3 prop. PCC bedding excluding Seven and Paise Forty
excavation B .B . masonary in C . M. 1:5 Eight Only
proporation Precast R. C.C. frame & cover,
etc. complete. as directed by Engineer -In
charge 1.5x 1.5M Internal size and 3.7 M
depth.
Item No. 8 : Providing & laying in situ, following 5.50 cum 4282.63 Rupees Four Thousand 23554.47
grade c.c. of trap/granite/ quartzite/gneiss Two Hundred & Eighty Two
metal for foundation and bedding including and Paise Sixty Three Only
dewatering,form work compacting curing
etc.complete. Spec. No. Bd E /1 Pg.No. 287
and B-7 Pg.No. 38 For Encasing of pipe line
M-150 grade

240459.00
Total (Rs.)

Contractor No. of corrections Chief Officer Pg. 137


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 8 : BILL OF QUANTITIES OF PURE WATER PUMPING MACHINERY

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 1 :- centrifugal couled pump set 2.00 set 432588.00 Rupees Four Lakh Thirty 865176.00
Providing Erecting, testing of centrifuglal pump Two Thousand Five
set with foot mounted motor with base plate CC Hundred & Eighty Eight
Foudation as per specifications. 75 HP (1+1) Only
Discharge :- 66.94 lps 40 m

Item No. 02:-foot mounted motor SPDP 2.00 no 222432.00 Rupees Two Lakh Twenty 444864.00
1500RPM 75 HP Providing erecting and giving Two Thousand Four
satiesfactory test and trial foot mounted SPDP Hundred & Thirty Two Only
motor, 1500RPM squirrel cage induction motor
confirming to IS 325 having continuous rating
suitable for ooperation 415 volts 10%, 3
phase 50 Hz. 3% with F class insulation
temerature rise limited to class B insulation as
per detailed specification.

Item No.3:- Providing and supplying double 2.00 no 18230.00 Rupees Eighteen 36460.00
flange sluice valves confirming for IS Thousand Two Hundred &
2906/14846 including warn gear arrangement Thirty Only
as per test pressure stainless steel spindle
caps including all taxes transportation etc
complete.Without by pass arrangement - PN-1.
200 mmSluice valve PN -1

Contractor No. of corrections Chief Officer Pg. 138


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 04:-Lowering, laying, jointing in 2.00 no 3137.52 Rupees Three Thousand 6275.04
position following CIDF Reflux,butterfly One Hundred & Thirty
valves and sluice valves including cost of all Seven and Paise Fifty Two
laborsjointing material including nutbolts and Only
giving satisfactory hydraulic testing etc
complete ( Rates for all class of valves ) 200
mmSluice valve PN -1

Item No. 05:-Reflux valve Providing erecting 2.00 no 17694.00 Rupees Seventeen 35388.00
and testing of double flanged short body Thousand Six Hundred &
pattern type manually operated reflux valve Ninety Four Only
including cost or conveyance from store to site
of work,all labour, hydraulic testing
ect.complete. But excluding cost of jointing
material 200 mm Reflux valve PN -1
Item No. 06:-Lowering, laying, jointing in 2.00 no 3137.52 Rupees Three Thousand 6275.04
position following CIDF Reflux,butterfly One Hundred & Thirty
valves and sluice valves including cost of all Seven and Paise Fifty Two
laborsjointing material including nutbolts and Only
giving satisfactory hydraulic testing etc
complete ( Rates for all class of valves ) 200
mm Reflux valve PN -1

Item No. 07:-Pressure Gauge Providing 2.00 no 903.00 Rupees Nine Hundred & 1806.00
erecting and testing of pressure gauge of Three Only
required range complete with syphone tube,
isolating cock suitable for 12mm dia. GI. Pipe,
pressure gauge shall be installed as directed
with tapping on rising main. 150mm dia.
Pressure gauge

Contractor No. of corrections Chief Officer Pg. 139


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 08:-Providing and supplying ISI 40.00 no 4371.00 Rupees Four Thousand 174840.00
standard CI double flanged pipes including all Three Hundred & Seventy
taxes (Central and local), railway freight, One Only
insurance, unloading from railway wagon,
loading into truck transport to stores / site,
unloading etc. complete as directed by
Engneer-in-charge 200 mm dia

Item No. 09:-CI pipes & specials Providing 2000.00 kg 71.30 Rupees Seventy One and 142600.00
supplying erecting CI Flange pipes and Paise Thirty Only
Specials as per requirment and of suitable size
with rubber packing nut bolt extra excluding
support
Item No. 10:-Kinetic Air Valve Providing and 1.00 No. 11729.00 Rupees Eleven Thousand 11729.00
supplying Kinetic Double Orifice type Air Seven Hundred & Twenty
Valves as perMJPs standard specifications Nine Only
combined with screw down isolatingvalve,
small orifice elastic ball resting on a gun metal
orifice nipple, large orifice vulcanite ball seating
on moulded seat ring, inlet faceand drilled,
including all taxes (Central and local),
insurance, third party inspection charges,
loading, unloading, transportation upto
departmental stores / site, etc. complete.
50mm Dia Kinetic Air valve.
Item No. 11: Lowering, laying and fixing in 1.00 no 235.62 Rupees Two Hundred & 235.62
proper alignment and position all typesof Thirty Five and Paise Sixty
C.I. air valves as directed by Engineer-in- Two Only
charge including cost ofconveyance from
stores to site of work, cost of all material and
giving satisfactory hydraulic testing, etc.
complete. (for all class of valves). 50mm Dia
Kinetic Air valve.

Contractor No. of corrections Chief Officer Pg. 140


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 12:- L.T. Panel Board Providing 1.00 job 230000.00 Rupees Two Lakh Thirty 230000.00
erecting testing and commissioning of cubical Thousand Only
type panel board with all accessories as per
detailed Specification LT panel
Item No. 13:- Auto transformer Starter with 2.00 no 142988.00 Rupees One Lakh Forty 285976.00
air break contractor (locally fabricated ) Two Thousand Nine
Providing erecting and giving test and trial of Hundred & Eighty Eight
fully automatic, auto transformer starter with air Only
break contactors, assembled locally with
contractorsof approved make in 14SWG sheet
steel fabricated, floor mounted type cubical
panel suitable for operation on 380-440 Volts 3
phase 50 Hz. fitted with accessories as below
the incoming and out going cable end boxes
shall be on either side of main panel. The cable
entries from auto transformer shall be totally
enclosed in sheet metal.The starter Shall have
screened louvers on both sides.
Item No. 14:- Cable Aluminium Conductor 150.00 Rmt 755.00 Rupees Seven Hundred & 113250.00
3.5 core XLPE / PVC insulated & armoured Fifty Five Only
cable Supplying and erecting & testing of
XLPE / PVC insulated, armoured cable of 1100
V grade with ISI mark 3.5 core, standered
aluminiun conductor with6mm thick 25 mm
width M.S. spacer with G.I. Earth Wire 6 sq,
mm complete erected on wall /on pole with
25X3 mm MS clamp or in provided trench in
approved manner Incoming - 3.5core 95
Sqmm.

Contractor No. of corrections Chief Officer Pg. 141


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 15:- Cable Aluminium Conductor 3 100.00 rmt 346.00 Rupees Three Hundred & 34600.00
core XLPE / PVC insulated & armoured Forty Six Only
cable Supplying and erecting & testing of
XLPE / PVC insulated, armoured cable of 1100
V grade with ISI mark 3.5 core, standered
aluminiun conductor with6mm thick 25 mm
width M.S. spacer with G.I. Earth Wire 6 sq,
mm complete erected on wall /on pole with
25X3 mm MS clamp or in provided trench in
approved manner outgoing - 3.5 core 35
Sqmm.
Item No. 16:- Tools and Spanners 1.00 set 35000.00 Rupees Thirty Five 35000.00
Providing,testing of tools and spanners as per Thousand Only
list Attached as per Detailed specifications.
Item No. 17:- Electrification Providing, 1.00 job 50000.00 Rupees Fifty Thousand 50000.00
erecting testing of internal & extenal Only
electrification work of pump house as per
Detailed specifications.
Item No. 18:- Lifting Arrangement Hand 1.00 job 217487.00 Rupees Two Lakh 217487.00
operated circular or rectangular travelling Seventeen Thousand Four
crane Providing, erecting and commissioning Hundred & Eighty Seven
single girder hand operated circular Only
/rectangular type travelling crane with 6m lift
complete with chain pulley block ISI marked
and travelling trolley boyh tested for 50 %
overload including arrangement for longitudinal
travel /circular travel and Cross travel with
hand wheel, hand chair etc.complete Lifting
Arrangement above 5m upto 6 m 5 ton

Contractor No. of corrections Chief Officer Pg. 142


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No. 19:- Water Meter Providing, erecting, 1.00 job 215622.00 Rupees Two Lakh Fifteen 215622.00
testing and commissioning full bore Thousand Six Hundred &
electromagnetic Water Meter as per detailed Twenty Two Only
specifiacation etc. complete. 300 mm dia.
Size flow meter
Item No. 20:- Earthing Providing earthing with 1.00 job 19098.00 Rupees Nineteen 19098.00
Copper earth plate size 60 x 60 x0.315 cm with Thousand & Ninety Eight
funnel with a wire mesh for watering and brick Only
masonry block C.l. cover with minimum 25 kg
of maintenance free earth conductivity
enhancing mineralearthing compound
complete with all materials, testing &recording
the results as per specification no ESE -LA

Item No. 21:- Test and Trial. Carring out the 1.00 job 15000.00 Rupees Fifteen Thousand 15000.00
test and trial of pumps providing supply & all Only
other accessories as per Detailed Specification
etc. complete
Item no 22:-.Supplying and erecting 80/100 1.00 job 286118.00 Rupees Two Lakh Eighty 286118.00
kVAR, 440 V Three phase, 50cycles, Six Thousand One Hundred
THYRISTER SWITCHED MICRO APFC & Eighteen Only
PASSIVE FILTER PANEL, consisting of
suitable steps of APP type capacitor units
confirming to IS- 13585 ( Part I ) 1994 with
harmonic filter reactors, as per specification no
ESD-APFC

Contractor No. of corrections Chief Officer Pg. 143


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item NO 23:- Providing and errecting and 2.00 no 13882.00 Rupees Thirteen Thousand 27764.00
commissioning M.S. dismantling joint as per Eight Hundred & Eighty
requirement and departments approved Two Only
drawing and specification,including amchining
and rubber rings and suitable for 16 Kg/cm2
working pressure with required flanges of
suitable size with nut bolts etc. complete. The
joint should have through long blots so that
during normal working pressure there shuld be
no sliding movement of sliding flanges L.O.F.
(lenght over flange) should not be less than 75
% dia 200 mm dia.

3255564.00
Total (Rs.)

Contractor No. of corrections Chief Officer Pg. 144


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 9 : BILL OF QUANTITIES OF PURE WATER RISING MAIN

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No.1Excavation for foundation / pipe 120.06 cum 398.93 Rupees Three Hundred & 47895.54
trenches in all types of strata includes earth, Ninety Eight and Paise
soils of all types, sand, gravel and soft murum, Ninety Three Only
hard murrum soft rock, hard rock, asphalt and
concrete roads including removing the
excavated material up to a distance of 50
meters and lifts as below, stacking and
spreading as directed, manual dewatering,
preparing the bed for foundation and excluding
backfilling, etc. complete.
Item No.2:-Providing and supplying ISI mark 92.00 RMT 2736.00 Rupees Two Thousand 251712.00
D.I. S&S pipes (push on joints pressure pipes Seven Hundred & Thirty Six
of D.I.of following class and diameters Only
confirming to the I.S. specification inclusive
cost of jointing materials (Rubber gasket of
EPDM Quality) including all statutory duties
and taxes levied by GoI and GoM in all respect,
Education cess,VAT, Third party inspection
charges of TPI Agency approved by MJP
including Transit insurance, Railway freight
unloading from railway wagon, loading into
trucks, transportation to departmental stores /
site of work, unloading stacking etc. completed
as directed by Engineer- incharge(
IS:8329/2000 for pipes and IS 158/1969 and IS
12820/1989 or latest edition/ revision with
amendments for Rubber Gasskets. D.I K-9
grade 300mm.

Contractor No. of corrections Chief Officer Pg. 145


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No.3:-Providing and supplying ISI 150.00 kg 107.00 Rupees One Hundred & 16050.00
standard D.I. specials & fittings with sealing Seven Only
rubber gasket of S.B.R.,complete with Cast
iron follower gland and M.S. nut & bolts coated
or otherwise protected from rusting and
suitable for D.I. pipes including cost of all
labours and materials and transportation to
stores / site, loading , unloading including all
taxes , etc. complete.As per IS 9523 For all
types of specials , bends,tees etc. 80 to
300mm dia
Item No. 4:- Lowering laying and jointing 92.00 Rmt 155.04 Rupees One Hundred & 14263.68
with SBR ruber gaskets C.I. S/S pipes of Fifty Five and Paise Four
various classes with CI / MS specials of Only
following diameter in proper position, grade
and alignment as directed by Engineer-in-
charge including conveyance of material from
stores to site of work, including cost of jointing
materials and rubber rings labour, giving
hydraulic testing etc. complete. D.I K-9 grade
300mm.
Item No.5:- Providing and supplying double 2.00 no 37695.00 Rupees Thirty Seven 75390.00
flange sluice valves confirming for IS Thousand Six Hundred &
2906/14846 including warn gear arrangement Ninety Five Only
as per test pressure stainless steel spindle
caps including all taxes transportation etc
complete.Without by pass arrangement - PN-1.
300mm dia.

Contractor No. of corrections Chief Officer Pg. 146


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No.6:- Lowering, laying, jointing in 2.00 no 4241.16 Rupees Four Thousand 8482.32
position following CIDF Reflux, butterfly Two Hundred & Forty One
valves and sluice valves including cost of all and Paise Sixteen Only
labors jointing material including nutbolts and
giving satisfactory hydraulic testing etc
complete ( Rates for all class of valves )
300mm dia.
Item No.7:- Filling in plinth and floors murum 11.73 cum 61.20 Rupees Sixty One and 717.88
bedding in trenches with approved murum from Paise Twenty Only
excavated materials from foundation 15cm to
20cm layers including watering and compaction
complete.
Item No.8 Refilling the excavated pipline 78.73 cum 61.20 Rupees Sixty One and 4818.50
tranches with excavated available material first Paise Twenty Only
over pipeline and then hard material in 15 to 20
cm layers with all lead and lifts including
curing, compacting etc complete.
Item No.9 Providing constructing 1.00 no 12582.72 Rupees Twelve Thousand 12582.72
B.B.masonary valve chamber with 15 cm thick Five Hundred & Eighty Two
1:2:3 prop. PCC bedding excluding and Paise Seventy Two
excavation B .B . masonary in C . M. 1:5 Only
proporation Precast R. C.C. frame & cover,
etc. complete. as directed by Engineer -In
charge 1.2x 1.2M Internal size and 1.20 M
depth.
Item No.10 Providing & laying in situ, following 8.10 cum 4282.63 Rupees Four Thousand 34689.30
grade c.c. of trap/granite/ quartzite/gneiss Two Hundred & Eighty Two
metal for foundation and bidding including and Paise Sixty Three Only
dewatering,form work compacting curing
etc.complete. Spec. No. Bd E /1 Pg.No. 287
and B-7 Pg.No. 38 For Encasing of pipe line
M-150 grade

Total (Rs.) 466602.00

Contractor No. of corrections Chief Officer Pg. 147


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 10 : BILL OF QUANTITIES OF RCC ESR OF CAPACITY 7.5 LL


No. or Unit Estimated Rates
Description of work
Qty. AMOUNT
Figure Words
Item No.1 :Designing (aesthetically), and
constructing RCC elevated service reservoirs
of following capacity with RCC staging
consisting of columns, internal and external
bracings spaced vertically not more than 4.5
meters centre to centre for E.S.R. having
capacity 500 m3 & not more than 6 m c/c for
3
E.S.R.having capacity above 500 m including
excavation in all types of strata, foundation concret,
cement plaster with water proofing compound to the
inside face of the container including refilling
disposing of the surplus stuff within a lead of 50
meters, all labour and material charges including
lowering, laying, erecting, hoisting and jointing of
pipe assembly of inlet, outlet, washout, overflow
and bypass arrangements as per departmental
design. providing and fixing accessories such as
Stainless steel ladder inside and M.S. ladder with
G.I. railing outside, C. I. manhole frame and covers
water level indicatiors, lightening conductor, G. I.
pipe railing around walk way and top slab, providing
spiral staire case from ground level to roof level,
M.S.Grill gate of 2 Mtrs height with locking
arrangement, B.B. masonry chambers for all valves,
ventilating shafts, providing and applying three
coats of acrylic emulsion with silicon additives paint
to the structure including roof slab and epoxy paint
to internal surface & anti-termite treatment for
underground parts of the structures and giving
satisfactory water tightness test as per I.S. code,
The job to include painting the name of the scheme
and other details on the reservoir as per the
directions of Engineer-in-charge.
Notes:

Contractor No. of corrections Chief Officer Pg. 148


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
1. The design of the structure be in accordance
with relevent (I.S.3370 - 1965 or revised)
2. The design shall satisfy the stipulation as per
IS 1893-1984 and I.S. 13920/1993 for seismic
focrce and I.S.- 11682/1985 for R.C.C. staging
of overhead tanks.
3. For design having more than 6 columns,
Providing of internal bracing is obligatory,.
External bracking is also obligatory.
4.. The entire structure shall be in M 300 mix
only.
5. Plain round mild steel bars grade - I
confirming to I.S,432 Part-I or high yield
strengh deformed bars confirming to I.S. 1786
or I.S. 1139 shall be used, grade-II mild steel
bars will not be allowed.
6. Irrespective of the type of foundation
proposed in the design, one set of bracing be
provided at the gound level.
7. These rates include providing, M.S. ladder
for E.S.R's upto 2 lakhs liters capacity and
providing sprial staircase for E.S.R. above 2
lakhs liters capacity.
8. Stagging shall have to be designed with
stresses of M-250 for ESR. However all RCC
construction should be done in M-300

Contractor No. of corrections Chief Officer Pg. 149


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


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

10. All condition given in the Member


Secretary"s Circular No.MJP/TS-I/350/1668 dt.
2.8.97 and MJP/S-I/350/2127 dt. 13.7.99 shall
be strictly followed and additional cost, if any
due to these conditions is included in the rates
mentioned below.

11.. 75% part rate shall be payable for


reinforced cocnrete and plastering items of
containers of E.S.R. till satisfactory hydraulic
testing for water tightness is given ; and till that
work shall be treated as incomplete.
12. The rates indicated in the table are
excluding the cost of pipes, specials and valves
required for inlet, outlet washout overflow and
by-pass arrangement. The scope of work,
however inclueds cost of erecting, laying and
jointing of pipes and valvews including cost of
jointing materials upto 5M beyond outer face of
outermost column.

Contractor No. of corrections Chief Officer Pg. 150


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
13. For ESR upto 500cum capacity C.I.D.
double flanged pipes upto 300mm dia shall be
provided and C.I.Specials shall be used.For
ESR above 500 cum capacity C.I./M.S. pipes
assembly with minimum 8mm thick ness up to
500mm dia. And minimum 10mm thickness
above 500mm dia can be used with proper
anti-corrosive epoxy teratment from inside and
outside.

14. Below mentioned rates are for foundation,


with individuals footing with bearing capacity of
30 tonnes per square metre. For raft
foundations, these rates shall be increased by
7.5% wheresafebearing capacity ( SBC) is 5
M.T. per Sq.m and by 5% where SBC is more
than 5 MT/Sqm. and upto 10MT/Sq.m. This
percentage of 5% or 7,5% is applicable for
estimation of amount of L.S. items ESR for
Extra item due to change from individual
footing foundation to raft actual increase in
concrete and steel quantities be paid as per
relevent DSR Item.
15. The rates shall be increase by 30% for
brearing piles upto depth of 10m and for further
increased in depth by 5M each it shall be
increased by another 10% These rates are
applicable where raft is not reasible for pile
foundation sulfate resistant cement shall only
be used. Single pile for the column is not
permitted Group of piles shall be designed with
pile cap for each column of ESR.

Contractor No. of corrections Chief Officer Pg. 151


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
16. These rates are applicable for staging
height of 12 M These rates shall be increased
or decreased for per metre variation in the
staging height as below
12 to 16 M staging 2% per metre
16 to 20m staging 3% per meter
20 M and abovd - 4% per metre
I.e. for 17m stagging height
percentage calculation will be like below
12 to16m = 4 x 2 = 8%
16 to 17 m x 1 x 3 = 3%
Total = 11 %
For 21 m stagging height
Percentage calculation will be like below
12 to 16m = 4 x 2 = 8%
16 to 20m = 4 x 3 = 12%
20 to 21m = 1 x 4 = 4%
Total = 24%
17. Following rates are for seismic zone-III for
Zone-IV these rates shall be increased by 5%
and for Zone-II, these rates shall be decreased
by 5% concerned Executive Engineer shall
confirm the seismic zone for the scheme from
seismic zones plan before estimation and
adopt appropriate rates as per actual seismic
zones( Seismic maps attached in this C.S.R.)
Note:- 1) Conditin from Sr.No.1 to 11 shall form
a part and parcel of the tender papers and shall
be included in the DTP for works of
R.C.C.E.S.R.

Contractor No. of corrections Chief Officer Pg. 152


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Note:- 2) Condition from Sr.No.12 to 17 are for
estimation purpose only and shall not be
appear in the tender.
For 750000 Litres 15 m staging hieght 1.00 job 5433867.50 Rupees Fifty Four Lakh 5433867.50
Thirty Three Thousand Eight
Hundred & Sixty Seven
and Paise Fifty Only
Item No.2. Providing & supplying ISI standard
CI double flanged pipes including all taxes
(Central and local), railway freight, insurance ,
unloading from railway wagon, loading into
truck transport to stores/ site, unloading etc.
complete as directed by Engineer-in-charge.
a) 300 mm dia.C.I.D./F pipes overflow 29.00 RMT 7573.00 Rupees Seven Thousand 219617.00
Five Hundred & Seventy
Three Only
b) 400 mm dia.C.I.D./F pipes outlet 34.00 RMT 12053.00 Rupees Twelve Thousand 409802.00
& Fifty Three Only
c) 300 mm dia.C.I.D./F pipes inlet 29.00 RMT 7573.00 Rupees Seven Thousand 219617.00
Five Hundred & Seventy
Three Only
Item No.3. Providing double flanged sluice
valve Conforming in IS 2906/14846 including
worm gear arrangement as per test pressure,
stainless steel spindle, caps, including all
taxes, transporation, etc. complete

a) 300 mm dia. Sluice valve . PN-1 2.00 no 37695.00 Rupees Thirty Seven 75390.00
Thousand Six Hundred &
Ninety Five Only
b) 400 mm dia. Sluice valve . PN-1 1.00 no 72101.00 Rupees Seventy Two 72101.00
Thousand One Hundred &
One Only

Contractor No. of corrections Chief Officer Pg. 153


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Unit Estimated Rates


Description of work Qty. AMOUNT
Figure Words
Item No.4 Providing and supplying ISI
standard CI flanged / S& S specials including
all taxes (Central and local), railway freight,
insurance, unloading from railway wagon,
loading into truck transport to depermental
store/ site, unloading stacking etc. complete.

80 mm to 300 mm dia 1000.00 kg 71.30 Rupees Seventy One and 71300.00


Paise Thirty Only
350 mm to 600 mm dia 500.00 kg 75.90 Rupees Seventy Five and 37950.00
Paise Ninety Only
Total (Rs.) 6539644.00

Contractor No. of corrections Chief Officer Pg. 154


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 11 : BILL OF QUANTITIES OF DISTRIBUTION SYSTEM

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.1Excavation for foundation / pipe 25751.48 cum 344.54 Rupees Three Hundred & 8872414.92
trenches in all types of strata includes earth, Forty Four and Paise Fifty
soils of all types, sand, gravel and soft murum, Four Only
hard murrum soft rock, hard rock, asphalt and
concrete roads including removing the
excavated material up to a distance of 50
meters and lifts as below, stacking and
spreading as directed, manual dewatering,
preparing the bed for foundation and excluding
backfilling, etc. complete.
Item No.2:-Providing and supplying ISI mark
D.I. S&S pipes (push on joints pressure pipes
of D.I.of following class and diameters
confirming to the I.S. specification inclusive
cost of jointing materials (Rubber gasket of
EPDM Quality) including all statutory duties
and taxes levied by GoI and GoM in all respect,
Education cess,VAT, Third party inspection
charges of TPI Agency approved by MJP
including Transit insurance, Railway freight
unloading from railway wagon, loading into
trucks, transportation to departmental stores /
site of work, unloading stacking etc. completed
as directed by Engineer- incharge(
IS:8329/2000 for pipes and IS 158/1969 and IS
12820/1989 or latest edition/ revision with
amendments for Rubber Gasskets.
D.I K-7 grade 100mm 902.00 RMT 865.00 Rupees Eight Hundred & 780230.00
Sixty Five Only
D.I K-7 grade 150mm 869.00 RMT 1270.00 Rupees One Thousand 1103630.00
Two Hundred & Seventy
Only

Contractor No. of corrections Chief Officer Pg. 155


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
150mm dia pipe (DI K9) for rising main from 30.00 RMT 1200.00 Rupees One Thousand 36000.00
recirculation Two Hundred Only
D.I K-7 grade 200mm 295.00 RMT 1628.00 Rupees One Thousand Six 480260.00
Hundred & Twenty Eight
Only
D.I K-7 grade 250mm 173.00 RMT 2143.00 Rupees Two Thousand 370739.00
One Hundred & Forty Three
Only
Item No.3:-Providing and supplying ISI 2300.00 Kg 107.00 Rupees One Hundred & 246100.00
standard DI specials and fittings with sealing Seven Only
rubber gasket of SBR complete with cast iron
follower gland and MS nut bolts coated or
otherwise protected from rusting and suitable
for DI pies including cost of labour, material
and transporation to store /site, loading,
unloading, including all taxes , etc. complete.
as per IS-9523 for all types of specials, bends,
tees, etc. for 80 to 300 mm dia.
Item No. 4: Manufacturing,Suppling & delivery
of C.I mechanical compression coller
coupling (Popularly known asjfifty T.M. coller
coupling) ) suitable for C.I. spun pipes (As per
I.S. 1536/2001) & D.I. pipes (As per I.S.
8329/2000) complete with sealing rubber
gasket of S.B.R,cast iron follower glands & mild
steel nut-bolts.The whole assembly should be
mechanically & hydraulically tested to the
provision as laid down in I.S. 1538/1993. The
rates are inclusive of cost of
material,forwarding charges,saletax, loading,
transportation & unloading at departmental
store. etc complete as directed.
100 mm dia 10.00 No 841.00 Rupees Eight Hundred & 8410.00
Forty One Only

Contractor No. of corrections Chief Officer Pg. 156


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
150 mm dia 5.00 No 1512.00 Rupees One Thousand 7560.00
Five Hundred & Twelve
Only
200 mm dia 3.00 No 1726.00 Rupees One Thousand 5178.00
Seven Hundred & Twenty
Six Only
250 mm dia 3.00 No 2767.00 Rupees Two Thousand 8301.00
Seven Hundred & Sixty
Seven Only
Item No.5: Lowering laying and jointing with
SBR ruber gaskets C.I. S/S pipes of various
classes with CI / MS specials of following
diameter in proper position, grade and
alignment as directed by Engineer-in-charge
including conveyance of material from stores to
site of work, including cost of jointing materials
and rubber rings labour, giving hydraulic testing
etc. complete.

D.I K-7 grade 100mm dia Pipes 902.00 RMT 60.18 Rupees Sixty and Paise 54282.36
Eighteen Only
D.I K-7 grade 150mm dia Pipes 899.00 RMT 80.58 Rupees Eighty and Paise 72441.42
Fifty Eight Only
D.I K-7 grade 200mm dia Pipes 295.00 RMT 106.08 Rupees One Hundred & 31293.60
Six and Paise Eight Only
D.I K-7 grade 250mm dia Pipes 173.00 RMT 137.70 Rupees One Hundred & 23822.10
Thirty Seven and Paise
Seventy Only

Contractor No. of corrections Chief Officer Pg. 157


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 6:- Providing and supplying in
standard lengths Polyethelene Pipes ,
confirming to I.S. 4984 / 14151 / 12786 / 13488
with necessary jointing material like mechanical
connectors I.e. thread / insert joint / quick
release coupler joint / compression fitting joint
or flanged joint , including all local & central
taxes , transportation & freight charges ,
inspection charges , loading / unloading
charges , conveyance to the departmental
stores / site & stacking the same in closed
shade duely protecting from sunrays & rains ,
etc. complete.
C) 6 Kg/cm2
HDPE 110 mm dia 14327.00 RMT 266.00 Rupees Two Hundred & 3810982.00
Sixty Six Only
HDPE 160 mm dia 8980.00 RMT 592.00 Rupees Five Hundred & 5316160.00
Ninety Two Only
HDPE 200mm 1471.00 RMT 873.00 Rupees Eight Hundred & 1284183.00
Seventy Three Only
HDPE 225mm 459.00 RMT 1126.00 Rupees One Thousand 516834.00
One Hundred & Twenty Six
Only

Contractor No. of corrections Chief Officer Pg. 158


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No. 7:-Providing and supply of
electrofusion fittings in accordance with BS EN-
12201/part 3 suitable for drinking water within
black/blue colour manufacture from
compounded PE-80/100 virgin polymer and
compatiable with PE-80/100 pipes in pressure
ratings SDR11 with min PN 12.5 rated for
water application and shall be inclusive of all
cost suc as testing, all taxes related to central,
state and municipal, inspection charges ,
transportaion up to site, transit insurance,
loading, unloading, stacking, etc. complete.
for HDPE pipes 1.00 JOB 2185631.80 Rupees Twenty One Lakh 2185631.80
Eighty Five Thousand Six
Hundred & Thirty One and
Paise Eighty Only
Item No. 8:- Lowering laying and Jointing
HDPE pipes by heating to the ends of pipes
with the help of tefflon coated disc & hot flame
blower to the required temparature and then
pressing the ends together against each other ,
to form a monolithic & leakproof joint by
thermosetting process. The pressing may be
required to be done with jig fixtures etc.
complete. with all material labour as directed
by Engineer-in-charge ,including giving
satisfactory hydraulic test.
C) 6Kg.cm2
HDPE 110 mm dia 14327.00 RMT 59.16 Rupees Fifty Nine and 847585.32
Paise Sixteen Only
HDPE 160 mm dia 8980.00 RMT 96.90 Rupees Ninety Six and 870162.00
Paise Ninety Only
HDPE 200mm 1471.00 RMT 108.12 Rupees One Hundred & 159044.52

Contractor No. of corrections Chief Officer Pg. 159


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Eight and Paise Twelve
Only
HDPE 225mm 459.00 RMT 138.72 Rupees One Hundred & 63672.48
Thirty Eight and Paise
Seventy Two Only
Item No. 9 :- Providing and supplying double
flange sluice valves confirming for IS
2906/14846 including warn gear arrangement
as per test pressure stainless steel spindle
caps including all taxes transportation etc
complete.Without by pass arrangement PN-1.
100 mm dia 30.00 No. 6812.00 Rupees Six Thousand 204360.00
Eight Hundred & Twelve
Only
150mm dia 12.00 No. 10217.00 Rupees Ten Thousand 122604.00
Two Hundred & Seventeen
Only
200mm dia 9.00 No. 19333.00 Rupees Nineteen 173997.00
Thousand Three Hundred &
Thirty Three Only
250mm dia 3.00 No. 299913.00 Rupees Two Lakh Ninety 899739.00
Nine Thousand Nine
Hundred & Thirteen Only
300mm dia 5.00 No. 37695.00 Rupees Thirty Seven 188475.00
Thousand Six Hundred &
Ninety Five Only
Item No.10:- Lowering, laying and fixing at site
of work CIDF sluice valves as per MJP
standard specifications of approved make and
quality of following diameters including all
labour jointing material including nutbolts and
giving satisfactory hydraulic testing etc.

100 mm dia 30.00 RMT 1918.62 Rupees One Thousand 57558.60

Contractor No. of corrections Chief Officer Pg. 160


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Nine Hundred & Eighteen
and Paise Sixty Two Only
150mm dia 12.00 RMT 3016.14 Rupees Three Thousand 36193.68
& Sixteen and Paise
Fourteen Only
200mm dia 9.00 RMT 3137.52 Rupees Three Thousand 28237.68
One Hundred & Thirty
Seven and Paise Fifty Two
Only
250mm dia 3.00 RMT 4088.16 Rupees Four Thousand & 12264.48
Eighty Eight and Paise
Sixteen Only
300mm dia 5.00 RMT 4241.16 Rupees Four Thousand 21205.80
Two Hundred & Forty One
and Paise Sixteen Only
Item No.11:- Filling in plinth and floors murum 3035.48 cum 61.20 Rupees Sixty One and 185771.53
bedding in trenches with approved murum from Paise Twenty Only
excavated materials from foundation 15cm to
20cm layers including watering and compaction
complete.
Item No.12 Refilling the excavated pipline 21022.44 cum 61.20 Rupees Sixty One and 1286573.54
tranches with excavated available material first Paise Twenty Only
over pipeline and then hard material in 15 to 20
cm layers with all lead and lifts including
curing, compacting etc complete.

Contractor No. of corrections Chief Officer Pg. 161


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.13;- Providing constructing
B.B.masonary valve chamber with 15 cm thick
1:2:3 prop. PCC bedding excluding
excavation B .B . masonary in C.M.1:5
proporation Precast R. C.C. frame & cover,
etc. complete. as directed by Engineer -In
charge Note:Wall thickness : 0.23 M for depth
of 1.2 M and 0.35 M for balance depth
exceeding 1.2 M )
As above of 90 x 90 cm internal size and depth 76.00 no 9435.00 Rupees Nine Thousand 717060.00
upto 1.2M .with Precast R.C.C. covers. Four Hundred & Thirty Five
Only
As above of 90 x 90 cm internal size and depth 40.00 no 12582.72 Rupees Twelve Thousand 503308.80
upto 1.2M .with Precast R.C.C. covers. Five Hundred & Eighty Two
and Paise Seventy Two
Only
Item No.14 :Providing & laying in situ, following 285.63 cum 4282.63 Rupees Four Thousand 1223225.97
grade c.c. of trap/granite/ quartzite/gneiss Two Hundred & Eighty Two
metal for foundation and bidding including and Paise Sixty Three Only
dewatering,form work compacting curing
etc.complete. Spec. No. Bd E /1 Pg.No. 287
and B-7 Pg.No. 38 For Encasing of pipe line
M-150 grade

Contractor No. of corrections Chief Officer Pg. 162


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Item No.15 :- Making cross connection to
exisitng distributio main of any type including
excavation , breaking and removing existing
pipes, lowering, laying of specials and pipes in
their postion, refilling , closing the water supply
in that area, dewatering and restatring the
water suplly, etc, complete as directed by
Enginner in charge for following diameters of
exisitng pipelines, irrespective of diameter of
branch line, (Ithe number of joints involved will
be paid separately depending upn the nature of
joints and required pies, valves and special will
be supplied at free of cost at stores).
100mm dia pipe 38.00 no 1869.66 Rupees One Thousand 71047.08
Eight Hundred & Sixty Nine
and Paise Sixty Six Only
150mm dia pipe 18.00 no 2353.14 Rupees Two Thousand 42356.52
Three Hundred & Fifty
Three and Paise Fourteen
Only
200mm dia pipe 8.00 no 2470.44 Rupees Two Thousand 19763.52
Four Hundred & Seventy
and Paise Forty Four Only
250mm dia pipe 6.00 no 2935.56 Rupees Two Thousand 17613.36
Nine Hundred & Thirty Five
and Paise Fifty Six Only
300mm dia pipe 4.00 no 3574.08 Rupees Three Thousand 14296.32
Five Hundred & Seventy
Four and Paise Eight Only
350mm dia pipe 3.00 no 4362.54 Rupees Four Thousand 13087.62
Three Hundred & Sixty Two
and Paise Fifty Four Only
400mm dia pipe 2.00 no 5089.80 Rupees Five Thousand & 10179.60
Eighty Nine and Paise

Contractor No. of corrections Chief Officer Pg. 163


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

No. or Estimated Rates


Description of work Unit
Qty. AMOUNT
Figure Words
Eighty Only
450mm dia pipe 2.00 no 5871.12 Rupees Five Thousand 11742.24
Eight Hundred & Seventy
One and Paise Twelve Only
Item No.16 :- Road reinstating
for cc roads 10314.75 sq.m 2025.00 Rupees Two Thousand & 20887368.75
Twenty Five Only
for asphalt roads 30944.25 sq.m 950.00 Rupees Nine Hundred & 29397037.50
Fifty Only
Total (Rs.) 83299985.00

Contractor No. of corrections Chief Officer Pg. 164


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 12 : BILL OF QUANTITIES OF DISMANTLING OF ESR

No. or Unit Estimated Rates


Description of work
Qty. AMOUNT
Figure Words
Item No. 1Dismantling of ESRs of various 227000 Lits 1.10 Rupees One and Paise 250063.20
capacities and hieghts using crane (10 MT Ten Only
capacity) and handing over MS/CI/GI pipes,
valves, bends, etc to the department. However
taking steel reinforcement by the dismantling
agency including removing dismantled
materials from the site and disposing them at
suitable palces as directed, etc complete.
Capacity of ESR above 2 LL and staging
hieght 12 m in conjested area For ESR of
capacity 2.27 LL in conjested area

Total (Rs.) 250063.00

Contractor No. of corrections Chief Officer Pg. 165


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK 12 : BILL OF QUANTITIES OF DISMANTLING OF ESR

No. or Unit Estimated Rates


Description of work
Qty. AMOUNT
Figure Words
Item no 1 :Running and maintaining the 1.00 LS 211171 Rupees Two Lakh Eleven 211171.00
scheme to quantites, rated capacity, including Thousand One Hundred &
managing necessary personnel such as Seventy One Only
operator, valveman, etc. as per requirements
of the scheme and who should also administer
chemical dose for a period of12 months.after
Commissioning and handing over the scheme
to Local Body after completion of the above
period as directed by Engineer-in-charge.
Note. : Required chemicals to be supplied by
Department free of cost and electricity bill will
also be paid by the Depertment.

Total (Rs.) 211171.00

Contractor No. of corrections Chief Officer Pg. 166


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

ITEMWISE DETAILED
SPECIFICATION

Contractor No. of corrections Chief Officer Pg. 167


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 1: REPARING OF JACKWELL AND PUMP


HOUSE
Item no 1: Providing, internal cement plaster 20mm thick two coats in cement mortor
1:3 without neeru finish to stone masonary surfaces in all position including
scafolding and curing etc complete.

This shall be comply as per standard specification no.Bd.L.3 on page no.368 of standard
specifications book (Red book) of B & C dept..

a. Surface must be thoroughly cleaned.

b. Plaster area must be provided with level dabs or spots allowing working
and checking with 2-3 m straight edge. Depth of plaster must not be less
than 8 mm at any point.

c. Required concealing services must be completed and tested.

d. No further cutting of masonry must be required.

e. Repairs carried out to masonry or concealing work must be cured and dry.

f. Surface must be sufficiently damp.

g. Plaster dabs are checked for plumb and level by the EIC or his
representative.

h. Joints shall be racked and grouted / pointed with square crushed


aggregates.

i. Joints, concealing and repairing areas must be covered with 20 gauge GI


chicken mesh as per the EIC's instruction (Chicken mesh shall be
applicable for internal and duct/boxing plaster only.)
MODE OF MEASUREMENT:
Area of plastering will be measured net and shall be paid for. The measurement of length of
wall plastering shall be taken between walls or partitions (dimensions before plastering shall
be taken) for the length and from top of the floor or skirting or dado as the case may be to
the underside of ceiling for the height. All openings more than 0.1 sqm. shall be deducted
and all jambs, soffits, sills of these openings if done, will be measured to arrive to the net
area for payment. No opening less than 0.1 sqm. shall be deducted and no jambs etc. for
such openings shall be measured for payment. The rate shall include the cost of finishing all
the edges, corners, cost of all materials, labours, scaffolding, transport, curing etc.
The rate shall include the cost of finishing all the edges, corners, cost of all materials, labour,
transport, scaffolding, curing etc. and grooves if so specified in the item of schedule of
quantities.
The rate for plastering should include the cost of work towards the following items for
co-ordination with electrical item:
1. Neatly plastering around DBs, junction boxes, M.S. boxes etc. should be done and
made matching with the wall finish after installation of electrical equipments.
2. All DBs, service boxes, covers etc. should be covered by a plastic cloth or other
suitable covering materials such that water or materials should not splash the same
during brick work and plastering work. This is to be done in such a way that electrical
equipments as well as painted surfaces are not spoiled.

Contractor No. of corrections Chief Officer Pg. 168


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

3. For fixing M.S. boxes, DBs etc. Thiyya should be given such that the required face of
the M.S. box, DB covers etc inline with final finished plastered surface.

4. The rate for the item shall also include rounding up of corner and angles making
sharp corners and angles finishing around ceiling rose and electrical fittings etc. fixed
by other agencies, finishing of top of dado and skirting (zad finishing), junctions of
roof and wall or beam with the finish as specified in the item. Plastering of brick and
concrete cornice and copings and plastering in restricted areas if any shall not be
measured separately.
Architectural bands and narrow widths of plaster over structural as well as non-structural and
the line when prepared in the same thickness of plaster shall not be measured separately
and shall be covered by respective plaster items

Item No. 2 :- Providing, and applying priming coat on concrete / masonary/ Asbestos
cement / plastered surfaces including scafolding If nessesary, preparing the the
surface by thoroughly cleaning oil grease. Ditr and other forein matter and sand
paering as reqiured As directed by engineer in charge
This shall be comply as per standard specification as directed by Engineer-in-charge
SCOPE OF WORK :
The work covered under these specifications consist of furnishing the various types of
paints and also the workmanship for these items, in strict compliance with these
specifications, which are given in detail here-in-after with the item of schedule of
quantities.
MATERIALS :

Paints, oils, varnishes etc. of approved brand and manufacture shall be used.
Ready mixed paints as received from the manufacturer without any admixture shall be
used.
If for any reason, thinning is necessary in case of ready mixed paint, the brand of thinner
recommended by the manufacturer or as instructed by the Engineer-in-Charge shall be
used. Approved paints, oils or varnishes shall be brought to the site of work by the
contractor in their original containers in sealed condition. The materials shall be brought in
at a time in adequate quantities to suffice for the whole work or atleast a fortnights work.
The materials shall be kept in the joint custody of the contractor and the Engineer-in-
charge. The empties shall not be removed from the site of work, till the relevant item of
work has been completed and permission obtained from the Engineer- in-Charge.
The contractor shall associate the chemist of paint manufacturers before
commencement of work, during and after the completion of work who shall certify the
suitability of the surface to receive painting and the paint before use etc.
COMMENCING WORK :
Scaffolding : Wherever scaffolding is necessary, it shall be erected on double
supports tied together by horizontal pieces, over which scaffolding planks shall be fixed. No
ballies, bamboos or planks shall rest on or touch the surface which is being painted.

