0% found this document useful (0 votes)
392 views236 pages

Tendernotice 1

Uploaded by

Shweta Joshi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
392 views236 pages

Tendernotice 1

Uploaded by

Shweta Joshi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 236

1

MAHARASHTRA JEEVAN PRADHIKARAN REGION AMRAVATI


MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE AKOLA
MAHARASHTRA JEEVAN PRADHIKARAN DIVISION AKOLA

Group e- TENDER NOTICE NO. 18 FOR 2022-2023 (4th Call)


POPATKHED 97 VILLAGES REGIONAL RURAL WATER
SUPPLY SCHEMES
(UNDERJALJEEVAN MISSION)

NAME OF WORK :-Popatkhed 97 VillagesRegional Rural Water Supply SchemeinTq.


Akot&TelharaDist.Akola.Canal Intake arrangement, Providing, Raw water Gravity Main 600mm
dia. DI K-9,Water Treatment Plant 18.0 MLD,with SCADA and Automation Pure Water Sump
21.0 LL,with recirculation Sump of 9.0 LL,Pure water Pumping machinery at WTP Sump for Po-
patkhed&Rudhali ZBR, Pure Water Rising Main from WTP Sump to Popatkhed ZBR &Rudhali
ZBR ,Pure water gravity main from WTP Sump to ZBRs at Akolkhed,Shivpur,WadgaonMendhe,
Bordi,Dhanakwadi,Construction of RCC ZBR and ESRs, SCADA and Automation for ZBR man-
agement,construction of BB Masonary compound wall ,Push through method for Railway and
Road crossing HDPE pipe Distribution System and Miscellaneous works.

VOLUME – I
(Detailed Tender Notice, General Conditions of Contract
& Schedule A & B)

Office of The

Executive Engineer
Maharashtra JeevanPradhikaran
Division, Akola

Contractor No of Corrections Executive Engineer


2
Maharashtra JeevanPradhikaran Division Akola.
Nameof work :- Popatkhed 97 Village Regional Rural Water Supply Scheme
inTq. Akot &Telhara, Dist.Akola.
(Under Jal Jeevan Mission)

Group e-TENDER NOTICE NO. 18 FOR 2022-2023 (4th Call)

INDEX
Sr. Description Page No
No.
From To
1 Face Sheet (Vol.-I) 3 3
2 Press Tender Notice (Vol.-I) 4 5
3 Detailed Tender Notice (Vol.-I) 6 17
4 Annextures (Vol.-I) 18 33
5 General Conditions of Contract (Vol.-I) 34 59
6 Special Conditions of contract (Vol.-I) 60 65
7 Instructions to Tenderer (Vol.-I) 66 70
8 Acquaintance with site and work conditions 71 74
(Vol.-I)
9 Form B-1 (Vol.-I) 75 84
10 Conditions of Contract (Vol.-I) 85 121
11 Schedule –A (Vol.-I) 122 124
12 Schedule B (Vol.-I) 125 236
13 Volume - II (General & Detailed Specifications) 237 641
16 Drawings 642 651
17 Corrigendum for Price Variation Clause & GR 652

Contractor No of Corrections Executive Engineer


3

MAHARASHTRA JEEVAN PRADHIKRAN DIVISION, AKOLA


FACE SHEET

1 Name of Scheme & Name of Works Popatkhed 97 Villages Regional Rural Water Supply
Scheme in Tq. Akot & Telhara, Dist.Akola. Canal In-
take arrangement, Providing, Raw water Gravity Main
600mm dia. DI K-9,Water Treatment Plant 18.0 MLD,
with SCADA and Automation Pure Water Sump 21.0
LL,with recirculation Sump of 9.0 LL,Pure water Pump-
ing machinery at WTP Sump for Popatkhed&Rudhali
ZBR, Pure Water Rising Main from WTP Sump to Po-
patkhed ZBR &Rudhali ZBR ,Pure water gravity main
from WTP Sump to ZBRs at
Akolkhed,Shivpur,WadgaonMendhe, Bor-
di,Dhanakwadi,Construction of RCC ZBR and ESRs,
SCADA and Automation for ZBR manage-
ment,construction of BB Masonary compound wall ,Push
through method for Railway and Road crossing HDPE
pipe Distribution System and Miscellaneous works.

2 Estimated cost put to tender Rs. 117,02,69,446/-


3 Name of contractor whose tender is accepted

4 Amount of contract
5 E.M.D (0.5% ) Rs. 58,51,400.00 (in Bank Guarantee / F.D.R format.)
6 Security deposit i) Initial Rs.

ii) Through R.A. Bills Rs.


7 Authority. This office Letter No./TC/
8 Time limit 24 Months (+) 12 Months Trial & Run = 36 Months (Twenty
Seven Months )
9 Agreement No.& Date
10 Date of commencement of work
11 Due date of completion of work
12 Date of actual completion of work
13 Extensions granted 1) 1stupto Vide L.No.
2) 2ndupto Vide L.No.
3) 3rdupto vide L.No.
14 Remarks

Contractor No of Corrections Executive Engineer


4

महारा जीवन ािधकरण िवभाग, अकोला

ई- िनिवदा सुचना . 18 सन 2022-2023 (चवथी वेळ)

जल जीवन िमशन काय मां तगत रा य जल आिण व छता िमशन,


मुंबई यांचे (SWSM) पॅनलवरील समािव ट असले या ेणी ‘अ’ एज सी/
कं ाटदारासाठी, कायकारी अिभयं ता , महारा जीवन ािधकरण िवभाग,
अकोला यां याकडू न खालील कामाची िनिवदा मागिव यात ये त आहे त.

योजने चे नाव अंदािजत िकमंत ( .)

पोपटखे ड 97 गांवे ादे िशक पाणी


पुरवठा योजना ता.अकोट व ते हारा 117,02,69,446/-
िज.अकोला

सदर िनिवदे चा सिव तर तपशील िद.22/07/2022 पासून


https://mahatenders.gov.in या संकेत थळावर उपल ध क न दे यात
आले ला आहे .

िनिवदा ि या काय मा या सव तारखा https://mahatenders.gov.in या


संकेत थळावर अपलोड कर यात आले या ऑनलाइन िनिवदा सूचने नुसार
राहतील.

िद :- 20/07/2022
-- वा--
कायकारी अिभयंता
महारा जीवन ािधकरण
िवभाग, अकोला

Contractor No of Corrections Executive Engineer


5

MAHARASHTRA JEEVAN PRADHIKARAN DIVISION, AKOLA


e-TENDER NOTICE NO. 18 for 2022-23 (4th Call)

Tenders for the following Water Supply Scheme under Jal Jeevan Mission Pro-
gram are being invited for the Contractor Empanelled by the State Water and
Sanitation Mission, Mumbai (SWSM) under Category ‘A’, by the Executive
Engineer, Maharashtra Jeevan Pradhikaran Division,Akola.

Scheme Name Cost of Tender (Rs)


Popatkhed 97 Villages Regional Water
Supply Scheme Tal. Akot & Telhara, 117,02,69,446/-
Dist. Akola

The e-Tender details are available on https://mahatenders.gov.in from


Dated 22/07/2022
All relevant dates will be as per the tender published in web portal
https://mahatenders.gov.in
Date:- 20/07/2022

--sd--
Executive Engineer
MJP Division Akola

Contractor No of Corrections Executive Engineer


6
Maharashtra Jeevan Pradhikaran Region,Amravati
Maharashtra JeevanPradhikaran Circle, Akola
Maharashtra JeevanPradhikaran Division, Akola

GROUP DETAILED TENDER NOTICE


DETAILED TENDER NOTICE NO. 18 OF 2022-2023 (4th Call)
Online percentage rate basis Tender in B-1 Form in two envelopes system are invited by
the Chief Engineer, MJP Region, Amravati for the following works from the Selected contrac-
tors empanelled in a Category “A” With State Water & Sanitation Mission (SWSM), by the
Executive Engineer M.J.P Divison, Akola (on behalf of the Chief Engineer, M.J.P. Region
Amravati on the Government of Maharashtra Jal Jeevan Mission Pannel)
e-Tendering Portal : http:// mahatender.gov.in
Note: In order to participate in e-tendering process, it is mandatory for new contractors
(first time users of this website) to complete the Online Registration Process for the e-
Tendering website. For guidelines, kindly refer to Bidders Manual Kit documents
provided on the website
a) Name of Scheme - Popatkhed 97 Villages Regional Water Supply Scheme Tal. Akot &
Telhara Dist.Akola (Under JalJeevan Mission)
b) Name of Work - Canal Intake arrangement, Providing, Raw water Gravity Main 600mm dia. DI
K-9,Water Treatment Plant 18.0 MLD, with SCADA and Automation Pure Wa-
ter Sump 21.0 LL,with recirculation Sump of 9.0 LL,Pure water Pumping ma-
chinery at WTP Sump for Popatkhed&Rudhali ZBR, Pure Water Rising Main
from WTP Sump to Popatkhed ZBR &Rudhali ZBR ,Pure water gravity main
from WTP Sump to ZBRs at Akolkhed,Shivpur,WadgaonMendhe, Bor-
di,Dhanakwadi,Construction of RCC ZBR and ESRs, SCADA and Automation
for ZBR management,construction of BB Masonary compound wall ,Push
through method for Railway and Road crossing HDPE pipe Distribution Sys-
tem and Miscellaneous works.