Where ladders are used, pieces of old gunny bags shall be tied on their tops to avoid
damage or scratches to walls.For painting of the ceiling, proper stage scaffolding shall be
erected.

Contractor No. of corrections Chief Officer Pg. 169


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Painting shall not be started until and unless the Engineer-in-Charge has inspected the
items of work to be painted, satisfied himself about their proper quality and given his
approval to commence the painting work. Painting, except the priming coat, shall
generally be taken in hand after all other builders work, practically finished.
The rooms should be thoroughly swept out and the entire building cleaned up at least one
day in advance of the paint work being started.
PREPARATION OF SURFACE :
The surface shall be thoroughly cleaned. All dirt, rust, scales, smoke and grease
shall be thoroughly removed before painting is started. Minor patches if any in
plastered/form finished surfaces shall be repaired and finished in line and level in C.M.
1:1 and cracks & crevices shall be filled with approved filler, by the contractor at no extra
cost to the Department. The prepared surface shall have received the approval of the
Engineer-in-Charge after inspection, before painting is commenced.
APPLICATION :
Before pouring into smaller containers for use, the paint shall be stirred thoroughly in its
containers. When applying also, the paint shall be continuously stirred in the smaller
containers so that consistency is kept uniform.
The external surfaces of the buildings under reference including the R.C.C. Jalli, fins
and the panels above and below the window etc. shall be finished in different colours
of approved shade. The contractor will make suitable samples at site for Departments
approvel before taking up the work in hand and they will be allowed to proceed with the
work only after getting Departments approval for the same.
The painting shall be laid on evenly and smoothly by means of crossing and laying off, the
later in the direction of the grain in case of wood. The crossing & laying off consists
of covering the area with paint, brushing the surface hard for the first time and then
brushing alternately in opposite directions two or three time and then finally brushing lightly
in direction at right angles to the same. In this process, no brush marks shall be left after
the laying off is finished. The full process of crossing and laying will constitute one
coat.Where so stipulated, the painting shall be done with spraying. Spray
machine used may be (a) a high pressure (small air aperture) type or (b) a low pressure
(large air gap) type, depending on the nature and location of work to be carried out.
Skilled and experienced workmen shall be employed for this class of work. Paints used
shall be brought to the requisite consistency by adding a suitable thinner. Spraying
should be done only when dry condition prevails.
Each coat shall be allowed to dry out thoroughly and rubbed smooth before the next coat
is applied. This should be fecilitated by thorough ventilation.
Each coat except the last coat, shall be lightly rubbed down with sand paper or fine pumice
stone and cleaned of dust before the next coat is laid.
No left over paint shall be put back into the stock tins. When not in use, containers shall
be kept properly closed.
The final painted surface shall present a uniform appearance and no streaks, blisters, hair
marks from the brush or clogging of paint puddles in the corners of panels, angles of
mouldings etc. shall be left on the work.

Contractor No. of corrections Chief Officer Pg. 170


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

In case of cement based paints/primers, the absorbent surfaces shall be evenly


damped so as to give even suction. In any weather, freshly painted surfaces shall be kept
damp for atleast two days.
In painting doors and windows, the putty around the glass panes must also be painted, but
care must be taken to see that no paint stains etc. are left on the glass. Tops of shutters
and surfaces in similar hidden locations shall not be left out while painting. Perspect covers
of electrical switch boxes have to be painted from inside by removing them. Care shall be
taken while removing them in position after painting with respective approved paints. In
painting steel work, special care shall be taken while painting over bolts, nuts, rivets,
overlaps etc.
The additional specifications for primer and other coats of paints shall be as in
accordance to the detailed specifications under the respective headings.
Any damage caused during painting work to the existing works/surfaces shall
be made good by the contractor at his own cost.
BRUSHES AND CONTAINERS :
After work, the brushes shall be completely cleaned off paint and linseed oil by rinsing with
turpentine. A brush in which paint has dried up is ruined and shall on no account be used
for painting work. The containers, when not in use, shall be closed, kept air tight and shall
be kept at a place free from dust. When the paint has been used, the containers shall be
washed with turpentine and wiped dry with soft clean cloth, so that they are clean & can
be used again.
MEASUREMENT :
1. Painting, unless otherwise stated shall be measured by area in square metre.
Length and breadth shall be measured correct upto two places of decimal of a metre.

2. No deduction shall be made for opening not exceeding 0.05 sqm. and no addition shall
be made for painting to the beading, moulding edges, jambs, soffits, sils, architraves
etc. of such openings.

3. In measuring painting, varnishing, oiling etc. of joinery and steel work etc., the co-
efficients as in the following table shall be used to obtain the areas payable. The
co-efficients shall be applied to the areas measured flat and not girthed in all cases.

4. In case of painting of door shutter with push plates in plastic laminate, deduction will
be made for area of such laminations.

Table of multiplying Co-efficients to be applied over areas of different surfaces to get


equivalent plain areas is given in the Appendix-C-2 of this book.

PRECAUTIONS :
All furnitures, lightings, fixtures, sanitary fittings, glazing, floors etc. shall be protected by
covering and stains, smears, splashings, if any shall be removed and any damage done
shall be made good by the contractor at his cost.
RATES:

Contractor No. of corrections Chief Officer Pg. 171


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Rates shall include cost of all labour and materials involved on all the operations described
above and in the particular specifications given under the several items.
Item No. 3 :- Providing, and applying three coats of Appex paint of approved
manufacturer and approved coulor and shade to plaster surface including scafoling if
necessory and preparing the surface etc. complete As directed by Engineer in charge
This shall be comply as per standard specification as directed by Engineer-in-charge
Painting With Superior Quality & Flat Oil Ready Mixed Paints On New Surface : Ready
mixed paints shall be of approved brand and manufacture and of the required shades. They
shall conform in all respects to the relevant I.S. specifications.
Preparation of Surface:
Plastered surfaces the priming coat shall have dried up completely before painting is
started. All dust or dirt that has settled on the priming coat shall be thoroughly wiped
before painting is started.
Application : The specifications mentioned here-in-before shall hold good as far as
applicable.
The number of coats to be applied will be as stipulated in the item. The painted surface
shall present a uniform appearance1 and glossy/semiglossy finish, free from streaks,
blisters etc.
Other details : The specifications for Painting (General) specified here-in-before shall
hold good in so far as they are applicable.

Item No. 4 :- Providing, and fixing the steel window of various sizes as per detailed
drawings fabricated from IS standard section with out hot dip zinc coating without /
with ventilator including fabrication glazing with with non-acentinic / plain /obscured
glass panels of approved type and quality all fixtures and fastining without teak wood
boxing, and architraves and finishing with one coat of primer complete with guard
bars 12mm square bar 10cm center to center.
This shall be comply as per standard specification no.Bd.T.53B on page no.509 of standard
specifications book (Red book) of B & C dept..
SCOPE OF WORK :
The work covered under these specifications consist of supplying steel windows and
doors and ventilators, fixing, glazing etc. complete in strict accordance with the
specifications and relevant detailed/shop drawings.
GENERAL :
The contractor shall submit 6 copies of shop drawing covering all types of work
under this specification before manufacture. The drawing shall show all dimensions,
details of construction, installation, relating to adjoining and related work etc.
MATERIAL :
Shutters, frames etc. as dimensioned in the drawing shall be fabricated from I.S. standard
sections rolled by M/s. Man Industries or other approved equivalent. No glazing bars
shall be provided unless otherwise shown in drawing. Glazing used will be clear sheet
glass of special selected quality manufactured by M/s. Shree Vallabh or other approved
equivalent, unless otherwise specified. Steel sections shall be free from rolling or other
defects. They shall be easily welded and punched and shall be cold straightened and shall

Contractor No. of corrections Chief Officer Pg. 172


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

conforming to latest I.S. 1038 - 1983. The anticorrosive shop coat of paint shall be given
before the materials are brought to site.
COUPLING BARS FOR COMPOSITE DOORS, WINDOWS AND VENTILATORS :
All doors window, ventilators units shall be so constructed that those if required may be
coupled together by means of the standard mullion and weathered transom bars and
coupling pieces.
All steel hinges shall be projected steel hinges with non magnetic stainless steel pins and
washers to permit complete ease in cleaning the glass and shall be welded or rivetted to
the frame.
FABRICATION :
The frames shall be square and flat and shall be constructed of sections cut to
length, mitred and welded at corners. All welding shall be electrical flash butt welding
excepting for the welding of steel sheets for the shutters.
Sections shall be formed true to details with clean straight, sharply defined profiles
and free from defects that may impair its durability. All works shall be accurately formed
to the required dimensions, line and level. All joints shall be continuously reinforced,
fitted and continuously welded at the edges. Surface along joints shall be ground to
attain a smooth level surface even and flush with adjoining surfaces. All frames
shall be properly reinforced for the attachment of hardware. The heads of frames for
openings wider than 1.2 m. shall be reinforced to prevent sagging or deflection when
installed.
INSTALLATION :
The doors, windows and ventilators brought to site shall be stacked up site down on
wooden runner under cover. Fixing shall be done as per latest Indian Standard
Specifications. The size of the prepared openings shall be checked first and these should
be cleaned off all obstructions.
The doors/windows/ventilators shall not be forced into the walls but shall fixed into
prepared openings in workmen like manner.
All joints between masonry/concrete and the metal shall be fully filled with approved mastic
filler/putty in order to ensure water tightness. The joints shall be neatly pointed with
matching cement and excess material shall be removed.
All brick jambs and sill holes shall be cut 50 mm. square and 100 mm. deep for fixing hold
fasts. All concrete jambs and lintels, holes shall also be carefully drilled and if reinforcing
steel is encountered, the length of the hold fasts may be decreased and existing
surface made good to the original condition.
Any hard ware if fixed in position shall be removed before fixing the frames in the
structural openings and moving parts shall be secured with wire or string during erection
and while the building work is being completed to prevent damage to the part. Hardware
shall be fixed as late as possible preferably just before the final coat of paint is applied. It
shall be fitted in workmanlike manner so that it may not be marked and mutilated by
hammers and screws and pins are not marked and mutilated by hammers and
screwdrivers. It shall be tested for correct operations to the satisfaction of the
Engineer-in-charge.

DETAILS OF COMPONENT PARTS :


Doors : Door shutters shall be hung on projecting hinges of 67 mm size and shall be
fitted with mortise lock and two brass or bronze lever handles. In case of double leaf doors,

Contractor No. of corrections Chief Officer Pg. 173


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

the first closing leaf of double leaf doors shall also be provided with brass or bronze
tower bolts concealed in the section at top and bottom. These shall be so constructed as
not to work loose or drop by their own weight and necessary lugs, fittings, screws etc.
shall be provided and fitted properly at site.
Windows : Window shutters shall be hung on projecting hinges. One leaf of the hinges
shall be welded into a slot in the outer frame and the other leaf of the hinges riveted to the
opening shutters. Hinges may be of the friction type in which case the window shall not
be fitted with peg stay. In case of non-friction projecting hinges, a brass or bronze three
holes peg stays 300 mm. long with pegs and brackets, welded or rivetted to the frame shall
also be provided. Handles shall be of brass or bronze and shall be of brass or bronze, and
shall be mounted on a mild steel handle plate welded to the shutter in such a way that it
should be fixed after the shutter is glazed. The handles shall have a two point nose which
shall engage with brass, bronze or aluminium alloy as specified, striking plate, on the
fixed frame so that it can hold the shutters in a slightly openable as well in a fast position.
VENTILATORS :
a. Top hung ventilators : These shall be fixed with plain hinges, riveted to the
fixed frames or welded to it after cutting a slot in it. A peg stay 300 mm. long of
brass or bronze with three holes, as in case of windows shall be provided. The
locking bracket shall either be fitted to the fixed frame or to the ventilators.
b. Centre Hung Ventilators : These shall be hung on two pairs of brass of
lead/tin/bronze cup pivots, riveted to the inner and outer frame of the ventilators to
permit these to swing through an angle of approximately 85 deg. The opening
portion of the ventilators shall be so balanced that it remains open at any
desired angle under normal weather condition.
A bronze or brass spring catch shall be provided at the top centre of the ventilator. A brass
cord pully wheel in a mild steel or malleable iron brackets, shall be fitted with screws or
welded at the sill and a cord eye shall be fixed to inner frame of ventilators to facilitate
opening of ventilators.
Composite Units : Composite units consist of a combination of two or more units of
doors, windows, ventilators etc. as the case may be. The different units shall be coupled
by using coupling sections. The coupling sections shall be made from M.S. sheet 3.15 mm.
in thickness and 56 mm. wide as per I.S. 1038-1957 para 5.2 and these shall be fixed with
bolts and nuts.
Wherever the ventilators, windows and doors shall have coupling section, mastic
cement shall be applied between the junctions to make the joints watertight.
To calculate height or width of composite units, add 2.5 cm. for each mullion or transom
coupling bar for each unit.

FINISHING :
All steel surfaces shall be thoroughly cleaned of rust, scale and dirt by pickling and
marking. A shop priming coat of superior quality red oxide or equivalent shall then
be given before despatch. Alternatively, where so specified, the steel surfaces shall be
treated for rust proofing by the hot dip zinc spray or electro galvanising process, having a
coating of not less than 60 microns thickness or as specified. Zinc spray articles shall be
given one coat of priming coat of superior quality red oxide or equivalent.
Final finishing with two coats of synthetic enamel/flat oil paint of approved make and shade
shall be given after the doors,windows and ventilators are erected/fixed in final position.
The rate shall be inclusive of final finishing coats including the priming coat.

Contractor No. of corrections Chief Officer Pg. 174


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

In case of galvanised doors, windows and sashes, their surfaces shall be treated
with copper acetate solution or other approved mordant solution to ensure proper
adherence of paint, unless the galvanised surface has weathered adequately at the
time of final painting. Non-ferrous parts and working parts such as handle stays, catches,
handle pins, hinge pins etc. shall not be painted.

GLASS AND GLAZING :


Specifications for glazing given in this book under chapter Glass and Glazing, shall also
be applicable for steel doors / windows / ventilators.

MODE OF MEASUREMENT :
The mode of measurements for steel doors, windows and ventilators for complete
item of supply and fixing in position shall be on area basis calculated in sqm. correct to
two places of decimal. The height and width of members shall be measured outer to outer
edge of the members correct to 1 mm. The rate for steel door, window and ventilator
shall include cost of all fittings, materials, hold fasts, glazing, painting, labour etc.

Item No. 5: Providing fixing rolling steel shutters fabricated from 18 gauge steel laths
with side guide, bottom rail, brackets, door suspention shaft including rolling springs
locking arrangement and housing box at the top including mechanical gear operation
arrangement and one coat red lead primer Bd.T.56 Pg.No. 511
This shall be comply as per standard specification no.Bd.T.56 on page no.511 of standard
specifications book (Red book) of B & C dept..
SCOPE OF WORK & GENERAL :
Item refers to supplying and fixing rolling shutters of size and type as specified in the
description of item.

MATERIALS :
Rolling shutters complete with accessories shall be of approved quality and as specified.
These shall be suitable for fixing in position as specified i.e. outside or inside; on or below
lintel or between jambs of the opening. Rolling shutter shall be hand/gear operated as
specified in the item of schedule of quantities. For hand operated shutters, it shall be push
and pull type. For gear operated shutters, it shall be provided with reduction gear
operated by mechanical device with chain, crank, shaft and handle. The shutter shall
consist of 80 mm. wide MS laths 1.25 mm thick or gauge as specified of best quality
mild steel sheet machine rolled. Laths shall be inter-locked together throughout their
entire length and jointed together at the end with end locks. These shall be mounted on
specially designed pipe shaft. The spring shall be of best quality and shall be
manufactured from the tested tensile spring steel wire or strip of adequate strength to
balance the shutter in all positions. The spring, pipe shaft etc. shall be supported on
strong mild steel or malleable cast iron brackets. Both the side guides and bottom rails shall
be jointless and of single piece of pressed steel of minimum 16 gauge thickness. The top
cover of shaft, spring etc. shall be of the same materials as that of lath. No extra payment
shall be made for the hood, brackets etc. to cover the shaft etc. The reduction gear
arrangement operated by the mechanical device shall be of the best quality and shall
be easy in operation.

FIXING :
Brackets shall be fixed on the lintel/beam or under the lintel/beam as specified in item
with rawl plugs and screws, bolts, washers etc. The shaft along with the spring shall

Contractor No. of corrections Chief Officer Pg. 175


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

then be fixed on the brackets. The lath portion (shutters) shall be laid on ground and the
side guide channels shall be bound with it. The shutter shall then be placed in position. The
side guide channels shall be fixed to the wall through the plates welded to the guides. These
plates and brackets shall be fixed by means of steel screws, bolts and rawl plugs drilled into
the wall. The plates and screws, bolts shall be concealed in plaster to make their locations
invisible. Fixing shall be done accurately in a workman like manner that the operation of the
shutter is easy and smooth. All grout holes and damages on the wall while fixing of shutters
shall be made good by the contractor at no extra cost to the Department. The contractor
shall ensure smooth and easy working of shutters. All the members of the rolling shutter
shall be thoroughly cleaned off dust, scales, rust etc. and shall be given approved priming
coat of red oxide paint before fixing the shutter in position and then shall be painted with
two coats of flat/synthetic enamel paint of approved quality and shade.
MODE OF MEASUREMENT :
The area of rolling shutters shall be measured in square metre correct upto two places of
decimal. Width and height shall be taken for net opening correct to a centimeter.
RATE :
The rate shall include the cost of materials,labour involved in all the operations described
above.
Item No. 6 :- Providing, and applying 2 coats of alluminium paint of approved make to
new structural steel work in buildings and workshops including scaffolding if
necessary, cleaning and preaparing the surface (Excluding primer coat) complete
This shall be comply as per standard specification no.Bd.O.4A on page no.405 of standard
specifications book (Red book) of B & C dept..
Painting With Aluminium Paint:
Aluminium Paint shall be (conforming to IS 2339) of approved brand and manufacture. The
Paint comes in compact dual container with the paste and the medium separately. The two
shall be mixed together to proper consistency before use.
Preparation of Surface
Steel Work (New Surfaces) : All rust and scales shall be removed by scraping or brushing
with steel wire brushes and then smoothened with sand paper. The surface shall be
thoroughly cleaned of dust.
The number of coats to be applied shall be as given in the item. Each coat shall be allowed
to dry for 24 hours and lightly rubbed down with fine grade sand paper and dusted off before
the next coat is applied. The finished surface shall present an even and uniform appearance.
As aluminium paste is likely to settle in the container, care shall be taken to frequently stir
the Paint during used. Also the Paint shall be applied and laid off quickly, as surface is
otherwise not easily finished.
The specifications for Painting (General) specified here-in-before shall hold good in so
far as they are applicable.
Item No.7:Providing and fixing G.I. pipe railing having 1.0 M height consisting
50X50X6mm thick M.S. angles as verticals at1.5M c/c and Additional post at every
corner with 3 rows of 25 mm dia. G.I. pipes of medium class veriety as horizontal and
painting 3 coats of oil paint over 1 coat of anticorrosive paint of approved colour and
shade including cost of all labour, transporting bends to curved shape, etc complete.
The item shall be executed as specified in the tender item and as shown on drawing. The
vertical supports shall be properly fixed at base either in masonry or concrete by nuts and
bolts duly embedded in the form, right anchorage holes in the vertical support to pass Gl

Contractor No. of corrections Chief Officer Pg. 176


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

piping in it or welding to fix the Gl pipes to support together with MS cleats, etc. are included
in this item.
The Gl piping shall be provided along with required specials, fixtures, fastenings, etc. and Gl
collars or welded as per necessity. The diameter of Gl piping, number of rows, size and type
to vertical posts together with its center to center distance height, etc. shall be as specified in
the tender item. The rate shall also include 2 coats of approved shade oil paint. Cost of all
the materials which shall be procured by the Contractor, labour involved for executing this
item is including in tender item.
The measurements and the payment shall be on the basis of lengths in running metres
occupied by the completed railing assembly in plan.
Item No.8: Providing , and fixing in position copper lightening conductor including
copper rod of 20 mm dia. As per upper terminals 1.5 M long with knob at the end with
conical spike at top, copper tape conductor 20X3 mm size, copper earth plate of 3 mm
thick and .81 sq. m in area, clamp at 1M center to center including, including
necessary excavation, laying and fixing the conductor,providing and fixing 40 mm G.I.
pipe up to 3 M hieght from ground and 0.5 M below ground including making all
connections filling earthing pit with charcoal, salt etc. & refilling and watering, etc.
complete as per specifications laid down in relevant I.S. code
This shall be comply as per standard specification no.Bd.W.1 on page no.581 of standard
specifications book (Red book) of B & C dept..
Lightening conductor at the highest elevation shall be provided suitably for the entire plant
area. It shall consist of :
1. Solid copper rod super terminal 20 mm dia. 1.5 M long with a knob at the end and
with conical spikes on top.
2. Suitable clamps to fix the conductor to the walls.
3. Copper tape conductor 25 mm x 3 mm
4. Copper earth plate 1.00 sqm in area and 3.0 mm thick.
5. Charcoal commercial salt and sand for filling.
6. G.I. pipe of 40 mm dia. upto 3 M height above G.L. & 0.5 M below GL
7. There should be no contact between the conducting media and the R.C.C. structure
for the entire length.
It shall include excavation for the trench to the required depth, filling with charcoal, salt, sand
excavated stuff, all the labours, necessary fixtures, etc. as per instructions of Engineer-in-
charge and as per ISS 2309-1969, code of practice.
If there are any variations or discrepancies or conflicting provision, the provisions in itemwise
detailed specifications shall take precedence over the provisions in the description of item.
Item No.9: Providing and fixing in position M.S. Ladder 0.5M wide consisting of
75X10mm MS flats as stringers and 16mm dia MS bars in double rows as steps placed
at 25 cm c/c including cost of materials and labours involved, welding, anchoring and
applying three coats of anti corrosive paint, etc complete as directed by Engineer- in
charge
One Number of M.S. ladder shall be provided and fixed to give access in to the tank through
manhole in the roof slab. The ladder shall be comprising of 75 x 10 mm M.S. angles placed
at 45 cm. apart with 16 mm M.S. bars in double rows as steps at 25 cm c/c. Ladder shall be
manufactured as per the details provided in the tender item. All the materials and labour

Contractor No. of corrections Chief Officer Pg. 177


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

required for executing the item are to be provided by the Contractor at his cost. The Ladder
shall be properly fixed at site as directed and the bottom and top shall be properly embedded
in 1:2:4 CC block as directed at Contractor's cost. In order to have stiffness to the ladder,
cross supports or stiffeners at suitable intervals as directed, shall be provided of suitable
M.S. flats duly embedded in walls or welded to the ladder.
The specifications for this item as given in the Standard Specification Book (Red Book)
published by B And C Department shall be followed.
Item No. 10:-Providing & applying washable Oil-bound distemper of approved colour
and shade to old and new surfaces in two coat including scaffolding, preaparing the
surfaces (excluding the primer coat.) complete. Bd. P 5 Pg No.413.
This shall be comply as per standard specification no.Bd.P.5 on page no.413 of standard
specifications book (Red book) of B & C dept..
a) Oil bound distemper (IS:428-1969) of approved brand and manufacture, colour and
required shade shall be used. The primer where used as on new work shall be
cement primer or distemper primer as specified in the item. These shall be of
the same manufacture as distemper. The distemper shall be diluted with water
or any other prescribed thinner in a manner recommended by manufacturer. Only
sufficient quantity of distemper required for days work shall be prepared.
b) Preparation of surfaces : The surface shall be prepared as described here- in-
before for Painting work in so far as it is applicable and approved putty/filler shall
be applied to the entire area to get uniform and smooth surface before application of
primer.
c) Application: The cement primer or distemper primer shall be applied by brushing
and not by spraying. Hurried priming work shall be avoided, particularly on absorbent
surfaces. New plaster patches in old work before applying oil bound distemper shall
be treated with cement primer/distemper primer. The surface shall be finished as
uniformly as possible leaving no brush marks. priming coat shall be allowed to
dry for at least 48 hours before oil bound distemper is applied. Before applying
distemper,the surface shall be lightly sand prepared to make it smooth for
receiving the oil bound distemper, taking care not to rub out the priming coat. A time
interval of at least 24 hours shall be allowed between consecutive coats to permit
the proper drying of the preceding coat. Two or more coats of distemper as
are found necessary shall be applied over the priming coat to obtain an even
shade.
d) Other details : The specifications for Painting (General) mentioned here-in-
before shall hold good as far as it is applicable.
Item to include :
I) Providing the primer and distemper and mixin the distemper
II) Scaffolding
III) Preparing the surface to receive the priming and finishing coats
IV) Applying priming coat
V) Applying the distemper as specified above in number of coats mentioned in the item
Mode of measurement: same as for item no 1 of plastering mentioned above.
Rate
The rate shall include the cost of all labour and materials involved in all the above
operations (including priming coat) described above.

Contractor No. of corrections Chief Officer Pg. 178


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No.11: Desilting the supply well intake well, /head works sump of water supply
sewarage works ect. In wieght and dry condition including lifts up to 9 m and lead up
to 150 m as required beyond the work site stacking sprading including necessary
guarding etc. complete. as directed by Engineer incharge.
As directed by Engineer-In-Charge.
Item No.12: Dewatering the excavated trenches and pools of water in the building
trenches/ pipe line trenches , well works by using pumps and other devices including
disposing off water tolabour safe distance as directed by Engineer-in-charge
(including cost of machinery, labour, fuel) etc. complete.
Dewatering or Pumping

If pumping or dewatering of water is required to be done at any time during excavation, the
contractor shall arrange for such draining by excavating channels, pumping or otherwise and
shall maintain such arrangements to the satisfaction of the Engineer-in-charge for such a
period as may be required. The discharge of the dewatering pumps shall be conveyed to
drains and shall not be allowed to be spread in the vicinity of the work site. All cost for such
arrangements including shall be borne by the contractor and no extra payment shall be
admissible for such operations.

Dewatering of water that may have accumulated due to rains, subsoil seepage, tidal waves,
or any other means shall be carried out continuously and the area shall be kept dry for the
following operations:
a) Measurements
b) Concreting or masonry work or plaster / pointing
c) Shuttering and reinforcement
d) Backfilling
e) Line out
f) Any other reason deemed fit by the Engineer-in-charge.
g) Item of dewatering, unless mentioned under separate payment, shall be
deemed to be included in respective items of work.
The measurements and the payment shall be on the basis of BHP/Hr recorded in log book in
prescribed format as directed by Engineer-in-charge.

Contractor No. of corrections Chief Officer Pg. 179


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 2: REPARING OF RAW WATER PUMPING MACHINERY

Item No. 1 :-Supplying and erecting 125/150 kVAR, 440 V Three phase, 50 cycles,
THYRISTER SWITCHED MICRO APFC PASSIVE FILTER PANEL, consisting of suitable
steps of APP type capacitor units onfirming to IS- 13585 ( Part I )1994 with harmonic
filter reactors, as per specification no ESD-APFC
APFC Panel with Harmonic suppressor (APFC)
Scope: Specification No (ESD-ED/APFC)
Supplying, Installing Testing & commissioning manual / Auto power load correction panel of
required capacity in kVAR, 440 Volts, 3 phase 50 Hz, Thyristor switch consisting of minimum
4 steps suitably design to take care of 5% of load variation at any time. Stepsconfiguration
shall be by the Engineer in charge as per site conditions.
Material:
1. Capacitors: App Type IS: 13585 part-I 1994 any type gas filled 525 Volts.
2. Thyristor switches: Thyristor switches should be designed for zero crossing with
snubber circuit forced cooling & min 1600 PIV rating.
3. Series reactor: Copper wound dry type, iron core suitable as per requirement.
4. Harmonic filter circuit: Circuit suitable to filter Harmonics up to 17th Harmonics.
5. CRCA sheet: CRCA sheet 14/16 SWG with 7 tank process & powder coating
suitable to site condition of required colour shade.
6. MS angles & channels: Size as per site condition.
7. Bus bar: Electrolytic copper bus bar of suitable capacity.
8. Exhaust fan: Tube axial exhaust fan of adequate capacity.
9. Fabrication materials: MS Jali, Hinges, nut bolts washers, screws etc. of suitable
size.
10. Switchgear: SFU, MCB, MCCB, HRC Din type fuse base as specified in chapter
switchgear. Power factor Controller Relay: Minimum four steps, microprocessor
based programmable intelligent relay / dynamic correction Intelligent relay with
switches time from selected 1sec.to 1200 sec. having display of system v/s,
current, frequency, target PF, THD, short fall KVAR, active power KW, KVAR,
Harmonic display up to 17th order.
11. Accessories: Digital ammeter, digital Voltmeter, Bar primary CTS Class 1, 15VA
and of require ratio, selector switch indicating pilot Lamps all Bakelite with colour
glass, push buttons.
Method of construction:

APFC panel shall be designed to cater required KVAR capacity with 20% expandable
additional load requirement.
Fabrication of panel shall be in such away to accommodate additional extra capacitors.Panel
shall be delivered after testing in presence of the engineer in charge.

Contractor No. of corrections Chief Officer Pg. 180


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Method of Construction: The entire equipment shall be installed at designated place, duly
wired with provided cable/leads and giving necessary testing.Mode of Measurement:
Executed quantity will be measured according to the sum of capacitor banks installed on
kVAR basis. (i.e. per kVAR) 125/150 kVAR, 440 V Three phase, 50 cycles,

Item No. 2 :- Supplying, erecting & terminating PVC armoured cable 3 core 150 sq
mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire
complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/
pipe as per specification no. CB-LT/AL
Power cable used in 415 volts system shall be 1.1 KV grade 3 1/2 or 3 core as applicable
aluminium conductor PVC insulated PVC sheathed galvanized flat steel armoured type
conforming to IS: 1554. Cable 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. Complete wiring
diagram showing terminal block number, ferrule number and unit, with earthing point shall be
submitted for approval before execution.

The cable lengths stated in the schedule are estimated quantity and shall form the base for
comparison of the tender offers. However, for contact works, quantity of the cables as
actually required shall be supplied at the tendered rates.

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 evaluation of tender offer. The Engineer-in-charge reserves the right to accept or reject
such alternative size/sizes. 1.1 KV, 3.5 core 150 sq. mm.10 Rmt. for Jack well

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 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.

Cable route markers of approved design shall be installed at the following position.

Contractor No. of corrections Chief Officer Pg. 181


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Entry and exit points of underground duct/trench.


Exit from the building.
At every 5 mtr. distance of straight run.
Any other position necessary to trace route.
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

Item No. 3 :- Servicing of 150Amp ATS starter with replacement of contractor wires
CTs and painting to the starteretc comp.
As Directed by Engineering-In-Charge.
Item No. 4: Servicing of 150HP motor with removing the motor dismentling the motor
and varnishing the motor with greasine the bearing of motor etc comp. Servicing and
overhauling of motors, including removing from location, dismantling cleaning the
winding, drying, applying, varnish, baking greasing the bearing, assembling, and
giving satisfactory trials on No load and full load etc. 150HP motor

Item No. 5 :- Internal and External Electrification work for pump house . Etc comp
as per attached sheet.
a) Point wiring for light/fan/bell with ISI mark 2-1 sq.mm. copper PVC insulated..etc
comp. 20 Point

b) Supplying and erecting bulkhead fitting suitable for integral CFL upto 11W fixed on
wall. As per specification no.FG- DF/BHF 5 Nos.

c) Supplying & erecting approved make 1 x 28W T-5 white stove enamelled / powder
coated box type fluo.fitting with 28 W electronic ballast having pf > 0.9 fixed at ceiling
or on wall as per specification No. FG-IDF/BFF 8 Nos

d) Supplying and erecting compact fluo. lamp 36 watt 230v etc.comp.8 Nos

e) Supplying and erecting CFL Street light fittings suitable for 1x upto 18W CFL lamp with
electronic ballast having pf > 0.9 with accessories complete on provided racket as per
specification no. FGODF/ CSL. 4 Nos

f) Supplying and erecting Street light bracket made from 25 mm. dia Bclass G.I. Pipe,
0.6m. in length along with pole cap of 300 mm length and 80 mm dia duly welded with
provided leads as per specification no. FG-BKT/BPC 4 nos

g) Supplying and erecting PVC Unamoured cable 1100v grade with ISI mark 2 core 2.5 sq
mm etc.comp 100 mtr

Contractor No. of corrections Chief Officer Pg. 182


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

h) Supplying erecting & marking miniature circuit breaker double pole 6 to 32 amp B
series etc.comp. 4 Nos

Item No. 6 :- Express feeder work for RW PH at khamgaon.


As Directed by Engineering-In-Charge.

Contractor No. of corrections Chief Officer Pg. 183


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 3: APPROACH ROAD

Item No. 1 :-Cutting down trees including trunks and branches and stacking the
materials neatly with a lead of 50m. As directed with girths above 30cm to 60cm etc.
complete as directed by Engineer in charge.
This shall be comply as per standard specification no.Rd.1 on page no.179 of standard
specifications book (Red book) of B & C dept..

Item No. 2 :-Cutting down the road side thorny bushes (Wali babul etc.) having girth
from 5 cm to 20 cm including removing their roots, stacking and conveying the
materials upto 1.00 km, removing vegetation including leveling ground as directed for
both sides of road etc. complete as directed by Engineer in charge. Spec. No. As
directed by Engineer in charge.
This shall be comply as directed by Engineer-in-charge
Item No. 3 :-Watering and compacting embankment formed of materials obtained from
road cutting within lead of 50m (with ordinary rolling) after laying them in layers of
20cm.to 30cm.
This shall be comply as directed by Engineer-in-charge

Item No. 4 :-Providing Earth Work in Embankment with hard murum of CBR not less
than 10% obtained by departmental land or other sources including all lifts and leads
upto 50m, laying in layers of 20cm to 30cm thickness, breaking clods, dressing to the
required lines, curves, grades and sections, watering and compaction with vibratory
roller etc. complete.
This shall be comply as per Spec . No. MORTH 2001 Cl.No.305 Page No.67
The work shall include preliminaries of clearing site, setting out and preparing the
ground and there after forming embankment for the roads, paths etc. with approved
material available form excavations under this contract (excavation paid separately
under respective items) or elsewhere, spreading in layers, watering and compacting
to the required density and lines, curves, grades, camber and cross section and
dimensions shown in the plan or as directed by the Engineer-in-Charge. When the
embankment is to be laid on hill sides or slopes, the existing slopes are to be
ploughed deeply. If the cross slopes are steeper than 1 in 3, steps with reverse slope
shall be cut into the slopes to give proper hold and seating to the bank as directed
by the Engineer-in-Charge. The top 15 cm. of soil shall be scarified and watered if
directed and compacted to the same density as specified for the embankment before
any material is laid for the embankment work.

Only the approved excavated earth shall be placed in the embankments in


successive horizontal layers not exceeding 200 mm. extending to the full width of
the embankment including the slopes at the level of the particular layer and 30 cm.
more on both sides to allow compaction of the full specified section. The extra loose
stuff at the edges shall be trimmed later after completion of the bank work without
extra cost leaving the correct section fully compacted.
Keeping the width of the bank initially less and widening it later by dumping loose
earth on the slopes shall not be permitted as the additional width and slopes
will remain loose and uncompacted. Similar procedure to extend the
embankment by dumping the material longitudinally shall also not be allowed.
Each layer of the embankment shall be watered, levelled and compacted as

Contractor No. of corrections Chief Officer Pg. 184


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

specified here-in-after, before the succeeding layers are placed. The surface of the
embankment shall at all times during construction, be maintained in such a manner
so as to prevent ponding. Water to be used shall be free from all harmful elements
which may cause efflorescence etc. and approved by the Engineer-in-Charge.
If the material for embankment contains moisture less than the optimum moisture,
water shall be added in the 100 mm. layers of the embankment to bring moisture
uniformly upto requirement. If the excavated material contain more than required
moisture, it shall be allowed to dry until the moisture is reduced to required
extent. If due to the wetness, the moisture content of the soil cannot be reduced
to the appropriate amount by exposure, embankment work shall be suspended till
suitable conditions prevail at no extra claim/compensation.
When loose layer is levelled manually or mechanically and moistened or dried to
a uniform moisture content suitable for maximum compaction, it shall be compacted
by 8 to 10 tonne power roller or sheep foot rollers or heavy hauling or dozing
equipment to give the specified 90% of the proctor density. If on testing, the density is
found to be less than 90% of the proctor density, the contractor shall do additional
compaction necessary to get the specified density after adding water if required. If
the density cannot be improved by such reasonable efforts, the work may be
accepted as substandard work by the Engineer-in-Charge, if he thinks it is not
harmful for the purpose and paid for at a reduced rate. Test shall be made to
determine the maximum density of the material to be used by the proctor method
before starting the work. Density test shall be carried out for the embankment work
during the progress of the work. One set of three core samples for every 1000 sqm.
(about 1000 sq.yd.) area of each layer of embankment work shall be taken and
tested. The average density shall not be less than 90% of the proctor density,
obtained in the laboratory.
Arrangement for obtaining the samples and transporting the same to laboratory,
shall be made by the contractor at his own cost.
Embankment not accessible to rollers, such as those adjoining bridges,
culverts and other works shall be carried out independently of the main
embankments and shall have the layers placed in 150 mm. to 200 mm. height
and each layer shall be moistened and thoroughly compacted with mechanical or
manual tamper. Before placing the next layer, the surface of the under layer
shall be moistened and scarified so as to provide a satisfactory bond with the
next layer.
The embankment shall be finished and dressed smooth and even, in conformity
with the alignment levels and cross sections and dimensions shown on the drawing.
On curves, section shall be provided with super elevation and increased width, as
shown on the plans as directed by the Engineer-in-Charge.
Joining of old and new embankments shall be done by stepping in an overall slope of
about 1 to 5.
The contractor shall be responsible for maintaining the embankment work in
satisfactory conditions at his own cost till finally accepted including making good any
damage.
MEASUREMENT AND RATE :
The contract rate shall be per cubic metre of the finished embankment.
Measurements shall normally be taken by taking cross sections at suitable intervals.
The measurements of the section shall be limited to the dimensions shown on the
drawing or those ordered by the Engineer-in-Charge in writing. The sectional area
shall be worked out correct upto two places of decimal of square metre and the
quantity worked out to two places of decimal of cubic metre on lines similar to those
specified for earth work here-in-before.

Contractor No. of corrections Chief Officer Pg. 185


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 5:-Supplying 15cm. to 23 cm. trap / granite / quartzite / gneiss stone rubble at
the road side for soling including conveying & stacking etc complete as directed by
Engineer in charge (By blasting).Spec. No. Rd.19 Page No.197
This shall be comply as per standard specification no.Rd.19 on page no.197 of standard
specifications book (Red book) of B & C dept..

Item No. 6 :-Supplying 60mm. trap / granite / quartzite /gneiss stone over size metal at
the road side including conveying and stacking etc. complete as directed by Engineer
in charge (By breaking boulders). Spec. No. Rd.20 Page No.200.
This shall be comply as per standard specification no.Rd.20 on page no.200 of standard
specifications book (Red book) of B & C dept..

Item No. 7:- Supplying 40mm. trap / granite / quartzite / gneiss stone size metal at the
road side, including conveying and stacking etc. complete as directed by Engineer in
charge (By breaking boulders). Spec. No. Rd.22 Page No.201.
This shall be comply as per standard specification no.Rd.22 on page no.201 of standard
specifications book (Red book) of B & C dept..

Item No. 8:- Supplying soft murum / kankar at the road side, including conveying and
stacking etc. complete as directed by Engineer in charge. Spec. No. Rd.24 Page
No.203.

This shall be comply as per standard specification no.Rd.24 on page no.203 of standard
specifications book (Red book) of B & C dept..
Supply of Murrum : The contractor shall be permitted to excavate in the selected
areas in the township/site of work, as approved by the Engineer-in-Charge, for
collection of murrum. The excavation shall be done by the contractor to correct
line and level, transport and stack the same at site of work as directed by the
Engineer-in- Charge. Alternately, the contractor will be permitted to bring from
outside, approved graded hard murrum 10 mm. down to dust (but not silt) as directed
by the Engineer-in-Charge and shall also be collected in stacks on level ground along
side of the road.

The stacks shall be measured in cubic metre for payment before using it for
blinding. No deduction shall be made for voids.
Item No. 9:- Laying 15cm to 23cm trap / granite / quartzite / gneiss rubble soling
including hand packing with rubble chips etc. complete as directed by Engineer in
charge (excluding the cost of material). Spec. No. Rd.27 Page No.204.PWD DSR-2015-
16 Pg.No.223 Item No. 842
This shall be comply as per standard specification no.Rd.27 on page no.204 of standard
specifications book (Red book) of B & C dept.

Item No. 10:- Spreading gravel / sand / soft murum / hard murum etc. complete as
directed by Engineer in charge. Spec. No. Rd.28,30,31 Page No.205.
This shall be comply as per standard specification no.Rd.28,30,31 on page no.205 of
standard specifications book (Red book) of B & C dept..

Contractor No. of corrections Chief Officer Pg. 186


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 11:- Spreading 40mm to 60mm metal including sectioning etc. complete as
directed by Engineer in charge. Spec. No. Rd.29 Page No.205 &Rd.34 Page No.208.
This shall be comply as per standard specification no.Rd.29,34 on page no.205,208 of
standard specifications book (Red book) of B & C dept..
Spreading Aggregate : The coarse aggregate shall be spread uniformly and evenly
upon the prepared base in required quantities with a twisting motion to avoid
segregation. In no case shall these be dumped in heaps directly on the area where
these are to be laid nor shall their hauling over a partly completed base be permitted.
The aggregates shall be spread uniformly to proper profile by using templates
placed across the road six metres apart. Where specified, approved mechanical
devices may be used to spread the aggregates uniformly. The levels along the
longitudinal direction upon which the metal shall be laid, shall be first obtained at site to
the satisfaction of Engineer-in- charge and these shall be adhered to.
The surface of the aggregate spread shall be carefully trued up and all high or low
spots remedied by removing or adding aggregate as may be required.
The W.B.M. sub-base shall be normally constructed in layers of 115 mm compacted
thickness. No segregation of large or fine particles shall be allowed and the coarse
aggregate as spread shall be of uniform gradation with no pockets of fine material.
The coarse aggregate shall normally not be spread in lengths exceeding three days
average work ahead of the rolling and blending of the proceeding section.

Item No. 12:- Compacting the sub grade / gravel / 60mm oversize metal (200mm loose)
/ 40mm size metal (100mm loose) layers 2.00m to 7.00m wide with power roller
including necessary labour, materials and artificial watering etc. complete as directed
by Engineer in charge. With power roller Spec. No. Rd.32 and 35 Page No. 206 and
209.

This shall be comply as per standard specification no.Rd.32,35 on page no.206,209 of


standard specifications book (Red book) of B & C dept.
Rolling :
Immediately following the spreading of the coarse aggregate, it shall be compacted to
the full width by rolling with either a three-wheel power roller of 8 to 10 tonnes capacity
or an equivalent vibratory roller. Initially, light rolling is to be done which shall be
discontinued when the aggregate is partially compacted with sufficient void space in
them to permit application of screenings.
The rolling shall begin from the edges with the roller running forward and backward and
adding the screenings simultaneously until the edges have been firmly compacted. The
roller shall then progress gradually from the edges to the centre, parallel to the centre
line of the road and overlapping uniformly each preceding rear wheel track by one half
width and shall continue until the entire area of the course has been rolled by the
rear wheel. Rolling shall continue until the road metal is thoroughly keyed with no
creeping of metal ahead of the roller. Only slight sprinkling of water may be done during
rolling, if required. On super elevated curves, the rolling shall proceed from the lower
edge and progress gradually continuing towards the upper edge of the pavement.

Rolling shall not be done when the sub-grade is soft or yielding or when the rolling
causes a wave like motion in the sub-base or sub-grade. When rolling develops
irregularities that exceed 12 mm when tested with a three metre straight edge, the
irregular surface shall be loosened and then aggregate added to or removed from it as
required and the area rolled until it gives a uniform surface conforming to the desired

Contractor No. of corrections Chief Officer Pg. 187


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

cross-section and grade. The surface shall also be checked transversely by template
for camber and any irregularities corrected in the manner described above. In no case
shall the use of screenings to make up depressions be permitted.

Item No. 13:- Providing and laying 20mm thick open graded bituminous carpet
including supplying all materials, preparing and cleaning the base, heating bitumen
and chips, mixing bitumen and chips in hot mix plant, applying tack coat
30kg/100sqm, laying the carpet layer and compacting without seal coat on black top
surface with paver finisher (Hot Mix Hot Laid) etc. complete as directed by Engineer in
charge (using bulk bitumen 60/70 grade).
This shall be comply as per Spec. No. MORTH 2001 Cl.No. 511 Page No.192

Item No. 14:- Providing and laying bituminous premix seal coat to the black topped
surface including supplying all materials, preparing existing road surface, heating and
applying bitumen at the rate of 6.8kg / 10sqm, spreading chips at 0.06cum /10sqm and
rolling etc. complete as directed by Engineer in charge (by using bulk bitumen 60 / 70
grade).
This shall be comply as per Spec. No. MORTH 2001 Clause No. 503 Page No. 201

Item No. 15:- Providing and laying 75mm thick Built Up Spray Grout on WBM surface
(Excluding Tack Coat), including supplying all materials, preparing and cleaning the
base, laying the required thickness of metal in two layers, heating and spreading
bitumen, spreading chips, compacting both layers with power roller etc complete as
directed by Engineer in charge. (using bulk bitumen 60/70 grade)
This shall be comply as per Spec. No. MORTH 2001 Clause No. 508 Page No. 179

Item No. 16:- Providing and applying tack coat by self propelled or towed bitumen
pressure sprayer for uniform spraying at specified temperature at the specified rate of
4kg / 10sqm on existing water bound macadam surface etc complete as directed by
Engineer in charge. (using bulk bitumen 60/70 grade)
This shall be comply as per Spec. No. MORTH 2001 Clause No. 503 Page No. 157

Contractor No. of corrections Chief Officer Pg. 188


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 4 : REPAIRING OF WATERTREATMENT PLANT (MECH. WORK)

Item No. 1 :- Foot Mounted Motor TEFC 1500 RPM Providing, erecting and giving test
and trial of Foot Mounted SPDP motor 1500 RPM, squirrel cage induction motor,
onforming to IS 325 having continuous rating suitable for peration at 415 Volts +/-10%,
3 Phase, 50 Hz +/-3% with "F" class insulation temperature rise limited to class "B"
nsulation. 1.1 kW ( 1.5 HP ) FOR Alum and TCL
The horizontal foot mounted motors shall be designed to drive the pumps & to perform
under all conditions described here into accommodate all loads & stresses during start up
running & shut down a rising from specific operating characteristic of the pump under item
No.1 The motor shall be completely manufactured assembled & checked & tested at the
factory in accordance with I.S. 325. The rated horse power of the motor shall be minimum
1.5 H.P. moreover motor shall be suitable for at least 20 % more than power requirement
by the pump at any point on the operating range. The H.P. required more than specified
shall be designed for high power factor & minimum at full load without power factor
improving device. The motor shall be suitable for supply system of 415 V, 3 phase 50 Hz.
The insulation shall be F class & shall be suitable for preparation with the variation of
voltage +_ 10 % frequency variation +_ 5 % & also as per I.S. & r.p.m. 1500 (
synchronised). The motor shall be TEFC & grease lubricated bearing. The motor shall
operate continuously & satisfactory in an ambient temp. of 45o C duty S 1
TESTING AND INSPECTION :-
The motors shall be shop tested in accordance with I.S. 325 & manufacturer test certificate
shall be furnished along with supply.
Approved Make :- As per list attached.

Item No. 2 :- Foot Mounted Motor TEFC 1500 RPM Providing, erecting and giving test
and trial of Foot Mounted SPDP motor 1500 RPM, squirrel cage induction motor,
onforming to IS 325 having continuous rating suitable for peration at 415 Volts +/-10%,
3 Phase, 50 Hz +/-3% with "F" class insulation temperature rise limited to class "B"
nsulation. 2.2 kW ( 3 HP ) For Flash mixer, Flocculator, Bridge.
As per specifications of subwork no 4 item no 1
Item No. 3 :- Servicing and maintenance of stirrer of Alum TCL, blades of flash mixer,
Scraper of Bridge, etc comp.
As directed by Engineer-in-charge
Item No. 4: Servicing and maintenance of Electrical equipment like panel cable and
required accessories. etc comp.
As directed by Engineer-in-charge

Item No. 5: Providing, Erecting and giving test of Air blower


As directed by Engineer-in-charge

Item No. 6: Providing, Erecting and giving test of centrifugal coupled pump set with
foot mounted motor excluding base plate coupling and foundation bolts, etc. on
provided concrete foundation / RSJ with accurate levelling with shims and proper
alignment.for Wash Water Pump 15 hp
As per specifications of subwork no 6 item no 1

Item No. 7: Alum and TCL Dosing Piping of UPVC pipes

Contractor No. of corrections Chief Officer Pg. 189


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

As directed by Engineer-in-charge

Item No. 8: Providing, errecting, commissioning and giving test and trial including
one year supervision of the system in day shift and one year free maintainance of
fully autoamtic gas chlorination system confirmation to all applicable NEC and
compressed gas associations recommendations..... etc. (4kg/hr)

NEC and Compressed Gas Associations recommendations and comprising of following


Automatic Vacuum operated Chlorinator unit of capacity as mentioned below with
Actuator rotameter, injector, vacuum tubing special PVC Piping for Chlorine
solution & suitable booster pumps(1W+1S) with GI piping valves, fittings etc.
Automatic Switchover type vacuum regulators(2 nos.) installed on tonners with
suitable mounting & showing tonner status indication as standby, empty & in use.
Auto Control Panel of suitable capacity ,wall mounted industrial type with
voltmeter, ammeter, starter MCB indicating lamps having automatic operation.
Microprocessor based Multi functional controller with digital & graphical display.
Online residual Chlorine Analyser without need of reagent utilizing unique,
internally buffered sensor.
Gas leak & temperature detection two channel measuring system designed for
gas and temperature monitoring in up to two rooms with necessary wiring &
battery backup cum voltagestabilizer system of suitable capacity with batteries.
Preventing maintenance kit for injector, Rotameter & Vacuum regulator.

Contractor No. of corrections Chief Officer Pg. 190


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 5 : RECIRCULATION SUMP AND PUMP HOUSE


Item No. 1, 2 & 3:-Excavation for foundation / pipe trenches in earth, soils of all types,
sand, gravel and soft murum, hard murrum, soft rock, hard rock etc. including
removing the excavated material upto a distance of 50 metres and lifts as below,
stacking and spreading as directed, manual dewatering, preparing the bed for
foundation and excluding backfilling, etc. complete.
EXCAVATION

Excavation for foundation in earth, soils of all types, sand, gravel, soft, murum, hard murum
with boulders, soft rock and hard rock .... etc. complete

General:- The excavation shall be done as per standard specification No. Bd-A-1, A -2, A-3,
A -4 & A -6 etc. on page No. 259 or as per standard specifications (Red Book) The
excavation shall be done to the required depth and section as per design drawing and as
directed by Engineer-in-Charge. Extra depth shall be made up clear with concrete or other
suitable materials as directed by Engineer-in-charge at the cost of contractor. The excavated
material shall be not be placed nearer than 50 m from the edges of excavated portion. No.
Compensation shall be admissible to the contractor due to any delay such as permission etc.
After refilling of the trenches, the balanced stuff should t)e disposed off as directed. Refilling
and disposal will be paid separately in relevant items if Schedule 'B'.

Site Clearance
The area to be excavated shall be cleared off.

Dewatering
No distinction shall be made as to whether the material being excavated is dry, moist or wet.
The item also includes bailing out of water manually to keep the trenches reasonably dry for
all further works of concerning, lowering, laying & Jointing and testing of the pipe line till the
completion of the work separate item of Dewatering is incorporated in the tender, if any
ground water sources are met during excavation. No extra over the tendered provision shall
be paid to contractor for this reason on any account.
Fencing, Lighting and Watching :-

The contractors shall made all proper arrangement for protecting the work by means of
fencing, watching, and lighting at night, as directed by the Engineer-in-charge. The post of
fencing shall be of timber, securely fixed in the ground not more than 3 m. apart, and they
shall not be less than 75 mm in diameter or less than 1.2 m. above the surface of the
ground. There shall be two rails, one near the top of the posts and the other about 450 mm
above the surface of the ground and each shall be from 50 mm to 70 mm in diameter and
sufficiently long to run form post to post, to which they shall be bound with strong rope. The
method of projecting not be allowed on any account. All along the edges of the excavated
trenches a bank of earth about 1.20 m high shall be formed where required by the Engineer-
in-charge for further protection. Proper provision shall be made for lighting at night and
watchman shall be kept to see that this is properly done. In the event of the contractors not
fully complying with the provisions of these clauses. The Engineer-in-charge may put up a
fence or improve the fence already put up or provide or improve the lighting or adopt such
measures as he may deem necessary without prior intimation to the contractor and all the
cost of such procedure as may be adopted by the Engineer-in-charge, shall be borne by the
contractor.

Contractor No. of corrections Chief Officer Pg. 191


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

In addition to the normal lighting arrangements, the contractor shall be provide, wherever a
sewer work is in progress, battery operated linking lights (6 Volts) in the beginning and end
of a trench with a view to provide suitable indication to the vehicular traffic, The contractor
shall also provide and display special boards painted with fluorescent paints indicating the
progress of the work along particular road.
Alignment and levels. :-
Before the excavation of trench is commenced, sight rails shall be erected at every 30 m.
and at all points of change of direction, gradient and at ends. The excavation work shall be
proceeded by a joint survey along with alignment of the main, to obtain ground level at every
30 m. or less distance. Temporary Bench Marks shall be constructed at every 300 m.
distance along the, alignment and shall be maintained till the completion of the work. All
labour and materials for the survey work of fixing bench mark etc. shall be provided by the
contractor at his own cost.
Since the lines to be laid are drainage lines, the grade and level are very important factors.
Those shall be maintained very carefully.
Depth and Grades of trenches:-
The trenches shall be excavated to the required grades and depth as shown on approved
drawings or as directed by the Engineer-in-charge. The depths of excavation and the level of
the pipe inverts shall be checked by means of boning rods of suitable lengths. Additional
depths if required to be excavated for pits for sockets, collars, specials, joints, and for any
other working facility shall not be measured and paid separately.

The contractor shall notify to the Engineer when the trenches are ready for bedding. The
Engineer shall inspect check the levels and record the depths. Only on explicit approval by
Engineer, the murum bending of selected material from the excavated stuff shall be provided
by the contractor.
The pay line allowed for excavation for channel in various strata shall be limited
to the following.

H V
In soil 11/2 1
In soft murum 2/3 1
In hard murum 1
In rock 1/10 1

Damages to Services :-

The work of excavation shall be proceeded very carefully by the contractor. Before actual
excavation trial trenches shall be carefully taken by the contractor for assessing the services
e.g. water mains, drainage lines, telephone and Electrical cables that are likely to be
encountered in the excavation of pipe-line trenches. The trial trenches shall not be paid for
separately. After assessing the alignment and level of other services the contractor shall get
approved the exact alignment from the Engineer and proceed with the work accordingly.

Any damages to the private and Government properties shall be reinstated by the contractor
at his cost. If any damages are caused or likely to be caused, The contractor shall remove
the service connections from water mains and re-do them as directed by the Engineer-in-
charge. This shall be done with least inconvenience to the connection holder.

Contractor No. of corrections Chief Officer Pg. 192


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

If water mains of R.C.C./A.C./C.I./G.I./M.S./PVC/D.I. etc. are encountered the contractor


shall relay such lines to keep service continued as directed by the Engineer-in-charge, If in
the opinion of the Engineer, it is possible to obviate such mains, the contractor shall realign
the pipe line in tender scope as directed by the Engineer-in-charge.

Any damages to the telephone cables / electrical cables shall be borne by the contractor, if
demanded by the concerned authority. The cost of damages shall be directly paid by the
Executive Engineer to the authority and such amounts shall be recoverable from the
contractor through his due payments/ security deposits. In case water mains is damaged by
the contractor during execution and quantity of water is wasted due to his negligence, that
amount of wastage of water shall be recoverable from the contractor as per the MJP's water
rate prevailing at the time of execution through his running bill.

Disposal of Surplus Stuff :-


The contractor shall carefully excavate the road surfaces and stack the materials obtained
from for road surface cutting systematically for selectively reusing the same for remarking
the road. At times it may be necessary or the contractor to remove the excavated stuff to a
suitable destination away from the excavation work. This stuff stacked as directed within 50
m. lead shall be brought back for refilling by the contractor without any extra payment on this
account.

The excavated stuff remaining in balance after refilling and remaking of road shall be
conveyed. Unloaded and leveled by the contractor at a destination as directed by Engineer-
in charge within a radius of 5 kms from site of work. The same shall be paid to the contractor
Separately under relevant item of Schedule 'B' If it is seen that the surplus excavated stuff is
being sold by the agency the agency will be penalized as decided by the Engineer-in-
Charge.

Item No. 4 :-Providing dry trap/ granite/ quartzite/ gneiss rubble stone solling 15 cm to
20 cm thick including hand packing and compacting complete. Spec. No.Bd.A.12 Page
No.264.
This shall be comply as per standard specification no.Bd.A. 12 on page no.264 of standard
specifications book (Red book) of B & C dept. Rubble soling for road work including foot
paths, culverts, side drains etc. shall be carried out as specified here-in- before under
Chapter for Rubble stone soling, so far as they are applicable, with the following
additions:

Subgrade for soling shall be prepared by cleaning of all foreign substances including
rank vegetation, if any. Any ruts or soft yielding places that appear due to
improper drainage conditions, traffic, hauling or from any other cause, shall be
corrected by filling/cutting upto 150 mm. and compacted and the subgrade dressed
off parallel to the finished profile and the same shall be approved by the Engineer-in-
Charge, before laying of soling. Soling shall be laid in regular lines and staggered
joints. The stones shall be laid as closely as possible and packed well. The stones
shall be so laid as to have their bases and the largest area resting on the subgrade
and in contact with each other.

Soling shall be laid to proper gradient and camber which shall be checked frequently to
ensure accuracy. Rolling shall then be carried out by a 8 to 10 tonne power roller and
soling consolidated properly shall be lightly sprinkled during rolling, if ordered by the
Engineer-in-Charge.

Contractor No. of corrections Chief Officer Pg. 193


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The surface thus prepared shall first be passed by the Engineer-in-Charge, after which
40 mm. to 50 mm. thick layer of selected hard murrum available from excavation shall
be spread over the soling as directed by the Engineer- in-Charge, and rolled again such
that the hard murrum gets into the interstices. It shall, however, be ensured that a thin
layer of murrum/grit shall remain on the finished surface of soling.

Item No. 5 :-Providing and laying in situ, cement concrete M-15 /1:2:4 of trap / granite /
quartzite / gneiss metal for foundation and bedding including bailing out water
manually, formwork, compacting and curing using pozzolana cement. Spec. No.
BE.E.1 Page No.287 Providing laying in situ P C.C (M-150) 1 :2 :4 & C.C. 1 : 1 1/2 :3 (M -
200) . etc. complete.

This shall be comply as per standard specification no. Bd-E-1 on page no.287 of standard
specifications book (Red book) of B & C dept..

Materials
a) Cement :-
All cement for use on the works except otherwise stated shall be the standard ordinary
Portland cement manufactured in India and shall conform to the I.S. 269 latest version. It
shall be of make and quality approved by the Engineer-in-charge.
The cement shall be stored in weather proof godown specially constructed for the purpose,
of such a manner as to prevent deterioration due to moisture or instruction of foreign matter.
The weather proof godown shall have solid impervious floor raised 300 mm above the
general ground level so that the cement stored there on shall not come in direct contact with
the sub-soil moisture. The passages and the general construction shall be such that it
affords full protection from whether effects. Large stock cement shall not be kept at the
works but only sufficient quantities should be kept to maintain continuity of work.
Storage of Cement :-
If cement is supplied in bags a suitable weighing scale shall be provided and shall required
by the Engineer be used for checking the weight of every bag at the contractor's expense.
Bags under weight by more than 2 percent of the nominal weight shall be rejected and
removed from the site.
No cement has been store for more than 90 days ordinarily be allowed to be used on the
works. Cement stored for longer period more than 90 days' shall be used on work only with
the specific written permission of the Engineer-in-charge who shall ascertain its quality after
due testing in the laboratory before giving such permission. All expenses in connection with
the test shall be borne by the contractors.
For testing the quality of cement, samples shall be taken from every consignment arrived at
the site of work at the option of the Engineer. The contractors shall afford every facility to the
Engineer for inspection for sampling the cement. The cement godown shall be so arranged
by the contractors that each consignment could be stocked separately and in such manner
so as to allow counting bags in each row with case. The test result shall, ordinarily. Be
available within a week of sampling and the contractors shall not use any part of the
consignment until the results of the tests are received and found satisfactory. However, the
use of such cement becomes imperative before the test result are received, the contractors
may do so entirely at their own risk and cost and the whole of such work carried out by them
is liable for rejection, if the tests results are found unsatisfactory. Any consignment failing to

Contractor No. of corrections Chief Officer Pg. 194


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

meet the requirements to I.S. 269 shall be rejected and shall be removed from the work site
within 48 hours of the intimation from the Engineer. The decision of the Engineer-in-charge
in this respect shall be final and binding on the contractors.

The cement in connection with the testing of cement such as transport of samples, testing
fees, etc, shall be taken borne by the contractors. The cement used in any type of concrete
shall always be measured by weight and one cubic meter shall be taken as per table 30 of
A.C.C. Hand Book.

b) Aggregates :-
All the aggregates shall confirm to the latest I.S. 383. The aggregate shall consist of
naturally occurring sand and gravel or stone crushed or uncrushed or a combination thereof.
They are classified broadly under two categories, viz (i) Sand of fine aggregates and (ii)
coarse, aggregates, depending upon their size. The fine aggregates are those which pass
through I.S. Sieve No. 480. and the coarse aggregate are those which retained on I.S. sieve
480.
Storage of Aggregate :-

i. The fine and coarse aggregates shall be stored separately and in such a manner that
segregation of the various sized particle shall not occur, the stock shall be formed on
a platform of weak concrete, timber or similar approved hard standing and
aggregates shall be kept clean and free from foreign substance.
ii. Aggregates shall not be unloaded on to roadways or pathways the Engineer may
reject any stock pile of part of a stock pile if improper storage has opinion, caused
contamination with foreign substance.
iii. Storage piles of aggregate shall be arranged with proper drainage and protection
from rainfall in order to prevent excessive changes in moisture content taking place
during concerning
iv. The aggregates both fine and coarse shall be hard, strong, durable, clean, free from
reins and adherent coatings. The use of flaky and elongated pieces of aggregates
shall be prohibited.
v. The aggregate shall not contain deleterious materials such as iron pyrite, coal, mica,
shale or similar laminate material, clay, alkali, soft fragments, sea shells, organic
impurities etc. in such quantity as to affect the strength of durability of concrete or the
reinforcement embedded in such reinforcement concrete.
vi. The maximum quantities of deleterious material that may be permitted shall conform
to the following limits by weight.

Fine aggregate percent by Fine aggregate percent by


Deleterious substances
weight. weight.
Uncrushed Crushed Uncrushed Crushed
1. Local and lignite 1.00 1.00 1.00 1.00
2. Clay lumps 1.00 1.00 1.00 1.00
3. Soft fragments - - 3.00 -
4.Material passing through
3.00 3.00 3.00 1.00
75 micro sieve
5. Shale 1.00 - - -

vii. The total of various deleterious materials occurring in any sample shall, no case,
exceed 5 percent.

Contractor No. of corrections Chief Officer Pg. 195


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

viii. If the aggregate supplied is unclean, it shall be washed. If it is not properly graded, it
shall be screened by hand or by mechanical means and the various sizes
proportioned to get the required grading.
ix. Storing of aggregate on dusty, muddy and grassy spots shall be avoided. They shall
be stored on the works in such a manner as to prevent intrusion of foreign matter and
protected from exposure to dust. They shall be placed in stock piles individual units
of suitable sizes and in suitable layers' to prevent segregation. They shall not; be
allowed to run down slopes.
Sand or Fine Aggregates:-
Ali fine aggregates shall consist of clean, hard, strong, durable uncoated .siliceous qittty
material consisting of well graded particles obtained from rock fragment. It shall be free from
clay lumps injurious amount of dust, mica shell, soft or flaky particles, shale, alkali, organic
matter lead or other deleterious substances.
i. The sand shall be taken from sources approved by the Engineer-in-charge. The sand
or fine aggregate shall conform to the latest I.S. No. 383
ii. If the Engineer-in-charge considers if necessary, it shall be washed and / or screened
before use, at the expense of the contractors.
iii. The sand shall have a fineness modulus of net less than 2.5 and not more than 3.0 and
the grading shall confirm as far as possible to the following analysis.

I.S. Sieve No. Percentage Passing.


Natural sand or crushed gravel Crushed Stone
480 95-10 90-100
240 70-95 60-90
120 45-85 40-80
60 25-60 20-50
30 5-30 5-30
15 0-10 0-15

iv. The specific gravity of sand shall not be less than 2.6.
v. In no case shall fine aggregate be accepted, containing more than 2 % by dry weight
not more than 3.5% by dry volume, not more than 5% by dry volume of clay, loam, or
silt. If any sample of fine aggregate shown more than 5% of clay, loam, silt in one
hour's settlement. after shaking in excess of water, the lot represented by the sample
shall be rejected .
vi. The following two field tests are recommended for ascertaining the percentage of clay
lumps and impervious organic material and the contractors shall carry out the same if
the Engineer-in-charge deems necessary.

1.Test for determining silt in sand :-


Fill a calibrated tumbler with sand to half Its volume and water there to until the tumbler is
three quarter full shake up the mixture vigorously and allow it to settle for about an hour. the
volumes of silt visible on top the sand shall be measure. If the volumes of the silt standing
over the sand exceed 5% of total volume of sand. The same shall be rejected.
2. Calorimetric test for impurities :-
The sample of sand shall be, mixed with equal volume of 3% solution (about one ounce, in a
quarter of water) of caustic soda / sodium hydroxide taken in a plain glass and the mixture
shall be allowed to stand for, 24 hours. The liquid standing above the sand shall not be

Contractor No. of corrections Chief Officer Pg. 196


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

darker than lights straw (pale yellow) color. If the color marked yellow or brown, the test
would indicate presence of organic material in excessive amount.
In case suitable sand is not available in adequate quantities within a reasonable and
economical limit, the contractor may be allowed to use the crushed or pulverized stone or
gravel either alone or mixed within natural sand in parts. The stone gravel shall be clean
sharp and free from dust etc. and shall conform to the latest. I.S. 383.
The percentage of crushed stone to be mixed with sad shall be such, as to obtain in fineness
modules of blended sand within the units specified above and / or is approved by Engineer
after laboratory test.
Coarse Aggregates :-
All coarse aggregates use in concrete work shall consist of crushed rock gravel or other
approved inert material.
i) Broken or crushed rock from sound blue basalt or black trap free from zealots or
other common impurities shall be used in the concrete as coarse aggregate. The
particles of aggregate shall be clean, hard, tough durable, free from deleterious
substance and shall contain no soft, flat or elongated pieces. The course aggregate
shall have specific gravity not less than 2.6 and the water absorption measured after
being immersed for 24 hours in water shall not be more than 13% by weight. The
maximum percentage of deleterious materials in the coarse aggregate shall not
exceed 5 % by weight in the aggregate when tested in conformity with I.S.
NO.383.
ii) The nominal size of the coarse aggregate for reinforced concrete work shall be 20
mm larger coarse aggregate up to 40 mm size may be used if approve by the
Engineer-in-charge, in plain concrete work, The maximum size of coarse aggregate
shall be as large as possible within the limits specified but in no case shall be greater
than one quarter than one quarter of the maximum thickness of the member,
provided that the concrete can be placed in from work without difficulty so as to
surround all reinforcement thoroughly and to fill the corners of the form work The
minimum size of coarse aggregate shall be, as mentioned earlier, such as to retain
most of the material (90%-95%) on L.S. Sieve No. 480.

iii) The aggregate shall be screened and, if necessary, blended to give the required
grading when tested in the laboratory at contractors cost by means of standard mesh
sieve, the grading shall fall within the following limits.
Sieve Size Percentage retain by weight.
Plain C.C. R.C.C.
40 mm - -
25 mm 10 to 15 -
20 mm 35 to 40 15 to 0
10 mm 75 to 80 100 to 80
No. 480 98 to 100 100 to 95

The percentage given above are for guidance and the Engineer-in-charge reserves
the right to modify the same to any other lower or higher value if considered
necessary by him, in consonance with the requirements of the work.
iv) In the event of undesirable segregation occurring in coarse aggregates, the
contractor shall separate the coarse aggregates in two or more suitable fraction as

Contractor No. of corrections Chief Officer Pg. 197


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

directed by the Engineer-in - charge, who shall set up the required limit of each such
fraction. The grading so specified shall be such as to give a dense, water tight
concretes of specified proportion and strength and required consistency.
The Engineer-in-charge shall have the right and authority to carry out routine control
tests and analysis of the broken rock at any stage of the work processing and / or
concerning operation and the contractors shall give all necessary facilities in respect
of such testing. The sampling and testing shall be carried out as per standard I.S.
practice entirely at the cost of the contractor.
Water
The water use for the preparation of concrete, for washing sand etc. and for curing shall be
clean and free from objectionable quantities of silt, organic material, acid , alkali, salts, oil
and other deleterious impurities and it shall be obtained from the sources approved by the
Engineer-in-charge. Potable water shall generally be found fit for preparation of concrete.
The quantity of water to be added shall generally be properly measured and controlled.
Water Cement Ratio :-
Suitable water cement ratios for the different mixes and used shall be determined in
consultation with the Engineer-in-charge and they shall generally not be exceeding 0.5 (i.e.
50% by weight), the exact values being fixed after taking into account all relevant factors
such as strength required, weather condition, water absorbed by material, work ability and
slump required consistent with the work requirements, method of compaction etc.
Concrete :-
All cement concrete, whether used in R.C.C. work or plain concrete work shall be M-150,
M-200 and M-250, as per latest LS. Code.
Gauge Boxes
Gauge boxes approved type shall be used for measuring sand and coarse aggregate in
required proportion whenever concrete is allowed to be prepared by mixing the aggregate an
volumetric basis. Such boxes shall be of seasoned timber or steel and shall be of such size
and shape and shall be used In a manner as to enable the proportion of the material to be
checked readily. The cement used in concrete is however shall not be used by measuring it
in gauge boxes, but it shall be measured by weight, whatever may be the type of concrete.
Manufacture and Placement of concrete :-
a) Batching :-
Whether controlled or ordinary concrete is to be mixed, the quantity of cement shall be
determined by weight. If the mixers weight per bag is to be used, the same shall be verified
by weighing a reasonable number of bags.
Whenever direct use of bagged cement is allowed, one bag of cement shall be considered to
contain 50 kg of net weight of cement. This shall, however, be verified at site by weighing
for which the contractor shall provide an accurate weighing apparatus on work sites having
once decided the mix, the Engineer-in-charge may permit further mixing of the aggregate to
be done on volumetric basis. Wherever the concrete is to be laid in trenches, the trench shall
cleaned, watered and compacted before placing. The sub soil water which met shall be
removed and the trench shall be kept dry during and after two hours of placing of concrete.
For more depth of P.C.C. mechanical vibrator shall be used for compaction by the
contractor.

Contractor No. of corrections Chief Officer Pg. 198


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 6 to 11 :-Providing and laying in situ cement concrete M-30 of trap / granite /
quartzite / gneiss metal for Reinforced Cement Concrete work in foundation like raft,
grillage, strip foundation and footings of Reinforced Cement Concrete columns and
steel stanchion including bailing out water, formwork, compaction and finishing,
curing etc. complete. (Excluding steel reinforcement and Structural steel) Spec. No.
Bd.F.3 Page No.298

This shall be comply as per standard specification no. Bd-F-3 on page no.298 of standard
specifications book (Red book) of B & C dept..
Material
Please refer specifications of PCC for Cement, sand, metal, water etc materials.
Form Work
The wooden shuttering planks shall be not less than 40 mm thick or such other thickness as
may be allowed by the Engineer in charge for a particular job. The entire form work, whether
of steel, plywood or wooden planks, shall be very strongly proposed and braced with
sufficiently strong vertical and horizontal members and the entire supporting structure shall
be of sufficiently horizontal members and the entire supporting structure shall be sufficiently
strong to take up the load of concrete and all stresses it may be subjected to, without any
deflection. The Contractor shall be wholly and fully responsible for any defects in the entire
form work and its supporting structure.
The 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 watertight.

Reinforcement
The Contractor has to procure it from open Market at his cost. The bars shall be scrapped
thoroughly for removing any scales, rust, etc. before use in work. Bars that may be found
defective in any way shall not be allowed to be used. The reinforcement is to be fabricated
and placed in position as per the M.C. 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 M.C. The Contractor has to
place in position the reinforcement as directed and to secure it by binding wire to be
provided at Contractors cost. Any additional reinforcement provided by contractor in addition
to M.C.s design and direction shall not be measured and paid for.
To ensure that the minimum cover require for slabs, beams, etc. is provided. Separators of
precast or cast in situ CC block with wires embedded shall be used and shall be tied to the
reinforcement with wires. Between 2 or more layers of reinforcement, separators, of 200 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.
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 result should be submitted to M.C. Defective steel shall be
rejected.
Mixing

Contractor No. of corrections Chief Officer Pg. 199


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Good clean water 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 bases of correct water cement ration. The water
measuring apparatus shall be provided by the Contractor at his cost.
For R.C.C. reservoirs and for other works which in the opinion of the Engineer in charge are
important the concrete shall be only machine mixed. The mixing shall be continued for at
least 8 minutes after all materials and water are placed in the drum which shall revolve for 14
to 18 revolutions or as specified by the manufacturers. 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 to the contractor that will be issued to him
on hire or contractors request, as per M.C. GEORAIs rules in force from time to time. If as a
result of break down of mixer during concreting, hand mixing has to be resorted to
temporarily. Only such work which is considered absolute essential by the Engineer in
charge shall be allowed to be done by hand mixing and the entire operation of hand mixing
and precaution thereof shall be taken as will be directed by the Engineer-in-charge. For hand
mixture for sufficient time till it is of uniform colour. The required quantity of aggregate shall
then be added and the mixture again turned over for at least ...... times. The required
quantity of water shall then be added gradually through rose pieces attached to the can until
process of turning is in progress and till is of uniform consistency where such hard mixing is
allowed as a result of area requirement and no extra payment for this excess cement shall
be admissible.
For works other than mentioned in above para, hand mixing will be allowed and in such
cases, cement to be used shall be as per standard requirement only.
Normally the standard cement consumption will be as under :
for one cum of concrete
1:2:4 (M-150) 1:1.1/2:3 (M-200) 1:3:6 (M-100)

6.27 bags 7.9 bags 4.42 bags


For any other mix the cement consumption shall be as decided by the Engineer in charge.
The consumption as mentioned above shall be for the gross RCC column actually cast. The
cement for finishing , rendering cement, wash, etc. shall be in addition to above.
Concrete Laying
The forms shall first be lightly moistened before laying concrete. The concrete shall be
placed in position within 20 minutes after adding water to the mix and shall be slowly
deposited in its place and not thrown or dumped from a height shall be placed in uniform
layers. For vertical walls or water retaining structure, water stoppers shall be provided.
For columns the concrete shall be laid in maximum 1.2 M height at a time. For vertical walls
of reservoir it shall be laid in maximum 0.6 M height only at a time.
Tamping, Ramming and Consolidating
For all RCC Reservoirs and other works which are considered by the Engineer in charge to
be important mechanical vibrators shall invariably be used by the Contractor at his cost. The
Contractor shall provide at least 2 vibrators in good working condition, so as to have one as
a stand-by and to prevent interruption in work. The concrete being laid shall be vigorously
vibrated 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.C. does not guarantee that they will be supplied on hire.

Contractor No. of corrections Chief Officer Pg. 200


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

For all other works consolidation and tamping shall be manual labour by rodding vigorously
by M.S. bars, throughout for a sufficient time and in such manner as directed by the
Engineer-in-charge. Adequate number of labourers shall be set apart specifically for tamping
and ramming with relievers.
The efficiency of tamping and consolidation shall be judged by absence of any air pockets
and absence of honey combing any defective consolidation and tamping shall be entirely on
Contractors risk and costing will have to be entirely pulled down if so directed and redone
properly entirely at the cost of the Contractor.
Curing
All RCC work will be watered and kept constantly wet for 23 days after initial set 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 the concrete. Should the Contractor fail to water the
concrete - continuously, it will be done immediately at Contractors cost.
Removal 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 Days

Vertical Walls 6 Days

Bottom of Slab and Domes 14 Days

Bottom of Beams 21 Days

Bottom of Beams of Span 4.5 M and above 28 Days

Bottom of Placing CC 3 Days

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 reservoir and other major works concreting 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 for any work which is done contrary to specification and no payment
thereof shall be admissible.
Finish and Quality of Concrete
The RCC work cast shall be of dense mix, homogenous without any honey combing true in
size alignment and shape. Any defective work shall not be entitled for full tendered rates for
payment and if the defects are major no measurements and payment are admissible and
Contractor shall have to pull down such defective work and redo at his cost. The decision of
the Engineer in charge regarding such defective work and the decision, viz. pulling it down or
reducing rates as may be necessary shall be final and binding on the contractor.

Contractor No. of corrections Chief Officer Pg. 201


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

All RCC work shall be finished as directed by the Engineer in charge. It should be clearly
understood that the finishing is not meant to cover the casting defects but only to give a
smooth appearance. In case of RCC reservoirs and other major RCC works Contractor shall
not commence finishing unless and until Engineer-in-charge has inspected the casting of
concrete after removal of form and has satisfied about its quality failing which it shall be
regarded that casting was defective and action deemed fit as per clause (11) 1 above will be
taken since finishing has to commence immediately after removal of forms. The forms
removal in RCC reservoirs and other major work shall be done in presence of Deputy
Engineer.
28 days test : 1:2:4 1:1.1/2:3

150 Kg/cm2 200 Kg/cm2

Cube casting acceptance of concrete will be as specified in IS 456 - 1964 and relevant ISS.
Unacceptable quality concrete shall be demolished and redone without any extra cost by the
contractor.
The Engineer in charge 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 Engineer in charge will not endanger the safety of the structures.
Engineer in charges decision in such cases shall be final and binding on the contractor.
Surfaces not in contact with form work and not subject to any plaster shall be finished by a
float to present a smooth and uniform appearance. Surfaces which are in contract of form
work but for which no plastering is provided as per plan and estimate shall also be finished
smooth, and sand faced as directed. Surfaces for which plastering is to be done, as per
separate provision of plastering plans and estimates, shall immediately on removal of forms,
be roughened for bond by a pointed tamping tool.
In case, whether would be specified in the tender item or not the finish shall be such as to
match with the rest of the structure to present a harmonious appearance. It shall consist of 3
coats of cement, rendering, plastering float finished faced, etc. as per the requirement at site
and as directed by the Engineer in charge and Contractor shall have to do it at his own cost.
Failure to do proper finishing as directed shall result in payment at reduced rates only to the
Contractor and the decision of the Engineer in charge in this respect shall be final and
binding on the Contractor.
Testing
All structure meant to hold water shall be rested for water tightness test at Contractors cost,
by filling them to their desired level. The water tightness test shall be considered satisfactory
when the fall in water level after the container is filled to the FSL is not more than 5 mm/25
hours and there is no sweating from outside or bottom whatsoever.
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 kept
constantly filled with water at Contractors cost till the completion of work.
Till satisfactory water tightness test is given by the Contractor, at his cost, to the satisfaction
of the M.C., only 90% tendered rates shall be admissible for payment for RCC concrete
items.
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

Contractor No. of corrections Chief Officer Pg. 202


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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.C.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 Contractors bills. The ultimate
compressive stress as revealed from these tests shall not be less than
28 days test 1:2:4 1:1.1/2:3

150 Kg/cm2 200 kg/cm2

Cube casting acceptance of concrete will be as specified in IS 456-1964 and relevant ISS.
Unacceptable quality concrete shall be demolished and redone without any extra cost by the
Contractor.
The Engineer in charge 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 Engineer in charge will not endanger the safety of the structure.
Engineer in charges decision in such cases shall be final and binding on the Contractor.
Measurements
The Measurements shall be the unit as mentioned in the Schedule B and break- up
schedule. Mode of measurements 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 faces.
c) 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 beams and quantities laying outside the full beam section in
beams. Slant walls, slabs, etc. as the case may be shall be measured in
the respective slant wall vertical wall, flat 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.
The measurement under RCC works for net dimensions cast as directed without any
allowance for rendering, finishing, etc.

Item No. 12;- Providing and fixing in position TMT bar reinforcement (produced from
iron ore and made through blast furance route as per IS 1786-2008) of various
diameters for R.C.C. pile caps, footings, foundations, slabs, beams columns,
canopies, staircase, newels, chajjas, lintels pardis, copings, fins, arches etc. as per
detailed designs, drawings and schedules including cutting, bending , hooking the
bars, binding with wires of tack welding and supporting as required complete
This shall be comply as per standard specification no. Bd-F-17 on page no.306 of standard
specifications book (Red book) of B & C dept..

Contractor No. of corrections Chief Officer Pg. 203


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Steel for Reinforcement


The steel used for reinforcement shall be any of the following types:

(a) Mild steel and medium tensile bars conforming to IS 432 (Part I)

(b) High strength deformed steel bars conforming to IS 1786

(c) Hard drawn steel wire fabric conforming to IS 1566

(d) Structural steel conforming to Grade A of IS 2062

(e) Thermo-mechanically treated (TMT) Bars.

Elongation percent on gauge length is 5.65 A where A is the cross sectional areas of the
test
piece.

Mild steel is not recommended for the use in structures located in earthquake zone
subjected to severe damage and for structures subjected to dynamic loading (other than
wind loading) such as railway and highway bridges.
Welding of reinforcement bars covered in this specification shall be done in accordance with
the requirements of IS 2751.
Nominal mass/weight : The tolerance on mass/ weight for round and square bars shall be
the percentage given in Table of the mass/ weight calculated on the basis that the masses
of the bar/ wire of nominal diameter and of density 7.85 kg/ cm3 or 0.00785 kg/mm3.

Tolerance on Nominal Mass

Nominal size in mm Tolerance on the Nominal Mass per cent


Batch Individual sample + Individual sample
for coil (x)
(a) Upto and including +7 -8 +8
10
(b) Over 10, upto and +5 -6 +6
including 16
(c) Over 16 +3 -4 +4

+ for individual sample plus tolerance is not specified


(x) for coil batch tolerance is not applicable

Tolerance shall be determined in accordance with method given in IS 1786.

High strength deformed bars & wires shall conform to IS 1786. The physical properties for
all sizes of steel bars are mentioned below in Table

Fe Fe Fe Fe
Sl. No Property
415 415 D 500 D 550 D
(i) 0.2 Per ce Proo 415.0 415.0 500.0 550.0
nt f

Contractor No. of corrections Chief Officer Pg. 204


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Fe Fe Fe Fe
Sl. No Property
415 415 D 500 D 550 D
stress/ yield stress,
Min,
N/mm
2

(ii) Elongatio per cent, 14.5 18.0 16.0 14.5


n,
Min o gauge lengt
. n h
5.65 A , where A is
the
corss-sectional area
of
the test piece.
(iii) Tensile strength, Min 10 Per cent 12 Per cent 10 Per cent 8 Per cent more
more than more than the more than than the actual
the actual actual 0.2 per the actual 0.2 per cent
proof
0.2 per cent proof 0.2 per stress/yield
cent cent stress
proof stress/yield proof but not less
stress/ stress/ than
yield stress stress but not yield stress 600.0 N/mm2
but not less less than but not less
than 485.0 500.0 N/mm2 than 565.0
N/mm2 N/mm2
(iv) Tot elongation at - 5 5 5
al
maximum force
,
perce Min gaug
nt, on e
length A , wher
5.65 e
A is the cross-sectional
area of the test piece.

Tests: Selection and preparation of Test sample. All the tests pieces shall be selected by
the Engineer-in-Charge or his authorized representative either-

(a) From cutting of bars Or


(b) If he so desires, from any bar after it has been cut to the required or specified size
and the test piece taken from and any part of it.

In neither case, the test pieces shall be detached from the bar or coil except in the presence
of the Engineer-in-Charge or his authorized representative.

The test pieces obtained in accordance with as above shall be full sections of the bars as

Contractor No. of corrections Chief Officer Pg. 205


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

rolled and subsequently cold worked and shall be subjected to physical tests without any
further modifications. No deduction in size by machining or otherwise shall be permissible.
No test piece shall be enacted or otherwise subject to heat treatment. Any straightening
which a test piece may require shall be done cold.

Tensile Test: 0.2% proof stress and percentage elongation

This shall be done as per IS 1608, read in conjunction with IS 226.