c) ESTIMATED TENDER COST : Rs. 117,02,69,446/-

d) EARNEST MONEY DEPOSIT : Rs. 58,51,400/- (0.5% of the cost put to tender)
in Bank Guarantee / F.D.R format.

e) DOWNLOADING COST OF TENDER DOCUMENTS :- Rs. 56,000/-


(Including GST 12%) (Non-refundable).
f) CLASS EMPANNELLMENT OF CONTRACTOR : - SWSM Mumbai-“A”

Contractor No of Corrections Executive Engineer


7
1. EARNEST MONEY DEPOSIT / TENDER FEES :

Tender Fee / EMD shall be paid by


1. SBI Net Banking or
2. Other Bank Internet Bank MOPS.
3. Bank Guarantee (BG) Valid till Eight Months. (Annexure I)
Bank Guarantee (BG) shall be issued by Nationalized Bank or Schedule Bank in India in
favour of Executive Engineer, MJP Division ,Akola..
For any assistance please contact help desk. Details are available online.
The online payment procedure can be seen on
https://mahatendergov.in Announcement  online payment procedure.
Online payment requires 48 hours in Bank working days for clearance and hence, payment should
have been made accordingly.
The EMD will be retained in the pooling account and will be refunded to the unqualified / unsuc-
cessful bidders after award of tender to the successful lowest bidder. The EMD of successful bidder
will be ultimately refunded or will be adjusted against the security deposit after selection of the suc-
cessful bidder at the time of execution of the contract. In case, the Chief Engineer decided to forfeit
/ adjust the EMD amount of the bidder, the EMD amount in such cases shall be credited to the bank
account of the MJP. The mandate for EMD refunds / forfeit / adjustment against security deposit
shall trigger from e-tender application of NIC portal.”
NOTE - The bidder should make the payment well in advance to ensure that the payment reaches to
Bank 4 (four) days before date and time for submission of tender.

2. SECURITY DEPOSIT
• 4% of the Estimated cost or Accepted Tender cost whichever is higher
 Initial Security Deposit.
2% of estimated cost or accepted tender cost whichever is higher in the form of Fixed
Receipt OR Bank Guarantee from Nationalized / Scheduled Bank in the name of Ex-
ecutive Engineer, MJP Division, Akola for initial minimum period of 36 months (time
limit) and shall be extended suitably if the work is not completed within the time limit.
• Deductions through R.A. Bills.
Balance 2% amount will be recovered through each running bill at 5% of the gross
amount of R.A. Bill to the extent that total required security deposit is to be recovered.
• Additional Security Deposit.
If the accepted offer of the contract is below 10% of the cost put to tender, the addi-
tional security deposit shall be furnished by the agency as below before issue of work
order. This security deposit is in addition to initial Security Deposit.

• If offer is up to 10% below - Nil


• If offer is more than 10% and Up to 15% below - 2%
• If offer is more than 15% below - 4%

Contractor No of Corrections Executive Engineer


8
The initial Security Deposit and additional security deposit may be in the form of Fixed
deposit receipt OR Bank Guarantee by a Nationalized/Scheduled Bank in the name of
“Executive Engineer, Maharashtra Jeevan Pradhikaran Division, Akola” and
shall be for a minimum period of 36 months (time limit) and shall be extended suita-
bly if the work is not completed within the time limit. The tenderer shall have to fur-
nish this security deposit with initial security deposit.

2.1 Performance Security Deposit


If the offer of the contractor is below the cost put to tender then additional security de-
posit shall be deposited by contractor as per table given below.

Rate Quoted to esti- Performance Security Deposit


mated rate
If offer is upto 1% below No performance security is required
If the offer submitted is below 1% of Estimated cost put to tender
schedule ‘B’ rates by more than
1% but less than 10% of the
estimated cost put to tender.
In the range of more than10% to 1% + 1% for every 1% below offer
15%below the cost put to tender
More than 15% below the cost put 6% + 2% for every 1% below offer @ If offer is
to tender 19% below that (1+5+8=14%) MJP Mumbai's
Circular No. 204 Dt.14 Aug.2019

 The performance BG shall be valid upto three months from the date of submission of
tender.
 The performance Bank Guarantee shall be extended and valid upon defect liability of
work for lowest bidder to whom work is allotted.
 Bank Guarantee shall bear MICR and IFSC code.
 In case it is found that the documents / Bank Guarantee submitted by the tenderer are
false or misleading his earnest money shall be forfeited. Also the registration of the
tenderer shall be suspended for the period of 1 year. Additionally legal action may be
initiated against the tenderer.
 Refund of Performance Security-
The Amount of performance security in the form of Bank Guarantee shall be released
after completion of defect liability period of the tender.

3. STAMP DUTY
The contractor shall bear the revenue stamp duty on total security deposit of the agreement
and/or Additional Security Deposit (payable as per tender condition), as per the Indian
Stamp Duty (1985) (latest revision) provision applicable during contract period.

Contractor No of Corrections Executive Engineer


9

4. TIME OF COMPLETION
24 Months + 12 Months Trial & Run = 36 (Thirty Six) calendar months, including Mon-
soon. This will be counted from the date of issue of the work order.

5. DETAILED TENDER SCHEDULE


Sr.
Activities Date & Time
No.
1 Tender publishing date Dt. 22/07/2022
2 Documents download start date Dt. 22/07/2022 from 13.00 Hrs
3 Documents download end date Dt. 28/07/2022 up to 14.00 Hrs
4 Pre-bid meeting date -----
5 Bid submission start date Dt. 22/07/2022 from 16.00 Hrs
6 Bid submission closing date Dt. 28/07 /2022 up to 16.00 Hrs
7 Bid opening date (Technical Bid) Dt. 29/07 /2022 up to 16.30 Hrs
8 Bid opening date (Commercial Bid) Will be intimated after opening of
Technical Bid.

6. PRE QUALIFICATION CRITERIA- Not applicable


As per SWSM Mumbai’s Letter No.656 Dt.05/05/2022 for empanellment, Pre-
qualification criteria of the The firm / contractor’s already checked by SWSM Mumbai.

7. SELF DECLARATION
The contractor shall submit Self Declaration regarding bid capacity calcula-
tion as below :

SELF DECLARATION

 All the information provided in the forms, statements and attachments


submitted in proof of the qualification bidding requirements are correct.
No any misleading or false informations provided.
 I have not abandoned the works and I have properly completed all the
contracts in time.
 I have / have not participated in the previous bidding for the same work
and had / had not quoted unreasonably high bid prices and can furnish
rational justification.

Contractor No of Corrections Executive Engineer


10
 The details of Litigation history is as below.

Name of Oth- Cause of dispute Litigation where Amount in-


er party (s) (Court / arbitration) volved

 I am not financially insolvent.

Signature of contrac-
tor.
2. Total value of Civil Engineering construction work performed in the last five years
(Immediately preceding the financial year in which bids are received) and Bid capacity
calculation shall be certified by Chartered Accountant.

8. BID CAPACITY -
The bidder shall have a bid capacity more than the value of this bid
(i.e. Rs. 117.03 Crores). Bidding capacity of contractor for completion of work will be de-
cided by following formula.
BIDDING CAPACITY= (( 2 X N X A) – B) Where (above 50 Crores)
Where :-
A= Avarage value of Maximum engineering works executed by the contractor during the three
years of last Five years, upgraded to the present year (i.e. tender accepted year) by the for-
mula given below-

=
(WPI Present - WPI Max. value years) X Maximum value of Civil/
Where ____________________________________________________ Mechanical Engineering
1+
work executed
WPI Max. value years

WPI Present: - Wholesale price index of the month and year in which tender is invited.
WPI Max.value years: - Average wholesale price index of the year in which the max. val-
ue of Engineering work executed.

N = Number of years prescribed for completion of the work for which present bids is invited.

B = Value of existing commitment and on ongoing works to be completed during the period of
completion of the work (i.e. work in hand)

Contractor No of Corrections Executive Engineer


11
Details of Engineering work executed by the contractor in last three years and existing commit-
ment of ongoing work
(Rs. In Crore)
Abstract for BID Capacity Calculation

Sr. Name Name of Accepted Amount of work completed Amount Re-


No. of Division Tender of mark
Works / MC Cost. 2017-18 2018-19 2019-20 2020-21 2021-22 balance
work

Year Max. value of en- Avarage value of Maximum engineering works Remarks
gineering works executed by the the contractor in any three year,
executed in the during the last five years
year
Value Year
1 2 3 4 5
2017-18 Write the max value Write concerned year
here here
2018-19
2019-20
2020-21
2021-22

Year Value of existing commitment of Total value of existing commitment of ongoing work to be
ongoing work to be completed completed during next N years.
during next N years
(B)
1 2 3
2022-2023
2023-2024
2024-2025
2025-2026

Max. value of audited turnover executed in any Three year during last Five years
upgraded to present year (i.e. Tender acceptance year) by increasing the cost as per rise in whole
sale price index between the year of maximum value and year of tender acceptance (A) =

Contractor No of Corrections Executive Engineer


12

No. of year prescribed for completion of work for which present tender are invited (N) =
Total value of existing commitment of ongoing work to be completed during next N years (B) =
Bid Capacity = (( 2 x N x A) – B)
Note :-
 Since all the data is pertaining to the contractors own performance, the contractors are
requested to provide its bidding capacity for this work by furnishing the calculations and
supporting documents duly certified by chartered accountant to prove its contentions along
with the application for issue of tender form.
 Details of audited turnover with name of work, year wise expenditure etc. shall be provided.
It should be certified by the Chartered Accountant.
 The statement showing the value of existing commitments of ongoing works during next
three years for each of works in the list should be counter signed by Chartered Accountant
 Submission of false information results in blacklisting of the contracting agency.
 If support documents are not found uploaded, bid capacity will not be taken into account
which will result in disqualification for this tender

9. SUBLETTING THE WORK-

The subletting is admissible as per MJP Circular No.223 Dt.16.01.2020 which is at-
tached herewith as Annexure XI.