RE- test: This shall be done as per IS 1786.

Rebend test: This shall be done as per IS 1786.

Chemical composition of reinforcement bars shall be as per Table 5.3 as follows:-

TABLE 5.3

Constituent Maximum Per cent


Fe 415 Fe 415 D Fe 500 D Fe 550 D
Carbon 0.30 0.25 0.25 0.25
Sulphur 0.060 0.045 0.040 0.040
Phosphorus 0.060 0.045 0.040 0.040
Sulphur and 0.110 0.085 0.075 0.075
Phosphorus

Thermo Mechanically treated reinforcement bars:

(a) There is no BIS code for TMT bars. The available code BIS 1786 pertains to HSD
Bars. Therefore there should be no stipulation that TMT bars should conform to
relevant BIS code.

(b) The TMT bars are being produced under valid licence from either of the firms namely
Tempcore,

Thermex Evcon Turbo & Turbo Quench. These firms have acquired patents and are
giving licences to various producers to produce TMT Bars.

(c) The TMT bars shall conform to IS 1786 pertaining to Fe 415 D or Fe 500 D or Fe
grade of steel as specified.

(d) In design and construction of reinforced concrete building in seismic zone III and
above, steel reinforcement of Grade Fe 415 D shall be used. However, high strength
deformed steel bars, produced by thermomechanical treatment process of grade Fe
415, Fe 500 and Fe 550 having elongation more than 14.5. % and conform to other
requirements of Fe 415 D, Fe 500 D and Fe 550 D respectively of IS 1786 may also
be used for reinforcement. In future, latest provision of IS 456 and IS 13920 or any
other relevant code as modified from time to time shall be applicable.

Stacking and Storage

Contractor No. of corrections Chief Officer Pg. 206


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Steel for reinforcement shall be stored in such a way as to prevent distorting and corrosion.
Care shall be taken to protect the reinforcement from exposure to saline atmosphere during
storage, fabrication and use. It may be achieved by treating the surface of reinforcement with
cement wash or by suitable methods. Bars of different classifications, sizes and lengths shall
be stored separately to facilitate issue in such sizes and lengths to cause minimum wastage
in cutting from standard length.
Identification
Care shall also be taken to properly identify these bars at site. The staff shall be specially
trained for looking for identification marks on these bars given by the manufacturers which
are generally given colour code. It will be advisable to see that only one type/grade of bars
are brought to site and used in the project after conducting tests for each lot.

REINFORCEMENTS
General requirements
Steel conforming to para 5.1.3 for reinforcement shall be clear and free from loose mill
scales, dust, loose rust, coats of paints, oil or other coating which may destroy or reduce
bond. It shall be stored in such a way as to avoid distortion and to prevent deterioration and
corrosion. Prior to assembly of reinforcement on no account any oily substance shall be
used for removing the rust.

Assembly of Reinforcement : Bars shall be bent correctly and accurately to the size and
shape as shown in the detailed drawing or as directed by Engineer-in-Charge. Preferably
bars of full length shall be used. Necessary cutting and straightening is also included.
Overlapping of bars, where necessary shall be done as directed by the Engineer-in-Charge.
The overlapping bars shall not touch each other and these shall be kept apart with concrete
between them by 25mm or 11/4 times the maximum size of the coarse aggregate whichever
is greater. But where this is not possible, the overlapping bars shall be bound together at
intervals not exceeding twice the dia. of such bars with two strands annealed steel wire of
0.90 mm to 1.6 mm twisted tight. The overlaps/ splices shall be staggered as per directions
of the Engineer-in-Charge. But in no case the overlapping shall be provided in more than
50% of cross sectional area at one section.
Bonds and Hooks Forming End Anchorages: Reinforcement shall be bent and fixed in
accordance with procedure specified in IS 2502, code of practice of bending and fixing of
bars for concrete reinforcement. The details of bends and hooks are shown below for
guidance.

(a) U-Type Hook


In case of mild steel plain bars standard U type hook shall be provided by bending
ends of rod into semicircular hooks having clear diameter equal to four times the
diameter of the bar.
Note: In case of work in seismic zone, the size of hooks at the end of the rod shall be
eight times the diameter of bar or as given in the structural drawings.

(b) Bends
Bend forming anchorage to a M.S. plain bar shall be bent with and internal radius
equal to two times the diameter of the bar with a minimum length beyond the bend
equal to four times the diameter of the bar.

Contractor No. of corrections Chief Officer Pg. 207


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Anchoring Bars in Tension : Deformed bars may be used without end anchorages
provided, development length equipment is satisfied. Hooks should normally be provided for
plain bars in tension. Development length of bars will be determined as per IS: 456.

Anchoring Bars in Compression : The anchorage length of straight bar in compression


shall be equal to the Development length of bars in compression as specified in IS: 456.
The projected length of hooks, bend and straight lengths beyond bend, if provided for a bar
in compression, shall be considered for development length.

Binders, stirrups, links etc. : In case of binders, stirrups, links etc. the straight portion
beyond the curve at the end shall be not less than eight times and nominal size of bar.

Welding of Bars
Wherever facility for electric arc welding or gas pressure welding is available, welding of
bars shall be done in lieu of overlap. The location and type of welding shall be got approved
by the Engineer-in-Charge. Welding shall be as per IS 2751 and 9417.
Placing in Position
Fabricated reinforcement bars shall be placed in position as shown in the drawings or as
directed by the Engineer -in -charge. The bars crossing one another shall be tied together at
every intersection with two strands of annealed steel wire 0.9 to 1.6 mm thickness twisted
tight to make the skeleton of the steel work rigid so that the reinforcement does not get
displaced during deposition of concrete. Tack welding in crossing bars shall also be
permitted in lieu of binding with steel wire if approved by Engineer-in-Charge.
The bars shall be kept in correct position by the following methods:
(a) In case of beam and slab construction pre-cast cover blocks in cement mortar 1:2 (1
cement : 2 coarse sand) about 4x4 cm section and of thickness equal to the specified
cover shall be placed between the bars and shuttering, so as to secure and maintain
the requisite cover of concrete over reinforcements.
(b) In case of cantilevered and doubly reinforced beams of slabs, the vertical distance
between the horizontal bars shall be maintained by introducing chairs, spacers or
support bars of steel at 1.0 mere or at shorter spacing to avoid sagging.
(c) In case of columns and walls, the vertical bars shall be kept in position by means of
timber templates with slots accurately cut in them: or with clock of cement mortar 1:2
(1 cement: 2 coarse sand) of required size suitable tied to the reinforcement to
ensure that they are in correct position during concreting.
(d) In case of other R.C.C. structure such as arches, domes, shells, storage tanks etc. a
combination of cover blocks, spacers and templates shall be used as directed by
Engineer-in-Charge.

Tolerance on Placing of Reinforcement : Unless otherwise specified by the Engineer-


in-Charge, reinforcement shall be placed within the following tolerances:

Tolerance in spacing
(a) For effective depth, 200 mm or less +10 mm
(b) For effective depth, more than 200 mm + 15 mm

Bending at Construction Joints : Where reinforcement bars are bent aside at


construction joints and afterwards bent back into their original position care should be
taken to ensure that at no time the radius of the bend is less than 4 bar diameters for

Contractor No. of corrections Chief Officer Pg. 208


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

plain mild steel or 6 bar diameter for deformed bars. Care shall also be taken when
bending back bars to ensure that the concrete around the bar is not damaged.

Cover : The minimum nominal cover to meet durability requirements shall be as under:-

Exposure Nominal Concrete cover in mm not less than


Mild 20
Moderate 30
Severe 45
Very severe 50
Extreme 75

Notes : 1. For main reinforcement upto 12 mm diameter bar for mild exposure the nominal
cover may be reduced by 5 mm.
2. Unless specified otherwise, actual concrete cover should not deviate from the
required nominal cover by + 10 mm.
3. For exposure condition severe and very severe reduction of 5 mm may be
made, where concrete grade is M35 and above.
4. Nominal cover to meet specified period of fire resistance shall not be less than
as given in Table 16A of IS 456.
Measurement:
Reinforcement including authorized spacer bars and lappages shall be measured in length
of different diametre, as actually (not more than as specified in the drgs.) used in the work
nearest to a centimetre and their weight calculated on the basis of standard weight given in
Table 5.4 below. In case actual unit weight of the bars is less than standard unit weight, but
within variation, in such cases weight of reinforcement shall be calculated on the basis of
actual unit weight. Wastage and unauthorized overlaps shall not be paid for. Annealed steel
wire required for binding or tack welding shall not be measured, its cost being included in the
rate of reinforcement.
Where tack welding is used in lieu of binding, such welds shall not be measured. Chairs
separators etc. shall be provided as directed by the Engineer-in-Charge and measured
separately and paid for.

Cross Sections Area and Mass of Steel Bar

Nominal Size mm Cross sectional Area Sq.mm Mass per metre Run Kg.
6 28.3 0.222
8 50.3 0.395
10 78.6 0.617
12 113.1 0.888
16 201.2 1.58
20 314.3 2.47
25 491.1 3.85
28 615.8 4.83
32 804.6 6.31
36 1018.3 7.99
40 1257.2 9.86

Contractor No. of corrections Chief Officer Pg. 209


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Note: These are as per clause 6.2 of IS 1786.

Rate
The rate for reinforcement shall include the cost of labour and materials required for all
operations described above such as cleaning of reinforcement bars, straightening, cutting,
hooking bending, binding, placing in position etc. as required or directed including tack
welding on crossing of bars in lieu of binding with wires.
Item No. 12:-Providing and fixing mild steel grill work for windows/ventilators of 20
Kg./Sqm. as per drawings including necessary welding and painting with one coat of
anticorrosive paint and two coats of oil painting, etc. complete.
This shall be comply as per standard specification no. Bd-U-1 on page no.537 of standard
specifications book (Red book) of B & C dept..

GENERAL :
The contractor shall submit 6 copies of shop drawings covering all types of work under
this specifications before manufacture. The drawing shall show all dimensions, details of
construction, installation relating to the adjoining work.

MATERIALS :
All structural steel shall conform to I.S. 226 sections for grills and shall be free from
loose mill scales, rusts, pittings or any other defects affecting its strength and durability.
FABRICATION :
The grill shall be fabricated to the design and pattern shown in the drawings. All
joints shall be made in best workman like manner with slotting and welding as required
to the specified size and shape. The edge of the M.S. flats shall be suitably mitred
before welding to get the desired shape. The joints shall be filled to remove excess
stay after welding. Screws, nuts, washers, bolts, rivets and any other miscellaneous
fastenings, devices shall be of steel and shall be provided by the contractor.

Manufactured M.S. grills then be fixed in between the posts, balusters, M.S. frame
work etc. to correct alingnment. Any undulations, bends etc.found shall be rectified
by the contractor at his own cost. The complete assembly of grill/railing so fixed shall
be firm and there shall not be any lateral movements.

SAMPLES :
Samples of grill and railings shall be submitted for approval of the Engineer-in-Charge
and to be got approved before taking up for mass fabrication.

INSTALLATION :
The approved grills shall be fixed in position where specified and shown in
drawings including in masonry walls, teakwood frames, hand railings etc. Any
damages to walls, frames etc. caused during fixing the grills shall be made good
by grouting with cement mortar/packing/repairing properly at the contractors cost.

PAINTING :
Painting shall be done as per the specifications specified under painting.
MODE OF MEASUREMENT :

Contractor No. of corrections Chief Officer Pg. 210


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Actual area of m.s. grill manufactured and fixed in position shall only be measured in
square metre for payment. All measurements shall be taken to two places of decimal of a
metre and area shall be calculated to second place of decimals of a square metre.
The rate is to include the cost of all materials, labour, transporting, fabricating,
installing, scaffolding if necessary, grouting etc. complete.The windows to be provided
and fixed shall be of steel type fabricated from standard IS sections without ventilators
including fabrication, glazing with obscured (Bajara) glass pane and of; approved type and
quality of fixtures and fastenings, 10 mm square bar at 100 mm c/c and finishing with oil
painting in 3 coats. The size and number of windows shall as per schedule given in the
drawing, as per Bd.T, of page No.509 of PWD. Standard specification (Red Book).

Item No.13 :- Providing structural steel work in rolled stanchions fixed with
connecting plates or angle cleats as in main and cross beams, hip and jack rafters,
purlins connecting to truss members and like as per detailed desings and drawings or
as directed by Engineer-in-charge including cutting, fabricating, hoisting, erecting,
fixing in position, making riveted / bolted /welded connections and one coat of
anticorrosive paints and over it two coats of oil painting, etc. complete.
This shall be comply as per standard specification no. Bd-C-3 on page no.275 of standard
specifications book (Red book) of B & C dept..

SCOPE OF WORK :
The work covered by this specification consists of furnishing and erecting of
structural steel complete in strict accordance with this specifications and the applicable
drawings.
MATERIALS :
All structural steel shall be of standard sections as marked on the drawings and shall be
free of scale, blisters, laminations, cracked edges and defects of any sort. If
the structural steel is not supplied by the Department and the Contractor is
required to bring such steel, the Contractor shall furnish duplicate copies of all mill
orders and/ or also the test report received from the mills, to satisfy the Engineer-in-
Charge.
All structural steel and electrodes shall comply in all respects with I.S.S. for structural
steel.

WORKMANSHIP :
All workmanship shall be of first class quality in every respect to the greatest
accuracy being observed to ensure that all parts will fit together properly on erection.
All ends shall be cut true to planes. They must fit the butting S urfaces closely. All
stiffeners shall be fit tightly at both ends. All butt ends of compression members shall be
in close contact through the area of the joints. All holes in plates and section between 12
mm. and 20 mm. thick shall be punched to such diameter that 3 mm. of metal is left all
around the hole to be cleaned out to correct size by reamer.
The base connection shall be provided as shown on drawings and the greatest
accuracy of workmanship shall be ensured to provide the best connections.
Figured dimensions on the drawings shall be taken.
ERECTION AND MARKING :
Erection and fabrication shall be according to I.S. 800-1984 section-11. During
erection, the work shall be securely braced and fastened temporarily to provide

Contractor No. of corrections Chief Officer Pg. 211


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

safety for all erection stresses etc. No permanent welding shall be done until
proper alignment has been obtained.
Any part which do not fit accurately or which are not in accordance with the drawings
and specifications shall be liable to rejection and if rejected, shall be at once be made
good.
Engineer-in-Charge shall have full liberty at all reasonable times to enter the
contractors premises for the purpose of inspecting the work and no work shall be
taken down, painted or despatched until it has been inspected and passed. The
contractor shall supply free of charge all labour and tools required for testing of work.
DELIVERY AT SITE :
The contractor shall deliver the component parts of the steel work in an
undamaged state at the site of the works and the Engineer-in-Charge shall be
entitled to refuse acceptance of any portion which has been bent or other wise
damaged before actual delivery on work.

SHOP DRAWINGS :
The shop drawings of structural steel based on contract drawings shall be
submitted to the Engineer-in- Charge. The necessary information for fabrication,
erection, painting of structure etc. must be furnished immediately after acceptance of
the tender.
PAINTING :
Painting should be strictly according to I.S. 1477-1971 (PartI-Pretreatment) and I.S.
1477-1971 (Part II-painting). Painting should be carried out on dry surfaces free
from dust, scale etc. The paint shall be approved by the Engineer-in-Charge.
One coat of shop paint (red lead) shall be applied on steel, except where it is to
be encased in concrete or where surfaces are to be field welded.
WELDING :
Welding shall be in accordance with I.S. 816-1969, I.S. 819-1957, I.S. 1024-1979,
I.S. 1261-1959, I.S. 1323-1982 and I.S. 9595-1980 as appropriate. For welding of
any particular type of joint, welders shall give evidence of having satisfactory completed
appropriate tests as described in any of I.S. 817-1966, I.S. 1393-1961, I.S. 7307
(Part-I)-1974, I.S. 7310 (Part-I)-1974 and I.S. 7318 (Part-I)-1974 as relevant.
Welding Consumables : Covered electrodes shall conform to I.S. 814 (Part-I)-
1974 and I.S.814 (Part-II)-1974 or I.S. 1395-1982 as appropriate. Filler rods and wires
for gas welding shall conform to I.S. 1278-1972. The bare wire electrodes for submerged
arc welding shall conform to I.S. 7280-1974. The combination of arc and flash shall
satisfy the requirements of I.S. 3613-1974.
The filler rods and bare electrodes for gas shielded metal, arc welding shall conform to
I.S. 6419-1971 and I.S. 6560-1972 as appropriate.
Types of Welding:
Arc welding (direct or alternating current) or Oxyacetylene welding may be used.
Field welding may be used. Field welding shall be by D.C.
Size of Electrode Runs:
The maximum gauge of the electrodes for welding any work and the size of run
shall be based on the following tables.

Contractor No. of corrections Chief Officer Pg. 212


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Average thickness of plate or Maximum gauge or diameter of electrodes to


section
Less than 3/16" be used.
10 S.W.G.
3/16" and above but less than 8 S.W.G.
5/16" and above but less than 6 S.W.G.
3/8" and above but less than 5/8" 4 S.W.G.
5/8" and above but less than 1" 5/16"dia.
1" and above thick section 3/8" dia.

Note : On any straight weld the first run shall not ordinarily be deposited with a larger
gauge electrode than No. 8 S.W.G. For subsequent runs the electrode shall not be
increased by more than two electrode size between consecutive runs.
Welding Contractors : The contractor shall ensure that each welding operator employed
on fabrication or erection is an efficient and dependable welder, who has passed
qualifying tests on the types of welds which will be called upon to make. Sample
test shall have to be given by the contractor to the entire satisfaction of the
Engineer-in-charge.
Welding Procedure :
a) Welding should be done with the structural steel in flat position in a
down hand manner wherever possible. Adequate steps shall be taken to
maintain the correct arc length, rate of travel, current and polarity for the type
of electrode and nature of work. Welding plant capacity shall be adequate to
carry out the welding procedure laid down. Adequate means of measuring the
current shall be available either as a part of the welding plant or by the provision
of a portable ammeter. In checking the welding current, a tolerance of 10%
or 30 amperes from the specified value whichever is less shall be permitted.
b) The welding procedure shall be such as to ensure that the weld metal can be fully
and satisfactory deposited through the length and thickness of all joints so that
distortion and shrinkage stresses are reduced to the minimum and thickness of
welds meet the requirements of quality specified.
WORKMANSHIP :
Preparation of Fusion Faces : Fusion faces shall be cut by stearing machine or gas
cutting and later dressed by filling or grinding so that they shall be free
from irregularities such as would interfere with the deposition of the specified size of
weld to cause the defects. Fusion faces and the surrounding surfaces shall be free
from heavy slag, oil paint or any substance which might affect the quality of the
weld or impede the progress of welding. The welding face shall be free of rust and
shall have metal shine surfaces.
The parts to be welded shall be brought into as close contact as possible and the gap
due to faulty workmanship or incorrect fit up shall not exceed 1/16". If separation of
1/16" or more occurs locally, the size of the fillet weld shall be increased at such
position by an amount of equal to the width of the gap. The parts to be welded shall be
maintained to their correct position during welding. They shall be securely held in
position by means of tack welds, service bolts, clamps or rings before commencing
welding so as to prevent and relative movement due to distortion, wind or any other
cause.
Step Back Method Should be Used to Avoid Distortion : The minimum leg length of
a fillet weld as deposited should not be less than the specified size and the throat
thickness as deposited should be not less than that tabulated below:

Contractor No. of corrections Chief Officer Pg. 213


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Throat Thickness of Fillet

Angle between fusion 600-900 910- 1010- 1070- 1140-


faces
Throat thickness in cms. 0.70 0.65 0.60 0.55 0.50

In no case should a concave weld be deposited without the specific approval of the
Engineer-in-Charge unless the leg length is increased above the specified length so
that the resultant throat thickness is as great as would have been obtained by the
deposition of a flat.
All welds shall be deposited in a pre-arranged order and sequence taking due account
of the effects of distortion and shrinkage stresses.
After making each run of welding, all slag shall be removed and final run shall be
protected by clean boiled linseed oil till approved. The weld metal, as deposited, shall
be free from crack, slag,excessive porosity, cavities and other faults.

The weld metal shall be properly fused with the parent metal without overlapping or
serious undercutting at the toes of the weld. The surfaces of the weld shall have a
uniform and consistent contour and regular appearance. In welds containing crack,
porosity or cavities in which the weld metal tends to overlap on the parent metal
without proper fusion, the defective portions of the welds shall be out cut and re-welded.
Where serious under cutting occurs, additional weld metal shall be deposited to make
good reduction. Testing of welded joints shall be done as per relevant IS codes 3600,
3613, 4260, 7205, 7215, 7307, 7310, 7318.

MODE OF MEASUREMENT:
All structural steel shall be measured on weight basis in metric tonnes or quintals or
kgs. as mentioned in the schedule of quantities. The length or areas of various
members including gusset plates shall be measured correct to two places of decimals
and the net weight worked out from the standard steel tables approved by
Indian Standard Institution. No separate measurements shall be taken for
welding, riveting, bolting, field connections etc. The rate shall include cost of all
labour, materials, scaffolding, transport and also cost of welding, riveting and
bolting, field connections if any all to complete the job as per specifications.

Item No. 14:-Providing second class Burnt Brick masonry with conventional / Indian
standard type bricks in cement mortar 1:6 in superstructure including striking joints,
raking out joints, watering and scaffolding complete. Spec. No. Bd.G.3 Page No.315
This shall be comply as per standard specification no. Bd-G-3 on page no.315 of standard
specifications book (Red book) of B & C dept..
BRICK WORK
Classification
The brick work shall be classified according to the class designation of bricks used.
Mortar
The mortar for the brick work shall be as specified, and conform to accepted standards. Lime
shall not be used where reinforcement is provided in brick work.
Soaking of Bricks
Bricks shall be soaked in water before use for a period for the water to just penetrate the
whole depth of the bricks. Alternatively bricks may be adequately soaked in stacks by

Contractor No. of corrections Chief Officer Pg. 214


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

profusely spraying with clean water at regular intervals for a period not less than six hours.
The bricks required for masonry work using mud mortar shall not be soaked. When the
bricks are soaked they shall be removed from the tank sufficiently early so that at the time of
laying they are skin -dry. Such soaked bricks shall be stacked on a clean place where they
are not again spoiled by dirt earth etc.

The period of soaking may be easily found at site by a field test in which the bricks are
soaked in water for different periods and then broken to find the extent of water penetration.
The least period that corresponds to complete soaking will be the one to be allowed for in
construction work.
Note II : If the bricks are soaked for the required time in water that is frequently changed the
soluble salt in the bricks will be leached out, and subsequently efflorescence will be reduced.
Laying
Bricks shall be laid in English Bond (Fig. 6.2, 6.3, 6.4) unless otherwise specified. For brick
work in half brick wall, bricks shall be laid in stretcher bond. Half or cut bricks shall not be
used except as closer where necessary to complete the bond. Closers in such cases, shall
be cut to the required size and used near the ends of the wall. Header bond shall be used
preferably in all courses in curved plan for ensuring better alignment.

Note: Header bond shall also be used in foundation footings unless thickness of walls (width
of footing) makes the use of headers impracticable. Where thickness of footing is uniform for
a number of courses, the top course of footing shall be headers.

All loose materials, dirt and set lumps of mortar which may be lying over the surface on
which brick work is to be freshly started, shall be removed with a wire brush and surface
wetted. Bricks shall be laid on a full bed of mortar, when laying, each brick shall, be properly
bedded and set in position by gently pressing with the handle of a trowel. Its inside face shall
be buttered with mortar before the next brick is laid and pressed against it. Joints shall be
fully filled and packed with mortar such that no hollow space are left inside the joints.

The walls shall be taken up truly in plumb or true to the required batter where specified. All
courses shall be laid truly horizontal and all vertical joints shall be truly vertical. Vertical joints
in the alternate course shall come directly one over the other. Quoin, Jambs and other
angles shall be pro-perly plumbed as the work proceeds. Care shall be taken to keep the
perpends properly aligned within following maximum permissible tolerances :

(a) Deviation from vertical within a storey shall not exceed 6 mm per 3 m height.
(b) Deviation in verticality in total height of any wall of building more than one storey in
height shall not exceed 12.5 mm.
(c) Deviation from position shown on plan of any brick work shall not exceed 12.5 mm.
(d) Relative displacement between load bearing wall in adjacent storeys intended to be
vertical alignments shall not exceed 6 mm.
(e) A set of tools comprising of wooden straight edge, masonic spirit levels, square, 1
metre rule line and plumb shall be kept on the site of work for every 3 masons for
proper check during the progress of work.

All quoins shall be accurately constructed and the height of brick courses shall be kept
uniform. This will be checked using graduated wooden straight edge or storey rod indicating
height of each course including thickness of joints. The position of damp proof course,
window sills, bottom of lintels, top of the wall etc. along the height of the wall shall be marked

Contractor No. of corrections Chief Officer Pg. 215


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

on the graduated straight edge or storey rod. Acute and obtuse quoins shall be bonded,
where practicable in the same way as square quoins. Obtuse quoins shall be formed with
squint showing three quarters brick on one face and quarter brick on the other.

The brick work shall be built in uniform layers. No part of the wall during its construction shall
rise more than one metre above the general construction level. Parts of wall left at different
levels shall be raked back at an angle of 45 degrees or less with the horizontal. Toothing
shall not be permitted as an alternative to raking back. For half brick partition to be keyed
into main walls, indents shall be left in the main walls.
All pipe fittings and specials, spouts, hold fasts and other fixtures which are required to be
built into the walls shall be embedded, as specified, in their correct position as the work
proceeds unless otherwise directed by the Engineer-in-Charge.
Top courses of all plinths, parapets, steps and top of walls below floor and roof slabs shall
be laid with brick on edge, unless specified otherwise. Brick on edge laid in the top courses
at corner of walls shall be properly radiated and keyed into position to form cut (maru)
corners as shown in Fig 6.4. Where bricks cannot be cut to the required shape to form cut
(maru) corners, cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size) equal to thickness of course shall be provided in lieu of cut
bricks.
Bricks shall be laid with frog (where provided) up. However, when top course is exposed,
bricks shall be laid with frog down. For the bricks to be laid with frog down, the frog shall be
filled with mortar before placing the brick in position.
In case of walls one brick thick and under, one face shall be kept even and in proper plane,
while the other face may be slightly rough. In case of walls more than one brick thick, both
the faces shall be kept even and in proper plane.
To facilitate taking service lines later without excessive cutting of completed work, sleeves
(to be paid separately) shall be provided, where specified, while raising the brick work. Such
sleeves in external walls shall be sloped down outward so as to avoid passage of water
inside.
Top of the brickwork in coping and sills in external walls shall be slightly tilted. Where brick
coping and sills are projecting beyond the face of the wall, drip course/throating (to be paid
separately) shall be provided where indicated.
Care shall be taken during construction that edges of jambs, sills and projections are not
damaged in case of rain. New built work shall be covered with gunny bags or tarpoulin so as
to prevent the mortar from being washed away. Damage, if any, shall be made good to the
satisfaction of the Engineer-in-Charge.
Vertical reinforcement in the form of bars (MS or high strength deformed bars or thermo-
mechanically treated bars as per direction of Engineer-in-Charge)), considered necessary at
the corners and junction of walls and jamb opening doors, windows etc. shall be encased
with cement mortar not leaner than 1:4 (1 cement : 4 coarse sand), or cement concrete mix
as specified. The reinforcement shall be suitably tied, properly embedded in the foundation
and at roof level. The dia. of bars shall not be less than 8 mm and concrete grade shall be
minimum 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size).
In retaining walls and the like, where water is likely to accumulate, weep holes, 50 to 75 mm
square shall be provided at 2 m vertically and horizontally unless otherwise specified. The
lowest weep hole shall be at about 30 cm above the ground level. All weep holes shall be
surrounded by loose stones and shall have sufficient fall to drain out the water quickly.

Contractor No. of corrections Chief Officer Pg. 216


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Note : Work of providing loose stone will be payable extra.


Work of cutting chases, wherever required to be made in the walls for housing G.I. pipe, CI
pipe or any other fixtures shall be carried out in various locations as per guidelines given
below :
(a) Cutting of chases in one brick thick and above load bearing walls.
(i) As far as possible services should be planned with the help of vertical chases.
Horizontal chases should be avoided.

(ii) The depths of vertical chases and horizontal chases shall not exceed one-third
and one-sixth of the thickness of the masonry respectively.

(iii) When narrow stretches of masonry (or short length of walls) such as between
doors and windows, cannot be avoided they should not be pierced with openings
for soil pipes or waste pipes or timber joints, etc. Where there is a possibility of
load concentration such narrow lengths of walls shall be checked for stresses and
high strength bricks in mortar or concrete walls provided, if required.

(iv) Horizontal chases when unavoidable should be located in the upper or lower one-
third of height of storey and not more than three chases should be permitted in
any stretch of a wall. No continuous horizontal chase shall exceed one metre in
length. Where unavoidable, stresses in the affected area should be checked and
kept within the permissible limits.

(v) Vertical chases should not be closer than 2 m in any stretch of a wall. These shall
be kept away from bearings of beams and lintels. If unavoidable, stresses in the
affected area should be checked and kept within permissible limits.

(vi) Masonry directly above a recess, if wider than 30 cm horizontal dimension) should
be supported on lintel. Holes in masonry may be provided upto 30 cm width and
30 cm height without any lintel. In the case of circular holes in the masonry, no
lintel need be provided for holes upto 40 cm in diameter.

(b) Cutting of chases in half brick load bearing walls.


No chase shall be permitted in half brick load bearing walls and as such no reccessed
conduits and concealed pipes shall be provided with half brick thick load bearing
walls.

(c) Cutting of chases in half brick non-load bearing wall :


Services should be planned with the help of vertical chases. Horizontal chase should
be provided only when unavoidable.
Joints
The thickness of all types of joints including brick wall joints and cross joints shall be such
that four course and three joints taken consecutively shall measure as follows:
(i) In case of modular bricks conforming to IS 1077 specification for common burnt clay
buildings bricks, equal to 39 cm.
(ii) In case of non-modular bricks, it shall be equal to 31 cm.

Note:Specified thickness of joints shall be of 1 cm. Deviation from the specified thickness of

Contractor No. of corrections Chief Officer Pg. 217


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

all joints shall not exceed one-fifth of specified thickness.


Finishing of Joints: The face of brick work may be finished flush or by pointing. In flush
finishing either the face joints of the mortar shall be worked out while still green to give a
finished surface flush with the face of the brick work or the joints shall be squarely raked out
to a depth of 1 cm while the mortar is still green for subsequently plastering. The faces of
brick work shall be cleaned with wire brush so as to remove any splashes of mortar during
the course of raising the brick work. In pointing, the joints shall be squarely raked out to a
depth of 1.5 cm while the mortar is still green and raked joints shall be brushed to remove
dust and loose particles and well wetted, and shall be later refilled with mortar to give ruled
finish. Some such finishes are flush, weathered, ruled, etc.
Curing
The brick work shall be constantly kept moist on all faces for a minimum period of seven
days. Brick work done during the day shall be suitably marked indicating the date on which
the work is done so as to keep a watch on the curing period.
Scaffolding
Scaffolding shall be strong to withstand all dead, live and impact loads which are likely to
come on them. Scaffolding shall be provided to allow easy approach to every part of the
work.
Single Scaffolding: Where plastering, pointing or any other finishing has been indicated for
brick work, single scaffolding may be provided, unless otherwise specified. In single
scaffolding, one end of the put-logs/pole shall rest in the hole provided in the header course
of brick masonry. Not more than one header for each put-log/pole shall be left out. Such
holes shall not be allowed in the case of pillars, brick work less than one metre in length
between the openings or near the skew backs of arches or immediately under or near the
structural member supported by the walls. The holes for putlogs/poles shall be made good
with brick work and wall finishing as specified.
Double Scaffolding: Where the brick work or tile work is to be exposed and not to be
finished with plastering etc. double scaffolding having two independent supports, clear of the
work, shall be provided.
Measurements
Brick work shall be measured in cubic metres unless otherwise specified. Any extra work
over the specified dimensions shall be ignored. Dimensions shall be measured correct to the
nearest 0.01 m i.e. 1 cm. Areas shall be calculated to the nearest 0.01 sq mtrs and the cubic
contents shall be worked out to the nearest 0.01 cubic metres.
Brick work shall be measured separately in the following stages:
(a) From foundation to floor one level (Plinth level)
(b) Plinth (floor one) level to floor two level
(c) Between two specified floor levels above floor two level

Note : (i) Brick work in parapet walls, mumty, lift machine room and water tanks constructed
on the roof upto 1.2 m height above roof shall be measured together with the corresponding
work of the floor next below. No deductions or additions shall be done and no extra payment
made for the following :
Note : Where minimum area is defined for deduction of an opening, void or both, such areas
shall refer only to opening or void within the space measured.
(a) Ends of dissimilar materials (that is, joists, beams, lintels, posts, girders, rafters,
purlins, trusses, corbels, steps, etc.); up to 0.1 m2 in section;
(b) Opening up to 0.1 m2 in area (see Note);

Contractor No. of corrections Chief Officer Pg. 218


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

(c) Wall plates, bed plates, and bearing of slabs, chajjas and the like, where thickness
does not exceed 10 cm and bearing does not extend over the full thickness of wall;
(d) Cement concrete blocks as for hold fasts and holding down bolts;
(e) Iron fixtures, such as wall ties, pipes upto 300 mm diameter and hold fasts for doors
and windows.
(f) Chases of section not exceeding 50 cm in girth.
(g) Bearing portion of drip course, bearing of moulding and cornice.
Note : In calculating area of an opening, any separate lintel or sills shall be included with the
size of the opening but end portions of lintel shall be excluded. Extra width of rebated
reveals, if any, shall also be excluded. Walls half brick thick and less shall each be
measured separately in square metres stating thickness.
Walls beyond half brick thickness shall be measured in multiples of half brick which shall be
deemed to be inclusive of mortar joints. For the sizes of bricks specified in 6.1.1, half brick
thickness shall mean 100 mm for modular and 115 mm for non-modular bricks.
Where fractions of half brick occur due to architectural or other reasons, measurement shall
be as follows :
(a) upto 1/4th brick-actual measurements and
(b) exceeding 1/4 brick-full half bricks.
String courses, projecting pilasters, aprons, sills and other projections shall be fully
described and measured separately in running metres stating dimensions of each projection.
Square or rectangular pillars shall be measured separately in cubic metres in multiple of half
brick. Circular pillars shall be measured separately in cubic metres as per actual dimensions.
Brick work curved on plan shall be measured like the brick work in straight walls and shall
include all cutting and wastage of bricks, tapered vertical joints and use of extra mortar, if
any. Brick work curved on plan to a mean radius not exceeding six metres shall be
measured separately and extra shall be payable over the rates for brick work in straight
walls. Nothing extra shall be payable if the mean radius of the brick work curved in plan
exceeds six metres.
Tapered walls shall be measured net as walls and extra payment shall be allowed for
making tapered surface for brick work in walls. Brick work with brick tiles shall be measured
and paid for separately.
Rate
The rate shall include the cost of materials and labour required for all the operations
described above except the vertical reinforcement and its encasement in cement mortar or
cement concrete. The rate shall also include the following :
(a) Raking out joints or finishing joints flush as the work proceeds;
(b) Preparing tops of existing walls and the like for raising further new brick work.
(c) Rough cutting and waste for forming gables, splays at eaves and the like.
(d) Leaving holes for pipes upto 150 mm dia. and encasing hold fasts etc.
(e) Rough cutting and waste for brick work curved in plan and for backing to stone or
other types of facing.
(f) Embedding in ends of beams, joists, slabs, lintels, sills, trusses etc.
(g) Bedding wall plates, lintels, sills, roof tiles, corrugated sheets, etc. in or on walls if not
covered in respective items
(h) Leaving chases of section not exceeding 50 cm in girth or 350 sq cm in cross-section.
(i) Brick on edge courses, cut brick corners, splays reveals, cavity walls, brick works
curved on plan to a mean radius exceeding six metres.

Contractor No. of corrections Chief Officer Pg. 219


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 15 :-Providing and fixing country teak wood frame of required size as per
drawing for second class doors and windows, ventilators, fan light, cup board and
clear storey windows including chamfering, rounding, rebating and mild steel hold
fast of size 300mm x 40mm x 5mm fixed with screw by drilling holes to wooden
frames including cutting recesses into frame to accommodate outside strip of frame
grill and finishing with oil painting complete. Spec. No. Bd.T.2 Page No.478

Item No. 16:-Providing and fixing country teak wood double leaf 2nd class fully
panelled single / double leaf with ventilator / fanlight as per detailed drawing including
size of style, top rail, frieze rail 95mm x 35mm thick with lock and bottom rail 195mm x
35mm thick with panels of 30mm thickness including iron oxidised fixtures and
fastening and finishing the wood work with one coat of primer (excluding door frame)
complete (for span of 1200mm x 2100mm). Spec. No. Bd.T.4 Page No.479, 480.

This shall be comply as per standard specification no. Bd-T-4 on page no.479,480 of
standard specifications book (Red book) of B & C dept..
The doors to be provided and fixed shall be C.C.T. wood double or single leaf second class
fully paneled doors without fan light as per number and clear size shown in drawing including
C.C.T. wood door frame of 75 mm x 100 mm, iron oxidized fixtures and fastenings and
finishing the wood work with oil paint of 3 coats. The size of doors shall be as per schedule
given in the drawing. The fixture includes 2 handles, 2 tower bolts, 2 Hal drops, 3 Nos. of
hinges per leaf.
The frame includes chamfering/ rounding, rebating and mild steel hold fasts of size 300 x 40
x 5 mm fixed with screw by drilling holes to wooden frames as per specification No.Bd\-T-2
page No.478, of P.W.D. standard specification book (Red Book).
The panels include size of stiles, top rail, freeze rail of 95 mm, 40 mm thickness and with
lock rail and bottom rail of 195 mm x 40 mm thickness with panels of 35 mm thickness, as
per specification No. Bd-T-4 Page No. 478, 480 of P.W.D. standard specification book (Red
Book).
Item No. 17:-Providing and fixing steel window of various sizes as per detailed
drawings fabricated from IS standard sections without hot dip zinc coating without /
with ventilator including fabrication, glazing with non-acentinic / plain / obscured
glass panels of approved type and quality, all fixtures and fastening without teak
wood boxing, and architraves and finishing with one coat of primer complete with
guard bars 12mm square bar 10cm center to center. Spec. No. Bd.T.53 Page No.509.
As per specification of item no 4 of subwork no 1

Item No. 18 & 19 :-Providing internal cement plaster 12mm thick in single coat in
cement mortar 1:4 without neeru finish to concrete or brick surfaces, in all positions
including scaffolding and curing complete. Spec. No. Bd.L.2 Page No.368
As per specification of item no 1 of subwork no 1

Item No. 20:-Providing & applying washable Oil-bound distemper of approved colour
and shade to old and new surfaces in two coat including scaffolding, preaparing the
surfaces (excluding the primer coat.) complete. Bd. P 5 Pg No.413.
As per specification of item no 10 of subwork no 1

Contractor No. of corrections Chief Officer Pg. 220


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 21 :- Providing, and applying three coats of Appex paint of approved
manufacturer and approved coulor and shade to plaster surface including scafoling if
necessory and preparing the surface etc. complete As directed by Engineer in charge
As per specification of item no 3 of subwork no 1

Item No.22 & 23:- Providing and fixing coloured vitrified tiles of approved quality
colour and size of 600mm x 600mm x 10mm for flooring in required position, pattern /
design laid on cement mortar (1:4) including filling joints with neat cement slurry
mixed with pigment to match the colour of tiles curing rubbing and polishing
complete as directed by engineer in charge. Spec. No. As directed by Engineer in
charge
This shall be comply as directed Engineer-in-charge

Item No.:- 24 Providing and laying grit coba of average 50mm thickness including
thoroughly cleaning the base, removing all loose material, oil, grease etc.flushing with
water, mixing one litre of bonding material [(SB)L] with 1.25kg of cement to form a
homogeneous paste and uniformly applying with brush (within 20 minutes), waiting
for 15 minutes, laying the grit concrete 1:1.5: proportion (Grit size 6-8mm) on the
prepared surface to required grades and levels (keeping minimum thickness of
25mm), sprinkling water after 6 hours, finishing the formed surface after 24 hours with
4 to 5mm thick 1:3 cement finish mixed with fibre at 125gms per bag of cement and
curing for minimum 7 days etc. complete as directed by Engineer in charge. Spec. No.
As directed by Engineer in charge
This shall be comply as directed Engineer-in-charge

Item No. 25 :- Providing, Electrification etc. complete As directed by Engineer in


charge
This shall be comply as directed Engineer-in-charge

Contractor No. of corrections Chief Officer Pg. 221


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 6:PUMPING MACHINEY FOR RECIRCULATION SUMP

Item No. 1 :- Providing, erecting and giving test of submersible pumpset conforming
to IS 8034 and motor conforming to IS 9283, with water proof winding. Pump shall be
suitable for various delivery head and discharge with stainless steel shaft. Motor
suitable for working on 415 V 10%, 3 Ph, 50 Hz A.C. Supply, with cable guard, thrust
carbon/fiber bearing to withstand entire hydraulic thrust. The pump set shall be
suitable for direct coupling, with suitable suction strainer. Pump should have suitable
discharge out let as per manufacturer's design. Antithrust stream lined non return
valve shall be provided with the pump. 3 m submersible copper conductor cable in
single / double run and 2 pairs of suitable size erection clamp 10 mm thick shall be
provided with each pump.
A) Submersible Motor pump set -
Giving discharge as specified in Schedule 'B'. The pump shall also cover the head range
from 75% to 110% of the head specified shut-oft head shall not be less than 120% of head
specified.
The pump shall be of minimum size of 150 mm. and shall have bronze impeller (impeller of
polypropylene shall not be accepted) stainless steel shaft, minimum number of stages,
(Pumps above 15 stages shall not be accepted in any case) streamlined non-return valve,
brass strainer, etc. complete. The efficiency of pump shall be maximum at duty point. The
pump shall conform to IS 8034. The submersible motor shall be wet/water filled, fitted with
stainless / tensile steel shaft, seal cap, expansions chamber, thrust bearing, etc. suitable to
operate on 360 volts to 440 volts 3 ph., 50 Hz. AC. supply. The HP of motor shall be such
that it shall have 30% reserve margin over and above the maximum power required in the
specified head range. The pump and motor shall be coupled directly. The motor pump set
shall be suitable for vertical and horizontal installation. The pump shall be provided with
flanged outlet connection for 80 mm size and above. Where turbidity is exceeding 500 PPM,
Pump should be provided with mechanical seal.
The pump set shall be installed on open well in vertical position. Two no. of M.S. heavy duty
clamps of suitable size shall be provided for erection. The pumps shall be erected on square
frame of size 1 M x 0.5 M fabricated from ISMC 75 for pumps upto 10 HP and from ISMC
100 for pumps above 10 HP. The frames shall be supplied by the Contractor. The design of
square frame shall be such that the pumping unit and flanged joints of drop-pipes shall pass
through it very easily, the square frame shall be fixed on main girders by nuts and bolts with
'JTU' bolts.
In case of horizontal installation, the pump set shall be installed horizontal at the bottom of
well/sump on the M.S. fabricated resting stool prepared out of heavy duty M.S.
channels/angle. The resting stool shall be properly designed for clamping the pump motor
unit in such a fashion that pump set shall be inclined by
about 15 from rear end of motor towards delivery end of pump. The Contractor shall
fabricate and provide necessary M.S. bend of suitable angle to match outlet of pump to the
vertical drop-pipe for delivery connection. While designing resting stool, the minimum
submergence required for pump in horizontal position and maximum silt accumulated in the
well shall be considered. Best quality 6 mm size wire-rope shall be provided and fixed to
pump set and stool with 'U' clamps. The streamlined non-return valve of pump shall be fixed
in vertical position with vertical delivery pipe near the pump. The length of resting stool shall
not be less than total length of square frame. M.S. clamps and stool shall be given three

Contractor No. of corrections Chief Officer Pg. 222


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

coats of black anticorrosive paint. The design, size and material shall be got approved from
the Engineer-in-charge before fabrication. The stream lined Non-return valve should be
brought in vertical position By making suitable arrangement.
In both cases of installation, pumpset shall be lowered down upto bottom of well failing which
payment will not be made. The pumpset above 30 HP shall be got inspected by third party
approved by MJP, inspection fees shall be paid by the contractor. The third party inspection
report shall be furnished along with the supply.
The motor shall conform to IS:325 and shall be SPDP or superior, 3 phase, 415 V suitable
for driving the pump in PMS 1. class of insulation shall be class 'B' or superior. Motor rating
shall be adequate with margin of power above the maximum power required over the
specified head range of the pump.
i. 1 H.P. to 30 H.P. - 30%
ii. 31 H.P. to 150 H.P. - 20%
iii. 151 H.P. to 400 H.P. -15%
iv. 401 H.P. and above -10%
The voltage variation in case of submersible pump shall be +10% and -15% and for other
pumps, + 10% .The motor shall be rated for continuous duty.

Item No. 2 :- Providing,supplying,fabricating and fixing LT Panal Board incluting all


accessories required for pump i.e. DOL starter, ameter, voltameter, poilet lamp,
capaciter, change over switch and other switches etc complete.
The panel board shall be cubical type,, fabricated from M.S. angle of 50 x 50 x 6 mm size
and 16 SWG M.S. sheet. It shall be close from backside and shall have hinged shutter at
front side. All the switches shall be fitted in a decent manner with sufficient space. The panel
board shall be giver! one coat of primer and two coats of steel gray colour. The panel board
consist of the equipment mentioned in Schedule 'B' neatly installed on a slotted angle frame
fixed at the rear of panel board.

Values of A,B,C, and D are as per table below

Hp of Minimum Values in Amps of Equipments


each set A B CD
(incoming) (individual) (Capacitor) (Ammeter)
Upto 7.5 HP 63 32 32 30
8 to 15 HP 100 63 32 30
All the wiring of the panel board shall be of copper conductor, PVC insulated wire only. It
shall be carried out through PVC flexible conduit with PVC glands and nuts on each side.
The wiring inside the box shall be in an engineering manner with PVC tapping at required
length. Necessary extra looping length for cables and wire shall be provided. For single
pump set, full size panel board is not required, half size panel board with one main switch,
one starter switch, one starter capacitor with one switch and other equipments shall be
provided. So also, the starters and switches required for vacuum pumps shall be installed in
panel board. Auto transformer starter shall not be installed in panel board. It shall be
installed separately in the pump house.

Contractor No. of corrections Chief Officer Pg. 223


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

L. T. PANEL BOARD Qty Unit


Providing, errecting, commissioning and giving
testing of L.T. Panel as per detail specification.

CRCA Sheet 16 SWG (6-1-3 / 76 B&C E.CSR) 8.5 sq mt

Iron work for panel board


35 kg
(6-1-19 / 77 B&C E.CSR)
Bas Bar chamber 100 AMP. (6-2-1 / 77 B&C
1.25 mtr
E.CSR)
Rotory change over switch front operated 16 AMP.
1 Each
(5-1-24 /62 B&C E.CSR)
Providing & erection MCCB 32 Amp 4 pole (5-5-
1/69 B&C Elect.CSR 13-14) add 30% for 4 pole. ( 1 Each
MAIN I/C ) -(4877*1.3=6340)
Providing and erection MCB16 Amp - 4 Nos.Amp
4 Each
TRN (5-3-18 / 69B&C E.CSR)
32 AMP H C Pattern porcelain fuse bridge (5-10-
3 Each
7/74 B&C E.CSR)

Supplying and erecting Assembled D.O.L. Starter to


2 Each
operate squirrel cage motor..3 HP (LG 2-1/50)

R Y B lamp set (6-5-6/81 B&C E.CSR) 1 set


Voltmeter (6-3-6 / 78 B&C E.CSR) 1 Each
Ammeter (6-3-7 / 79 B&C E.CSR) 3 Each
capacitor 3 x 2 no (CP-1/ 49B&C E.CSR) 6 KVAR
Rubber matting 6 mm thick (10-2-28/114 P. No.
2 sq mt
41)
Selector switch (6-5-1 / 62 B&C E.CSR) 4 Each
Panel Wiring Foot note no 1 P.No. 50 1 Job

Single phasing pevintor.current sensing Phase


2 Each
Failure relay (L.G. 7-2 P. NO. 57)

Wooden board for kit kat (6-1-13/59) 0.5 sq mt

Item No. 3: Providing cable following size including fixing to the required position etc
complete.
The item include providing, laying, electrically connecting 3 core, PVC insulated of size
mentioned in Schedule'B'from starters in panel board to individual motors.

For submersible pumpset, cable shall be flat, copper conductor, water proof. The cable size
depending on its required length shall be selected from the table enclosed.
For all motors except - submersible, the cable shall be PVC sheathed, armored, aluminum
conductor of specified size. -

Contractor No. of corrections Chief Officer Pg. 224


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Cable shall be provided with extra loop of 5M. The cables shall be laid through PVC pipes
separately for each pump with required fittings. Cable shall be laid minimum 0.5 M below
ground level. The length is tentative, payment will be made on actually laid length on meter
basis.

CABLE
Supplying and erecting PVC armored cable 1100 Volt grade, and of approved make, as per
following type, having solid/stranded aluminum core with 6 mm thick 25 mm width MS
spacer with GI saddles screwed with continuous 14 SWG GI earth wire/ 6 Sq.mm. aluminum
earth wire complete erected on wall with 25 X 3 mm MS clamps.
Cable shall be laid in trenches in ground outside pump house and in duct while passing
through wall. Very cable shall nearly run vertically or horizontally or parallel to the adjacent
wall/ beam or column. The cable shall be terminated in mechanical gland, which shall be
suitable to provide adequate support by locking on armored and additional earth continuity.
Suitable compression type lugs shall be used for cable termination. Cable routing drawing,
trench drawing should be got approved from the Department prior to cable laying. The point
of Entry and Exit of the cable from pump house shall be sealed from outside with an
approved asbestos compound which shall be followed by a weak mortar.
Cable routing and laying shall be such that sharp bends are avoided. Loop and extra length
shall be provided in each cable run and located suitably. Single core cable should be laid in
trefoil formation. Cables running parallel should be spaced 150 mm clear distance. Radius of
cable bend should not be less than 20 D, where D is overall diameter of cable. Cable route
marker and metallic tags bearing cable reference should be provided as per instructions of
Engineer-In-Charge.
Item No. 4 :- Providing,supplying and fixing in position of pressure gauge of
measuring the pressure 0 to 10Kg/cm2 pressure including all charges etc complete.

Providing and fixing 150 mm dia Borden pressure gauge with in line siphon tube and
pulsation dampener, one number for each pump and one number on common header, is
included in this item. Contractor should provide suitable tapped holes at appropriate places
for fixing these pressure gauges, The pressure gauges should be of approved make only.
The pressure gauge & vaccume gauge shall be 150 mm.dia. circular dia range 0 to 7.2
kg/cm. It shall be provided with U tube and three way cock arrangement. The gauge shall
be installed on the first M.S. or C.I. bend above the frame of individual pump etc. A 3/8 size
socket shall be welded to both bends with a hole tapped on bend for the gauge. with 15
mm.dia G.I. Pipe and required material
Approved Make :- As per list attached
Item No.5: Providing and supplying ISI mark CI D/F reflux valves (non-return valves )
of following dia including all taxes (Central and Local), railway freight, inspection
charges unloding from railway wagon, loading into truck, transportation upto
departmental stroes/ site, unloading, stacking etc. complete. Reflux valves as per
I.S.5312 Part I (1984)
The item includes providing, erecting, jointing with jointing material and commissioning CI,
double flanged Reflux Valve of dia. specified in Schedule 'B', of PNI rating for duty head
below 100 M and PN1.6 rating for head from 100 M to 160 M. The valve shall conform
IS:5312 (part -1). The valves shall be provided with a concrete block for support.

The specification under this section covers the design, performance and construction
features, delivery, erection and testing etc comp.

Contractor No. of corrections Chief Officer Pg. 225


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Providing erecting C.I.D.F. REFLUX VALVE, single door, water works quality conforming to
IS- 5312, with gunmetal seat and jointing to pipe work including all hardware and packing
The non-return valve without bypass arrangement shall be provided as per description given
below. The valve shall be free action quick opening, non-slam closer and low heat loss
characteristics and single door type.
Necessary supports of cement concrete block for supporting the valve shall be provided as
per direction of Engineer-in-charge. Valves shall be painted with two coats of best quality
anticorrosive black paint after erection work
The CIDF reflux valves shall be of approved make & heavy duty water works quality with
G.M. seat single door type, free closure and with low head loss characteristic when in open
position. The valve shall be confirming to I.S. The valve shall be installed as directed by the
Engineer In-charge, including of all jointing material and with concrete support. Cost of the
C.C. block is deemed to be included in the quoted rates. Manufacturers test certificate shall
be furnished along with the supply valve.
pump. Material construction:-.
1) Body ring & door faces. Leaded gun-metal gr-318.As per I.S. 5312.

Approved Make :- As per list attached.

TESTING.
The valves shall be tested at manufacturers works for seat and body test pressure as given
in IS for respective PN-Rating.

Item No.6 :- Providing and supplying double flange sluice valves confirming for IS
2906/14846 including warn gear arrangement as per test pressure stainless steel
spindle caps including all taxes transportation etc complete.Without by pass
arrangement
General
The sluice valve will conform to IS: 14846. The material to be supplied under this sub-
section shall include but not be limited to the following:
All necessary fittings including bolts, nuts, gaskets, backing rings, counter flanges, jointing
material, strainers etc. as required.
Scope
This section covers the requirements for non rising stem type sluice valve from 50 mm to
600 mm size. The valves will be used for water supply on line installations in upright
positions, up to 450 C working temperature, with double flange and cap or hand wheel, for
manual operation.
Nominal pressure and dimensions
The working pressure of the valves shall be 10 kg/cm2 (1 Mpa)
The dimension and mass of the sluice valves shall be in accordance with IS: 14846.
The flanges and their dimensions of drilling shall be in accordance with IS: 1538 (part-I to
XXII).

Material
The material for different components parts of sluice valve shall conform to requirements
given below:

Contractor No. of corrections Chief Officer Pg. 226


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

S Component Material Ref. to Grade /


No. IS designation
1 Body, bonnet, Grey cast iron 210 FG 200
wedge, stuffing box,
gland, thrust plate,
hand wheel cap. Etc.
2 Stem Stainless steel 6603 AISI 431, AISI
410
3 Wedge nut Leaded tin 318 LTB 2
bronze
4 Body seat ring, Leaded tin 318 LTB 2
wedge facing ring bronze
5 Bolt Carbon steel 1363 Class 4.6
6 Nut Carbon steel 1363 Class 4
7 Bonnet gasket Compressed 2712 C
fibre board
8 Gland packing Asbestos 4687 nil

Coating
All sluice valves shall be coated by dipping in a bath of tar base composition as given in
Clause 7 of IS: 780 for sizes from 50 mm to 300 mm and Clause 8 of IS: 2906 for sizes from
350 mm to 600.
All components susceptible to corrosion attack shall be coated internally and externally.
Protective coating shall always be applied to the individual components before they are
assembled, following shot blasting to give good adhesion.

Marking, testing and inspection


The standard marking and packing of the valves shall be done as per Clause 10 and 11 of
IS: 780. The direction of rotation for OPEN, CLOSE position shall be marked on the hand
wheel and on the bonnet of the valve.
Testing of sluice valve shall be done for close end in accordance with IS: 780 for sizes from
50 mm to 300 mm and IS: 2906 for sizes from 350 mm to 600.
All the valves shall be inspected for flaw detection test in accordance with IS: 780. for sizes
from 50 mm to 300 mm and IS: 2906 for sizes from 350 mm to 600.
The design, construction material, manufacture, inspection, performance and testing shall
comply with all applicable Indian Standards and Codes. Nothing in the specification will be
construed to relieve the supplier of this responsibility.
The valve shall be subjected to test at manufacturers works for seat and body test at the
pressure stipulated in IS for respected PN Rating, Manufacturers test certificate shall be
submitted along with supply
Mode of Measurement :

The unit of quantity shall Nos. for valves


75 % payment shall be released after supplying CIDF sluice valve at site of work and 15%
payment shall be released after lowering, laying and jointing in position and remaining 10 %
payment shall be released after completion of satisfactory hydraulic testing.

Item No.7: Lowering, laying and jointing in position following C.I. D/F Reflux valves,
Butterfly valves and Sluice valves including cost of all labour jointing material,

Contractor No. of corrections Chief Officer Pg. 227


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

including nut bolts and giving satisfactory hydraulic testing etc.complete. (Rate for all
class of valves).
General
The installation of valves shall be made according to the instructions of the manufacturer
and the Engineer in Charge.

Installation of valves
Sluice or butterfly valves shall be installed between flanges according to the instructions of
the manufacturer. Valves shall be placed on a support of concrete so that no shear stress is
in the flanges. In case of axial thrust due to closure of a valve against pressure the valve
shall be anchored in the support in a suitable manner to transfer the thrust into the floor slab
of the chamber.
Mode of Measurement :
The unit of quantity shall be Nos.

Item No.8: Providing and supplying Air Valves as per IS-10845 and MJPs standard
specifications of approved make and quality of following diameters including all taxes
(Central and local), railway freight, inspection charges, unloding from railway wagons,
loading into truck, transportation upto departmental stores / site, unloding and
stacking etc. complete.

Mode of Measurement :
The unit of quantity shall be Nos.
Item No.9: Providing and supplying ISI standard CI flanged / S& S specials including
all taxes (Central and local), railway freight, insurance, unloading from railway wagon,
loading into truck transport to depermental store/ site, unloading stacking etc.
complete.

Item No. 10 :- Double earthing for pump including all labour and material charges etc
complete.
Necessary plate type double earthing as per IS 3043 and I.E. rules shall be provided with 6
SWG G.I. wire firmly bolted to panel board with G.I. earth plate, buried 1.5 M below ground
level with required charcoal, salt, etc. complete. Earthing wire shall pass through 15 mm dia.
G.I. pipe of 1.5 M length above GL. outside the switch room, fixed on wall with clamps. A
separate 15 mm dia. Gl pipe shall be provided for watering approximately 0.3 M above
ground level. The earthing shall be connected at two points on each electrical equipment.
EARTHING
The item includes providing, earthing to H.T. / L.T. electrical equipment in pump house /
substation.
The earthing system shall be carried out in accordance with the layout drawing got approved
from the Department and The Electrical Inspector. The earthing shall be designed with
galvanized cast iron earth plate of size 60 x 60 Cm. 6 mm thick, with 40 mm dia. GI pipe
buried in specifically prepared earth pit, up to 1.5 Mt below ground level. The earth pit should
be refilled with 40 kg charcoal and salt and a separate19 mm Dai GI pipe with funnel wire
mesh for watering should be provided. Necessary length of double GI earth wire No 6 SWG
bolted with lug to the plate and covered in 12 mm dia. GI pipe, 2.5 Mt long. 6 SWG earth
wire should be used for minor LT load however for higher HP installation GI strip should be
used.

Contractor No. of corrections Chief Officer Pg. 228


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Minimum number of earth electrodes required is as mentioned in schedule B. Or should be


provided as per Electrical Inspectors approval without any extra cost.
The earth electrodes shall be buried in specifically prepared earth pit and refilled with layers
of charcoal / coal and salt. Cement concrete or brick masonry chamber with CI covers
should be provided to each electrode. The size of chamber should not be less than 30 x 30
Cm x 25 Cm deep. (Clear opening) as per paragraph 7.3 of IS 3043.
All electrical equipment shall be double earthed with suitable size GI / Aluminum earth lead
as per IE rule and IS 3043 / 1966. All earth electrodes shall be inter connected by GI strip of
suitable size through a common circular ring.
The earth resistance should not exceed the limit prescribed in IS / IE rule.
STRIP FOR EARTHING
Providing, erecting, commissioning and testing G. I. Strip of 32x6 mm size used for earthing
with necessary clamps etc. in an approved manner.

Item No. 11 :- Giving Test and Trial after errecting the pumping machinary period of
one month etc complete.
TEST AND TRIAL
This item includes testing of complete installation including charges of required operating
staff, supervision, sundry material and lubricants required.
The Department will make only Electricity and water available for test and trial free of cost
Each pump shall be tested for 15 days continuously for 16 hours per day as per availability
of power supply. Total test period will be 90 days for common equipment.
The testing includes all field tests, the contractor shall maintain a logbook for this test period
and counter signature should be taken from Departments representative attending the test.
During test period any defect observed the contractor free of cost should rectify it. Guarantee
period of 12 months will be treated after satisfactory test and trial completed. The
Department may issue final certificate after satisfactory test and trial.
Security deposit lodged by the contractor shall be released after expiry of guarantee period
or payment of final bill whichever is later.

Item No.12: Tools & Spanners


Tools and instrumentation as under shall be supplied.

1. Double ended open jaws spanners 2 Set


2. Ring spanner set 2 Set
3. Ball pens hammer 800 gms. 2 No
4. Screw driver of size 6x300 mm 2 No
5. Rubber hand gloves pair (22KV) 2 Pairs
6. Pipe wrench 450 mm 2 No
7. 36 size chain pipe wrench 2 No
8. cutting plyer 2 No
9. Hand operated crimping tool 2 No
10. Digital type Tong Tester 2 No

Contractor No. of corrections Chief Officer Pg. 229


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 7 : INLET FOR RECIRCULATION SUMP

Item No. 1 ,2 :-Excavation for foundation / pipe trenches in earth, soils of all types,
sand, gravel and soft murum, hard murrum, soft rock, hard rock, etc including
removing the excavated material upto a distance of 50 metres and lifts as below,
stacking and spreading as directed, manual dewatering, preparing the bed for
foundation and excluding backfilling, etc. complete.

Specification as per item no 1 of subwork no 5

Item No. 3 :-Providing and supplying ISI mark D.I. S&S pipes (push on joints pressure
pipes of D.I.of following class and diameters confirming to the I.S. specification
inclusive cost of jointing materials (Rubber gasket of EPDM Quality) including all
statutory duties and taxes levied by GoI and GoM in all respect, Education cess,VAT,
Third party inspection charges of TPI Agency approved by MJP including Transit
insurance, Railway freight unloading from railway wagon, loading into trucks,
transportation to departmental stores / site of work, unloading stacking etc.
completed as directed by Engineer- incharge( IS:8329/2000 for pipes and IS 158/1969
and IS 12820/1989 or latest edition/ revision with amendments for Rubber Gasskets

The pipes will be centrifugally cast (spun) Ductile Iron pipes for Water and Sewage
confirming to the IS 8329: 2000. The pipes used will be either with push on joints (Rubber
Gasket Joints) or Flanged joints. The class of pipe to be used shall be of the class K-9 and
K-7 the pipes shall be coated with bitumen as per appendix C and have factory provided
cement mortar lining in the inside as per the provisions of Appendix B of the IS 8329: 2000.
The pipes will be supplied in standard length of 5.50 and 6.00 meters length with suitably
rounded or chamfered ends. Each pipe of the push on joint variety will also be supplied with
a rubber EPDM gasket. Any change in the stipulated lengths will be approved by the
Engineer in charge. The gaskets will confirm to the IS 5382:1985.
The gaskets should also be supplied by the manufacturer of the pipes. They should
preferably be manufactured by the manufacturer of the pipes. In case they are not, it will be
the responsibility of the manufacturer of the pipes to have them manufactured from a
suitable manufacturer under its own supervision and have it tested at his/sub contractors
premises as per the contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the products.
The flanged joints will confirm to the Clause 6.2 of IS 8329. The pipe supply will also include
one rubber gaskets for each flange.

Bedding of the pipes


The trench bottom shall be even and smooth so as to provide a proper support for the pipe
over its entire length, and shall be free from stones, lumps, roots and other hard objects that
may injure the pipe or coating. Holes shall be dug in the trench bottom to accommodate
sockets so as to ensure continuous contact between the trench and the entire pipe barrel
between socket holes.
Inspection and Testing:
The pipes will be subjected to following tests for acceptance:
Visual and dimensional check as per Clause 13 and 15 of IS 8329
Mechanical Test as per Clause 10 of IS 8329
Hydrostatic Test as per Clause 11 of IS 8329
The test reports for the rubber gaskets shall be as per acceptance tests of the IS
5382 and will be in accordance to Clause 3.8
The sampling shall be as per the provisions of the IS 8329
Marking

Contractor No. of corrections Chief Officer Pg. 230


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

All pipes will be marked as per Clause 18 of IS 8329 and show as below:
Manufacturer name/ stamp
Nominal diameter
Class reference
A white ring line showing length of insertion at spigot end

Packing and Transport:


The pipes should be preferably transported by road from the factory and stored as per the
manufacturer specifications to protect damage.

Mode of Measurement :
The unit of quantity shall be Rmt for pipe line up to Two decimals & Nos. for specials.
A Providing of pipes, valves, meters and gaskets
1) On supply of pipes with requisite test reports after third
75%
party inspection.
2) After lowering, laying and jointing, fixing and installing 15%
3) After hydraulic testing 10%
B Laying and jointing with cost of jointing material, labour etc.
1) After laying and jointing 75%
2) After hydraulic testing 15%
3) After satisfactory refilling 10%

Item No. 4 :- Lowering laying and jointing with SBR ruber gaskets C.I. S/S pipes of
various classes with CI / MS specials of following diameter in proper position, grade
and alignment as directed by Engineer-in-charge including conveyance of material
from stores to site of work, including cost of jointing materials and rubber rings
labour, giving hydraulic testing etc. complete.

Pipes should be lowered into the trench with tackle suitable for the weight of pipes. For
smaller sizes, up to 200 mm nominal bore, the pipe may be lowered by the use of ropes but
for heavier pipes suitable mechanical equipment have to be used.

All construction debris should be cleared from the inside of the pipe either before or just after
a joint is made. This is done by passing a pull-through in the pipe, or by hand, depending on
the size of the pipe. All persons should vacate any section of trench into which the pipe is
being lowered
On gradients of 1:15 or steeper, precautions should be taken to ensure that the spigot of the
pipe being laid does not move into or out of the socket of the laid pipe during the jointing
operations. As soon as the joint assembly has been completed, the pipe should be held
firmly in position while the trench is back filled over the barrel of the pipe.
The designed anchorage shall be provided to resist the thrusts developed by internal
pressure at bends, tees, etc. Where a pipeline crosses a watercourse, the design and
method of construction should take into account the characteristics of the watercourse to
ascertain the nature of bed, scour levels, maximum velocities, high flood levels, seasonal
variation, etc. which affect the design and laying of pipeline. The assembly of the pipes shall
be made as recommended by the pipe manufacturer and using the suitable tools.

Contractor No. of corrections Chief Officer Pg. 231


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The socket and spigot ends of the pipes shall be brushed and cleaned. The chamfered
surface and the end of the spigot end has to be coated with a suitable lubricant
recommended by the manufacturer of the pipes. Oil, petroleum bound oils, grease or other
material which may damage the rubber gasket shall not be used as lubricant. The rubber
gasket shall be inserted into the cleaned groove of the socket. It has to be checked for
correct positioning.
The two pipes shall be aligned properly in the pipe trench and the spigot end shall be
pushed axially into the socket either manually or with a suitable tool specially designed for
the assembly of pipes and as recommended by the manufacturer. The spigot has to be
inserted up to the insertion mark on the pipe spigot. After insertion, the correct position of the
socket has to be tested with a feeler blade. Deflection of the pipes -if any- shall be made
only after they have fully been assembled. The deflection shall not exceed 75 % of the
values indicated by the pipe manufacturer.

Anchoring of the pipeline


Thrust blocks shall be provided at each bend, tee, taper, end piece to prevent undue
movements of the pipeline under pressure. They shall be constructed as per design of
ENGINEER- IN- CHARGE according to the highest pressure during operation or testing of
the pipes, the safe bearing pressure of the surrounding soil and the friction coefficient of the
soil.

Testing of the pipelines


Sectional tests
After laying and jointing the pipeline shall be tested for tightness of barrels and joints, and
stability of thrust blocks in sections approved by the Engineer in Charge. The length of the
sections depends on the topographical conditions. Preferably the pipeline stretches to be
tested shall be between two chambers (air valve, scour valve, bifurcation, other chamber). At
the beginning, the Contractor shall test stretches not exceeding 2 km. After successful
organization and execution of tests the length may be extended to more than 2 km after
approval of the Engineer in Charge.

The water required for testing shall be arranged by the contractor himself. The Contractor
shall fill the pipe and compensate the leakage during testing. The Contractor shall provide
and maintain all requisite facilities, instruments, etc. for the field testing of the pipelines. The
testing of the pipelines generally consists in three phases: preparation, pre-test/saturation
and test, immediately following the pre-test. Generally, the following steps are required
which shall be monitored and recorded in a test protocol if required:

complete setting of the thrust blocks.


partial backfilling and compaction to hold the pipes in position while leaving the
joints exposed for leakage control
opening of all intermediate valves (if any)
fixing the end pieces for tests and after temporarily anchoring them against the soil
(not against the preceding pipe stretch)
at the lower end with a precision pressure gauge and the connection to the pump
for establishing the test pressure
at the higher end with a valve for air outlet

Contractor No. of corrections Chief Officer Pg. 232


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

If the pressure gauge cannot be installed at the lowest point of the pipeline, an
allowance in the test pressure to be read at the position of the gauge has to be
made accordingly
slowly filling the pipe from the lowest point(s).
the water for this purpose shall be reasonably clear and free of solids and
suspended matter
complete removal of air through air valves along the line.
closing all air valves and scour valves.
slowly rising the pressure to the test pressure while inspecting the thrust blocks and
the temporary anchoring.
keeping the pipeline under pressure for the duration of the pre-test / saturation of
the lining by adding make-up water to maintain the pressure at the desired test
level. Make up water to be arranged by Contractor himself at his own cost.
start the test by maintaining the test pressure at the desired level by adding more
make-up water; record the water added and the pressure in intervals of 15 minutes
at the beginning and 30 minutes at the end of the test period.
Water used for testing should not be carelessly disposed off on land which would
ultimately find its way to trenches.
The testing conditions for the pipelines shall be as per the test pressures and
condition laid out in IS 8329 for DI pipes and IS 4985 for uPVC pipes.
The pipeline stretch will pass the test if the water added during the test period is not
exceeding the admissible limits. No section of the pipework shall be accepted by the
Engineer in Charge until all requirements of the test have been obtained. On completion of a
satisfactory test any temporary anchor blocks shall be broken out and stop ends removed.
Backfilling of the pipeline shall be completed.
Leakage Test
The testing conditions for the pipelines are summarized as follows:
Maximum hydrostatic test pressure for DI K-9 pipes shall be hydrostatic working pressure of
DI pipe i.e. 18.0 kg/cm2 or 1.5 times of pressure in the pipeline, whichever is more.

Pre test and saturation period with addition of make-up water


Pressure: Test pressure
Duration: 3 hrs for DI pipes without cement mortar lining / 24 hrs for DI pipes with
cement mortat lining
Pressure test with addition of make-up water
Pressure: Test pressure
Duration: 3 hrs
Test criteria for DI pipes: Q = llitre per km per 10mm of pipe pe 30 m test pressure per 24
hrs.All pressure testing at site should be carried out hydrostatically. The pipes shall be
accepted to have passed the pressure test satisfactorily, if the quantity of water required to
restore the test pressure does not exceed the amount Q, calculated by the above formula.
If it is required to test a section of a pipe line with a free end, it is necessary to provide
temporary support against the considerable end thrust developed by the application of the
test pressure. The end support can be provided by inserting a wooden beam or similar
strong material in a short trench excavated at right angle to the main trench and inserting
suitable packing between the support and pipe end.
The pipeline stretch will pass the test if the water added during the test period is not
exceeding the admissible limits. No section of the pipework shall be accepted by the

Contractor No. of corrections Chief Officer Pg. 233


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Engineer in charge until all requirements of the test have been obtained. On completion of a
satisfactory test any temporary anchor blocks shall be broken out and stop ends removed.
Backfilling of the pipeline shall be completed.

Failure to pass the test


All pipes or joints which are proved to be in any way defective shall be replaced or remade
and re-tested as often as may be necessary until a satisfactory test shall have been
obtained. Any work which fails or is proved by test to the unsatisfactory in any way shall be
redone by the Contractor.

Flushing and disinfecting of pipelines


After testing and commissioning the contractor shall flush the pipes with a velocity not less
than 1 m/s or as approved by the Engineer in Charge. Disinfection of drinking water
pipelines shall be made by engineer- in charge.

Backfilling of the pipe trench


For the purpose of back-filling, the depth of the trench shall be considered as divided into the
following three zones from the bottom of the trench to its top:

Zone A: Back-filling by hand with sand, fine gravel or other approved


From the bottom material placed in layers of 150 mm and compacted by
of the trench to the tamping. The back-filling material shall be deposited in the
level of the centre trench for its full width of each side of the pipe, specials and
line of the pipe appurtenances simultaneously. Special care shall be taken to
avoid damage of the pipe and the coating or moving of the
pipe.
Zone B: Back-filling and compaction shall be done by hand or
From the level of approved mechanical methods in layers of 150 mm, special
the centre line of care shall be taken to avoid damage of the pipe and the
the pipe to a level coating or moving of the pipe.
300 mm above the
top of the pipe.

Zone C: Back-filling shall be done by hand or approved mechanical


From a level 300 methods in 15 cm layers after compacting and carried to the
mm above the top level necessary to allow for the temporary restoration of road
of the pipe to the and path surfaces, and also for hard-core (if and where
top of the trench. ordered) on roads or to such level as will leave the requisite
space for the top soil, road surface etc. to be reinstated as
directed by the Engineer in Charge.
In case of agricultural or waste land and after approval by the
Engineer in Charge back-filling may be made in thicker layers
and with less compaction up to 200 - 300 mm above the
initial ground level.

Where the excavation is made through permanent pavements, curbs, paved footpaths, or
where such structures are undercut by the excavation, the entire back-fill to the subgrade of
the structures shall be made with sand in accordance with IS 12288.

Contractor No. of corrections Chief Officer Pg. 234


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The excavated material may be used for back-fill in the following cases, provided it complies
with IS 12288 Clause 4.11.1:

a) In Zone C: In cases where settlement is unimportant the back-fill shall be neatly rounded
over the trench to a sufficient height to allow for settlement to the required level.
b) In any zone, when the type of back-fill material is not indicated or specified, provided that
such material consists of loam, clay, sand, fine gravel or other materials which are suitable
for back-filling in the opinion of the Engineer In Charge.
All excavations shall be backfilled to the level of the original ground surfaces unless
otherwise shown on the drawings or ordered by the Engineer in Charge, and in accordance
with the requirements of the specification. The material used for backfill, the amount thereof,
and the manner of depositing and compacting shall be subject to the approval of the
Engineer in Charge, but the Contractor will be held responsible for any displacement of pipe
or other structures, any damage to their surfaces, or any instability of pipes and structures
caused by improper depositing of backfill materials.
Trenches crossing a road shall be backfilled with selected material placed in layers not
exceeding 15 cm in thickness after compacting, wetted and compacted to a density of not
less than 90 percent of the maximum dry density at optimum moisture content of the
surrounding material. Any deficiency in the quantity of material for backfilling the trenches
shall be supplied by the Contractor at his expense.
The Contractor shall at his own expense make good any settlement of the trench backfill
occurring after backfilling and until the expiry of the defects liability period.
On completion of pressure and leakage tests exposed joints shall be covered with approved
selected backfill placed above the top of the pipe and joints in accordance with the
requirements of the above specifications. The Contractor shall not use backfilling for dis-
posal of refuse or unsuitable soil.

sequence of works for ensuring good pipe laying


The required fittings, valves and jointing material should be carefully worked out in
beginning. This material should be received in full first of all on site and stored as pre
directions of manufacturer or as directions given elsewhere in this manual on Standards.

The pipes should be received on site only after the above fittings, valves and material for
joints has been received and all necessary preparation for laying has been made.
The material received should be checked for inspection certification as per contract and
damage during transportation. All damaged material should be separated and not used.The
pipes received should be stored strictly as per directions of the manufacturer or as
mentioned elsewhere in this manual or standards. The pipes and other material should be
again inspected for any damage before use in the trench.
The fittings and valves should be installed in sequence with the laying of pipes without
leaving any gaps.It is desirable to lay the pipe lines from the end from where it can be
connected to the water source to enable regular flushing of laid pipes.The entry of dirt or any
foreign material in the pipe should be religiously prevented.Each joint should be carefully
checked for its completeness before covering up. There should be a commensurate
progress in trench excavation, laying and jointing of pipes, fittings, valves etc. and testing of
laid pipes in sections so as to complete testing of all pipes laid in quick follow up of
completing laying and jointing.

Contractor No. of corrections Chief Officer Pg. 235


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Disinfection of pipe lines should be carried out before commissioning.

Mode of Measurement :
The unit of quantity shall Rmt.

Item No.6:- Filling in plinth and floors murum bedding in trenches with approved
murum from excavated materials from foundation 15cm to 20cm layers including
watering and compaction complete.

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

Item No.7 Refilling the excavated pipline tranches with excavated available material
first over pipeline and then hard material in 15 to 20 cm layers with all lead and lifts
including curing, compacting etc complete.

In no case the Contractor shall be allowed to refill the trenches in hard excavated portion to
be refilled by the boulders or the excavated stuff from distant place. No extra cost shall be
paid.

After the pipelines are laid, jointed and tested, the refilling of trenches with excavated stuff
shall be done approximately in 20 to 30 cms. Higher than road or natural ground level, to
allow for sinking afterwards. This refilling shall be done in 15 cms. Thick layers, duty
watering compacting, each layer. The 15 cms thick layer immediately in contact on or under
pipe shall have no stones or chips, but only soil or soft murum selected from the excavated
stuff after refilling. If it is sunk below the road level after some time till completion of work, the
Contractor shall have to make it good at his cost.

Item No.8 Providing constructing B.B.masonary valve chamber with 15 cm thick 1:2:3
prop. PCC bedding excluding excavation B .B . masonary in C . M. 1:5 proporation
Precast R. C.C. frame & cover, etc. complete. as directed by Engineer -In charge

The work is to be done in workman like manner as per type designs of the M.J.P. and as
directed the Engineer-in-charge /Project management consultant. The cost of extra
excavation in all strata which is in addition to the pipeline trench excavation is included in
this item, while the excavation, covered under pipe line trenches coming in the chamber is
admissible for payment separately under the respective tender items of excavation for pipe
trenches.

Sizes of chambers mentioned in tender item are the internal dimension of the
chamber.

The tender item covers 1:3:6 Cement Concrete bedding 15 cms. Thick on the well rammed
bottom 23 cms. Thick B.B. Masonry walls in in CM 1:5 cement plaster 12 mm in CM 1:4
from both faces, 1:2:4 CC either plain of RCC as required 10 mm thick for coping and
providing and fixing R.C.C. M.H. frame and cover. This is a completed item and any
incidentals not mentioned above but are necessary as per type design are deemed to be
included in this items.

Contractor No. of corrections Chief Officer Pg. 236


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The finished top of the chamber shall be flush with road-surface and shall not
cause any hindrance to the traffic.

The measurements shall be on the basis of completed number of chambers.

Item No.9 Providing & laying in situ, following grade c.c. of trap/granite/
quartzite/gneiss metal for foundation and bidding including dewatering,form work
compacting curing etc.complete. Spec. No. Bd E /1 Pg.No. 287 and B-7 Pg.No. 38

As per specification of item no 5 of subwork no 5

Contractor No. of corrections Chief Officer Pg. 237


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 8: PURE WATER PUMPING MACHINERY


Item No. 1 :- centrifugal couled pump set Providing Erecting, testing of centrifuglal
pump set with foot mounted motor with base plate CC Foudation as per
specifications. 75 HP (1+1)

The items quoted by the contractor in schedule Bare to be executed as per detailed
specifications below mentioned and of all materials, labour, transport to site, watch and ward
and all sundry costs to run and commission required for this work, is included in rate quoted
for items in schedule and B.

Item No. 1 : A & B- CF Pumps


1
a) For ESRs of cap 6.00 LL, 7.00 LL, 7.50 LL- 1 working + standby
Pump Duties :- This item includes the Centrifugal pump for cold clear .
water for the following duty conditions for pumping stations at Dharangaon WTP site.
Pump shall be designed to give a total discharge of Lits / hour against total head M form all
clauses as mentioned below. The tender shall furnish along with his tender the characteristic
curve for the pumps offered. The pump shall be suitable for operating range between + 7 %
& - 15 %. The pump speed shall not exceed 1500 RPM (Synchronous ) efficiency of pump
shall not be less than 65 % at duty point.

Pumpsets No.1 Minimum


S.N.
(a) HP

1 Discharge 241000 LPH 75 HP

2 Head 40 Mtr

Note:- NPSHR should not be more than 3 mtr.

Construction Feature
The pump shall be double suction horizontal split casing centrifugal pump. The pump shall
be confirm to I.S. 5120 & I.S. 1520. The casting shall be provided with tapping & bronze
collared plug for draining. A priming funnel & air release cock shall be provided. Suitable size
G.I. piping shall provided as directed for draining of collected water. The impeller shall be
shrouded double suction type & shall balanced with statically & dynamically. The interior
surfaces & passage shall be smooth finished.

The stuffing boxes shall be of such designed so as to enable replacing without removal of
any part except gland & lantern ring. The lantern ring shall be axially split grease lubricated
type & shall be easily removable. The stuffing boxes shall be provided with drain hole for
connecting the drain pipe to drain the leaked water through gland.

The pump shall be provided with a common base plate of fabricated mild steel for mounting
of pump & motor.
The coupling between pump & motor shall be steel pin & rubber bush type flexible of
adequate size. The coupling shall be dynamically balanced after being keyed to the shaft.

Contractor No. of corrections Chief Officer Pg. 238


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The suction & delivery flanges shall be flat faced & drilled to I.S. 1538 Both suction &
delivery ends of the casing shall be provided with a 12mm tapping for mounting of pressure
gauges.

Common base plate shall be installed on provided RSJ / Concrete block beam on slab with
required foundation bolts fully grouted. If required foundation block as directed at the time of
actual erection shall be casted. Cement shall be brought by the contractor at his own cost.
Suitable coupling guard shall be provided & nut bolted to the base frame firmly.

MATERIAL CONSTRUCTION :-

PUMP CASING :- Cast iron confirming to I.S.210 Gr FG 260


IMPELLER :- Bronze confirming to I.S.318 Gr II
SHAFT :- Stainless steel Gr. 410
SHAFT SLEEVES :- Stainless steel Gr. 410
FLEXIBLE COUPLING :- Forged steel confirming to I.S.3445
WEARING RING :- Bronze I.S. 318 Gr II
LATERN RING :- 318 Gr II
GLAND :- C.I.
Construction Features :-
Quality of Water :- Clear Cold Water

1. CASING :- Horizontal axially split valute type suction & discharge nozzle &
supporting feet cast integral with lower half casing.
2. IMPELLER :- Enclosed type accurately statically & dynamically balanced & are
placed back to back to balance axial thrust load.
3. SHAFT :- Stainless Steel shaft of Gr. 410 solid type accurately machined & ground is
supported by anti friction bearing . The shaft should be protected by shaft sleeves
from wear in stuffing box area . it should be designed to bear all type of loads such
as bending dynamic etc.
4. STUFFING BOX :- It should be sealed by gland packing & should suitable for liquid
having temp upto 90o C
5. FLEXIBLE COUPLING :- The pump shaft shall be coupled to motor through flexible
coupling.
6. BEARING : - Grease lubricated deep grove ball / roller bearing shall be provided.
7. DRIVE :- Pump shall be suitable for coupling with electric motor
8. FOUNDATION :- Suitable foundation shall be provided / casted to withstand the
static & dynamic load of pump with due consideration of bearing capacity of structure
/ soil .Foundation bolt shall be anchored properly to match & give rigidity to the base
frame.
9. TESTING ;- 1] Factory testing
2] flield testing

10. FACTORY TEST: -


The factory test shall be carried out by competent authority. The field-test should be carried
out in presence of the competent authority of the department. The contractor shall arrange
all required test equipments duly calibrated. All the necessary charges shall be borne by

Contractor No. of corrections Chief Officer Pg. 239


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

agency.
A) HYDROSTATIC TEST :-
It shall be tested at hydrostatic pressure equal to I.5 times shut off head of or two times
working head which ever is higher.
B) PERFORMANCE TEST :-
The test shall generally be carried out, as per IS 9137 code of Acceptance test for pump
class-C. The test shall be carried out at full speed full load at manufacturer work. The test
shall cover 6 points i.e. duty point, 2 above, 2 below and shut off head with power
consumption. zero reading confirmation for V notch test shall be carried out by test motor
available at factory strip inspection one no of pump set selected random basis by Engineer
or Inspector after its performance test for strip inspection dimensional checking & dynamic
balancing of impeller.
Approved Make :- As per list attached.