10. COST OF BLANK TENDER FORM


• Rs. 56,000/- per set (including 12% GST).
• Blank Tender documents will not be sold by this office. Interested contractors have to
download tender documents from the website.
• Cost of blank tender form shall not be accepted in the form of cash or cheque. The cost
of the tender documents will not be refunded under any circumstances.

11. ISSUE OF BLANK TENDER FORM


The blank tender forms will have to be downloaded, from the website
http://mahatender.gov.in as per online schedule.
12. PRE-TENDER CONFERENCE
Pre-Tender conference is (already done in First Call) open to all prospective tenderers and
will be held on dtd. _ _ _ _ 2022 at 13.00 hours in the office of the Chief Engineer, MJP
Region, Amravati. wherein the prospective tenderers will have opportunity to obtain clari-
fications regarding the work and the tender conditions.
The prospective tenderers are free to ask for any additional information or clarification ei-
ther in writing or orally and the reply to the same will be given in writing and this clarifica-
tion referred to as common set of conditions, shall also be common and applicable to all
tenderer` The minutes of this meeting along with the letters of tenderers will form the part

Contractor No of Corrections Executive Engineer


13
and parcel of the tender documents. Bidder need to submit online signed copy of pre bid
minutes in a technical bid.
13. VALIDITY OF THE OFFER
120 days from the date opening of tender.

14. LAST DATE & TIME OF ONLINE SUBMISSION OF TENDER FORM


Dt. 28/07/2022 up to 16:00 Hr
15. DATE & TIME OF ONLINE OPENING OF TENDER
Dt. 29/07/2022 at 16:30 Hr in the office of the Executive Engineer, MJP Division, Akola.
16. SUBMISSION OF TENDER
Bids must be accompanied with:

a) Scanned copy of all documents, -Enpanellment letter from SWSM, Mumbai, Con-
tractor’s Valid Registration, Valid GST Registration , Valid Pan Card.
b) Bank Guarantee (BG) of Nationalized or Scheduled Bank for EMD.(Annexure-I)
c) Scanned copy of duly signed declaration of contractor in prescribed format filled in
agency’s letter head attached with the tender. (Annexure-II)
d) Scanned copy of duly signed undertaking for guarantee in prescribed format filled in
agency’s letter head attached with the tender. (Annexure-III)
e) Affidavit on Stamp paper of Rs.500/- (Annexure –IV)
f) Scanned copy of duly signed Slef Declaratione in prescribed format. (Annexure-VII)
g) Scanned copy of minutes of Pre-bid meeting duly signed by Contractor.
h) Calculations of Bid Capacity (Certified by Chartered Accountant) by supported with re-
quired documents.(Annexure-V)Details of audited turnover executed by the contrac-
tor in last five years and existing commitment of ongoing work. , Annual Turn Over
(Certified by Chartered Accountant) , Work in Hand(Annexure-VI) - existing com-
mitments of ongoing works counter signed by Engineer-in-charge not below the rank of
Executive Engineer or equivalent officer or head of any other Govt./semi Govt. organi-
zation of Bid Capacity (Certified by Chartered Accountant) supported with required
documents.,
i) Bidder needs to submit the scanned copies of necessary E.P.F., E.S.I.C. registerion certifi-
cate.
j) Scan copy of Bar Chart duly signed by the contractor. (Annexure--IX)
The contractor shall submit Geo-tagging with Decleration/Authority (Format At-
tached with Tender) in Envelope No. 1 without Geo tagging the tender will not be
considered.(As per MJP Circular No.241 Dated 10.2.2022 (Annexure –X)

Contractor No of Corrections Executive Engineer


14
The guidelines, “to download the tender document and online submission of bids procedure
of tender opening” can be downloaded from website “http://mahatenders.gov.in”.

16.1 The two envelopes No. 1 & 2 shall be digitally sealed and signed and submitted online as per
the online tender schedule.

16.2 The date and time for online submission of envelopes shall strictly apply in all cases. The
tenderers should ensure that their tender is prepared online before the expiry of the scheduled
date and time and then submitted online before the expiry of the scheduled date and time.
Offers not submitted online will not be entertained.

16.3 If for any reason, any interested bidder fails to complete any of online stages during the com-
plete tender cycle, department shall not be responsible and any grievance regarding that shall
not be entertained.

17. OPENING OF TENDER


The tenders will be opened on the date specified in the tender notice or on the date intimated
to prospective bidders, in the presence of the intending bidders or their authorized representa-
tive to whom they may choose to remain present along with the copy of the original docu-
ments submitted for Pre Qualification. Following procedure will be adopted for opening of
the tender.
Envelope No. I (Technical Bid)

First of all, Envelope No. 1 of the tenderer will be opened online through e-Tendering proce-
dure to verify its contents as per requirements. Scanned copies of following documents shall
be in Envelope No. 1.
a) Scanned copy of all documents, -Enpanellment letter from SWSM, Mumbai, Con-
tractor’s Valid Registration, Valid GST Registration , Valid Pan Card.
b) Bank Guarantee (BG) of Nationalized or Scheduled Bank for EMD.(Annexure-I)
c) Scanned copy of duly signed declaration of contractor in prescribed format filled in
agency’s letter head attached with the tender. (Annexure-II)
d) Scanned copy of duly signed undertaking for guarantee in prescribed format filled in
agency’s letter head attached with the tender. (Annexure-III)
e) Affidavit on Stamp paper of Rs.500/- (Annexure –IV)
f) Scanned copy of duly signed Slef Declaratione in prescribed format. (Annexure-VII)
g) Scanned copy of minutes of Pre-bid meeting duly signed by Contractor.

Contractor No of Corrections Executive Engineer


15
h) Calculations of Bid Capacity (Certified by Chartered Accountant) by supported with re-
quired documents.(Annexure-V)Details of audited turnover executed by the contrac-
tor in last five years and existing commitment of ongoing work. , Annual Turn Over
(Certified by Chartered Accountant) , Work in Hand(Annexure-VI) - existing com-
mitments of ongoing works counter signed by Engineer-in-charge not below the rank of
Executive Engineer or equivalent officer or head of any other Govt./semi Govt. organi-
zation of Bid Capacity (Certified by Chartered Accountant) supported with required
documents.,
i) Bidder needs to submit the scanned copies of necessary E.P.F., E.S.I.C. registerion certifi-
cate.
j) Scan copy of Bar Chart duly signed by the contractor. (Annexure--IX)
The contractor shall submit Geo-tagging with Decleration/Authority (Format At-
tached with Tender) in Envelope No. 1 without Geo tagging the tender will not be
considered.(As per MJP Circular No.241 Dated 10.2.2022 (Annexure –X)

If the important documents contained in this Envelope do not meet the requirements as stated
above, a note will be recorded accordingly by the tender opening authority and the envelope
No. II of such tenderers will not be considered for further action. Decision of the Tender com-
mittee of Amravati Region on interpretation of the documents submitted by the bidder is final.
Also tender will be liable for rejection if bidder mentions his commercial offer anywhere in en-
velop No.1.
Envelope No. II (Commercial Bid)

This envelope shall be opened online through e-Tendering procedure after opening of envelope
No.1 only, if the contents of Envelope No. 1 are found to be acceptable to the Tender Committee
of the Amravati Region . The tendered rate shall then be read out by the tender opening author-
ity.

“If Bidder’s offer is above or below the estimated cost, the reasons supporting the above
or below offer along with necessary documents should also be uploaded during the sub-
mission of tender in Envelope No.2 (Financial Bid).

18. GOODS AND SERVICES TAX (G.S.T.)


1) The rates to be quoted by the contractor must be inclusive of all other relevant taxes ex-
cept GST.
a) Bidder shall quote his rate excluding GST.
b) GST shall be paid on the amount of bill of the work done as per prevailing guideline
rate of GST during the period of work done as applicable.
c) The rate quoted by the contractor shall be deemed to be inclusive of the labour wel-
fare cess and other taxes (other than GST) that the contractor will have to pay for the

Contractor No of Corrections Executive Engineer


16
performance of contract. The employer will perform such duties in regard to the de-
duction of such taxes at source as per applicable law.

2) a) The contractor should get himself acquainted with GST act 2017.
b) Amount of GST 2% i.e. CGST and SGST each 1% will be deducted at source (TDS).