Item No. 02:- Foot mounted motor SPDP 1500RPM 75 HP Providing erecting and
giving satiesfactory test and trial foot mounted SPDP motor, 1500RPM squirrel cage
induction motor confirming to IS 325 having continuous rating suitable for ooperation
415 volts 10%, 3 phase 50 Hz. 3% with F class insulation temerature rise limited to
class B insulation as per detailed specification.
DESIGN & CONSTRUCTION :-

The horizontal foot mounted motors shall be designed to drive the pumps & to perform
under all conditions described here into accommodate all loads & stresses during start up
running & shut down a rising from specific operating characteristic of the pump under item
No.1. The motor shall be completely manufactured assembled & checked & tested at the
factory in accordance with I.S. 325.
The rated horse power of the motor shall be minimum 40 H.P. moreover motor shall be
suitable for at least 20 % more than power requirement by the pump at any point on the
operating range. The H.P. required more than specified shall be designed for high power
factor & minimum at full load without power factor improving device. The motor shall be
suitable for supply system of 415 V, 3 phase 50 Hz. The insulation shall be F class & shall
be suitable for preparation with the variation of voltage +_ 10 % frequency variation +_ 5 %
& also as per I.S. & r.p.m. 1500 ( synchronised ).

The motor shall be TEFC & grease lubricated bearing. The motor shall operate continuously
& satisfactory in an ambient temp. of 45o C duty S 1
TESTING AND INSPECTION :-
The motors shall be shop tested in accordance with I.S. 325 & manufacturer test certificate
shall be furnished along with supply.
Approved Make :- As per list attached.

Item No. 3 & 4:-Sluice valve Providing erecting and testing of connecting double
flanged short body pattern type manually operated Butterfly valve Having body, disc,
and end cover in graded cast iron to IS 210 Gr. CF200 generally confirming in BS 5155
Synthetic rubber faced ring secured on disc by retaining ring with stainless steel
screw stub shaft of stainless steel riding in teflon bearing excluding CC foundation /

Contractor No. of corrections Chief Officer Pg. 240


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

structural steel support confirming to IS13091-1991


Specifications as per item no 6 of subwork no 6

Item No. 5 & 6:-Reflux valve Providing erecting and testing of double flanged short
body pattern type manually operated reflux valve including cost or conveyance from
store to site of work,all labour, hydraulic testing ect.complete. But excluding cost of
jointing material
Specifications as per item no 4 of subwork no 6
Item No. 07:-Pressure Gauge Providing erecting and testing of pressure gauge of
required range complete with syphone tube, isolating cock suitable for 12mm dia. GI.
Pipe, pressure gauge shall be installed as directed with tapping on rising main.
Specifications as per item no 5 of subwork no 6
Item No. 08:-Providing and supplying ISI standard CI double flanged pipes including
all taxes (Central and local), railway freight, insurance, unloading from railway wagon,
loading into truck transport to stores / site, unloading etc. complete as directed by
Engneer-in-charge

Item No. 09:-CI pipes & specials Providing supplying erecting CI Flange pipes and
Specials as per requirment and of suitable size with rubber packing nut bolt extra
excluding support

Item No. 10 &11:-Kinetic Air Valve Providing and supplying Kinetic Double Orifice
type Air Valves as perMJPs standard specifications combined with screw down
isolatingvalve, small orifice elastic ball resting on a gun metal orifice nipple,
large orifice vulcanite ball seating on moulded seat ring, inlet faceand drilled,
including all taxes (Central and local), insurance, third party inspection charges,
loading, unloading, transportation upto departmental stores / site, etc. complete
KINETIC AIR VALVE
Scope and general design feature

This section covers the requirements of automatic double ball air valves to be used for
evacuation of accumulation of air in water mains under pressure, for the exhaust of air when
such mains are being charged with water and for inlet of air when they are emptied of water.

The design shall be such that higher the rate of flow the greater the resultant down thrust
keeping the ball 'glued' to its seat until the last drop of air is expelled from the pipe system.

The valves shall have an integrated sluice valve. If required, they shall be installed on a
flange welded on the MS pipe / special. The possible air velocity (inflow and outflow) must
be at least 10 m/s. The working pressure of the air valves shall be 10 kg/cm2 (1 Mpa).

Construction feature

The flow of air should be as unobstructed as possible. The low pressure orifice shall be in
the same axis as the main discharge/incoming air flow and must have a diameter sufficiently
large.

The cone angle in the low pressure (large orifice) chamber should be carefully calculated
and there should be adequate height to allow for free movement of the vulcanite ball in the
low chamber. The annulus around the low pressure vulcanite covered ball is to be
generously proportioned for discharge of air under various differential pressure.

Contractor No. of corrections Chief Officer Pg. 241


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The orifice shall be carefully profiled to allow the requisite flow of air under varying
differential pressure. It shall be in moulded synthetic rubber such that even after extended
contact the vulcanite covered ball does not stick to it when the line pressure becomes zero.

In the high pressure chamber the orifice shall be in profiled in such a manner that the rubber
covered ball is not damaged even after extended contact. There should be machined guide
in the chamber which ensures that the ball travels vertically and makes contact with the
nipple and seals off the orifice without fail.

Material

The material for different components parts of the air valve shall conform to requirements
given below:

S No. Component Specifications


1 Body Cast Iron conforming to IS: 210 GR FG
200
2 High Pressure Cover Cast Iron confirming to IS 210 GR FG
200
3 Low Pressure Cover Cast Iron confirming to IS 210 GR FG
200
4 Cowl Cast iron confirming to !S 210 GR FG
5 High Pressure Orifice Plug Stain less steel conforming to AISI 410
6 Low pressure ball Vulcanite covered seasoned timber
7 High pressure ball Rubber covered seasoned timber
8 Lower pressure seat ring Dexine (Nitrile rubber)
9 Isolating sluice valve Conforming to IS: 780 - 1984
10 Spindle for sluice valve Stainless steel conforming to AISI 410
11 Bolts and nuts Mild steel

The body and seat of the valve shall withstand a working pressure of 10 kg/cm2 for at least
15 minutes.

Mode of Measurement :
The unit of quantity shall Nos. for valves.

Item No. 12:- L.T. Panel Board Providing erecting testing and commissioning of
cubical type panel board with all accessories as per detailed Specification LT panel
L.T. PANEL
The panel board shall be cubical type with minimum size of 1.5 m x 1.75 m x 0.5 m and shall
be made up of 16 SWG MS sheet. It shall have MS channel base of 75 x 40 x 4.4 mm and
angle support to all sides of 35 x 35 x5 mm. It shall be suitable for indoor operation, floor
mounted and industrial type, dust and vermin proof and shall be given one coat of red oxide
and two coats of gray enamel paint. It shall receive power and distribute as per requirement
to related equipment with proper protection, metering system and indication as per I.E. rule.
The general requirement of the system is represented in the single line diagram attached.
The panel shall consist of following equipment
L.T. Panel shall be skeleton / Box type for indoor operation, floor mounted type to receive
power and distribute as per requirement to related equipment with proper protection,
metering system and indication as per I.E. rule

Contractor No. of corrections Chief Officer Pg. 242


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The panel shall be given one coat of red oxide and two coats of gray enamel paint. The
general requirement of the system is represented in the single line diagram attached. And
the panel shall consist of following equipment.
1 ALUMINIUM BUS BAR SUTABLE FOR 300 AMP As per required size,
length & qty.
CAPACITY
2 BUS BAR INSULATOR As per requirement
3 CHANGE OVER SWITCH POLE 125 Amp 2 Nos.
4 MOULDED CASE CIRCUIT BREAKER 3 POLE
A) 300 Amp (35 KA) with Shunt release coil and 1 No.
front operating mechanism ( As incomer )
B) 225 Amp (16 KA) with under voltage coil and 3 Nos.
front operating mechanism ( for pump )
C) 100 Amp (10 KA) with Shunt release coil and front 3 Nos.
operating mechanism for Capacitor 2 + spare 1 = 3 Nos.

D) 40 Amp (10 KA) 2 POLE ( for lighting ) 1 Nos.


5 SELF LOCKING ARRANGEMENT 12 Nos.
6 SET OF PILOT LAMP 1 SET
7 AMMETER
A) (A) 144 X 144 mm (0 to 200/300 Amp.) for 4 Nos.
Common 1 & for individual Pump
VOLTMETER 144 x 144 mm 1 No.
8 SELECTOR SWITCHAR
A) For Ammeter 4 Nos.
B) For Voltmeter 1 No.
9 CURRENT TRANSFORMER 300/5 for Ammeters 12 Nos.
10 KEY ACTUATOR 2 Nos.
11 RUBBER MATTING 6mm thick 22 kV grade 4 Sq MT
12 CAUTION BOARD 2 No
12 NAME BOARD (separately given) 1 No
14 INTERNAL PANEL WIRING As per requirement
15 L.T. CAPACITOR
Metalized Polypropylene type 20 KVAR * 2 BANK 40 KVAR
16 DIGITAL WATCH 1 No.
17 HOUR METER (for each pump) + common 3 Nos.
The panel board shall be completely factory wired ready for connecting the equipment. All
internal wiring of the panel is to be carried out by PVC insulated PVC sheathed copper cable
of adequate capacity. Incoming and outgoing cable entries shall be enclosed in metal clad

Contractor No. of corrections Chief Officer Pg. 243


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

dust and vermin proof enclosure and suitable size cable glands shall be provided for cable
entries from bottom. Rubber matting 10 mm thick total 4 Sq. Mt. and caution board 1 No.
should be provided with the panel.
The drawing of the panel shall be got approved before actual manufacturing and the panel
board shall be tested at manufacturer work in presence of third party and departments
representatives.

MOULDED CASE CIRCUIT BREAKER


MCCB Front operated, triple pole suitable for 440V, 50Hz AC supply with thermal overload
release. The rating (capacity) and rupturing capacity is as stated above for incoming and
outgoing MCCB. ON-OFF indication shall be provided for all MCCB and push button tripping
arrangement for incomer MCCB Bus Bar of 300 A capacity for full length of panel board with
RYB phase and neutral and mounted on insulation of appropriate capacity. The bus bar shall
be painted with standard coloured code or PVC insulated with colour code. The MCCB shall
be draw out type four pole 300 Amp capacity 440 Volt / 3 Phase / 50 Hz. with neutral link,
overload trips having overload mechanically ON -OFF position. It shall have adequate
rupturing capacity the incoming and outgoing connections should be of copper insulated
strips.
INDICATING LAMPS.
The indicating lamp shall be of filament bulb type, oil and dust proof and suitably coloured.
The connection should be done with copper wire with suitable slip fuse links.
VOLTMETER AND AMMETER
These meters shall be of accuracy class 1 as per IS 1248, meter sizes should not be less
than 144 x 144mm square and flush type. The meter range shall be 125% higher than
maximum expected reading.
These meters should be provided with suitable selector switch rotary type so as to facilitate
the reading of three phases.

Contractor No. of corrections Chief Officer Pg. 244


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

CAPACITOR.
The capacitor shall be designed to withstand electro dynamic and thermal stresses caused
by transient over current during switching. It shall be of metalized poly propylene conforming
to IS / 2834 .
EARTHING.
A 25 X 3 MM GI flat running the length of control panel shall be provided. Metal frame and
control switchboard shall have separate and distinct earth connections.
NAME BOARD
The name board shall be made up of 18 SWG GI sheet and of size 1.0 x 1.5 m. It shall be
suitable for wall mounting provided with suitable size teakwood bottom at back side. It shall
be painted with two coats of anticorrosive and oil paint and details such as Makes, Models,
Sr. No. Manufacturing year etc. shall be given on the name board as per direction.
AUTO TRANSFORMER
Fully automatic auto transformer shall be 3 Phase, oil cooled type, suitable for motor
starting duty, core type, copper wound of high grade silicon lamination with B class
insulation. The auto-transformer shall be suitable for operation on 45-degree ambient
temperature with tapping at 60%, 70% and 80%and have 95% regulation when fully loaded.
The lowest tapping at auto-transformer shall be in compliance with driven equipment torque
requirement. It shall be suitable for 6 operation per hour, all six starts being uniformly
distributed over an hour with equal period in between.
The auto-transformer shall conform IS 1822. The auto transformer starter shall be wired up
as per condition for connection to avoid open circuit transition providing for a smooth change
over from tap to line voltage. The main contactor shall be of suitable rating. Adequately rated
thermal overload relays operated through suitable CT shall be provided. The CT operated
base mounted single-phase presenter shall be provided. The starter shall be complete with
necessary adjustable timer, auxiliary contactor other accessories, wiring, etc to make a
composite unit. The master timer set shall be provided to cut off supply to auto transformer
in case of the change over timer fails to operate.
POWER CONTACTOR
The contactors in starter shall have 3 main poles with a minimum of 2 Nos. + 2 NCs,
auxiliary contacts, with one spare NO and NC .The contact shall be made of anti weld Silver
Cadmium oxide and contact system shall be designed with minimum bounce to ensure long
contact life. The contactor shall be sufficiently rated for severity operating condition for use in
motor circuit. The coil shall be molded in hard resign suitable for continues operation. The
contactor shall be suitable for making and breaking at o.35 power factor and stalled current
of associated motor which shall be assumed and times full load current of corresponding
motor. All contactors employed shall conform IS 2959
SINGLE PHASING PREVENTOR.
The single-phase preventer in the starter shall be provided for each panel and it shall be
current operated negative sequence with necessary CTs.
The indicating lamp shall be of filament bulb type of 160-Volt rating with series of resistance
for different voltage.
The timer shall have 2 Nos + 2 NCs auxiliary contacts. The timer shall be capable of the
thermal effect of switching and have very close accuracy. The timer shall be capable for

Contractor No. of corrections Chief Officer Pg. 245


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

operating on 240 Volts AC supply in the voltage range of 80% to 110% and frequency range
95% to 105%.
FACTORY INSPECTION AND TEST.
The Auto Transformer Starter, shall be inspected and tested by third party approved by M.C.
GEORAI in presence of Departments representative.
The scope of inspection includes :-
Review of raw material test certificate and quality control procedure.
High voltage test.
Insulation resistance test.
Full load test of auto-transformer winding.
Die-electric strength of oil.
Fault simulation for testing protection relays except short circuit and earth fault.

Item No. 13:- Auto transformer Starter with air break contractor (locally fabricated)
Providing erecting and giving test and trial of fully automatic, auto transformer starter
with air break contactors, assembled locally with contractorsof approved make in
14SWG sheet steel fabricated, floor mounted type cubical panel suitable for operation
on 380-440 Volts 3 phase 50 Hz. fitted with accessories as below the incoming and out
going cable end boxes shall be on either side of main panel. The cable entries from
auto transformer shall be totally enclosed in sheet metal.The starter Shall have
screened louvers on both sides
AUTO TRANSFORMER STARTER WITH AIR BREAK CONTACTOR (LOCALY
FABRICATED)
The scope of work includes, designing, providing and giving test and trial of locally
manufactured fully automatic auto transformer starter with approved make power contactors.
Fully automatic auto transformer starter shall be housed in totally enclosed sheet metal clad,
vermin and dust proof cubical box, suitable for floor / plinth mounted for indoor operation.
The panel shall be fabricated from MS sheet SWG 14, with hinged door at front. Limit switch
shall be provided to trip the motor in the event of opening of door. The panel framework shall
have ICMC-100 base channels.
The size of the cubical box shall be sufficient for ease in maintenance work and proper
ventilation. However the size of the cubical should not be less than 1.5 X0.9 X 0.5 Mt. At
least two number of ventilating louvers shall be provided on side walls, at top to exit the hot
air, and one number louver at bottom to allow fresh air inlet.
The panel shall be painted with one coat of primer and two coats of enamel paint of
approved shade.
Bus bar, copper strips, copper leads shall be designed for twice the full load current. The
potential wiring shall be carried out in 1.5 Sq.mm copper cable, and CT. circuitry wiring shall
be carried in 2.5 Sq.mm copper cable.
The Auto transformer starter shall incorporate following equipment.
Triple pole AC3 rating power contactor with required number of NO & NC- 1 No.

Contractor No. of corrections Chief Officer Pg. 246


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Main Contactor (110 Amp Rating) 1 No.


Auxiliary Contactor (40 Amp rating) 2 Nos.
Oil immersed, copper wound Auto-transformer with tapings, 50%, 65%, 80% with
first fill of best quality transformer oil. 1 No.
CT operated bimetallic over load relay. 1 No.
ON & OFF Pneumatic timer (0.05 to 30 Sec) 1 No.
ON delay pneumatic timer (0.05 to 30 Sec) 1 No.
ON OFF Push buttons. 2 Nos.
HRC control fuses. 2 Nos.
Suitable rating Ammeter with metering CTS
& Selector switch. 1 No.
Thermostat. For oil temperature 1 No.
Door limit switch. (1 NO +1 NC) 1 No.
Current sensing Single phasing presenter with CTS 1 No.
No volt release 1 No.
Indicating lamps, Motor ON, OFF, TRIP 3 Nos.
(Protection CTs 10P3 / 10 VA)

Item No. 14:- Cable (a) Aluminium Conductor 3.5 core XLPE / PVC insulated &
armoured cable Supplying and erecting & testing of XLPE / PVC insulated, armoured
cable of 1100 V grade with ISI mark 3.5 core, standered aluminiun conductor with6mm
thick 25 mm width M.S. spacer with G.I. Earth Wire 6 sq, mm complete erected on wall
/on pole with 25X3 mm MS clamp or in provided trench in approved manner
Please refer specifications of subwork no 6 item no 3

Item No. 15:- Tools and Spanners Providing,testing of tools and spanners as per list
Attached as per Detailed specifications.
Tools and instrumentation as under shall be supplied.

1. Double ended open jaws spanners 2 Set


2. Ring spanner set 2 Set
3. Ball pens hammer 800 gms. 2 No
4. Screw driver of size 6x300 mm 2 No
5. Rubber hand gloves pair (22KV) 2 Pairs
6. Pipe wrench 450 mm 2 No
7. 36 size chain pipe wrench 2 No
8. cutting plyer 2 No
9. Hand operated crimping tool 2 No
10. Digital type Tong Tester 2 No

Contractor No. of corrections Chief Officer Pg. 247


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No. 16:- Electrification Providing, erecting testing of internal & extenal
electrification work of pump house as per Detailed specifications.
As Directed by Engineer-In-Charge.

Item No. 17:- Lifting Arrangement Hand operated circular or rectangular travelling
crane Providing, erecting and commissioning single girder hand operated
circular/rectangular type travelling crane with 6m lift complete with chain pulley block
ISI marked and travelling trolley boyh tested for 50 % overload including arrangement
for longitudinal travel /circular travel and Cross travel with hand wheel, hand chair
etc.complete
Providing, erecting Hand operated circular over head traveling crane shall be of single girder
rectangular/circular type as mentioned in schedule B, having Required capacity & minimum
6 meter span and 6 meters lift complete with triple spur gear Required capacity chain pulley
block and travelling trolley both tested for 50% overload and it shall conform to relevant IS.

The crane girder shall be of R.S.J. be of M.S. Fabricated of suitable section designed for
working load capacity, it shall conform to IS-3177 and 807 Gantry shall have arrangement
for longitudinal travel/circular travel and cross travel with hand wheel, hand chain etc
complete.

The mono rail trolley shall also be designed for above capacity and shall be provided with
operating chain of suitable length.

The size of the travel girder shall be minimum 250mm x 125mm ISMB. Travel girder shall
be provided for the entire length of the pump house including loading and unloading bay. It
shall be fixed on provided R.C.C. corbel beam in pump house by providing and fixing
foundation plates and proper grouting. The travel girder shall be aligned to maintain uniform
level through out its length. Over the travel girder square bar of EN 8 with minimum 40 x 40
mm size shall be provided and fixed and properly aligned including supporting plates.

The C.P. block shall be triple spur gear type suitable for working load of gantry and shall be
provided with lifting chain of 6 meter and operating chain of suitable length. The C.P. block
shall conform to IS 3832

Factory test report shall be furnished at the time of supply for having tested C.P. block and
Crane for 25% & 50% over load respectively.

IMPORTANT NOTE: -

The span of the Crane shall be actually measured from the provided corbels in civil structure
before taking up manufacturing process.
INSPECTION AND TESTING AT MANUFACTURERS WORKS :-
Inspection & testing at manufacturers works shall be witnessed jointly by the engineer or his
authorized representative of MJP Engineer .and inspector or engineer from third party
approved by M.J.P. The contractor shall arrange to fix a program of inspection & testing in
consultation with the Engineer-in-charge under this contract at his cost.

Contractor No. of corrections Chief Officer Pg. 248


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

All the instruments and equipment required for such test shall be provided by the
vender/manufacturer and the instruments shall be calibrated and certified by an approved
independent testing authority not more than one month prior to the test in which they are to
be used. All the tests shall be carried out as per relevant standards/codes.

The Contractor shall arrange for following tests/inspections of third party in consolation with
the Engineer and as per schedule and methodology approved by third party agency and as
per I.S.

Review of raw materials test certificates and quality control procedure.


Operation test as per standard specification.
Load test as per standard specification
Deflection test.

TEST REPORTS AND OTHER DOCUMENTS:-

The Contractor shall furnish the following documents/test certificate dully signed by Third
party agency to the Engineer before delivery.
Inspection report duly signed by the third party agency for above tests.
Manufacturers test report with guarantee card.
Final constructional drawings of gantry.
Test report of chain pulley block & trolley
Operation maintenance & spare parts manual.

M.S. Rail for CRANE


Providing, erecting and fixing square bar of EN 8 as rail for over head crane on provided
track, girder / continuous corbel beam, including supporting plate and J bolts.
40 x 40 mm (EN 8)

Item No. 18:- Water Meter Providing, erecting, testing and commissioning full bore
electromagnetic Water Meter as per detailed specifiacation etc. complete.

Item No. 19:- Earthing Providing earthing with Copper earth plate size 60 x 60 x0.315
cm with funnel with a wire mesh for watering and brick masonry block C.l. cover with
minimum 25 kg of maintenance free earth conductivity enhancing mineralearthing
compound complete with all materials, testing &recording the results as per
specification no ESE LA

General :-

The grounding system (earthing) for complete electrical installation in pump house shall be
carried out in accordance, with latest I.E. Rules, as specified in IS & as per instructions of
Electrical Inspector & Engineer-in-charge. It will be the responsibility of contractor to provide
complete & effective grounding system to meet the requirement of the electrical regulations.

The combined earth resistance in the sub stations shall not exceed 2 ohms. The minimum
number of earthing shall be provided in elect. panel board / motors / starters in pump house
as per I.E. Rules & as per instructions of Electrical Inspector & M.S.E.D.C.Ltd, authority are
as mentioned in Schedule B. Separate earthing shall be connected to respective earth bus.
All joints shall be in nut bolts & in addition shall be brazed to live no loose gap. A

Contractor No. of corrections Chief Officer Pg. 249


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

disconnecting link shall be provided at each earth pit for disconnection & measuring earth
electrode resistance.

Earth Electrodes :-

Galvanized cast iron earth plate size 60 x 60 x 0.60 cm buried in specially prepared earth pit,
so as to keep top of earth plate 1.5 m below ground level with 40 Kg. each charcoal & salt
with alternate layers of charcoal & salt with 19mm dia G.I. pipe with funnel with a wire mesh
for watering & bricks masonry block, C.I. cover complete as per para 9 of IS 3043 of 1987
with necessary length of G.I. strip of size 32 x 6mm bolted with lugs to the plates & covered
in suitable dia min. 40mm G.I. pipe 2.50m long complete connected to the nearest switch
gears with end sockets as per direction & duly tested by earth tester & recording the result to
get effective earth result black soil shall be filled in each pit with no extra cost.

Distance of minimum 2.50 m shall be maintained between earth pits & all earths pits shall be
interconnected by G.I. strip.

Equipment to be earth :-

The Main panel, 415 V. motor frame, starters, cable glands etc shall have two seperate &
distinct earth connection of adequate size for each equipment.

All earth wires & earth continuity conductor shall be of G.I. flats of appropriate sizes
minimum 32 x 6mm for providing double earthing to all switch gears, L.T. panel, starter &
motors etc in pump house & for all equipments in sub station from main earthing pit & for
interconnection of all earthing pit with necessary G.I. clamps fixed on wall / floor etc painted
with bituminous paint in an approved manner & as directed by Electrical Inspector.
Interconnections of earth continuity main conductors & branch earth wires / flats shall be
brazed properly ensuring permanent & proper good electrical connections. The earth leads
run on structure shall be securely bolted. Earth conductor shall be protected against
mechanical damage & possible corrosion particularly at the junction points of earth
electrodes & earth wires inter connections.

The entire Motor & Panel shall be effectively grounded with appropriate G.I. flat. All ancillary
electrical equipment & instruments shall also be effectively earthed. The fencing shall also
be connected to earthing system.

The earth pit shall be constructed in brick masonary block. Required quantity of salt,
charcoal & black soil shall be provided. Each earth pit shall have funnel arrangement for
watering & C.I. frame & cover

Item No. 20:- Test and Trial. Carring out the test and trial of Pumping Machinery
providing supply & all other accessories as per Detailed Specification etc. complete
Specifications as per item no 11 of subwork no 6
Item no 21:-.Supplying and erecting 80/100 kVAR, 440 V Three phase, 50cycles,
THYRISTER SWITCHED MICRO APFC PASSIVE FILTER PANEL, consisting of suitable
steps of APP type capacitor units confirming to IS- 13585 ( Part I ) 1994 with
harmonic filter reactors, as per specification no ESD-APFC
Specifications as per item no 1 of subwork no 2

Item NO 22:- Providing and errecting and commissioning M.S. dismantling joint as
per requirement and departments approved drawing and specification,including
amchining and rubber rings and suitable for 16 Kg/cm2 working pressure with
required flanges of suitable size with nut bolts etc. complete. The joint should have

Contractor No. of corrections Chief Officer Pg. 250


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

through long blots so that during normal working pressure there shuld be no sliding
movement of sliding flanges L.O.F. (lenght over flange) should not be less than 75 %
dia
A dismantling joint of required size shall be provided in delivery pipeline of each pump. 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.

Contractor No. of corrections Chief Officer Pg. 251


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Subwork no 9 : Pure Water Rising Main

Item No.1 Excavation for foundation / pipe trenches in all types of strata includes
earth, soils of all types, sand, gravel and soft murum, hard murrum soft rock, hard
rock, asphalt and concrete roads including removing the excavated material up to a
distance of 50 meters and lifts as below, stacking and spreading as directed, manual
dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.

Excavation for foundation in all type of strata-

The classification for all excavation met with shall be in two categories only, as under:
Soft Materials
Soft material shall include all types of earthy or sandy materials, soils of all types,
clay, soft, average hard murum i. e. all kinds of disintegrated rock, shingles, clay,
sand, made-up soils, bricks, bats and isolated boulders up to the size of 0.1 cum.
The excavation macadam bound surfaces shall also be classified in soft materials.
Hard Materials
Hard materials will include boulders of size bigger than 0.1 cum, all types of rock, soft
and hard, which can be best removed by blasting. Blasting will not be permitted in
inhabited localities or in vicinity of properties, where damage to human life and
property will be involved in the opinion of the Engineer in charge and in that case
work will have to be done by chiseling and the like methods in the same tendered
rates. By the term "SOFT ROCK" is meant rock in masses but of a softer variety,
crystalline in structure, which is otherwise like hard rock. It only indicates the degree
of softness, but will not include the disintegrated masses of rock, which generally
have fractures or cleavages. Soft rock can be removed by a pick but mass removal,
blasting has to be done. On hard rock a crow bar or a pick will only rebound
removing but in significant quantity. The excavation in asphalt or concrete shall be
classified as hard materials.
The excavation shall be taken down to such depths as shown in drawing and/or as
directed and shall be done in extra sections shown in drawings and stipulated in
specifications elsewhere herein. Extra excavation done over and above specified for
whatever reasons shall not be paid for. The bottom of the foundation shall be
perfectly leveled before concrete or masonry is put in and shall be watered and
thoroughly rammed. No filling will be allowed for bringing the foundation pit to level.
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 reasons shall not be paid for. The bottom of the foundation shall be
perfectly leveled before concrete or masonry 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 at 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 Engineer in charge, for such extra depths and such increased
section as directed by Engineer in charge, shall be admissible for payment at
respective tendered rates.
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.

Contractor No. of corrections Chief Officer Pg. 252


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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 necessary for excavation in soft materials without extra cost unless
otherwise provided for in separate tender item.
Excavation carried out in excess of the width specified shall be at Contractor's own
risk and shall not be measured. So also the excavation carried out in excess of the
required depths shall be made good to the required level by either concrete or
masonry of proportion as directed by the Engineer in charge without extra cost. The
tendered rate for excavation items shall include lifting and removing the excavated
materials for proper disposal in the vicinity as directed by the Engineer-in-charge.
Nothing extra shall be paid for removal of masonry 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.
The pay line allowed for excavation for wells in various strata shall be limited to the
following H V
In soil 1-1/2 : 1
In Soft murum 2/3 : 1
In hard murum 1/2 : 1
In rock 1/10 : 1
The excavation for well shall be carried out with the above side slopes only. The
excavation done beyond their slopes is not admissible for payment. If the excavation
is done with lesser slopes than mentioned above, the payment shall be restricted to
the actually excavated slopes.
If there is no separate item of dewatering in the tender, the Contractor's tendered rate
shall include manual bailing, draining of the trench and the excavation shall be kept
free from, water, while the work is in progress in a manner as may be directed by the
Engineer in charge. When there is a tender item of dewatering then payment shall be
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 pipe all along
the trenches before laying in the trenches.
Average width of excavation trenches that shall be admissible for payment for
various diameters of pipelines (excepting HDPE pipes ) shall be as under.

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

Contractor No. of corrections Chief Officer Pg. 253


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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
12. 600 mm 1.25 M In soft and hard material
13. 700 mm 1.30 M In soft and hard material
14. 750 mm 1.40 M In soft and hard material
15. More than 750 mm O.D. + 0.60 M In soft and hard material

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


No. Internal dia. of pipe Width of excavation of trench Nature of Strata
1. Upton 110 mm 0.70 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
6. 225 mm 0.80 M In soft and hard material
7. 250 mm 0.85 M In soft and hard material
8. 280 mm 0.90 M In soft and hard material
9. 315 mm 0.90 M In soft and hard material

Any width excavated more than above shall not be measured and paid for.
The Contractor shall carry out extra excavation for collar pits at joints wherever
necessary and such extra collar pit excavation shall not be admissible for payment
and will not be measured.
During excavation and till the trenches are properly refilled, if any public or private
water tap connections, telephone wires, cables, etc. are damaged, the Contractor
shall reinstate them at his cost.
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.
Filling Boulders
The boulders shall be hand packed with murum blindage in 20 cm layers, making up
of the stone to chips for all around the staining of the well. The width and height of
the filling shall be as per the plans or as directed by the Engineer-in-charge.
The boulders and stone-chips to the extent available from the excavation shall be
made use of free of cost by the Contractor and the rest quantity shall have to be
brought by the Contractor with all leads and lifts for which no claim whatsoever shall
be entertained.

Contractor No. of corrections Chief Officer Pg. 254


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The measurements shall be in the meters units for the volume of the boulder filling
done as measured on site.

Mode of Measurement :
The unit of quantity shall cum.

Item No. 2 :-Providing and supplying ISI mark D.I. S&S pipes (push on joints pressure
pipes of D.I.of following class and diameters confirming to the I.S. specification
inclusive cost of jointing materials (Rubber gasket of EPDM Quality) including all
statutory duties and taxes levied by GoI and GoM in all respect, Education cess,VAT,
Third party inspection charges of TPI Agency approved by MJP including Transit
insurance, Railway freight unloading from railway wagon, loading into trucks,
transportation to departmental stores / site of work, unloading stacking etc.
completed as directed by Engineer- incharge( IS:8329/2000 for pipes and IS 158/1969
and IS 12820/1989 or latest edition/ revision with amendments for Rubber Gassket.

Please Refer Specification for Subwork No. 7, Item No. 4.

Item No.3:-Providing and supplying ISI standard D.I. specials & fittings with sealing
rubber gasket of S.B.R.,complete with Cast iron follower gland and M.S. nut & bolts
coated or otherwise protected from rusting and suitable for D.I. pipes including cost
of all labours and materials and transportation to stores / site, loading , unloading
including all taxes , etc. complete.As per IS 9523 For all types of specials , bends,tees
etc.

General
This section covers the general requirements for Ductile Iron (DI) fittings suitable for Tyton
joints to be used with Ductile Iron pipes with flanged and Tyton jointing system.

Types of specials
The following types of DI fittings shall be manufactured and tested in accordance with IS:
9523 or BS: 4772.
flanged socket
flanged spigot
double socket bends (900, 450, 22 1/2 0, 11 1/4 0)
double socket branch flanged tee
all socket tee.
double socket taper.
All Flanged Tee.
All Flanged taper.
All Flanged Bend 900
All Flanged Duck Foot Bend

Supply
All the DI fittings shall be supplied with one rubber ring for each socket. The rubber ring shall
conform to IS: 12820 and IS: 5382 as described in the preceding chapter. Flanged fittings
shall be supplied with one rubber gasket per flange and the required number of nuts and
bolts.

Lubricant for ductile iron pipes and specials


General
This section covers the requirements for lubricant for the assembly of Ductile Iron pipes and
specials suitable for Tyton push-in rubber ring joints

Contractor No. of corrections Chief Officer Pg. 255


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Specification
The lubricant has to have the following characteristics:
must have a paste like consistency and be ready for use
has to adhere to wet and dry surfaces of DI pipes and rubber rings
to be applied in hot and cold weather; ambient temperature 0 - 50 C, temperature of
exposed pipes up to 70 C
must be non toxic
must be water soluble
must not affect the properties of the drinking water carried in the pipes
must not have an objectionable odour
has to inhibit bacterial growth
must not be harmful to the skin
must have a shelf live not less than 2 years

Acceptance tests
They shall be conducted in line with the provisions of the IS 9523

Packing
All the DI fittings shall be properly packed with jute cloth. Rubber rings shall be packed in
polyethylene bags. Rubber rings in PE bags and nuts, bolts etc. shall be supplied in
separate jute bags.

The fittings should also be supplied by the manufacturer of the pipes. They should preferably
be manufactured by the manufacturer of the pipes. In case they are not, it will be the
responsibility of the manufacturer of the pipes to have them manufactured from a suitable
manufacturer under its own supervision and have it tested at his/sub contractors premises
as per the contract. The pipe manufacturer will however be responsible for the compatibility
and quality of the products.

Mode of Measurement :
The unit of quantity shall Kg of Specials.

Item No. 4:- Lowering laying and jointing with SBR ruber gaskets C.I. S/S pipes of
various classes with CI / MS specials of following diameter in proper position, grade
and alignment as directed by Engineer-in-charge including conveyance of material
from stores to site of work, including cost of jointing materials and rubber rings
labour, giving hydraulic testing etc. complete..

As per specification of item no 4 of subwork no 7

Item No.9 & 10 :- Providing and supplying double flange sluice valves confirming for
IS 2906/14846 including warn gear arrangement as per test pressure stainless steel
spindle caps including all taxes transportation etc complete.Without by pass
arrangement - PN-1.

As per specification of item no 6 of subwork no 6

Item No.11:- Filling in plinth and floors murum bedding in trenches with approved
murum from excavated materials from foundation 15cm to 20cm layers including
watering and compaction complete.

As per specification of item no 6 of subwork no 7

Contractor No. of corrections Chief Officer Pg. 256


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Item No.12 Refilling the excavated pipline tranches with excavated available material
first over pipeline and then hard material in 15 to 20 cm layers with all lead and lifts
including curing, compacting etc complete.

As per specification of item no 7 of subwork no 7

Item No.13 Providing constructing B.B.masonary valve chamber with 15 cm thick


1:2:3 prop. PCC bedding excluding excavation B .B . masonary in C . M. 1:5
proporation Precast R. C.C. frame & cover, etc. complete. as directed by Engineer -In
charge

As per specification of item no 8 of subwork no 7

Item No.14 Providing & laying in situ, following grade c.c. of trap/granite/
quartzite/gneiss metal for foundation and bidding including dewatering,form work
compacting curing etc.complete. Spec. No. Bd E /1 Pg.No. 287 and B-7 Pg.No. 38

As per specification of item no 5 of subwork no 5

Contractor No. of corrections Chief Officer Pg. 257


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Subwork no 10 : RCC ESR

Item No. 1. Providing & constructing & designing RCC elevated service reservoir of
following capacities with RCC staging consisting of column ,internal & external
bracing spaced vertically at not more than 4.5 m c/c including excavation in all types
of strata, foundation etc. including giving satisfactory watertightness test providing
three costes of snowcem paint to all the exposed faces of the structure including top
roof surface etc. complete as per design ,data criteria, obligatory requirements & as
per detailed specification etc complete.

a) Constructing Storage Reservoirs viz. ESR,GSR/Sump on Departmental Design


1. The reservoir will be a covered RCC container supported on RCC column with
footing and intermediate braces, etc. as per drawing.
2. Suitable MS Ladders for ESR of capacity 2,00,000 liters with landing at regular
intervals for approach to the gallery and top slab of ESR shall be provided. For above
2,00,000 liter capacity, R.C.C. spiral stair case with parapet should be provided. RCC
cantilever catwalk (Gallery) of 1.0 meter width GI pipe railing shall be provided at
floor level, preferably at junction of floor slab and vertical walls.
Ventilators shall be provided on top slab of ESR.
One number of CI Manhole frame and cover shall be provided and fixed in the roof of
tank and at catwalk way.
One M.S. ladder shall be provided and fixed for access into the tank through
manhole left in the roof. Ladders shall be provided as per specifications.
Water level indicator assembly of approved type shall be provided and installed.
Lightening arrester as per IS specifications and confirming to I.E. Rules shall be
provided and fixed.
Vertical and horizontal piping of CI flanged pipes, C.I. specials of required sizes for
inlet, outlet and overflow arrangements together with suitable sluice valves shall be
provided as per drawings. For washout one tee shall be fixed on the outlet pipe with
one valve of suitable diameter.
Sluice valves/Butterfly Valves of required size shall be fixed for inlet, outlet and
washout. These valves shall be supplied by the Contractor conforming to relevant
ISS and of makes approved by MJP.
Required no. of BB masonry chambers of suitable size as directed with manhole
frames and covers shall be provided and constructed at suitable locations for sluice
valves.
Waterproof cement plaster of CM 1:2 proportion 20 mm thick shall be provided for
inside surface of the tank; including roof slab bottom.
Outside surface of tank, exposed faces of columns, braces, beams, catwalk bottom
portion of slab and exposed surface of the tank shall be provided with smooth finish
and then three coats of approved shade of Snowcem paint as per colour scheme
approved by the M.C. shall be rendered.
Letters indicating capacity of tank, name of scheme and year of construction shall be
either embossed or engraved on vertical wall of tank and shall be painted with
suitable shade of oil paint in two coats.

Contractor No. of corrections Chief Officer Pg. 258


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

On completion of work hydraulic test or water tightness test shall be given as per
standard specification. Therefore, required water arrangements shall be made by
Contractor at his own cost.
Since this is lump-sum offer, the interim payments, will be made at different stages of
works contract, as per break-up schedule enclosed.
Since this is water retaining structure, Contractor shall give a satisfactory hydraulic
test of the tank. This test shall be considered as water tightness test and accepted if
the structure appears bone dry from outside after filling with water up to full supply
level and the drop in water level is not more than 40mm in 7 days. For this purpose
the water filling arrangements shall be made by the Contractor at his own coast
including cost of water pumping arrangements, etc.
If during testing any damage occurs to the structure, it will be the responsibility of the
Contractor to rectify the same. Until satisfactory water tightness test is given on
completion of work, interim payments to be made at different stages of works, as per
schedule of break up of payment enclosed.
Materials required for Construction
1. Sand, Metal and Bricks
Sand, metal and bricks of best variety within a lead of 30 kms will be insisted.
Samples of these will have to be got approved prior to use on work.
2. Cement
OPC L & T / Orient / Ambuja / Coromandal king brand of 43 grade in Jute /
Polyethylene bags (weighing 50 kg. each) shall be used for all water retaining
structures.
3. Reinforcement
The steel to be used shall be of grade Fe-250, Fe-415 as per design. The
Contractor shall have to procure the steel from open market. The steel procured
by Contractor shall be only tested one and the Contractor shall produce
manufacturer's test certificate without which it shall not be accepted. Further the
Contractor shall arrange to get tested any samples from steel brought at site by
him in Laboratory at his cost and result should be submitted to the M.C.
Defective steel brought by Contractor shall be rejected and will not be allowed
to be used.
At least three samples of each diameter should be tested from every 5 tonnes
or part thereof. Tested lots only will be permitted to be used.
4. Concrete
The PCC and RCC works shall be as per IS 456/1976. Concrete mixer shall be
used for preparing concrete. Vibrator shall be used to consolidate concrete
while placing in position.
While concreting, representative samples in form of test cubes shall be taken
by the contractor under M.C. Supervisor and shall be tested under his
supervision. Charges of testing shall be borne by the Contractor and will be
recovered from bills payable to him. Frequency of taking cubes (sampling,
Acceptance, Criteria, Standard deviation values, carting of concrete cubes, test
producers should be followed by contractor.
5. Water Level Indicator Assembly

Contractor No. of corrections Chief Officer Pg. 259


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Mercury water level indicator with 15 mm dia. required G.I. pipes (Medium
Duty), stop cock (2Nos.), necessary fixtures suitable for staging height up to 15
M and water depth up to 5 M to represent depth of water in tank, etc. shall be
provided and fixed by the Contractor as per direction of M.C. The indicator
should be fixed to exterior face of column at about 1.5M above ground level at
site or as per requirement of Engineer-in-charge.
6. Lightening Arrester
Lightening arrester conforming to IS and Indian Electricity Rules shall be
provided. The lowermost portion of tape for 2 meters above ground level and 2
meter below ground level shall be enclosed by 50mm GI pipe of medium class.
7. Pipe Railing at free end of Catwalk
Railing shall be of GI pipes 'A' class not less than 25 mm diameter in the two
rows and shall be fixed in position to RCC posts or M.S. angle posts of size 65
mm x 65 mm x 6 mm, 1.0 meter in height, located at a maximum distance of
1M. C/C. The railing and the posts shall be provided with two coats of oil paint
of approved shade.
8. M.S. ladder
One Number of M.S. ladder shall be provided and fixed to give access into the
tank through manhole in the roof slab. The ladder shall be comprising of 65 mm
x 6 mm M.S. angles placed at 45 cm. apart with 16 mm M.S. bars in double
rows as steps at 20 cm c/c.
9. Centering Work
Before starting the work of ESR, the Contractor should submit design of
centering and its detailed drawings for approval by MJP. This set of drawing
shall be kept at site. This condition shall be applicable for the ESR with
Contractor's design.
b) Specifications and Design Criteria for RCC ESRs, GSRs/Sump with
Contractors own Design
Design, Providing and Constructing RCC ESRs
1 General Note :
1.1 The Contractor shall quote his offer in Schedule B for the complete work of
constructing RCC ESR to be carried out as per his own design based on given data
i.e. he shall tender the offer in Schedule B for construction of elevated tank of
required capacity including fixing pipes, specials, valves and providing and fixing,
lightening conductor, C.I. manhole frame and cover, water level indicator ventilator,
etc. complete with his own design and drawings. The design shall be got checked
from the institutes like Engineering College. Remarks shall be complied and scrutiny
charges shall be borne by the Contractor.
1.2 The contractor shall submit the name, qualifications and experience of Design
Engineer who has prepared detailed RCC calculations or who will prepare design
and drawings on acceptance of the tender. The authorized representative of the
designer will have to inspect and certify the works at foundation level and every
beam level.
1.3 The design Engineer has to prepare and submit a note on design methodology and
construction and drawings in two copies through the contractor.
The note should indicate general description, and salient features of the design
covering the following points :
1) Capacity

Contractor No. of corrections Chief Officer Pg. 260


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2) Shape and type


3) Staging height of tank indicating various levels
4) Safe bearing capacity assumed in the design or safe bearing capacity of strata
based on actual investigation report of laboratory and type of foundation
provided with proper justification.
5) Maximum and minimum subsoil water level.
6) Site plan showing location water level.
7) Line diagram showing dimensional and sectional elevation with important
levels.
8) Design parameters proposed to be adopted for detailed design.
1.4 This note on design will be subjected to thorough check by the Engineer-in-charge of
the owner and the tender will be accepted and work order issued by the competent
authority only after verification that the design to be offered will fulfill the requirements
of the design as per tender specifications.
1.5 After acceptance of tender, the contractor will have to submit three copies of detailed
design and drawings of the structure within 30 days of acceptance of the tender.
1.6 The design Engineer will be required to attend the office of Engineer-in-charge for
preliminary discussion for scrutiny remarks, etc. whenever required with all reference
data, books, IS specifications, etc. at his own cost.
1.7 It will be binding on the Design Engineer of contractor to clarify, modify, redesign and
prepare drawing after compliance of scrutiny remarks by the owner or his
representative such as an Engineering College, within 15 days of communication of
remarks. Even though design will be approved by owner, it will be the entire
responsibility of the Design Engineer and the Contractor.
1.8 On approval of the design, contractor shall supply, free of cost, eight sets of design
and drawing duly bound for use of the Owner. The Contractor shall also furnish the
details of steel requirement along with programme of execution for completion of
work within the time limit stipulated in the tender.
1.9 Security deposit of the tenderer shall be forfeited if he fails to modify his design as
per scrutiny remarks within specified time after levy of compensation as per tender
agreement.
1.10 Even though the design and drawing submitted by the Contractor are approved by
the Owner/Engineer-in-charge, the Contractor will not be relieved of his contractual
obligations to hand over the structure in sound condition, duly tested.
1.11 In case of any damage/failure either during construction, testing or after
commissioning, whether due to faulty design or defective construction, all repairs or
reconstruction of the structure shall have to be carried out by the contractor, entirely
at his risk and cost. No claim for such repairs/reconstruction shall be entertained.