19. Mobilization Advance:-


The mobilization advance limited to 10% of the accepted cost of the tender shall be payable to the
contractor. The advance shall be payable if requested by contractor in writing within three months
from the date of work order, on the following conditions,

1) An interest @12% per annum or prevailing base rate of RBI whichever is more shall be le-
vied on this mobilization advance.
2) The advance shall be granted against submission of valid bank guarantee of 110% of
amount of mobilization advance from nationalized bank. Theformat of the bank guaranty
is attached as (annexure – I)
The breakup of payment of mobilization advance will be as under.
a) 5% shall be released immediately after acceptance of tender and submission of neces-
sary bank guarantee by the contractor.
b) 5% shall be released after actual starting of work .
3) The recovery of advance with interest will be done within 6 months from the date of pay-
ment of mobilization advance to the contractor.

20. INSURANCE
Contractor shall take out necessary Insurance Policy / Policies so as to provide adequate Insur-
ance cover of execution of awarded contract work from the Director of Insurance, Maharashtra
State Mumbai-51 only. Its postal address for correspondence is 264, 1st Floor, MHADA, oppo-
site Kala Nagar, Bandra East, Mumbai-400051 (Tel.No.6438403 / Fax 6438461). Insurance Pol-
icy / Policies taken out from 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 contractor is not on co-insurance basis (G.I.F.60% and Insurance
company 40%) the same will not be accepted and the amount of Premium calculated by the Di-
rector of Insurance will be recovered directly from the amount Payable to the contractor for the
executed contracted work which may be noted.

21. QUARRY FEE AND ROYALTY Charges:-


Contractor shall have to pay the Royalty Charges for the material used on the work as per
State Government rules. Hence the proof of remittance of Royalty charges with Revenue De-
partment have to be submitted with each R A Bill, otherwise the amount of Royalty Charges will
be deducted from the concern R A Bill as per the prevailing rules. It is the responsibility of the
contractor to get the permissions for the lifting the material from revenue department. The
rates of all items of all subworks in the BOQ are inclusive of Royalty charges for all materials.

Contractor No of Corrections Executive Engineer


17
22. Geo-Tagging

 The Authority calling for tender have fixed three (3) site locations for Geo-Tagging for
effective site visit.
 The Authority calling for the tender or his representative will be available during
office hours at the site location during the period 5 working days before tender closing
date from dt._ _ _ _ _ _ _ To dt._ _ _ _ _ _ _ _ _ for site visit to carry out the procedure of
Geo-Tagging effectively. For convenience two office representative Mobile No. are
given below.
1) Shri.G.J.Kharate, SDE (I) Mobile No. 9588442344
2)Shri.R.A.Ingale ,Sect.Engineer Mobile No.8668406243

The Contractor himself or his authorized representative shall carry out Geo-Tagging
and shall submit authority letter in the drop box kept at site. The authority letter shall be dully
attested with date & time of the site visit. The Contractor or his authorized representative
shall satisfy the representative of the Authority calling for tender present at site by giving his
identity or showing authentic identity card and shall keep the procedure confidential.
 The contractor shall submit Geo-Tagging in Envelope No.1 of the tender without which
the tender will not be considered.

23. RIGHTS 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 tenderer.
b) The Bidder shall be bound by the instructions contained in SWSM letter to.656
dtd.05.05.2022 regarding empannellment and clubbing of ternders.
c) Tender with stipulations for settlement of a dispute by reference to Arbitration will not
be entertained.

Executive Engineer,
Maharashtra JeevanPradhikaran
Division,Akola

Contractor No of Corrections Executive Engineer


18

ANNEXURE-I
FORM OF BANK GUARANTEE
BANK GUARANTEE
(Security for Performance)

In consideration of the Chief Engineer (hereinafter called “MJP having agreed to exempt
hereafter called “The said contractor”) from the demand, under the terms and conditions of an
Agreement dated (hereafter called “the said Agreement”) made between the MJP/ZP and the said
contractor for the Security Deposit for the due fulfillment by the said contractor of the terms and
conditions contained in the said Agreement, on production of the Bank Guarantee for
Rs___________________(In words Rs__________________________________________) we,
(hereinafter referred to as “the Bank” at the request of the said contractor do hereby undertake to
pay to the MJP /ZP an amount not exceeding the above said amount of Guarantee against any loss
or damage caused to or would be caused to or suffered by the MJP /ZPby reason of any breach by
the said contractor or any of the terms or conditions.

2. We, _______________________________________________ do hereby undertake to pay


the amounts due and payable under this Guarantee without any demur, in hereby on a demand from
the MJP /ZP stating that the amount claimed is due by way of loss or damage caused to or would
be to or suffered by the MJP/ZP by reason of breach of the said contractor of any of the terms or
condition contained in the said agreement or any reason of the contractor’s failure to perform the
said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount
due and payable by the Bank under this Guarantee. However, our liability under this Guarantee
shall be restricted to an amount not exceeding the above said amount Guarantee.

3. WE undertake to pay to the MJP /ZP any money so demanded not withstanding any dispute
or disputes raised by the Contractor in any suit or proceeding pending before any court or Tribunal
relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor shall have no claim against us for making such payment
4. We ________________________________________________________ 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 enforceable till all
the dues of the MJP /ZP under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged till MJP/ZP certified that the terms and conditions of the said
Agreement have been duly and properly carried out by the said contractor and accordingly dis-

Contractor No of Corrections Executive Engineer


19
charges this guarantee unless a demand or claim under this guarantee is made on us in writing on
or before we shall be discharged from all liability under this guarantee thereafter.
5. We ________________________________________________________ further agree
with the MJP /ZP that the MJP/ZP 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 to
postpone for any time or from time to time any of the powers exercisable by the MJP/ZP against
the said contractor and to forbear or enforce any of the terms and conditions relating to the said
Agreement, and we shall not be relieved from any liability by reason of any such variation, or ex-
tension being granted to the said contractor, or for any forbearance act or omission on the part of
the MJP/ZP any indulgence by the MJP/ZP to the said contractor or by any such matter or thing
whatsoever which under the law to sureties would, but for this provisions, have effect of so reliev-
ing us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or
of the Contractor.

7. We, lastly undertake not revoke this guarantee during its currency except with the previous
consent of the MJP/ZP in writing.

Dated the day of 2022

For ________________________________
(Indicate the name of the Bank)

Note: However, these forms will be as per the current practices of MJPand Banks

Contractor No of Corrections Executive Engineer


20

ANNEXURE-II

DECLARATION BY CONTRACTOR
DECLARATION

I hereby declare that I have made myself thoroughly conversant with the local condi-
tions regarding all materials such as stones, murum, sand, availability of water etc. and la-
bour on which I have based my rates for this work. The specifications and requirements of
lead for this work have been carefully studied and understood by me before submitting the
tender. I undertake to use only the best materials, to be approved by the Chief Engineer/Chief
Officer/Engineer in charge of the work or his duly authorized representative, before starting
the work and also to abide by his decision.

I hereby undertake to pay the labours engaged on the work as per Minimum Wages
Act 1984 applicable to the zone concerned.

Contractor's Signature

Contractor No of Corrections Executive Engineer


21

ANNEXURE-III
Undertaking for guarantee

I/We Guarantee that:


1 I/We will replace repair and adjust free of all charges to the employer
any part of the work which fails to comply with the Specifications or amendment to
such specifications as referred to in our specifications attached to tender, fair were
and tear except until the completion and for a period mentioned under clause 20
from the date or completion 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 the abide by the clause relating to quality and guarantee
of work.

DATE: CONTRACTOR

Contractor No of Corrections Executive Engineer


22

ANNEXURE-IV

AFFIDAVIT (on Rs. 500/- Stamp Paper)

I…………………………………………………………….age…………………………………..address……………………………… (Authorized
signatory to sign the contract), hereby submit, vide this affidavit in truth, that I am the owner of
the contracting firm………………………../ authorized signatory and I am submitting the documents in
envelope no. 1 for the purpose of scrutiny of the contract. I hereby agree to the conditions men-
tioned below:

I am liable for action under Indian penal code for submission of any false / fraudulent paper / in-
formation submitted in envelope no. 1.
I am liable for action under Indian penal code if during contract period and defect liability period,
any false information, false bill of purchases supporting proof or purchase, proof of testing sub-
mitted by my staff, subletting company or by myself, I will be liable for action under Indian Penal
Code.
I am liable for action under Indian penal code if any papers are found false / fraudulent during
contract period and even after the completion of contract (finalization of final bill).

(Signature of Contractor)
(Seal of Company)

Contractor No of Corrections Executive Engineer


23

ANNEXURE-V

Details of audited turnover executed by the contractor in last five years and exist-
ing commitment of ongoing work
(In Rs. 117.03 Cr.)
Abstract for BID Capacity Calculation

Details of audited turnover executed by the contractor in last Five years and existing commitment of ongoing work.

Sr. Name of Name of Accepted Amount of work completed Amount of Remark


No. Works Division / Tender balance
MC-- Cost. work

2016- 2017-18 2018-19 2019- 2020-


17 20 21

Year Max. value of engi- Average value of Maximum engineering works Remarks
neering works ex- executed by the the contractor in three years of
ecuted in the year last five years.

Value Year
1 2 3 4 5
2016-17 Write the max value Write concerned year
here here
2017-18
2018-19
2019-20
2020-21

Contractor No of Corrections Executive Engineer


24

Year Value of existing commitment of Total value of existing commitment of ongoing work to
ongoing work to be completed dur- be completed during next N years.
ing next N years
(B)

1-- 2 3
2021-2022
2022-2023
2023-2024
2024-2025
(Rs. In Crore)

Bid Capacity = (( 2 x N x A) – B)

Average of engineering works of maximum value executed in any three years during last Five
years upgraded to present year (i.e. Tender submission year) by increasing the cost as per rise in
whole sale price index between the year of maximum value and month and year of tender
submission (A) = ......

No. of year prescribed for completion of work for which present tender are invited
(N) = ...........

Total value of existing commitment of ongoing work to be completed during next


N years (B) =................

Note:-

 Since all the data is pertaining to the contractors own performance, the contractors are
requested to provide its bidding capacity for this work by furnishing the calculations and
supporting documents duly certified by chartered accountant to prove its contentions along
with the application for issue of tender form.
 Details of audited turnover with name of work, year wise expenditure etc. shall be
provided. It should be certified by the Chartered Accountant.
 The statement showing the value of existing commitments of ongoing works during next
three years for each of works in the list should be counter signed by Chartered Accountant
 Submission of false information results in blacklisting of the contracting agency.
 If support documents are not found uploaded, bid capacity will not be taken into account
which will result in disqualification for this tender

Contractor No of Corrections Executive Engineer


25

ANNEXURE-VI
Name of work: - Date:-

Draft Affidavit Regarding

The work in hand & work where bids have been submitted

I / We hereby declare that, I / We have bidded for for the work of ________________________ and at the
date of bided in the below given Table – I (A). The following works amounting to Rs. ____________ Crores are the
balance works. Which are yet to be executed by my / our firm.

Table I (A) duringthe next ________ Years

Sr. No. Description of Place & Contract No. Name & Ad- Accepted Sanction date
works State & Date of dress of De- Tender Cost of Completion
W.O. partment Rs. (In Lakhs)
1 2 3 4 5 6 7

Ongoing works

Details of ongoing works Value of works re- Reasons for delay


maining to be com-
pleted (Rs. In Lakhs)
Expenditure Expected progress in Actual progress % &
% & Amount Amount
8 9 10 11 12
To be certified by CA.

Similarly in the works mentioned in the table 1 (b), my / our firm is lowest and the tender is approved and
work order is yet to issued. The cost of such work in is Rs. _________ cr.

Contractor No of Corrections Executive Engineer


26
Table 1 (B)

Sr. No. Description of Place & State Contract No. Name & Ad- Accepted Sanction date
works & Date of dress of De- Tender Cost of Completion
W.O. partment Rs. (In Lakhs)
1 2 3 4 5 6 7
Tender where bidder is lowest and tender is approved, work order to be issued.

Details of ongoing works Value of works re- Reasons for delay


maining to be com-
pleted (Rs. In Lakhs)
Expenditure Expected progress in Actual progress % &
% & Amount Amount
8 9 10 11 12
To be certified by CA.

I / We here by declare that, the above given information is true as on _____ the day of _____ month ____ year ____.
No any information is false and misleading, I have not abandoned any work or action under clause 3 (c) is not ex-
ecuted against me / our firm. I am not black listed for any of the work.

If information is above table is found to be false or in complete or the department finds that any information
is hidden by me / our firm, the department will have all the liability to debar my firm from this binding or any further
binding and department can black listed my / our firm for the period as it may find suitable for such action.

Date : - Signature

Place :- Name of the firm

Contractor No of Corrections Executive Engineer


27

ANNEXURE-VII

SELF DECLARATION

I -----------------------------------------------------age--------------years occupation business residing at ------


----------------------------------------------------------------------------------------------------------------------------------
--------- do hereby state on oath as under :-

That I am proprietor / Director / Partner / Power of Attorney Holder of the company name and
style as M/s ----------------------------------------------------------------having its address at ---------------------
-----------------------------------------------------------------------------------------

That I further say that M/s ----------------------------------- is not black listed by any Government /
Semi Government Organization / any Local Bodies and any other Private Bodies.

Whatever information of documents submitted for registration are true and correct as per my
knowledge. I take full responsibility regarding genuineness of documents submitted by me.

Date:-
Place: - Signature of Contractor

Contractor No of Corrections Executive Engineer


28

ANNEXURE-VIII

The contractor shall submit Self Declaration regarding bid capacity calcula-
tion as below :

SELF DECLARATION

 All the information provided in the forms, statements and attachments


submitted in proof of the qualification bidding requirements are correct.
No any misleading or false information provided.

 I have not abandoned the works and I have properly completed all the
contracts in time.

 I have / have not participated in the previous bidding for the same work
and had / had not quoted unreasonably high bid prices and can furnish
rational justification.

 The details of Litigation history is as below.

Name of Oth- Cause of dispute Litigation where Amount in-


er party (s) (Court / arbitration) volved

 I am not financially insolvent.

Signature of contractor.

Total value of Civil Engineering construction work performed in the last five years (Immediately
preceding the financial year in which bids are received) and Bid capacity calculation shall be certi-
fied by Chartered Accountant.

Contractor No of Corrections Executive Engineer


29

ANNEXURE-IX

BAR CHART

Name Of Sub Month


Sr.N0.
work
1 2 3 4 5 6 7 8 9 10 11 12

Signature with Stamp of the

Contractor / Agency

Contractor No of Corrections Executive Engineer


30

ANNEXURE-X
Geo-Tagging Format
DECLARATION/AUTHORITY LETTER FOR SITE VISIT AND GEO TAGGING

Name of work :- ------------------------------------------------- Scheme


Tq :- ------------------- Dist :-
Name of Contractor /Ageney : -

I My self --------------------------------------------------------------------------------- hereby declare /authorize my


authorized representative --------------------------------------------------------- to carry out site visit and
inspect / visit other important location on site of above mentioned work.
Date :
Place:
Time :
Signature with Stamp of the

Contractor / Agency

Myself/ Authorized representative have personally inspected the work site on the date ------
--- time -----PM/AM and have made myself/ our self-acquainted. Satisfied withthesitecondi-
tion. The details of Geo-Tagging as mentioned in the tender will be uploaded in Envelope
No.1 of the tender.

Signature with Stamp of the


Contractor/Agency

Certified by,
Sub Divisional Engineer,
Maharashtra Jeevan Pradhikaran
Sub Division,---------

Note: Location - As specified by Engineer- in – Charge.

Contractor No. of corrections Executive Engineer


31

ANNEXURE-XI

िवषय : ठे केदाराने कामे उपकं ाटप तीने (Sublet) करताना पालन करावया या अटी-
शत बाबत.

महारा जीवन ािधकरणा कडील िविवध नागरी / ामीण पाणी पुरवठा तसेच मलिन:सारण योजनतगत कामां या
िनिवदे याबाबतीत ठे केदाराने कामे उपकं ाटप तीने दुस-याठे केदारास अंमलबजावणीसाठी िदली जातात.

उपकं ाटप तीने कामे दे ताना कामे दजदार व िविहत वेळेत हावीत या टीने पुढील माणे कायवाही कर यात येईल.

अ) उपकं ाटप तीने कामे दे ताना अनुपालन करावया या अटी-शत : . 5 कोट पे ा जा त वीकृत िनिवदा कमती या
कामांसाठीच उपकं ाटप तीने कामे करता येतील.

कामाचे ठे केदार वीकृत िनिवदे या एकूण कमतीपैकी फ त 40 ट के कमती पयतचे काम उपकं ाटप तीने क शकतील.
सदर 40 ट के कमत कामांसाठी लागणा-या पाई स, हॉ स, पेश स, टील इ. सव मटे िरअ स तसेच मजूरी या खच सह
आहे .

ठे केदाराने उपकं ाटप तीने काम कर यापूव . 25 कोटी ते . 50 कोटी वीकृत कमती या िनिवदां या बाबतीत
सद य सिचव, मजी ा यांची परवानगी घेऊन उपकं ाट प तीने कामे करणे बंधनकारक राहील. ताव ठे केदाराने सादर के यास
मु य अिभयंता यां या काय लयाने तो धािरके या व पात संचालक(िव ) यां या माफत सद य सिचव काय लया कडे सादर
कर यात येईल.

उपकं ाटप तीने काम कर या या तावास मंजूरी दे याची कायवाही 10 िदवसांत पूण कर यात येईल.

वीकृत िनिवदे या ठे केदाराने उपकं ाटप तीने काम करताना, पुढील अिनयिमतता आढळू न आ यास ठे केदारास
का या यादीत टाक याची कायवाही तािवत कर यात येईल.

पुढील मु ा . 12 नुसार सादर केले या मािहती मधील कमचा-यां यितिर त इतर कमचारी काय थळी कायरत असणे.

मजी ाची परवानगी न घेता, ठे केदाराने उपकं ाटप तीने काम चालू ठे वणे, याच माणे वीकृत िनिवदा कमती या 40 ट के
पे ा जा त कमती या कामाची उपकं ाटप तीने अंमलबजावणी करणे.