Contractor No. of corrections Chief Officer Pg. 261


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Special Obligatory Condition of Design for water Retaining Structure


ESR/GSR/SUMPS - Storage Reservoirs with own design

Data sheet

Location Near Fire Fighting Station


Capacity 7.50 Lakh Liters
Staging Height 15 m
GL 469.00 m
LDL 484.00 m
FSL 488.00 m
Inlet 300 mm dia
Outlet 400 mm dia
Overflow 300 mm dia

Design Conditions

The Contractor can alternatively quote with his own design with following conditions:
1. The design of R.C.C. ESR shall be carried out by a designer having minimum
qualification of graduation in Civil Engineering/Structural Engineering. He shall sign
the design and affix his name and stamp.
2. The design shall be carried out in conformity with following IS code.
a) IS 456/1978
b) IS 3370- Part I and IV
c) IS 875
d) IS 11682
e) IS 1893 with inclusion of seismic zones as per latest circular.
f) IS 1786 for cold worked steel high grade deformed bars (Tor steel of 415 grade
and Mild steel grade I shall only be used.)
g) IS 13920/1993-for ductile detailing, applicable for ESRs under seismic zone III,
IV and V. (Recent editions of IS shall be referred.)
h) B.S.I. publication S.P. 34 (S and T) 1987.
3. Foundation for E.S.R.
The foundation should have the required safe bearing capacity Minimum depth of
foundation shall satisfy the following criterion.
a) Depth in soft rock shall not be less than 1 m or depth in hard rock shall not be
less than 0.5 M.
b) The total depth in all stratas put together shall not be less than 1.50 M.
c) In B.C. soil, raft shall be provided at minimum depth of 3 M.
No extra payment shall be given to the contractor on increase in depth of
foundation.
4. The free board shall be included in the depth of water for design purposes.

Contractor No. of corrections Chief Officer Pg. 262


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

5. Minimum free board shall be 300 mm; measured below bottom of roof beam.
6. Maximum actual water depth shall not exceed 5.0 M.
7. Clear cover for reinforcement shall be provided as below :
a) Footing / Raft 50 mm at bottom and sides
40 mm at top
b) Columns 40 mm
c) Braces, beams, slab (Bottom 25 mm
and roof), vertical wall, gallery.
8. Minimum thickness of container member shall be as below.
a) Bottom slab and vertical wall 200 mm
b) Roof slab 120 mm
9. The design and casting of container members which includes bottom and roof
beams, bottom slab, roof slab, vertical wall and gallery, shall be done in M-20 grade
of concrete (1:1.5:3 proportion.)
10. The staging of ESRs (Columns, braces, footing/Raft) shall be designed in M-15
Grade of concrete (1:2:4), however, casting shall be done in M-20 grade of concrete
(1:1.5:3 proportion.)
11. The staging shall be designed for ductile detailing as per IS 13920/1993, wherever
applicable.
12. The width of braces shall be maximum of the following in case of Earth Quake Zone
III and above.
a) 250 mm or
b) 75% of column side (column diameter in case of circular column)
13. Minimum width of brace in case of Earth Quake Zone I and II shall be 200 mm.
14. Width to depth ratio in case of braces shall preferably be more than 0.30.
15. Increase in permissible stress in braces, for earth quake / wind force design will not
be allowed.
16. The centre to centre distance between braces shall not exceed 4.50 M. At the joint of
brace and columns, the links to the column bars shall be tied properly and this shall
be thoroughly checked before concreting.
17. Wherever annular raft is provided, the inside and outside width of raft shall be
provided in such a way that the centre of gravity of upward reaction shall coincide
with column/raft beam centre.
18. Uplift pressure on the foundation of structure should be considered as per available
water table at site in rainy season. However, minimum uplift up to 50% of depth of
foundation below ground level should be considered in the designs.
19. 20mm thick cement plaster with CM 1:2 proportion with water proof compound shall
be provided to the container from inside (including roof beams and roof slabs/dome,
etc.)
20. The shape of container may be square or circular. Similarly the column shape may
also be square or circular.
21. Minimum size of column (width or diameter) shall not be less than 300 mm. Columns,
if required to be provided inside container, for supporting roof ring beam/dome/slab,
may be provided as per design requirements, following minimum cover requirements.
However the size shall not be less than 200 x 200 mm (or 200 dia.)

Contractor No. of corrections Chief Officer Pg. 263


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

22. Minimum dia. of main bars in the footing shall be 10 mm and minimum clear distance
between reinforcing bars shall not be more than 180 mm.
23. Water density shall be taken as 1000 Kg/Cum and live load on gallery shall be
considered as 300 Kg/sqm. Minimum load of water proof treatment on roof slabs
shall be taken as 100 Kg/Sqm.
24. The diameter, weight per meter, tensile strength and minimum elongation properties
of steel, brought by the contractor/supplied by the department, shall be got tested
from the approved laboratory before using it. It shall be used only when the test
report indicated that the steel is in accordance with the I.S. specifications and design
presumptions.
25. 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 duck foot bends for inlet, outlet and overflow arrangements, individual
columns with 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 be allowed.
The above four conditions i.e. 24(i), 24(ii), 24(iii), 24(iv) shall be followed
without substitutes and equals. No M.S. piping and spout type overflow
arrangement shall be accepted, even if rebates, etc, are offered.
v) Inlet, outlet, bypass and scour valves with chambers shall be provided. The
horizontal piping for inlet, outlet, overflow, and bypass up to 3 M from outer
brace shall be provided and laid without any extra cost.
vi) Lightening conductor, water level indicator, central ventilator and M.S. ladders /
RCC stair case shall be provided as per Dept. specifications.
26. The design submitted by the Contractor, shall be got checked from the nearest
Government Engineering College/Government Polytechnic/reputed Engineering
College/reputed Consultants, for which the scrutiny charges shall be borne by the
contractor. The delay in checking designs from third party as above shall be treated
as the delay on the part of contractor for operation of tender clauses.
27. The Contractors who have already successfully constructed, tested, as per
provisions of I.S. 3370, and commissioned minimum three no. of ESRs shall only be
allowed to quote for alternative offers for the work on own design basis. The
contractors desiring to quote for alternative offer, based on their own design, will be
required to submit a certificate to above effect, at the time of pre-qualification. The
certificate shall be signed by an officer of rank not below Engineer in charge. The
tenders shall be invited, based on the departmental designs only, while those pre-
qualified as above, may quote alternative offer. The alternative offer shall be in the
form of additional amount/rebate in terms of fixed sum over the main offer. The main
offer (Departmental Design based) shall essentially be quoted. The officer accepting
the tender shall be competent to decide whether to accept the alternative offer or not.
The alternative offer shall be accepted only in cases where it is beneficial to the
Municipal Council, Gangapur .
28. Size of inlet, outlet, overflow, bypass piping and valves including scour valve shall be
specified as per actual requirements and makes of valves shall also be specified as
per standard practice.

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

Contractor No. of corrections Chief Officer Pg. 264


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

30. Height of staging shall be the vertical the difference between lowest supply level and
the average ground level at the site of tank.

30a. If the staging of the ESR increases or decreased than the specified in schedule "B"
item, necessary payment for increase in staging height or rebate due to decrease in
staging height will be affected at the prevailing rates of DSR in force at that time.

Note: Above conditions shall also be applicable for design of RCC ESRs of capacity more
than 5.0 lakh liters and above except for conditions at Sr. No. 26 and with a change
in condition at Sr. No. 9, that the design of staging shall be in M-200 only i.e.(1:1-
1/2+:3) and construction should be in M-250 only.

31. Rectification of Defective Members

If it is found that certain members are defective and are found giving acoustical or
vibrational disturbance even though these may be structurally sound, rectification of
such members should be done by the contractor free of charge and to the
satisfaction of Engineer-in-charge.

II CRITERIA FOR DESIGN OF R.C.C. GROUND TANK/ESR

1. The structural design of water tank shall conform to the following standard,
specification and codes of Practice of I.S.

IS : 456 Code of Practice for plain and reinforced concrete (latest edition)

IS : 875 Code of Practice for structural safety of building loading


standards (latest edition)

IS : 3370 Code of Practice for concrete structures for storage of

Pare I to IV liquids (latest edition)

IS : 1893 Criteria for earthquake resistance design of structures (latest


edition) other ISS

1. General

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

2.1 Free board is the indication of space provided above full supply level and shall
be measured at a vertical distance above F.S.L. up to soffit of beam supporting
the roofs 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 up to 15 cm.

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

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

2.4 Part of the tank in contact with stored water and enclosing water vapor above
F.S.L. shall be in concrete M-200 or even in richer grade.

2.5 The allowable bearing pressure or safe bearing capacities are indicated in
Schedule B.

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

Contractor No. of corrections Chief Officer Pg. 265


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2.6 Not withstanding anything mentioned above if directed by the Engineer-in-


charge the contractor shall carry out actual strata exploration as mentioned in
para 0.2 of IS 1892-1979 through a Government laboratory and adopt bearing
capacity so arrived for the design.

2.7 The factor of safety 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 centres of column shall be equal to twice the width of footing and clear
distance between edges of footing shall be not less than width of footing.

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

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

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

2.13 In the vicinity of mines, collieries and blasting sites or areas which may be
subjected to blast or shock, the tank shall be designed for dynamic forces
adapted to shock.
2.14 Column may be assumed as fixed at the top of footing.
2.15 Following shall be the minimum thickness of various members of the tank
container:
Roof Slab 120 mm
Bottom Slab 200 mm
Roof dome 80 mm
Vertical wall of container 200 mm

3. Loads
3.1 For all RCC and PCC components unit weight of concrete shall be 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.
3.3 Seismic forces shall be as per IS 1893 (its latest revision).
4. Design

4.1 Shape of structure shall be the most economical as directed by Engineer-in-


charge and shall be selected depending upon site conditions.

Contractor No. of corrections Chief Officer Pg. 266


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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 Full
2) Tank Empty
3) Uplift pressure if any
Tank full means depth of water inside the container is up to 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 456, IS 1343. Code of Practice for prestressed
concrete IS 2210. (Later edition of IS shall be referred)
However, methods based on experimental investigation as mentioned in para
18.2 C in IS 456-1978 shall not be entertained.
4.4 Design of members other than those excluded by Clause 5.4 above (i.e. 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 values specified in Table I of IS 337 (Part II). The permissible
tensile stresses due to bending apply to the face of the member in contact with
the liquid. In members with thickness less than 225 mm and in contact with the
liquid on one side, these permissible stresses in bending apply also to the face
remote from liquid.
5.2 For Strength Calculations
For Strength calculations, 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 confirm Clauses
25.5.1.1 and 25.5.1.2 of IS 456 - 1978.

6. Permissible Stresses in Steel


6.1 For 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 tor steel, the stress shall be as per IS 1786-1979 for cold worked
steel high strength deformed bars for concrete reinforcement or its latest
revision.
6.2 The modular ratio m for different concrete mixes shall be as under :
Grade of Concrete Module ratio m
M : 150 19
M : 200 13
M : 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 5.2.3.1 of IS
456-1978

Contractor No. of corrections Chief Officer Pg. 267


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

7. Age Factor
Age factor for increasing strength shall not be considered for the design.
8. Units :
Design should be in Metric units only.
9. Detailing
9.1 Minimum Reinforcement for Water Retaining Members
The minimum reinforcement in walls, floors, roofs in each of two directions at
right angles shall have an area of 0.3% of the concrete section in that direction
for sections up to 100 mm thick. For sections of thickness greater than 100 mm
and less than 450 mm the minimum reinforcement in each of the two directions
shall be linearly reduced 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 bars conforming to IS 1786 or IS 1139
(Latest version of ISS shall be followed.)
9.3 Covers to Reinforcement
9.3.1 Minimum clear cover to reinforcement shall be per IS 456 and 3370. (Latest
version shall be referred.)
9.3.2 For members of structures in contact with water effective cover shall not be
more than 60mm. For bars subjected to bending stresses. For bars subjected to
pure tension the effective cover shall not be more than 75mm.
9.4 Spacing of Reinforcement
9.4.1 Spacing of reinforcement shall be as per para 25.3 of IS 456 1978.
9.4.2 Spacing of lateral ties for column shall satisfy the provisions of para 25.5.3.2 C
of IS 456-1978.
9.4.3 Reinforcement steel which accounts for resisting moments, tension etc. i.e.
other than temperature and shrinkage steel, shall comprises of minimum 8 mm
dia. for ribbed bars and 10 mm dia. for mild steel bars. For compressive
members, the minimum dia. of main reinforcement shall not be less than 12 mm
dia.

Note :
1. In case of dispute regarding interpretation of any of the above clauses, the
decision of the owner or his representative will be final and binding on the
designer and contractor.
2. In case of any clause not included in the above criteria, the decision of the
owner or his authorized representative will be final and binding on the designer
and contractor.
Mode of payment
FOR SUB-WORK OF ELEVATED SERVICE RESERVOIR / ELEVATED MBR
1) On approval of design - 2%
2) Excavation & PCC - 2%
3) On completion of footing - 5%

Contractor No. of corrections Chief Officer Pg. 268


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

4) Staging half height - 13%


5) Staging full height - 14%
6) Bottom slab compete - 22%
7) Vertical wall half height - 7%
Full height - 8%
8) Roof slab - 7%
9) On completion of spiral stair
case / M.S. ladder - 3%
10) On completion of plastering & finishing - 1%
11) On erection of pipes, vales
& constructions of chambers - 3%
12) Hydraulic testing - 10%
13) Other Misc. items as per A/T
including snowcem, painting, water
level indicator, lightening conductor, M.S.
ladder & name plate etc. - 3%
100%

Item No.2. Providing & supplying ISI standard CI double flanged pipes including all
taxes (Central and local), railway freight, insurance , unloading from railway wagon,
loading into truck transport to stores/ site, unloading etc. complete as directed by
Engineer-in-charge.
Providing, Erecting, Laying and Fixing in Position CI/MS/DI Pipes and Specials for
Inlet, Washout, Overflow etc.
C. I. flanged pipe centrifugally cast with screwed flange class B shall be erected and
hoisted truly in plumb for inlet, outlet, overflow, washout & bypass. It should be jointed to
duck foot bend fitted on the supporting RCC columns casted from foundation level to 1 m.
below ground level. The upper portion of the pipes shall be fitted with the bellmouth at
appropriate level. Care should be taken that pipe assembly work do not go eccentric.
Horizontal piping work shall be completed upto 5.0 m measured from outermost column. C.
I. Sluice valves of PN 1 rating shall be fixed for Inlet, Outlet, Bypass & washout at predefined
horizontal position within battery limit as directed by Engineer. A washout valve shall be
provided at the end of washout pipe. After completion of pipe assembly job the piping
system shall be hydraulically tested. No leakage from any joint should be observed. Testing
procedure shall be repeated till desired results are obtained. The holes left in the bottom
floor for piping shall be concreted & neatly finished.

On the bottom floor of the water container cast iron or stainless steel grate should be
provided over the outlet pipe & washout pipe. This is essential to prevent any accident for
the labour attending to periodical cleaning of the tank.

The vertical pipe assembly shall be painted in approved colour preferably black or as
directed by Engineer. The arrows showing the direction of flow and the nomenclature of the

Contractor No. of corrections Chief Officer Pg. 269


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

pipe shall be marked on pipe surface with white paint or as directed. No lead base paint shall
be used either for painting or lettering work.

Item No.3. Providing double flanged sluice valve Conforming in IS 2906/14846


including worm gear arrangement as per test pressure, stainless steel spindle, caps,
including all taxes, transporation, etc. complete
Please refer specifications of subwork no 6 item no 6

Item No.4 Providing and supplying ISI standard CI flanged / S& S specials including
all taxes (Central and local), railway freight, insurance, unloading from railway wagon,
loading into truck transport to depermental store/ site, unloading stacking etc.
complete.

Contractor No. of corrections Chief Officer Pg. 270


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 11 : DISTRIBUTION SYSTEM

Item No.1 Excavation for foundation / pipe trenches in all types of strata includes
earth, soils of all types, sand, gravel and soft murum, hard murrum soft rock, hard
rock, asphalt and concrete roads including removing the excavated material up to a
distance of 50 meters and lifts as below, stacking and spreading as directed, manual
dewatering, preparing the bed for foundation and excluding backfilling, etc. complete.

Specification as per item no 1 of subwork no 9.

Item No.2 :-Providing and supplying ISI mark D.I. S&S pipes (push on joints pressure
pipes of D.I.of following class and diameters confirming to the I.S. specification
inclusive cost of jointing materials (Rubber gasket of EPDM Quality) including all
statutory duties and taxes levied by GoI and GoM in all respect, Education cess,VAT,
Third party inspection charges of TPI Agency approved by MJP including Transit
insurance, Railway freight unloading from railway wagon, loading into trucks,
transportation to departmental stores / site of work, unloading stacking etc.
completed as directed by Engineer- incharge( IS:8329/2000 for pipes and IS 158/1969
and IS 12820/1989 or latest edition/ revision with amendments for Rubber Gasskets

As per specification of subwork no 9, item no 2.

Item No.3 :-Providing and supplying ISI standard D.I. specials & fittings with sealing
rubber gasket of S.B.R.,complete with Cast iron follower gland and M.S. nut & bolts
coated or otherwise protected from rusting and suitable for D.I. pipes including cost
of all labours and materials and transportation to stores / site, loading , unloading
including all taxes , etc. complete.As per IS 9523 For all types of specials , bends,tees
etc.

Please refer specifications for subwork no 9 item no 3.

Item No. 6 :- Providing and supplying in standard lengths Polyethelene Pipes ,


confirming to I.S. 4984 / 14151 / 12786 / 13488 with necessary jointing material like
mechanical connectors I.e. thread / insert joint / quick release coupler joint /
compression fitting joint or flanged joint , including all local & central taxes ,
transportation & freight charges , inspection charges , loading / unloading charges ,
conveyance to the departmental stores / site & stacking the same in closed shade
duely protecting from sunrays & rains , etc. complete.

GENERAL
All pipes and specials shall be manufactured out of high density polyethylene (resin grade
PE100) in accordance with IS: 8360 (Part I & III). PE injection moulded fittings shall be as
per IS: 8008 (Part I to IX), which shall be free from any cracks, surface flaws, laminations,
excessive pitting or any other defects. The method of manufacture shall be in accordance
with IS 7328:1992.The internal and external surfaces of the pipes shall be smooth to the
satisfaction of the employer or his representative and the end shall be cleanly cut and shall
be square with axis of pipes. The diameter and thickness shall be measured as per clause
6.1 and 6.2 of IS 4984:1995. Before manufacturing of pipes and specials / fittings is
commenced, the copies of the manufacturers test certificates for raw materials required for
the manufacturing shall be submitted by the Contractor to the Employer or his
Representative for his approval and record.

Contractor No. of corrections Chief Officer Pg. 271


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

HDPE pipeline shall be designed in accordance to the criteria given in IS 4984:1995.


Minimum required strength of resin grade PE 100 shall be 10.0 Mpa at 20 deg C, 50 years .
Maximum Melt flow rate shall be as per IS 4984:1995. Carbon Black Content in the material
shall be within 2.5+/- 0.5 percent and dispersion of carbon black shall be satisfactory when
tested according to the procedure described in IS 2530:1963. The percentage of Anti
Oxidant used shall not be more than 0.3 percent by mass of finished resin.

Raw Material
Raw material used to manufacture the HDPE pipes shall be virgin pre-compounded PE100
resin confirming to IS 4984:1995, IS: 7328:1992 and ISO4427:1996. The resin proposed to
be used for manufacturing of the pipes should also comply with the following norms as per
ISO 9080:1992:

a. The resin should have been certified by the an independent laboratory of international
repute for having passed 10,000 hour long term hydrostatic strength (LTHS) test
extrapolated to 50 years to show that the resin has a minimum MRS of over 10/ 8 / 6
MPa for PE 100/ PE80/ Pe63 resin respectively.
b. Internal certificate of any resin manufacturer will not be acceptable.
c. Certificate for having passed the full scale rapid crack propagation test as per ISO
13478

Quality Assurance Certificate


Quality assurance certificate, for the raw material proposed to be used for the project, from
one of the certifying agencies such as Bodycoat or Slevan or Advantica or any other
internationally reputed organization shall be submitted.

Dimensions and Tolerance


The pipe dimensions shall be as per latest revisions and amendment of IS 4984:1995.or as
given in tender documents. The pipes shall be supplied in straight lengths of minimum 6m.
The dimension tolerances shall be as per IS 4984:1995. Tolerance for pipes in respect of
diameter and straightness shall be in accordance with IS 4984:1995 however negative
tolerance in pipe wall thickness is not permissible. The shell in the completed work shall be
almost full round. The diameter shall be measured preferably by using a flexible tape or
circometer, having an accuracy of not less than 0.1 mm. Straight pipes shall have their faces
perpendicular to the axis of the section with a maximum deviation of 2mm on either side of
the plane.For the shell thickness, the tolerances shall be as per table 1 of IS 4984:1995 with
no negative Tolerance on pipes wall thickness.

Performance requirements
During the whole process of manufacturing, department's representative shall be present to
supervise the Quality Assurance process and witness the test performed along with third
party inspection agency Rites/SGS. The internal and external surfaces of pipe should be
smooth, clean and free from grooving and other defects. The end shall be cleanly cut and
shall be square with axis of the pipe.

The pipe supplied should have passed the acceptance tests at manufacturers works place,
as per clause 8 and 9 given in IS 4984:1995. The manufacturer should provide the test
certificates for the tests conducted, as required in IS 4984:1995 along with the supply of
pipes. These tests can be performed in the in-house laboratory of the pipe manufacturer or

Contractor No. of corrections Chief Officer Pg. 272


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

at an approved laboratory. The Employer will depute one person to be positioned at the pipe
manufacturing facility. This deputed person will check and approve each lot of the pipes
manufactured before they leave the factory after ensuring that they are meeting the required
specifications. The pipe to be tested shall be given a serial no. which shall be painted on its
inside together with details such as pipe No. thickness, diameter, length etc. It shall be
entered in the register to be maintained by the Contractor. A copy of results of the tests shall
be sent every week and another copy shall be sent along with the lot sent to the site for
laying.
i. Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in
shall be repaired.
ii. The performance tests as specified in IS 4984:1995 clause 8 shall be carried out
under cover at the manufacturing workshop, in the presence of and to the satisfaction
of the Engineer-in-Charge or the inspection agency appointed by the Engineer-in-
Charge.
iii. For indicating the pressure inside the pipe an accurate pressure gauge of approved
make duly tested and calibrated for the accuracy of readings shall be mounted on
one of the closures which close the pipe ends.
iv. Nothing extra shall be paid for testing and for P/F of gauges and for filling the pipe
with water and other equipments.
v. The Engineer-in-Charge shall be supplied with two copies of the results of all the
tests carried out for which nothing shall be paid.

When requested by the Employer or his Representative, the Contractor shall supply free of
charge to the Employer, for testing suitable samples of the materials to be used / used in the
works. The cost of such tests shall be borne by the Contractor and shall be included by him
in his rates / bid amount.

Marking:
As per the provisions of clause given in IS 4984:1995, each straight length of the pipe shall
be clearly marked in inedible ink/ paint with the following information:
a. Name of Owner
b. b The manufacturers name and/ trade mark
c. Designation of the pipe as per
d. Lot number/ Batch number

BIS License
The pipe manufacturer who is going to supply the pipes for the project has to have a valid
BIS license for manufacturing of HDPE pipe of any size available in IS 4984:1995. All the
pipe shall be ISI marked.

Mode of Measurement :
The unit of quantity shall be Rmt for pipe line up to Two decimals & Nos. for specials.
A Providing of pipes, valves, meters and gaskets
1) On supply of pipes with requisite test reports after third
75%
party inspection.
2) After lowering, laying and jointing, fixing and installing 15%
3) After hydraulic testing 10%

Contractor No. of corrections Chief Officer Pg. 273


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

B Laying and jointing with cost of jointing material, labour etc.


1) After laying and jointing 75%
2) After hydraulic testing 15%
3) After satisfactory refilling 10%

Item No.7:-Providing and supply of electrofusion fittings in accordance with BS EN-


12201/part 3 suitable for drinking water within black/blue colour manufacture from
compounded PE-80/100 virgin polymer and compatiable with PE-80/100 pipes in
pressure ratings SDR11 with min PN 12.5 rated for water application and shall be
inclusive of all cost suc as testing, all taxes related to central, state and municipal,
inspection charges , transportaion up to site, transit insurance, loading, unloading,
stacking, etc. complete

Fittings/Specials
All HDPE fittings/ specials shall be fabricated in accordance with IS: 8360 (Part I & III). PE
Injection moulded fittings shall be as per IS: 8008 (Part I to IX). All fittings/specials shall be
fabricated or injection moulded at factory only. No fabrication or moulding will be allowed at
site, unless specifically permitted by the Engineer.

Fittings will be butt fusion welded on to the pipes or other fittings by use of heat fusion. All
the other specials/fittings such as bends, tees, Reducers, Flanges, dismantling joints etc will
be shall be fabricated from PE and shall be smooth in surface in accordance with IS :8008
(Part I & IX). The thickness and pressure shall be adequate to sustain field test pressure but
shall not be less than the thickness and pressure of the pipe at that point.

Bends and Tees


HDPE bends shall be plain square ended conforming to IS: 8360 Part I & III Specifications.
Bends may be fabricated by jointing several small sections of pipes to reach the required
angle.
HDPE Tees shall be plain square ended conforming to IS: 8360 Part I & II Specifications.
Tees may be equal tees or reduced take off tees. Tees may be moulded or fabricated from
pipes elements.

Reducers
HDPE Reducers shall be plain square ended conforming to IS: 8008 Part I & VII
Specifications. Reducer must be moulded.

Flanged HDPE Pipe Ends


HDPE Stub ends shall be square ended conforming to IS: 8008 Part I & VII Specifications.
Stub ends will be welded on the pipe. Flange will be of slip on flange type as described
below.

Slip-On Flanges
Slip-on flanges shall be metallic flanges covered by epoxy coating or plastic powder coating.
Slip-on-flanges shall be conforming to standard mating relevant flange of valves, pipes etc.
Nominal pressure rating of flanges will be PN10.

Electro fusion Fittings.

Contractor No. of corrections Chief Officer Pg. 274


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

All the electro fusion fittings used for the service connection must be as per the
specifications given below.

1. All the electro fusion fittings should have Melt Flow Rate (MFR) in the range between
0.4 to 1.4 gms / 10mm.
2. All the electro fusion fittings to comply with specification ISO / DIS 8085, pr EN 12201
and relevant IS / ISO, if not available equivalent standards acceptable to employer.
3. All the electro fusion fittings must have pre-mounted tightening screws or clamps for
holding the pipes.
4. All the electro fusion fittings should be supplied with the appropriate magnet card in a
polythene bag. Fittings that arrive at the place of installation must be in their original
packing.
5. All the electro fusion fittings should be manufactured in Block PE 80 / PE 100
material which should be compatible with the distribution mains.
6. All the electro fusion tapping saddles must have facility to tap the live main lines i.e.
on line tapping. The tapping saddles to have built in drilling cutter which enables
tapping even blow the maximum permissible operating pressure : the disc cut out of
the pipe wall is permanently kept in the drilling cutter.

Terms and definitions, symbols and abbreviations


Electro fusion Socket Fitting
Polyethylene (PE) fitting which contains one or more integrated heating elements, that
are capable of transforming electrical energy into heat to realize a fusion joint with a
spigot end or a pipe.
Electro fusion saddle fitting
Polyethylene (PE) fitting which contains one or more integrated heating elements, that
are capable of transforming electrical energy into heat to realize a fusion on a pipe.
Tapping tee
Electro fusion saddle fitting (top loading or wrap round) which contains an integral
cutter, to cut through the wall of the main pipe. The cutter remains in the body of the
saddle after installation.
Branch Saddle
Electro fusion saddle fitting (top loading or wrap round) which requires an ancillary
cutting tool for drilling the hole in the adjoining main pipe.
Voltage regulation
Control of energy supplied, during the fusion process of an electro fusion fitting, by
means of the voltage parameter.

Intensity regulation
Control of energy supplied, during the fusion process of an electro fusion fitting, by
means of the voltage parameter.

General Characteristics
Appearance
When viewed without magnification, the internal and external surfaces of the fitting shall
be smooth, clean and free from scoring, cavities and other surface defects to an extent
that would prevent conformity of the fitting to this standard.

Design

Contractor No. of corrections Chief Officer Pg. 275


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The design of the fitting shall be such that, when assembling the fitting into the pipe or
other components, the electrical coils and / or seals are not displaced.

Colour
The fitting shall be blue or black.

Electrical characteristics for electro fusion fittings.


The electrical protection that shall be provided by the system depends on the voltage
and the current intensity used and on the characteristics of the electricity power.
For voltages greater than 25 V, direct human contact with the energized parts shall not
be possible when the fitting is in the fusion cycle during assembly in accordance with the
instructions of the manufacturer of the fittings and the assembly equipment, as
applicable.
The surface finish of the terminal pins shall allow a minimum contact resistance in order
to satisfy the resistance tolerance requirements (Nominal value + 10%)

Appearance of factory made joints


The internal and external surfaces of the pipe and fitting after fusion jointing, examined
visually without magnification, shall be free from melt exudation outside the confines of
the fitting, apart from that which may be declared acceptable by the fitting manufacturer
or used as a fusion maker.
Any melt exudation shall not cause wire movement in electro fusion fittings such that it
leads to short-circuiting, when jointed in accordance with the manufacturers instructions.
There shall be no excessive creasing of the internal surfaces of the adjoining pipes.

Effect on Water Quality


Attention is drawn to the requirements of national regulations

Geometrical Characteristics
Measurement of dimensions
The dimensions of the fittings shall be measured in accordance with prEN ISO
3126:1999. In the case of dispute the measurement of diamensions shall be made not
less than 24 h after manufacture after being conditioned for at least 4 h at (23 + 2) C.
Dimensions of electro fusion sockets

1) diameters and lengths of electro fusion sockets.

When measured in accordance with 6.1 the diameters and lengths of electro
fusion sockets (see Figure 1) shall conform to Table 1.

Table 1 Electro fusion Socket Dimensions

Nominal diameter Design depth


of the fitting
dn
L1,min L1,max L2,mina
Intensity Voltage
requlation regulation
20 20 25 41 10
25 20 25 41 10
32 20 25 44 10
40 20 25 49 10
50 20 28 55 10

Contractor No. of corrections Chief Officer Pg. 276


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Nominal diameter Design depth


of the fitting
dn
L1,min L1,max L2,mina
63 23 31 63 11
75 25 35 70 12
90 28 40 79 13
110 32 53 82 15
125 35 58 87 16
140 38 62 92 18
160 42 68 98 20
180 46 74 105 21
200 50 80 112 23
225 55 88 120 26
250 73 95 129 33
280 81 104 139 35
315 89 115 150 39
355 99 127 164 42
400 110 140 179 47

450 122 155 195 51


500 135 170 212 56
560 147 188 235 61
630 161 209 255 67
a) Increased fusion zone lengths are applicable for fittings rated to higher pressures, in order
to meet the performance requirements of this standard.

The mean inside diameter of the fitting in the moddle of the fusion zone, D1, shall not be less
than dn,

The manufacturer shall declare the actual maximum and minimum values of D1 and L1 to
determine suitability for clamping and joint assembly.

In the case of a fitting having sockets of differing sizes, each one shall conform to the
requirements for the corresponding nominal diameter.

Wall Thicknesses
The wall thickness of the body of the fitting at any point, E1 shall be equal to or greater
than emin for the corresponding pipe for any part of the fitting located at a distance
beyond 2L1 / 3 from all entrance faces of the fitting when the fitting and the
corresponding pipe are made from a polyethylene with the same designation. If the
fitting is produced from a polyethylene with an MRS designation different from that of the
corresponding pipe, the preferred relationship between the wall thickness of the fitting, E,
and the pipe, emin shall conform to Table 2.

Table 1 Relationship between pipe and fitting wall thicknesses

Material Relationship between


Pipe Fitting fiting wall thickness, e,
and pipe wall thickness,
emin
PE 80 PE 100 E> 0,8 emin
PE 100 PE 80 E> 1,25 emin

In order to prevant stress concentrations, any changes in wall thickness of the fitting
body shall be gradual.

Contractor No. of corrections Chief Officer Pg. 277


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Dimensions of spigotted fittings.


When measured in accordance with 6. 1, the spigot diamensions shall conform to the
requirements given in Table 3

Performance Requirements
When fittings conforming to this standard are assembled to each other or to components
conforming to other Parts of this European Standard, the joints shall conform to the
requirements given in EN 12201-5.

Marking
General
All fittings shall be permanently and legibly marked in such a way that the marking does
not initiate cracks or other types of failure.

If printing is used, the colour of the printed information shall differ from the basic colour of
the product.The marking shall be such that it is legible without magnification.

There shall be no marking over the minimum spigot length of the fitting.

Minimum required marking of fittings


The minimum required marking shall conform to Table 7

Table 7 Minimum required marking on the fitting

Aspects Marking or symbol


Manufacturers name or trade mark Name or code
Nominal diameter and pipe series / SDR e.g. dn 110/S 5 or dn 110 / DSR 11
Manufacturers information a
DSR fusion range e.g. SDR 11 SDR 26 b
Material and designation e.g. PE 80 b
a) In clear figures or in code providing traceability to production period within year and
month and the production site if manufacturer is producing at different sites nationally
and / or internationally.
b) This information may be printed on a lable attached on a lable attached to the fittingor
on an individual bag

Minimum required marking on a lable


The following additional information given in Table 8 may be printed on a lable, with one
label attached to the fitting or to the individual bag. The label shall be of sufficient quality to
be intact and legible at the time of installation.

Table 8 Minimum Required Marking on the Label

Aspects Marking or symbol


Standard number EN 12201
Material and designation e.g. PE 80
Pressure rating in bars e.g. PN 12,5
Tolerance (only for spigot fittings) dn > 280 e.g. Grade A
mm e.g. DSR 11 DSR 26 a
SDR fusion range
a) This information may be printed on the fitting (See Table 7)

Fusion System recognition

Contractor No. of corrections Chief Officer Pg. 278


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

Fusion fittings should have a system, either numerical or electromechanical or self


regulatory, for recognizing the fusion parameters to facilitate the fusion process.
Where bar-codes are used for the numerical recognition, the bar-code label shall be stuck to
the fitting and shall be protected against deterioration.
Packaging
The fitting shall be packaged in bulk or individually protected where necessary in order to
prevant deterioration and contamination. The packaging shall have at least one label with
the manufacturers name, type and dimensions of the part, number of units and any special
storage conditions.
Electrofusion Joints
1. Assemblies with pipes and components having different MRS and SDR
2. When applicable the assemblies shall be prepared in accordance with the scheme
listed in Table 2 using pipe and components having different MRS and SDR in
accordance with Condition 1, listed in Table C.1 of ISO 11413 : 1996.
3. The number of test pieces shall be as follows : The smallest diameter from each size
group and plus the largest diameter from the manufacturers own product range per
product type (see table 1)
4. The assembly shall conform to the requirement specified in Table 3 for the
Characteristic cohesive resistance for electro fusion socket fittings or cohesive
resistance for electro fusion saddle fittings as appropriate.

Table 2 Sampling Scheme

Electrofusion Pipe or component


fitting PE 63 PE 80 PE 100
SDR max. SDR SDR SDR SDR SDR
min. max. min. max. min.
PE 63 X -- -- X -- X
PE 80 X -- X -- -- X
PE 100 X -- X -- -- X
Assemblies under extreme conditions
1. The assemblies shall be prepared using pipe having the same MRS and SDR as the
fitting in accordance with conditions 2 and 3 listed in Table C. 1 of ISO 11413:1996
and using Tmin and Tmax as recommended by the fittings manufacturer.
If accepted by the purchaser the minimum and maximum energy conditions 2 and 3
may be replaced by a nominal energy at a given ambient temperature Ta defined by
the fitting manufacturer (see 3.4 of ISO 11413:1996).
For straight equal electro fusion socket fittings (couplers) test joints on selected
diameters out of the product range which shall be prepared with a gap of 0,05dn,
between the pipe end and the maximum theoretical depth of penetration of the fitting,
where for diameters greater than 225 mm the adjoining pipes shall be arranged to
provide the maximum angular deflection possible for the fitting, limited to 1,5. Saddle
fittings shall be fused to the test pipe whilst pressurized with water to the maximum
rated pressure. The pipe shall be cut immediately after the manufacturers
prescribed cooling time has elapsed.
2. The number of test pieces shall be as follow : One diameter from each size group
and including the smallest and largest diameter from the manufacturers own range
per product type (see Table 1)

Contractor No. of corrections Chief Officer Pg. 279


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

3. The assembly shall conform to the requirements specified in Table 3 for the
characteristic cohesive resistance for electro fusion socket fittings or cohesive
resistance for electro fusion saddle fittings as applicable.

Installation and Fusion Jointing


The fusion jointing process to be carried out is as per the procedure outlined in the DVS
2207 standard, if not available equivalent standards acceptable to employer.

A protocol for each fusion joint to be printed to ensure the joint process carried out is
error free. The electro fusion machine shall have the facility to record & make print for
each joint.

The precautions & measures as mentioned by electro fusion fittings / machine


manufacturer to be taken up rigorously while making the joints in the field.

The related pipe jointing accessories such as proper pipe cutter, Universal scrapper,
Clamping kits, Pipe cleaners, top load tools (for tapping saddle installation), Pipe
peelers, supplied by the same electro fusion fitting / machine supplier shall be used to
ensure perfect jointing.

The usage of tapping toos such as tapping keys, tension clamp supplied by the same
electro fusion fitting / machine supplier must be used to ensure perfect tapping of main
lines.
The piping system will be tested as per the guidelines given by ISO standard. The
guidelines shall be furnished by the supplier of electro fusion fittings, tools and machines.

If the supplier is buying from some other manufacturer he should clearly state the make,
its IS / ISO certification, manufacturer test certificates, warranty, his understanding for
the supply and complete process.

Mode of Measurement :
The unit of quantity shall Nos. for specials.

Item No. 8:- Lowering laying and Jointing HDPE pipes by heating to the ends of pipes
with the help of tefflon coated disc & hot flame blower to the required temparature
and then pressing the ends together against each other , to form a monolithic &
leakproof joint by thermosetting process. The pressing may be required to be done
with jig fixtures etc. complete. with all material labour as directed by Engineer-in-
charge ,including giving satisfactory hydraulic test.
Jointing between HDPE pipes
Jointing between HDPE pipes shall be done as per the relevant IS: 7634 Part II. Jointing
between the pipes shall be with butt fusion welding.

Welding
Except for routine welding of joints, no other work shall be done in the absence of
Contractor's engineer, either during the day time or at night. Jointing between HDPE pipes
and specials shall be done as per the latest IS: 7634 part II. Method of jointing between the
pipes to pipes and pipes to specials shall be with butt fusion welding using automatic or semi
automatic, hydraulically operated, superior quality butt fusion machines which will ensure
good quality butt fusion welding of HDPE pipes. If approved by the concerned Engineer,
jointing with PP compression fittings may be carried out for smaller diameters of PE pipes
(up to 110mm). The bidder shall furnish along with his bid the detailed specifications,
procedure, tools and equipments for butt fusion welding. (i) Except for routine welding of

Contractor No. of corrections Chief Officer Pg. 280


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

joints, no other work shall be done in the absence of Contractor's engineer, either during the
day time or at night.

Procedure of Butt Welding of HDPE pipes


The pipe should be cut square and the face of the pipe should be slightly scraped prior to
welding to remove oxidized layer. At the time of welding, leveling of the pipes is essential,
particularly in case of large diameter pipes. Welding temperature should be 200C and
surface of heating mirror should be 210 +- 5C. (Heating mirror is a metallic plate heated
upto the required temperature either by electrical coil embedded inside or by blow torch. The
word mirror has come because this heating plate radiates heat). The pipe to be welded
should be held on either side of the heating mirror with only contact pressure of about 20kPa
(0.2 Kg /cm2). When the rim of molten material is found, the pipes are removed from the
heating mirror and immediately the joint is made by application of moderate pressure of
approximately 1 to 2 Kg/cm2 for 2 to 3 seconds. The initial heating time for achieving molten
rim, varies from 1 to 5 min depending upon the pipe wall thickness and size.