कं ाटदारा कडू न उपकं ाटप तीने अंमलबजावणीसाठी िदलेले काम उपकं ाटदाराने अ य उपकं ाटदारा कडू न क न घे यात
येऊ नये.

. 5 कोट पे ा जा त वीकृत िनिवदा कमती या कामांसाठी उपकं ाटप तीने काम क न घेता येईल व यासाठी 5 पे ा जा त
उपकं ाटदार नेम यात येऊ नये.

वरील माणे ठे केदारा कडू न कोणतीही अिनयिमतता झा याचे िनदशनास आ यास कायकारी अिभयंता यांनी अधी क
अिभयंता यां या कडे व अधी क अिभयंता यांनी मु य अिभयंता यां या कडे संबंिधत ठे केदारास का या यादीत टाक या
िवषयीचा ताव ता काळ सादर कर यात येईल व सदर तावावर 10 िदवसांत कायवाही पूण कर यात येईल.

वरील माणे मु य ठे केदार अिनयिमतता करीत अस याची बाब िनदशनास येऊनही कायकारी अिभयंता संबंिधत
ठे केदारावर कायवाही तािवत न के यास, संबंिधत कायकारी अिभयंता हे िश तभंगा या कायवाहीस पा राहतील.

Contractor No. of corrections Executive Engineer


32

6) ठे केदाराने उप कं ाट प तीने काम कर यास परवानगी माग या या तावासोबत पुढील िववरणप ाम ये मािहती सादर करणे
आ यक राहील.

Nature of work to be Value of sub Name sub- Details of experience (Attach Expe-
subleted contract contractor and con- rience Certificate for relevant works)
tract details

७) उप कं ाटदार मजी ा कवा अ य शासकीय / िनमशासकीय यं णेचा न दणीकृत ठे केदार असावा.

८) उप कं ाटदार हा मजी ा कवा अ य शासकीय / िनमशासकीय यं णेचा Defaulter कवा Black listed नसावा.

9) ठे केदाराने मजी ाची परवानगी घेऊन एखा ा उपांगांचे काम उप कं ाट प तीने दुस या ठे केदारास िदले तरी संबंधीत कामाचा
दज , काम िवहीत मुदतीत पूण कर याची जबाबदारी, या कामासंबंधीचे टॅ स, यायालयीन करणे इ. सव जबाबदा या वीकृत
िनिवदे या ठे कदाराचीच राहील. या बाबतीत मजी ा मूळ ठे केदारासच जबाबदार धरे ल.

१०) उप कं ाट प दतीने काम हाती घे यापूव मूळ ठे केदाराने उप कं ाटदारासोबत करारनामा करणे आव यक राहील. सदर
करारना याची त संबंधीत िवभागीय काय लयाकडे सादर कर यात येईल.

११) . ५ कोटीपे ा जा त कमती या कामां या बाबतीत जलशु दीकरण क , मलशु दीकरण क , उं च जलकंु भ, भु तर
जलकंु भ, संप इ यािद मह वा या उपांगां या काय थळावर सीसीिट ही कॅमेरा लाव याची यव था ठे केदारामाफत कर यात यावी.
ठे केदाराने सीसीिट ही कॅमेरा लाव याचे काम वखच ने करावयाचे आहे . तथािप, सीसीिट ही कॅमेरा यव थे चे िनयं ण
मजी ाकडे राहील.

१२) काय दे श िद यानंतर, ठे केदाराने वीकृत िनिवदे या सव कामांसाठी काय थळावर उप थत राहणा या ठे केदारां या वेतन
दे यकांम ये असले या सुपरवायझर/ इंिजिनअर/ यव थापक इ या दची नावे , यांची शै िणक पा ता, यां या कामाचा अनुभव,
ओळखप , आधारकाड, पॅनकाड इ. सव मािहती इंिजिनअर-इन-चाज यां याकडे काम कर यापूव सादर करणे बंधनकारक
राहील. उप कं ाट प तीने कवा ठे केदार वत: काम करणार असले तरीही सदर मािहती सादर करणे ठे केदारास बंधनकारक
राहील.

१३) काम चालु असताना, उप कं ाट प ती या बाबतीतील मेटेिरअल हॉऊचस, टॅ स, कमचारी िवमा, भिव य िनव ह िनधी
इ यािद सव कागदप े इंिजिनअर-इन-चाज यां याकडे सादर करणे बंधनकारक राहील.

१४) मजी ाकडील अिधका यां या कवा गुणव ा पिर ण व द ता पथका या योजनेवरील पाहणी या वेळी वरील मु ा .१२
नुसार नमूद केले या कमचा-यां या तपशीलाची मागणी के यास सदर मािहती उपल ध क न ठे केदारास बंधनकारक राहील.

Contractor No. of corrections Executive Engineer


33

१५) कं ाटदारास काम पूण के यानंतर अनुभव माणप दे ताना याने वत: केले या कामाचे माणप दे यात यावे. सबलेट ग
केले या कामा या बाबतीत जे काम उप कं ाट प तीने केले आहे . याबाबत उप कं ाटदारा या कंपनीचे नाव व केले या
कामाचा उ लेख क न माणप दे यात येईल. माणप ाची त संबंधीत उप कं ाटदारास दे यात येईल.

१६) काही िवशेष कारणा तव जसे कामाची या ती मोठी असणे अथवा कालमय दे त काम पूण करणे अशा पिर थतीत वीकृत
िनिवदे या कमती या ४० ट केपे ा जा त काम उप कं ाट प तीने करावयाचे अस यास यानुसार काम हाती घे या या आधी
िवशेष बाब हणून सद य सिचव, मजी ा यांची परवानगी घेणे आव यक राहील.

मु य अिभयंता यांनी ताव आव यक कारणांचा उ ले ख क न कागदप ांसह व िशफारशीसह संचालक (िव )


यां यामाफत सद य सिचव यां या काय लयास सादर कर यात येईल.

१७) गतीपथावरील योजनांची तपासणी करताना, गुणव ा पिर ण व द ता पथकाने कामावरील ठे केदारा या पयवे कांचे नाव
इ यािद तपशील वरील मु ा .१२ नुसार अस याची खा ी क न घे यात येईल.

Contractor No. of corrections Executive Engineer


34

3. GENERAL CONDITIONS OF CONTRACT

1. DEFINITIONS
1.1 In the contract, the following terms shall be interpreted as indicated.

a) “WSSD “means Water Supply and Sanitation department


b) "The Contract" means the agreement entered into between the owner and
the contractor as recorded in the contract form signed by the parties, in-
cludes all attachments and appendices there to and all documents incorpo-
rated by references therein. Contract is the deed of contract together with
all its original accompaniments and those later incorporated in it by internal
consent.
c) "The Contract Price" means the price payable to the contractor under the con-
tract for the full and proper performance of its contractual obligations.
d) "The Goods" means all of the equipments, machinery and/or other materials
which the contractor is required to supply to the owner under the con-
tract.
f) "Services" means services ancillary to the contract such as transportation
and insurance and any other incidental services, such as Provision of Technical
Assistance, Trial Runs, Commissioning, Training to staff and other such obli-
gations of the contractor covered under the contract.
g) "The Owner" means, the Member Secretary Maharashtra JeevanPradhika-
ran, MJP the person, for the time being holding that Office and also his
successors and shall include any Engineer authorized by him.
h) The "Contractor" means successful tenderer, that is the tenderer, who’s tender
has been accepted and who has been authorized to proceed with the work.
i) "The Pradhikaran” shall mean the Maharashtra JeevanPradhikaran, a Pradhi-
karan constituted under the Pradhikaran Ordinance issued on
10.03.1997.
j) "M. J. P." means, Maharashtra JeevanPradhikaran.
k) "The Chief Engineer M.J.P. " shall mean Chief Engineer M.J.P., the person,
for the time being holding that Office and also his successors and shall
include any Engineer authorized by him.
l) "The Superintending Engineer, Maharashtra Jeevan Pradhikaran Akola
Circle, Akola" means the Engineer, so designated by the Pradhikaran or

Contractor No. of corrections Executive Engineer


35

any other Engineer who is for the time being entrusted with his functions,
duties and powers and so notified.
m) "Tender" means the proposal of the contractor submitted in prescribed
form setting-forth the prices for the goods to be supplied and other related
services to be rendered and setting forth his acceptance of the terms and obli-
gations of the conditions of contract and specifications.
n) "Contract Time" means period specified in the document for the entire ex-
ecution of contracted works and other services to be rendered commencing
from the date of notification of award including monsoon period.
o) "Month" means calendar month.
p) "Site" means location at which the contractor will have to execute the con-
tracted work.
q) "The Engineer or Engineer-in-charge" shall mean the Water supply Engineer
authorized by the MJP"

2. The contractor shall erect temporary sheds for storage for material supplied by MJP
and brought by him on site. Also at each construction site contractor shall have sepa-
rate storage space for cement and other material.

3. All the water retaining structures shall be designed in M25 and constructed in M30.

4. Contractor shall take trial pits and trial bores at site at his own cost to ascertain the
bearing capacity of the strata and accordingly submit the designs.

5. Contractor shall submit designs and drawings for all structures such as Balancing
Tank, Intake well, Jack well, Pump House, Water Treatment Plant. (Hydraulic and
structural),Sump, ESR, GSR, Thrust blocks/anchor blocks, Pumping machinery and
its layout, all allied electrical and mechanical equipments as directed by Executive
Engineer .This designs and drawings shall be got checked from Government Engi-
neering College or IIT at contractors own cost.

6. The contractor shall maintain the record of these materials in the prescribed proforma
and registers as directed by the Executive Engineer. These registers shall be signed by
both contractors and representative of Engineer-in-Charge. These registers shall be
made available for inspection, verification for the department as and when required.
These registers shall be in the custody of department and shall be maintained by the
department.

Contractor No. of corrections Executive Engineer


36

7. Contractor shall take photographs and videos of all sub-works during construction and
submit two copies in hard and soft along with final bill.

8. Contractor shall prepare record drawings of all sub-works as per execution in details
by using Auto Cad programme; as directed by Executive Engineer. He should submit
3 Nos. C.D. (R.W) along with three hard copies during the submission of final bill.
Final bill will not be passed unless and until this is submitted. No extra payment will
be made for submission of CDs.

9. Contractor shall maintain register for dewatering having details such as BHP of
pumps, start and stop of dewatering pumps, Fuel consumed etc.

10. The material i.e. cement, steel, sand, metal, bricks, alum pipes valves etc. brought on
the work site shall be accompanied with the necessary company/manufacturing firm’s
test certificate. In addition these materials shall be tested as per frequency prescribed
by the department 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 imme-
diately removed from the work site at contractor’s cost. In case of cement, if so re-
quested by the contractor in writing, material will be allowed to be used before receipt
of test results but this will be entirely at the risk and cost of the contractor.

11. All the formwork used for construction shall be of steel or with lining of steel. Wood-
en shutters may be allowed at the discretion of the Executive Engineer for minor
works.

12. Contractor shall have Cube Testing machine on site. Test cubes shall be tested in front
of Executive Engineer or his representative and a register for it shall also be main-
tained.

13. RCC designer appointed by the Contractor shall visit and inspect the work at various
stages of construction and comply with the query of the department without any extra
cost.

14. SCOPE AND MEANING OF CONTRACT:

Contractor No. of corrections Executive Engineer


37

The term contract hereinafter used means and includes the notice for invitation of ten-
der, schedule ‘A’ i.e. schedule for departmental supply of materials, schedule ‘B’ i.e.
schedule of items to be executed under this contract, general conditions, schedule of
obligatory requirements, general and detailed specifications all appendices drawing
and any other documents attached to the blank tender form issued to the contractor
firm. These are subject to any alterations and modifications carried out and agreed to
before the contract is finally decided and accepted by the Executive Engineer,
M.J.P./ZP.. The term contract and firms means the agency entering into contract with
the Executive Engineer, M.J.P/Executive Engineer,

g) The MJP Division Akola proposes to execute the following work under
sanctioned scheme “Popatkhed 97Villages R.R.W.S.Scheme in Akot & Telhara
Taluka, Akola District.

(Under JalJeevan Mission)


This tender includes- (Mention name of subworks& their Details) Popatkhed 97 Vil-
lages Regional Rural Water Supply SchemeinTq. Akot&Telhara Dist.Akola.
Canal Intake arrangement, Providing, Raw water Gravity Main 600 mm dia. DI K-9,Water
Treatment Plant 18.0 MLD, with SCADA and Automation Pure Water Sump 21.0 LL,with re-
circulation Sump of 9.0 LL, Pure water Pumping machinery at WTP Sump for Po-
patkhed&Rudhali ZBR, Pure Water Rising Main from WTP Sump to Popatkhed ZBR &Rudhali
ZBR ,Pure water gravity main from WTP Sump to ZBRs at
Akolkhed,Shivpur,WadgaonMendhe, Bordi,Dhanakwadi,Construction of RCC ZBR and ESRs,
SCADA and Automation for ZBR management,construction of BB Masonary compound wall
,Push through method for Railway and Road crossing HDPE pipe Distribution System and
Miscellaneous works.

15. IMPORT LICENSE AND FOREIGN EXCHANGE :


In respect of the work on contractors own design, the contractor shall quote for the in-
digenous equipment only. Foreign exchange and import license required by the con-
tractor if any shall have to be arranged by the contractor independently. Department
shall not take any responsibility in this regards. Delay in getting any materials shall
not be entertained for extension of time limit of the contract.

16. ACQUITANCE WITH WORKS AND SITE CONDITIONS:


The contractor shall be deemed to have carefully examined the scope of work, loca-
tion and alignment of various components under this tender, site conditions, the gen-
eral conditions, the specifications, drawing availability of material required etc. and
has fully acquainted himself regarding all aspects of works, if he shall have any doubt
as to the meaning of any portion of the tender paper. He shall set forth the particulars
of the tender to the notice of Executive Engineer, M.J.P, before submission of tender

Contractor No. of corrections Executive Engineer


38

and get the doubts cleared. Once the tender is submitted duly filled, he shall be sup-
posed to have accepted the conditions and specifications full and interpretation of the
conditions be entirely at the discretion of the competent authority of the department.

17. OBSTRUCTIONS IN THE WORK :


All obstructions such as electric cables, telephone line, water and sewer mains, man-
holes, natural drainage, culverts, storm water drains etc. corning in the way shall be
carefully looked after against any damages which otherwise will have to be made
good by the contractor at his own cost. Any work of removing, repairing or remaking
etc.willbe carried out by the contractor without any extra claims for the same in con-
tractor with the respective departments.

18. LAND FOR THE USE BY THE CONTRACTOR FOR STORING MATE-
RIALS ETC. :
As far as possible the contractor shall be allowed to use the Municipal Land without
any charge, in possession of concern MJP for stacking his materials, stores, erection
of temporary structures, sheds etc. with prior written permission of Executive Engi-
neer, MJP.The location of the temporary structures to be erected shall be got approved
from the Executive Engineer MJP and all the products obtained after cutting the same
shall be stacked at suitable place as directed by Engineer in charge. All concern MJP
land occupied by the contractor for temporary use shall be handed over back in good
conditions to the entire satisfactions of the concern MJP. as and when demanded by
him. Any damage or alterations made in the area shall be made good by the contrac-
tor. If the departmental land is not available the contractor has to make his own ar-
rangements of land on hire or otherwise at his own cost.

19. LABOUR CAMPS :


The contractor shall at his own expenses make all necessary provisions for land, hous-
ing grains, water supply and sanitary arrangements etc. for employees and shall pay
direct to the authorized concerned all rents, taxes and other charges. The contractor
shall also comply with all requirements of health department in regard to maintenance
of anti-epidemic conditions.

20. WORK THROUGH OTHER AGENCY IN THE SAME AREA :


The Executive Engineer, M.J.P./ZP shall have the right to execute the works, not in-
cluded in this contract, but within the premises occupied by the contractor for the pur-
pose of this contract, through any other agency.

Contractor No. of corrections Executive Engineer


39

21. SPECIFICATIONS
The wording of items in Schedule 'B' shall be taken as guidelines for general provi-
sions and coverage under the item. The detailed specifications for relevant items
shall be as per detailed specifications enclosed and as per P.W.D. Hand Book, Stan-
dard Specifications, Relevant and latest editions of IS Code. The other standard,
wherever quoted, shall be applicable. If the standard specifications fall short for the
items quoted in the Schedule of this contract, reference shall be made to the latest In-
dian Standard Specifications, IRC codes. If any of the items of the contract do not fall
in reference quoted above, the decision and specification as directed by the Executive
Engineer shall be final.

It is presumed that the Contractor has gone carefully through the standard specifica-
tion (Vol. I & II, 1981 edition) and the Schedule of rate of the Division, and has also
studied site conditions before arriving at rates quoted by him. The special provisions
and detailed specification of wording of any item shall gain precedence over the cor-
responding contrary provisions (if any) in the standard specification given without re-
production the details in contract. Decision of Executive Engineer/Engineer in charge
shall be final in case of interpretation of specifications.

22. WATER AND ELECTRICITY


The contractor shall make his own arrangements at his own cost for water required for
construction and hydraulic testing as well as for labour camp. The MJP/ZP does not
take any responsibility for supply of water to contractor for construction or testing
purposes during the entire work. If water is supplied by MJP/ZP, Contractor shall
take connection at his cost and provide water meter on it. Water charges shall be paid
by contractor as per prevailing water rates to MJP/ZP regularly every month. Power
supply from MSEDCL if required for construction of work as well as for labour camp
will have to be arranged by the contractor at his cost. MJP/ZP does not take guaran-
tee for continuous power supply at site.

23. LINE OUT


The contractor shall himself carry out the line out of works in the presence of the rep-
resentative of the MJP/ZP and the contractor shall be responsible for accuracy of it.
He shall employ a qualified Engineer for this purpose as well as for supervision of
works.