Precautions:
i. Prior to the start of jointing, the Contractor shall submit to the Engineer-in-Charge for
his approval the Welding procedure method statement, he intends to use.
ii. It is essential, the pressure should be maintained until the joint is luke warm and after
the pressure is relieved, the joint allowed to cool completely.
iii. The mirror should be kept exactly around 210 deg C which needs about 30 min times
(for electrical mirror). It is also essential to see that the temperature is maintained
constant by the proper setting of regulator. For detecting the correct temp, crayon
chalk is used. For example at 210 deg C, the colour of crayon dot on the mirror
changes within 2 seconds. But the dot made should be thin and if not, time taken will
be more, indicating a wrong temp.
Strength:
A satisfactory butt welded joint of HDPE will have the strength factor of one. Temperature is
of primary importance and weld efficiency may decrease if the temperature does not fall with
in the range of 200 +/- 10 deg C.

Jointing between HDPE pipes and valves / DI pipes / Specials


Jointing between HDPE pipes and valves / DI pipes and specials shall be flanged joint as
per IS: 7634 (Part II). The gaskets for flange joints should be Neoprene. Fastener materials
(nuts, bolts, washers) shall be of SS: 316 construction and other fasteners shall meet the
requirement of relevant clauses of IS: 1363. The testing of joints to be as per standards or as
specified by the Engineer-in-Charge.
Installation and Commissioning of HDPE pipes
Installation Supplying, laying, jointing, testing and commissioning of pipes shall conform to
relevant IS codes, as applicable. Any additions and/or modifications specified in this Section
shall also be followed.
The alignment of pipelines shown in drawings of the tender documents is only indicative and
the exact alignment will be as per drawings and/or as directed by the Engineer or his
representative. The HDPE Pipes shall be laid in accordance with the latest IS 7634 Part-2

Testing

Contractor No. of corrections Chief Officer Pg. 281


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

All pipe work, fittings and appliances shall be inspected and tested hydraulically completion
of installation as per IS : 7634. All pipes shall be given a hydrostatic test at factory and at
site in accordance with IS : 4985 or 1.5 times the rated pressure whichever is higher.

Field Hydraulic Test


1. The Sectional Hydraulic Test shall be carried out after the pipeline section to be
tested has been laid jointed and backfilled to a depth sufficient to prevent
floatation, but leaving the joints exposed which are to be tested. The sections to
be tested shall have be to the approval of the Engineer and shall not be longer
than 2000 m when either the pipeline is laid adjacent to or underneath the
carriageway or when section includes an air valve chamber. The joints between
each tested section shall be left exposed until the pipeline has passed the test on
completion.
2. Each length of the pipeline to be tested shall be capped or blanked off at each
end and securely strutted or restrained to withstand the forces which will be
exerted when the test pressure is applied. Air valves already fitted shall be
permitted to function during the test.
3. Proposals for testing where thrusts on structures are involved, even where thrust
flanges on the piping are installed, shall be with the prior approval of the
Engineer.
4. The method of filling the pipeline with water shall be approved by the Engineer.
The length under test shall be filled making certain that all air is displaced through
an air valve or any other appropriate mechanism as approved by the Engineer.
The test length shall then remain under constant moderate pressure, 10 to 20m
head of water, for a period of several hours until the pressure can be maintained
without additional pumping. The cost of water shall be borne by the contractor.
5. The pressure shall then be slowly increased at a maximum rate of 1 bar per
minute to the full test pressure and pumping discontinued for 3 hours or until the
pressure has dropped by 10m, whichever occurs earlier. Thereafter pumping
shall be resumed and continued until the test pressure has been restored. The
quantity of water pumped to restore the pressure, which is called make up water,
shall be the measure of thermal expansion or leakage from discontinuation of
pumping until its resumption. The makeup water shall be as below:

OD of Litres per 1000 m of the pipe length tested


pipeline (mm) One hour test Two hour test Three hour test
63 9 14 24
110 16 31 50
160 37 74 112
200 50 87 124
315 136 285 422
400 174 347 521

6. The maximum allowable test pressure shall be 1.5 times the system design
pressure or pipe rating whichever is higher
7. Notwithstanding the satisfactory completion of the hydraulic test, if there is any
discernible leakage of water from any pipe or joint, the Contractor shall, at his
own cost, replace the pipe, repair the pipe or re-make the joint and repeat the
hydraulic test with cost including the cost of water. Water used for hydrostatic
test shall be clean and potable.
8. Pipelines shall be tested as above except where the Engineer issues such
instructions as are necessary for testing parts of the Works that have been
designed for stresses limited by considerations other than those applying to the
pipeline systems.

Contractor No. of corrections Chief Officer Pg. 282


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

9. Test pressures are to be measured in kg/cm2 at the centre of the blank flange
situated at the lowest end of the pipeline under test.
Safety Measures.
1. Barricading all sides of the open trenches.
2. Red danger lights as can be easily visible from dusk to dawn at an interval of 20 m
and at all the road crossings.
3. Traffic signals and display boards giving direction for diversion of traffic at the
appropriate places as may be directed by the Engineer
4. Adequately safe wooden plank / board or steel plate over the trenches at every 15
metres interval to facilitate crossing by the public residing on either side of the trench.

Mode of Measurement :
The unit of quantity shall Rmt.
Item No. 9 & 10 :- Providing and supplying double flange sluice valves confirming for
IS 2906/14846 including warn gear arrangement as per test pressure stainless steel
spindle caps including all taxes transportation etc complete.Without by pass
arrangement - PN-1.

As per specification of subwork no 6 item no 6

Item No.11:- Filling in plinth and floors murum bedding in trenches with approved
murum from excavated materials from foundation 15cm to 20cm layers including
watering and compaction complete.

As per specification of item no 6 of subwork no 7

Item No.12 Refilling the excavated pipline tranches with excavated available material
first over pipeline and then hard material in 15 to 20 cm layers with all lead and lifts
including curing, compacting etc complete.

As per specification of item no 7 of subwork no 7

Item No.13 Providing constructing B.B.masonary valve chamber with 15 cm thick


1:2:3 prop. PCC bedding excluding excavation B .B . masonary in C . M. 1:5
proporation Precast R. C.C. frame & cover, etc. complete. as directed by Engineer -In
charge

As per specification of item no 8 of subwork no 7

Item No.14 Providing & laying in situ, following grade c.c. of trap/granite/
quartzite/gneiss metal for foundation and bidding including dewatering,form work
compacting curing etc.complete. Spec. No. Bd E /1 Pg.No. 287 and B-7 Pg.No. 38

As per specification of item no 5 of subwork no 5

Item No.15:- Making cross connectio to exisitng distribution main of any type
including excavation , breaking and removing existing pipes, lowering, laying of
specials and pipes in their postion, refilling , closing the water supply in that area,
dewatering and restatring the water suplly, etc, complete as directed by Enginner in
charge for following diameters of exisitng pipelines, irrespective of diameter of
branch line, (Ithe number of joints involved will be paid separately depending upn the
nature of joints and required pies, valves and special will be supplied at free of cost at
stores).

The items includes excavation & breaking the existing pipe line ,lowering ,laying of

Contractor No. of corrections Chief Officer Pg. 283


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

pipeline, specials in position refilling the excavated trenches etc complete Nos of
joints involved will be paid separately, The required materials like pipes, Valves &
specials will be given by the department free of cost item will be measured and paid
on number basis as directed by Engineer In charge All Responsibilities to start water
of the area after cross connection will lies with the contractor The mode of
measurement of payment shall be on Completed Number basis.
Item No.16 :- Road reinstating
For this item relvent specification of PWD as per items viz. providing, spreading,
compacting Rubble, stone metal, hard/soft murum & providing and laying 50 mm
thick compacted bitumn bound mecaclam over WBM, hot mix 200 mm thick layer,
bituminous liquid send count to black top surface, PCC, RCC. etc. as per std.
practice of P.W.D. Deptt.

Contractor No. of corrections Chief Officer Pg. 284


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SUBWORK NO 12 : DISMANTLING OF ESR

Item No. 1 Dismantling of ESRs of various capacities and hieghts using crane (10 MT
capacity) and handing over MS/CI/GI pipes, valves, bends, etc to the department.
However taking steel reinforcement by the dismantling agency including removing
dismantled materials from the site and disposing them at suitable palces as directed,
etc complete. Capacity of ESR above 2 LL and staging hieght 12 m in conjested area
This shall be comply as per standard specification no.Bd.W.8 on page no.587 of standard
specifications book (Red book) of B & C dept.

Contractor No. of corrections Chief Officer Pg. 285


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

SCHEDULE OF INTERMEDIATE PAYMENT


FOR SUB-WORK OF LEADING MAIN / GRAVITY MAIN & DISTRIBUTION SYSTEM

A Providing of pipes, valves, meters and gaskets


1) On supply of pipes with requisite test reports after third
75%
party inspection.
2) After lowering, laying and jointing, fixing and installing 15%
3) After hydraulic testing 10%
B Laying and jointing with cost of jointing material, labour etc.
1) After laying and jointing 75%
2) After hydraulic testing 15%
3) After satisfactory refilling 10%

FOR SUB-WORK OF ELEVATED SERVICE RESERVOIR / ELEVATED MBR


1) On approval of design - 2%
2) Excavation & PCC - 2%
3) On completion of footing - 5%
4) Staging half height - 13%
5) Staging full height - 14%
6) Bottom slab compete - 22%
7) Vertical wall half height - 7%
Full height - 8%
8) Roof slab - 7%
9) On completion of spiral stair
case / M.S. ladder - 3%
10) On completion of plastering & finishing - 1%
11) On erection of pipes, vales
& constructions of chambers - 3%
12) Hydraulic testing - 10%
13) Other Misc. items as per A/T
including snowcem, painting, water
level indicator, lightening conductor, M.S.
ladder & name plate etc. 3% -
100%
Note : As 10% for hydraulic testing is provided at Sr. No. 12 above, no further deductions
from any of the other percentage is necessary towards hydraulic testing.

FOR SUB-WORK OF RCC GROUND STORAGE RESERVOIR / RCC SUMP


1) On approval of design - 2%

Contractor No. of corrections Chief Officer Pg. 286


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

2) excavation & PCC - 5%


3) Bed Concrete & footing - 10%
4) Vertical walls
a) Half height - 17%
b) Full height - 18%
5) Roof slab - 10%
6) On supply of pipes, valves & specials
for pipe assembly - 15%
7) Plaster - finishing - 5%
8) On erection of pipes valves & construction
of chambers - 3%
9) Hydraulic testing - 10%
10) Miscellaneous works, as per A/T
including painting, water level indicator
lightening conductor and M.S. ladder etc. - 5%
-
100%
-
Note : As per provision for hydraulic testing is made in Sr. No. 9 above, no
further deduction from any of the other percentage is necessary towards
hydraulic testing.

Contractor No. of corrections Chief Officer Pg. 287


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

LIST OF APPROVED MAKES

Sr No Material Make and Brand


1 Cement ACC, Gujrat Ambuja, Ultratech, Birla Super, Vasavdatta
Super, Coromondal king, Rajashree Grasim
2 Steel SAIL, RINL,TISCO, Rajuri steel
3 Bricks Ordinary clay bricks of any brand conforming to IS 1877
with minimum crushing strength of 40 kg/cm2 and water
absorption percentage restricted to 25% for bricks used
in panel walls and 20% of bricks used in load bearing
walls
4 RCC NP2 / NP3 M/s Mahadeo Industries, M/s Siddhivinayak Precast
class pipes pipes pvt ltd, Indian Hume pipes, Patel hume pipes,
Bharat Metal pressing, Shivani Pipe industries
5 Rubber Ring Prabhat elastomer, Ganga rubber or any other ISI
manufacturers.
6 Soil & Waste Pipes / Jaiswal Neco, Finolex, Jain, Supreme, Astral, Ajay,
Ventilating pipes Ashirwad, Kitec
7 uPVC/cPVC Finolex, Jain, Supreme, Astral, Ajay, Ashirwad, Kitec,
Tulsi
8 HDPE Tatiwar, Parvati agro plast, Tulsi extrusions, Noble
polymers, Sweta Enterprises, Time technoplast, Omkar
Polymers, Sangir Plastics, Rex Poly extrusion Ltd.
9 Ductile iron Electro steel casting, Jindal Saw, Lanco Industries, Jai
Balaji industries, Kejriwal castings, Electrotherm india
ltd, Tata Metalica Kubota pipes
10 Valves Kirloskar, IVC, IVI, VAG

11 Manholes Frames SS manholes and gratings, KK manholes and gratings,


and Covers Bharat manholes frame and cover

Contractor No. of corrections Chief Officer Pg. 288


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GENERAL SPECIFICATIONS
GS 1 Sand and Metal
Sand and coarse aggregate (metal) shall be stored separately on site on hard ground
so as to keep them free from foreign materials such as soils, clay, glass etc. In case
of machined crushed metal separate depot shall be prepared for different sizes of
metal and suitable proportion to form dense mix as directed by the M.C shall be
taken from these different sizes of metal.

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

2.2 The 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 watertight.

GS 3 Reinforcement
3.1 The Contractor has to procure it from open Market at his cost. The bars shall be
scrapped thoroughly for removing any scales, rust, etc. before use in work.
Bars that may be found defective in any way shall not be allowed to be used.
The reinforcement is to be fabricated and placed in position as per the M.C.
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 M.C. The
Contractor has to place in position the reinforcement as directed and to secure
it by binding wire to be provided at Contractors cost. Any additional
reinforcement provided by contractor in addition to M.C.s design and direction
shall not be measured and paid for.

3.2 To ensure that the minimum cover require for slabs, beams, etc. is provided.
Separators of precast or cast in situ CC block with wires embedded shall be
used and shall be tied to the reinforcement with wires. Between 2 or more
layers of reinforcement, separators, of 200 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 result
should be submitted to M.C. Defective steel shall be rejected.

GS 4 Mixing
4.1 Good clean water shall only be used for mixing. Arrangements for bringing such
water shall be done by the Contractor at his cost. The amount of water to be
used shall be as directed by the Engineer-in-charge. on the bases of correct

Contractor No. of corrections Chief Officer Pg. 289


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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 Engineer
in charge are important the concrete shall be only machine mixed. The mixing
shall be continued for at least 8 minutes after all materials and water are placed
in the drum which shall revolve for 14 to 18 revolutions or as specified by the
manufacturers. 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 to the contractor that will be issued to him
on hire or contractors request, as per MJPs rules in force from time to time. If
as a result of break down of mixer during concreting, hand mixing has to be
resorted to temporarily. Only such work which is considered absolute essential
by the Engineer in charge shall be allowed to be done by hand mixing and the
entire operation of hand mixing and precaution thereof shall be taken as will be
directed by the Engineer-in-charge. For hand mixture for sufficient time till it is
of uniform colour. The required quantity of aggregate shall then be added and
the mixture again turned over for at least ...... times. The required quantity of
water shall then be added gradually through rose pieces attached to the can
until process of turning is in progress and till is of uniform consistency where
such 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 such cases, cement to be used shall be as per standard requirement only.

4.4 Normally the standard cement consumption will be as under :

for one cum of concrete

1:2:4 (M-150) 1:1.1/2:3 (M-200) 1:3:6 (M-100)

6.27 bags 7.9 bags 4.42 bags

For any other mix the cement consumption shall be as decided by the Engineer
in charge. The consumption as mentioned above shall be for the gross RCC
column actually cast. The cement for finishing , rendering cement, wash, etc.
shall be in addition to above.

GS 5 Concrete Laying
5.1 The forms shall first be lightly moistened before laying concrete. The concrete
shall be placed in position within 20 minutes after adding water to the mix and
shall be slowly deposited in its place and not thrown or dumped from a height
shall be placed in uniform layers. For vertical walls or water retaining structure,
water stoppers shall be provided.

5.2 For columns the concrete shall be laid in maximum 1.2 M height at a time. For
vertical walls of reservoir it shall be laid in maximum 0.6 M height only at a time.

GS 6 Tamping, Ramming and Consolidating


6.1 For all RCC Reservoirs and other works which are considered by the Engineer
in charge to be important mechanical vibrators shall invariably be used by the
Contractor at his cost. The Contractor shall provide at least 2 vibrators in good
working condition, so as to have one as a stand-by and to prevent interruption
in work. The concrete being laid shall be vigorously vibrated 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

Contractor No. of corrections Chief Officer Pg. 290


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

vibrators at his cost and the M.C. does not guarantee that they will be supplied
on hire.

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

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

GS 7 Curing
7.1 All RCC work will be watered and kept constantly wet for 23 days after initial set
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 the concrete.
Should the Contractor fail to water the concrete - continuously, it will be done
immediately at Contractors cost.

7.2 Removal 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 Days

Vertical Walls 6 Days

Bottom of Slab and Domes 10 Days

Bottom of Beams 14 Days

Bottom of Beams of Span 4.5 M and above 21 Days

Bottom of Placing CC 3 Days

GS 8 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 reservoir and
other major works concreting 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 for
any work which is done contrary to specification and no payment thereof shall be
admissible.

GS 9 Finish and Quality of Concrete


9.1 The RCC work cast shall be of dense mix, homogenous without any honey
combing true in size alignment and shape. Any defective work shall not be
entitled for full tendered rates for payment and if the defects are major no
measurements and payment are admissible and Contractor shall have to pull
down such defective work and redo at his cost. The decision of the Engineer in

Contractor No. of corrections Chief Officer Pg. 291


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

charge regarding such defective work and the decision, viz. pulling it down or
reducing rates as may be necessary shall be final and binding on the
contractor.

9.2 All RCC work shall be finished as directed by the Engineer in charge. It should
be clearly understood that the finishing is not meant to cover the casting defects
but only to give a smooth appearance. In case of RCC reservoirs and other
major RCC works Contractor shall not commence finishing unless and until
Engineer-in-charge has inspected the casting of concrete after removal of form
and has satisfied about its quality failing which it shall be regarded that casting
was defective and action deemed fit as per clause (11) 1 above will be taken
since finishing has to commence immediately after removal of forms. The forms
removal in RCC reservoirs and other major work shall be done in presence of
Deputy Engineer.

28 days test : 1:2:4 1:1.1/2:3

150 Kg/cm2 200 Kg/cm2

Cube casting acceptance of concrete will be as specified in IS 456 - 1964 and


relevant ISS. Unacceptable quality concrete shall be demolished and redone
without any extra cost by the contractor.

The Engineer in charge 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 Engineer in charge
will not endanger the safety of the structures. Engineer in charges decision in
such cases shall be final and binding on the contractor.

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

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

GS 10 Testing
10.1 All structure meant to hold water shall be rested for water tightness test at
Contractors cost, by filling them to their desired level. The water tightness test
shall be considered satisfactory when the fall in water level after the container
is filled to the FSL is not more than 5 mm/25 hours and there is no sweating
from outside or bottom whatsoever.
10.2 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 kept constantly filled with water at
Contractors cost till the completion of work.

Contractor No. of corrections Chief Officer Pg. 292


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

10.3 Till satisfactory water tightness test is given by the Contractor, at his cost, to the
satisfaction of the M.C., only 90% tendered rates shall be admissible for
payment for RCC concrete items.
10.4 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.C.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 Contractors bills. The ultimate compressive stress as revealed
from these tests shall not be less than
28 days test 1:2:4 1:1.1/2:3

150 Kg/cm2 200 kg/cm2

Cube casting acceptance of concrete will be as specified in IS 456-1964 and


relevant ISS. Unacceptable quality concrete shall be demolished and redone
without any extra cost by the Contractor.

The Engineer in charge 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 Engineer in charge
will not endanger the safety of the structure. Engineer in charges decision in
such cases shall be final and binding on the Contractor.

GS 11 Measurements
11.1 The Measurements shall be the unit as mentioned in the Schedule B and
break- up schedule.

11.2 Mode of measurements shall be :-

a) Columns : Height from top of footing to bottom of beams shall be


measured as columns.
b) Braces for columns shall be measured as net between column faces.
c) 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 beams and quantities laying outside the full beam section in
beams. Slant walls, slabs, etc. as the case may be shall be measured in
the respective slant wall vertical wall, flat 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.
11.3 The measurement under RCC works for net dimensions cast as directed
without any allowance for rendering, finishing, etc.

GS 12 UCR Masonry, GSRs


In case of UCR masonry reservoir, relevant specifications for ESR and other items
shall be followed. the work shall be carried out as per type design.

Contractor No. of corrections Chief Officer Pg. 293


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GS 13 Specification for Masonry viz. UCR/CR, Brick Masonry Khandki Facing, etc.
13.1 The masonry shall be either UCR/CR Khandki facing, BB Masonry, etc. as
specified in the respective tender items.
13.2 For stone masonry either UCR/CR or Khandki facing, with 1:4 proportion
cement mortar, which has to retain, the percentage of mortar shall be between
40% to 45% of the gross built-up masonry and in no case less than 40%. The
cement to be used in masonry shall be on the basis of this percentage. If the
masonry is constructed with less percentage of the mortar than specified above
and if in the opinion of Engineer in charge it is not suitable retain water
pressure, it shall have to be dismantled and redone at Contractors cost with
correct percentage of mortar.
13.3 For all other masonries viz. UCR/CR/BB, etc. the percentage of mortar shall be
as per P.W.D. Hand Book Specifications and cement to be used shall be based
on these percentage.
13.4 For CR Masonry, khandki facing masonry etc all courses shall be of equal
height, to be specified by the Engineer-in-charge and only one row of
khandkies shall be allowed in one course.
13.5 Tender rates of masonry item, unless otherwise mentioned specifically in the
tender items, shall include scaffolding, watering, curing and cement pointing in
CM 1:2 to the exposed faces, where necessary and as directed.
13.6 For masonaries meant for retaining structures, the Contractor shall give a
satisfactory water tightness test at his cost to the satisfaction of M.C. Till such a
satisfactory water tightness test is given, only part rates (90%), as directed by
the Engineer in charge shall be admissible for payment and the decision for
such part regarding reduced rates, shall be final and binding on the Contractor.
It shall be Contractors responsibility to give the water tightness test and he
may use standard waterproofing compounds at his cost in the mortar.
13.7 In all other items viz. materials like sand, stones, joints, headers, khandkies,
etc. the PWD Hand Book Specifications (latest edition) and specifications given
in standard specification Book (Red Book) shall apply.
13.8 The wall of masonry should be truly vertical on both faces or should be truly as
specified grade.
13.9 The height of masonry should not be raised at more than 1 M per day.
GS 14 Doors, Windows
CCTW Doors, Windows, Cupboards, etc.

14.1 Sizes shown on drawing are clear opening in masonry and not the shutters
size. these sizes 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 drawing are manufactured, as instructed specifically in
writing they shall be measured and paid for accordingly.
14.2 The work shall be executed as per the size of frame thickness of shutter type
viz. plain planked paneled, glazed, etc. and fixture, etc. as described in tender
item. Iron bars for windows ventilators are to be provided if specifically
mentioned in the tender item at Contractors cost. Specifications. in PW
standard specifications shall be applicable.
14.3 The design shutters and quality of wood shall be got approved from the
Engineer-in-charge before manufacture. The CCTW to be used for wood work
shall be uniform in substance straight, free from large deed knots, flows flanks.
The work shall be done as per specification of P.W.D. hand books latest
edition. The joints shall be perfect. The work be done as per specification Book
(Red Book) published by B&C Department.

Contractor No. of corrections Chief Officer Pg. 294


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

14.4 Parts of wood embedded in masonry shall be painted with the tar. The frames
of doors, windows, ventilators, etc. shall have proper holdfasts embedded in
masonry.
14.5 Whenever iron bar is to be provided as per tender item the rate thereof is
included in tender item.
The pointing shall be done as prescribed in tender item. No painting, however,
shall be permitted till the wood work is approved by the Engineer-in-charge.
14.6 Any substandard work not conforming to the specifications shall be paid at
reduced rates only and also liable to the outright rejected and Engineer in
charges decision in such cases shall be final and binding on the Contractor.
14.7 The mode of measurement shall be on area units as mentioned in Schedule B.
GS 14 A Steel doors, windows and ventilators

14 A.1 General
The specification lays down the requirements of providing the steel doors, windows
and ventilators shall confirm to I.S. 1038 - 1975 its latest revision.
14 A.2 Materials
Rolled Steel Sections :
They shall be manufactured from steel conforming to I.S. 1977-1962 specifications
for structural steel. They shall be free from rolling defects and shall be suitable for
punching and welding.
Coupling Sections for Non-modular Opening :
They shall be manufactured from mild steel plate 1.6 mm in thickness conforming to
the dimensions as given in figure 84 or I.S. 1038 - 1975 as specified in the Item
Glass Panels
Glass panels shall weigh at least 7.5 kg/sqm. and shall be free from flaws, specks
and bubbles. All glass panels shall have properly squared corners and straight
edges. The size of glass panels shall be as specified in the item.
Workmanship
The doors windows, and ventilators shall be fixed in true line and level, to the entire
satisfaction of the Engineer-in-charge. The damaged works shall be made good to
the level of original works.
Screws
Screws threads of machine screws used in manufacture of steel doors, windows and
ventilators shall conform to the requirements of I.S. 7362-1962.
14 A.3 Mode of measurement and payment

The item shall include -


a) Providing and fixing of steel frames and shutters to line and level.
b) Fixing of required fixtures and fastenings of approved quality.
c) Glazing or paneling with specified materials such as glass or steel sheets etc. in
workman like manner.
d) Painting the steel sections and portion of the doors windows and ventilators
with three coats of synthetic enamel paint of approved quality and shade.
The item will be measured and paid on square meter basis.
GS 15 Plastering

Contractor No. of corrections Chief Officer Pg. 295


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

15.1 12 mm , 20 mm and 25 mm cement either plain or waterproof.


The plastering items shall be executed in thickness and cement mortar of
proportions as detailed in respective tender items. Similarly, the plastering shall
be either ordinary or waterproof as specified in tender item.
15.2 In case of waterproof plaster, standard and approved waterproofing
compounding shall be mixed in cement mortar in required percentage as
directed and then the plaster is applied. Unless and until the water tightness
test is given by the Contractor to the satisfaction of the M.C., only part rates
shall be paid.
15.3 The finishing shall be either smooth or rough cast as may be directed by the
M.C. unless otherwise specifically mentioned in the tender item.
15.4 Neeru finish wherever directed by the M.C. shall be done from inside at no
extra cost.
15.5 Specification given for this item in Standard Specifications Book (Red Book)
published by B&C Department shall be followed
15.6 Curing and watering shall be done as directed and plaster shall be in alignment
and level. Any substandard work is liable to be rejected and shall have to be
redone at Contractors cost. Sand to be used shall be of approved quality only.
15.7 Cost of all scaffolding is including in the tender rate.

GS 16 Flooring - IPS Flooring


1.1/2" thick cement concrete 1:2:4 shall e provided for IPS flooring. The size of metal
shall not be more than 1/2" and it 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 includes the cost of labour.

GS 17 Shahabad Stone Flooring


17.1 Stone shall be specified in tender item. The Shahabad stones shall be square
with suitable dimensions and of approved quality only. All stones shall be of the
same size. They shall be either rough Shahabad or polished Shahabad as
mentioned in tender item. If there is no such mention, they shall be rough
shahabad only. These shall be set in 1:2:4 CC and joints properly finished in
CM 1:1 pointing. The CC bedding below 10 cm thickness (M-100) is included in
the item.

17.2 All other specifications of P.W.D. Hand Book latest edition and specifications
given in Standard Specification Book (Red Book) published by B and C
Department shall apply to the above flooring items.

GS 18 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
snowcem painting. Shade and make shall be as directed by the M.C. and for
decorative purpose, M.C. may ask for different shades to be provided for different
components or different parts of the same component which the Contractor shall
have to do within his tendered rate only at no extra cost to the M.C. Cost of priming
coat as directed, scaffolding, etc. is included in the tender item. The work shall be
executed as per the specifications of P.W.D. Hand Book latest edition and
specification for painting in Standard Specification Book (Red Book) published by B
and C Department.

GS 19 Providing and Fixing M.S. Ladder

Contractor No. of corrections Chief Officer Pg. 296


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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 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
Contractors cost. In order to have stiffness to the ladder, cross supports or stiffeners
at suitable intervals as directed, shall be provided of suitable M.S. flats duly
embedded in walls or welded to the ladder. The specifications for this item as given
in the Standard Specification Book (Red Book) published by B And C Department
shall be followed.

GS 20 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 in it or welding to fix the GI pipes to support together with
MS cleats, etc. are included in this item. The GI piping shall be provided along with
required specials, fixtures, fastenings, etc. and GI collars or welded as per necessity.
The diameter of GI piping, number of rows, size and type to vertical posts together
with its center to center distance height, etc. shall be as specified in the tender item
in absence thereof as per the M.C.s type design in force. The rate shall also include
2 coats of approved shade oil paint. Cost of all the materials which shall be procured
by the Contractor, labour involved for executing this item is including in tender item.
The measurements and the payment shall be on the basis of lengths in running
meters occupied by the completed railing assembly in plan.

GS 21 Providing, Fixing RSJ and Other Structural Steel Works


21.1 This item covers fixing MS/RS girders, MS angle, channel, flats base plates,
gusset plates, clear, 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 at site with necessary riveted or welded joints, fixtures
with nuts and bolts, etc. Wherever necessary as directed. Structural steel works
materials shall be procured by the Contractor from open market at his cost. The
item includes 3 coats of oil paint of shade as directed to all structural work.
21.2 All above operations including cost of material and labour thereof are included
in the tender item. The measurement and payment shall be on the weight basis
in the unit as mentioned in Schedule B, actually erected at site as directed
shall be admissible for payment. RSJ channels, angles, flats, gusset plates,
brackets, base cleats, packing pieces actually used as directed shall be
admissible for payment but not the rivets, nuts and bolts, etc. The riveted or
welded joints or fixing with nuts are included in the tendered rates. The
specification for this item given in Standard Specification (Red Book) published
by B&C Department will be followed.
GS 22 Murum filling, Bedding etc.
22.1 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 the contractor shall be used by the contractor free of cost.

22.2 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.

GS 23 Rubble Filling - Providing and Packing Rubble Filling, etc.


23.1 The rubble shall be properly hand packed with murum blindage in 20 cm thick
layers as directed. Unless otherwise specifically mentioned in the tender item of
the cost of rubble is included in this item, and if rubble is available from
excavation, the same shall be used by the contractor after getting approved the

Contractor No. of corrections Chief Officer Pg. 297


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

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.

23.2 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.

GS 24 Maintaining Water Supply Scheme for Three Months


24.1 On completion of scheme, the Contractor should commission the scheme to its
rated capacity, including cost of all labour items, attending execution defects
noticed, including cost of material and labour for above period till the time the
concerned Village Panchayat takes over the scheme whichever is earlier. The
period may extend up to six months if Village Panchayat does not take over the
scheme.
24.2 The Contractor should employ necessary staff such as operator, valve man. It
should be the responsibility of the Contractor to see the regular supply is
maintained which should be disinfected by TCL and the Village Panchayat is
made aware of day-to-day maintenance. The running charges exclude the cost
of TCL and cost of electrical bills. The defects noticed during this period, arising
out of defective workmanship should be attended by the Contractor, without
any extra cost.
24.3 The Contractor should maintain necessary log book of pumping and chemical
dose etc. up-to-date. If the Village Panchayat accepts the scheme earlier than 6
months, the joint inspection of the committee members shall be arranged, as
decided by the Engineer in charge, and regular handling over note shall be
signed by the concerned authorities. The responsibility of the Contractor shall
cease only after signing of such.
GS 25 M.S. Rose pieces
The rose pieces shall be fabricated out of 10 mm thick M.S. plates. The straight
diameter shall be 1+ times the diameter specified in the schedule B. The holes to be
drilled in strainer portion shall be of 12 mm diameter at 27 cm center to center and
shall be staggered. The inside & outside surfaces of the rose piece shall be applied
with three coats of anticorrosive oil paint. The item includes cost of all materials &
labour required for the work. and this item will be executed as directed by the
Engineer-in-charge. The mode of payment shall be on weight basis.

GS 26 Construction of Pump house on Jack well & sump.


a) when V.T. pumps are to be installed, the height of pump house & corbel top
shall be as under

i) single floor

Sr. H.P. of Height between Height between Total height of


No. pumps pumps floor corbel top to P.H. from pump
to corbel top corbel top to soffit floor to soffit of roof
of roof slab slab
1 up to 50 H.P. - - 5.5 m
2 51 to 150 H.P. 5.0 m 1.50m 6.5 m
3 151 to 300 H.P. 5.5 m 1.50m 7.0 m
4 301 to 500 H.P. 5.5 m 2.00m 7.5 m
5 501 & above 5.5 m 2.50m 8.0 m

Contractor No. of corrections Chief Officer Pg. 298


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

ii) Double Floor

Two floors shall be constructed in the pump house shed delivery pipe dia.
exceeds 350 mm. The height of pump house shall be as under:
Pump floor to panel floor - 2.25 to 2.5 m
Panel floor to corbel top - 5.00 m
corbel top to soffit of roof slab - 2 m to 2.50 m
b) Whereas centrifugal & submersible pump sets are to be installed, the height of
pump house shall be decided as under
Sr. H.P. of Height between Height between
No. pumps pumps floor corbel top to
to corbel top corbel top to soffit
of roof slab

1 up to 50 HP - 4.0 m
2 150 to 300 HP 3.50 m 1.5 to 2.00m
3 301 & above 4.0 m 2 to 2.50 m

Silt pocket of 1.5 to 2 m shall be provided in the jack wall

GS 27 Approach bridge
The width of approach bridge to pump house shall be provided as under
a) up to 100 HP pumps - 2.5 m (excluding space required for rising main)
b) for 101 HP & above pumps - 3.50 m (excluding space required for rising main)

If the raw water rising main is of P.V.C., the same should be provided of C.I./D.I. of
suitable dia & class on the bridge portion.

GS 28 The beams supporting pumps shall be designed with considerations of


dynamic load of pumping machinery as under:

a) up to 100 HP pumps - In consultation of Deputy Engineer (Mech)


b) above 100 HP pumps - In consultation of EE (Mech)
Dynamic load shall be computed as under
i) Bowl assembly / pumps = Dead load x 3
ii) Motor = Dead load x 3
iii) Discharge head frame, sole
plate columns assembly etc
(including weight of water in
column assembly) = Dead load x 1
Total dynamic Load = (i) + (ii) + (iii)

GS 29 Compaction of sub grade of road


This item shall be executed as per specification No. RD -35 of red hand book. The
rolling for sub-grades shall be done 3 times i. e. after laying of soling & murum over
it, after laying of 60 mm size over size metal & murum over it, and after laying of 40

Contractor No. of corrections Chief Officer Pg. 299


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

mm size metal & murum over it. For every time rolling operation, payment on sq. m
basis is payable

GENERAL SPECIFICATION FOR SUPPLY AND ERECTION OF ELECTRICAL AND


MECHANICAL ITEMS
1. GENERAL
This part covers conditions pursuant to the contract and will from an integral part of
contract. The following provisions shall supplement the general conditions detailed
specifications and requirements.
2. LIMITS OF CONTRACT
Equipment furnished shall be complete in every respect with all mountings, fittings,
fixtures and standard accessories normally provided with such equipment and or
needed for erection, completion and safe operation of the equipment as required by
applicable codes though they may not have been specifically detailed in the technical
specifications, unless included in the list of exclusions. All similar standard
components / parts of similar standard equipment provided shall be interchangeable
with one another.
3. ENGINEERING DATA
The contractor shall furnish complete engineering data of each set of equipment such
as name of manufacturer, the type of model of each principal item of equipment
proposed to be furnished and erected in the annexes Standard catalogs pages and
other documents of the tenderer may be used in the tender to provide additional
information and data as deemed necessary by the tenderer. The review of these data
by the Engineer will cover only general conformance of the data to the specifications
and document, interfaces with the equipment provided under the specifications.
External connections and of the dimensions which might affect plant layout. This
review by the engineer may not indicate a thorough review of all dimensions,
quantities and details of the equipment, materials. any device or items indicated or
the accuracy of the information submitted. This review and / or approval by the
engineer shall not be constructed by the contractor, as limiting any of his
responsibility and liabilities for mistakes and deviations from the requirements,
specified under these specifications and documents. All engineering data submitted
by the contractor after final process including review and approval by the engineer
shall form part of the contract document and the entire works covered under these
specifications shall be performed in strict conformity, unless otherwise expressly
requested by the engineer in writing.
4. DRAWINGS
Each drawing submitted by the contractor shall be clearly marked with the name of
the owner, the nit designation, the specification number and the names of the project.
If standard catalog pages are submitted the applicable items shall be indicated there.
All titles, noting, marking and writings on the drawings shall be in English. All the
dimension should be in metric units. All manufacturing and fabrication work in
connection with the equipment prior to the approval of the drawing shall be at the
contractor's risk. The contractor may make any change in the design which are
necessary to make equipment conform to the provisions and intent of the contract
and such changes will again be subjected to the approval by the engineer. Approval
of contractors drawings or work by the engineer shall not relieve the contractor of
any responsibilities and liabilities under the contract.
Drawings shall include all installation and detailed piping drawings wherever
applicable. All piping 100 millimeter and larger shall be routed in detail and smaller
pipe shall be shown schematically or by isometric drawings. All drawings shall be
fully corrected to agree with actual as built construction.
5. DESIGN IMPROVEMENTS

Contractor No. of corrections Chief Officer Pg. 300


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

The engineer or the contractor may propose changes in the specification of the
equipment of quality thereof and if the parties agree upon any such changes the
specification shall be modified accordingly. If any such agreed upon change is such
that it affects the prices and schedule of completion, the parties shall agree in writing
as to the extent of any changes in the price and of schedule of completion before the
contractor proceeds with the changes following such agreements the provision there
of shall be deemed to have been amended accordingly.
6. CONTRACTOR'S MATERIALS BROUGHT ON TO SITE
The contractor shall bring to site all equipment, components, parts, materials,
including construction equipment, tools and tackles for the purpose of the Works
under intimation to the engineer. All such good shall form the time of their being
brought, vest within the owner. but may not on any account be removed or taken
away by the contractor or his sub-contractors without the written permission of the
engineer. The contractor shall nevertheless by solely liable and responsible for any
loss or destruction thereof and damage there to.
The owner shall have a lien on such goods for any sum or sums which may at any
time to be due or owing to him by the contractor, under, in respect of or by reasons of
the contract, After giving a fifteen (15) days notice in writing of his intention to do so,
the owner shall be at liberty to sell and dispose of any such goods in such a manner
as shall be think fit including public auction or private treaty and to apply the
proceeds in or towards the satisfaction of such sum or sums due as aforesaid.
After the completion of the works, the contractor shall remove from the site under the
direction of the engineer the material such as construction equipment, erection tools
and tackles scaffolding, etc. with !he writ-ten permission of the engineer. If the
contractor fails to remove such materials, within fifteen (15) days of issue o notice by
the engineer to do so, then the engineer shall have the liberty to dispose of such
materials and credit the proceeds thereof to the account of the contractor.

7. MAINTENANCE TOOLS AND TACKLES


The contractor shall supply with the equipment one complete set of all special tools
and tackles for the erection, assembly, disassembly and maintenance of the
equipment. However, those tools and tackles shall be separately packed and brought
on to site. The tenderer shall indicate all the above items in the annexure.
8. CONTRACTOR'S CO-OPERATION WITH THE OWNER
In cases where the performance of the erection work by the contractor affects the
operation of the system facilities of the owner. such erection work of the contractor
shall be schedule to be performed only in the manner stipulated by the engineer and
the same shall be acceptable at all times to the contractor The engineer may impose
such restrictions on the facilities provided to the contractor such as electricity, water,
etc. as he may think fit in the interest of the owner and the contractor shall strictly
adhere to such restrictions and co-operate with the engineer. It will be the
responsibility of the contractor to provided all necessary temporary instrumentation
and other measuring devises required during start up and operation of the equipment
system which are erected by him. The contractor shall also be responsible for
flushing and initial filling of the oil and lubricants required for the equipment furnished
and erected by him, so as to make such equipment ready for operation the contractor
shall be responsible for supplying such flushing oil and other lubricants unless
otherwise specified elsewhere in these documents and specifications.

Contractor No. of corrections Chief Officer Pg. 301


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

DATA SHEET FOR PUMPING MACHINERY

Pure water pumping machinery


at Water Treatment Plant

Discharge Head Type No of Pumps

66.94 lps 40 m 75 HP Centrifugal (1 Working + 1


Pump Standby)

Contractor No. of corrections Chief Officer Pg. 302


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

DATA SHEET FOR R.C.C. E.S.R.s

Sr. No. Location Capacity Staging Type of Dia. of pipe in mm Dia. of Sluice valves in mm
height construction
(Lakh Inlet Outlet & Washout Inlet & Outlet Washout
in m
Liters) overflow bypass

1 In Zone IV 7.50 15 R.C.C 300 mm 400 mm 300 mm 300 mm 400 mm 300 mm

Contractor No. of corrections Chief Officer Pg. 303


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

DATA SHEET FOR RECIRCULATION SUMP & PUMPING MACHINERY

Sr. No. Location Capacity Staging Type of Dia. of pipe in mm


height construction
(Lakh Inlet Outlet & Washout
in m
Liters) overflow

WTP
1 3.0 -- R.C.C 400 mm -- --
Premises

Pumping Machinery
above Recirculation Sump

Discharge Head Type No of Pumps

16.67 lps 8.3 m 5 HP Submersible (1 Working + 1


Pump Standby)

Contractor No. of corrections Chief Officer Pg. 304


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

DATA SHEET FOR PURE WATER PUMPING MAINS

Location Pipeline Diameter Pipe Material Length (m)

From Common Point to 300 mm Dia. DI K-9 92.00


Proposed ESR.

Contractor No. of corrections Chief Officer Pg. 305


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

GEORAI MUNICIPAL COUNCIL, GEORAI

Name of work : IMPROVEMENT TO GEORAI WATER SUPPLY SCHEME Providing, supplying, erecting, lowering and laying of raw and
pure water pumping machinery, pure water rising main, ESR, Distribution system of HDPE/DI pipes.

DATA SHEET FOR DISTRIBUTION SYSTEM

Outer Diameter
Pipe Material & Class Length (m)
(mm)

110 mm Dia HDPE PE 100, 6Kg/cm2 14,327

160 mm Dia HDPE PE 100, 6Kg/cm2 8,980

200mm Dia. HDPE PE 100, 6Kg/cm2 1,471

225mm Dia. HDPE PE 100, 6Kg/cm2 459

Total 25,237

Contractor No. of corrections Chief Officer Pg. 306


Georai Municipal Council Tender for Imp. of Water Supply to Georai MSJNMA

DRAWINGS

Contractor No. of corrections Chief Officer

You might also like