24. PROGRAMME AND PROGRESS SCHEDULE

Contractor No. of corrections Executive Engineer


40

The contractor shall furnish before the award of the contract a progress schedule or
work implementation schedule indicating the date of starting, quarterly progress ex-
pected to be achieved and anticipated date of completion of each major item of the
work. The schedule should be capable of achievement towards completion of whole
work in the stipulated time.

i. The Contractor shall submit his own programme as per time limit stipulated in
the tender, in the form of MS project with details of milestones of physical stages
of each sub work. Simultaneously with the execution of the Contract Agree-
ment, the Contractor shall submit to The Engineer his item-wise monthly
programme, which shall be nothing but detailing of the programme,

ii. The programme shall also state the milestones of partcommissioningandpart com-
pletion of the sub-work included in the tender. The programme shall also pro-
vide the information as to required approvals to drawings, samples, materials,
equipments and their time of submissions to the MJP/ZP . The progress shall
be submitted by the Contractor visa-a-visaprogramme every month. The works
team of the Contractor shall be so motivated to know the balance work at the end
of each week and the rate required in the balance period to complete the work and
therefore, shall endeavor to complete the task assigned for each week timely. In
case, where the updated and revised schedule is required, the same shall be sub-
mitted to the owner for approval.

If deviation exceeds 10% in scheduled programme, competent authority has right


to reject the tender of successful tenderer.

In the event of contractor failing to execute the work as per scheduled programme
submitted by him or in the event of unreasonable delay in the part of contractor,
he shall be liable to as compensation an amount at the fixed rate subject to maxi-
mum amounting to 10% of the tender cost.

25. CHECKING QUALITY OF THE WORK :


The Engineer in charge should consider it necessary to satisfy himself to the quality of
work, the contractor shall at any time during continuance of the contract period pro-
duce sample of work done or if necessary pull down a responsible part of the work
enough for such inspection and testing as the Engineer in charge may direct. The con-
tractor shall make good the same at his cost and to the satisfaction of the Engineer in
charge without extra cost.

Contractor No. of corrections Executive Engineer


41

26. CHANGES :
Any marginal and minor changes as may be found necessary by the Engineer in
charge during execution shall have to be carried out by the contractor without extra
cost.
27. INSURANCE OF WORKERS :-
It is mandatory to the successful bidder to get the labour insurance done, on account of
risk involved within a month from the date of work order. In case of failure, MJPwill
recover the Insurance premium and Rs 50,000/- extra as penalty from the R. A. bills of
the work and will pay the premium and purchase the insurance policy on behalf of the
contractor.

28. ARBITRATION :-
In case any dispute arises out during execution of works, no arbitrator shall be ap-
pointed for redressal of the dispute. In this regard, decision of the Member Secretary,
MJPMumbai shall be final and remain binding on both parties.

29. INTENT AND INTERPRETATION OF CONTRACT DOCUMENTS

29.1 The contract documents are complementary and what is called for by one is as bind-
ing as if called for by all. Any work that may be reasonably inferred from the draw-
ings or specifications as being required to produce the intended result shall be pro-
vided by the contractor whether or not it is specifically called for, in Schedule- 'B'.
The contractor shall furnish and pay for all labour, supervision, materials, equip-
ment, transportation, construction, equipment and machinery tools, appliances, wa-
ter, fuel, power, energy, light, heat, utilities, telephone, storage, protections, safety
provisions, and all other facilities like service, incidentals, approaches to site etc.any
nature whatsoever necessary for the satisfactory and acceptable execution, testing
and completion of the work in accordance with the contract documents, ready for use
and operation by the owner. The cost of all these arrangements shall be deemed to be
included in the contract offer and no separate payment shall be admissible thereof.

29.2 Interpretations
Written clarifications or interpretations necessary for the proper execution or progress
of the work, in the form of drawings or otherwise, will be issued with reasonable
promptness by the Engineer and in accordance with any schedule agreed upon.

Contractor No. of corrections Executive Engineer


42

29.3 Drawings
Figured dimensions on drawings shall govern over scaled dimensions and detailed
drawings shall govern over general drawings. The Contractor shall submit six sets of
drawings according to the design.

29.4 Signed Drawings


Signed drawings alone shall not be deemed to be in order for work unless it is en-
tered in the agreement or schedule or drawings under proper attestation of the Con-
tractor and the Engineer or unless it has been sent to the contractor by the Engineer
with a covering letter confirming that the drawing is an authority for work in the
contract.

29.5 Technical Words


Work, materials or equipment described in words which so applied have a well-known
trade or technical meaning shall be deemed to refer to such recognized meanings.

30. LANDS, CONDITION AND LAYOUT


30.1 Surveys and Measurements
The contractor shall carefully preserve all surveys as also setting out stakes, reference
points, bench marks and monuments. If any stakes, points or benches be removed or
destroyed by any act of the contractor or his employees, they may be reset at the con-
tractor’s expense. The contractor shall supply without charge the requisite number of
persons with the means and materials necessary for the purpose of working survey,
setting out works, and counting, weighing and assisting in the measurement or exami-
nation at any time and from time to time of the work or materials.

30.2 Contractor's Verification


The Contractor will establish at the work site a substantial Benchmarks. and connect it
to a permanent Benchmarks. available in the area with known value. The contractor
will then carry out necessary surveys and leveling, covering his work, in verifica-
tion of the survey data on the working drawings furnished by the Engineer and he
will be responsible for establishing the correct lines and levels and verification
of the lines and level furnished on the working drawings. If any error has occurred
in the work due to non-observance of this clause, the contractor will be respon-
sible for the error and bear the cost of corrective work.

Contractor No. of corrections Executive Engineer


43

30.3 Site Office


The Contractor shall construct at his cost a semi-permanent nature site office with
minimum of 20 Sq. area and shall be provided with minimum two tables, two alma-
ries, six No’s of chai` The office and the furniture shall be provided and maintained by
the contractor throughout the contract period at his cost. The use of the site offices
shall be adequate size to accommodate the inspecting Engineers of
MJP/ZP/IRMA/any other inspection committee/agency appointed by the Government
of India/Maharashtra/Collector to discuss and review progress of work. No extra
payment will be made on this account.
The site office shall be provided at all the conspicuous structures to be con-
structed/components to be executed.

31. SECURITY DEPOSIT AND INDEMNITY BOND

31.1 Security Deposit


The security deposit shall be returned to the contractor without any interest
when the contractor ceases to be under any obligation under the contract. This shall
be read with Clause No.1 and 20 of B-1 Form for Security Deposit and Defect Liabili-
ty Clause respectively.

31.2 Loss or Damage Indemnity Bond


The contractor shall be responsible during the progress as well as maintenance for any
liability imposed by law for any damage to the work or any part thereof or to any of
the materials or other things used in performing the work or for injury to any person
or persons or for any property damaged in or outside the work limit.The contractor
shall indemnify and hold the owner and the Engineer harmless against any and all
liability, claims, loss or injury, including costs, expenses, and attorney's fees in-
curred in the defense of same, arising from any allegation, whether groundless or
not, of damage or injury to any person or property resulting from the performance of
the work or from any material used in the work or from any condition of the work or
work site, or from any cause whatsoever during the progress and maintenance of
the work.
32. SUPERVISION AND SUPERINTENDENCE

32.1 SUPERVISORY STAFF:


The contractor shall have experienced technical qualified general supervisor for the
work, who is capable of managing and guiding the work and also capable of under-

Contractor No. of corrections Executive Engineer


44

standing the instructions given to him by the Engineer in charge from time to time and
shall be responsible to carry them out promptly. The contractor shall have during
working hours, supervisor of sufficient training and experience to supervise the vari-
ous items and operations of the work. Further, the Engineer in charge may notice, de-
sire contractor high ranking member to be present on any specified date, the contractor
shall comply with such directions Contractor's Supervision.

The contractor shall supervise and direct the works efficiently and with his best skill
and attention. He shall be solely responsible for means, methods, techniques, pro-
cedures and sequences of construction. The contractor shall co-ordinate all parts of the
work and shall be responsible to see that the finished work complies fully with the
contract documents, and such instructions and variation orders as the Engineer may is-
sue during the progress of the works.

32.2 Agent
The Contractor shall keep on the work at all times during its progress a compe-
tent resident agent preferably a qualified and experienced Engineer, capable of
managing and guiding the work and understanding the specifications and contract
conditions. For this purpose the contractor shall communicate to the Department,
name, qualification and experience of such Engineer to be appointed for execution of
this work. The agent appointed by the contractor shall not be replaced without ten (10)
days written notice to the Engineer except under extra-ordinary circumstances. The
agent shall be the Contractor's representative at the site and shall have authority to act
on behalf of the contractor. All communications, instructions and directions given to
the agent shall be binding as if given to the Contractor by the Engineer not otherwise
required to be in writing will be given or confirmed in writing upon request of the
Contractor. or in work-order book

33. CARE AND USE OF SITE


The Contractor shall not commence operations on land allotted for work without prior
approval of the Engineer. If these lands are not adequate the Contractor may have to
make his own arrangements for additional lands required for his use. The contractor
shall not demolish, remove or alter any of the structures, trees or other facilities on the
site without prior approval of the Engineer. All the area of Contractor’s operations
shall be cleared before returning them to the Engineer.

34. OVERLOADING

Contractor No. of corrections Executive Engineer


45

No part of the work or new and existing structures, scaffolding, shoring, sheeting,
construction machinery and equipment, or other permanent and temporary facilities
shall be loaded more than its capacity. The Contractor shall bear the cost of correcting
damage caused by loading or abnormal stresses or pressures.

35. USE OF EXPLOSIVES


The Contractor shall comply with the laws, ordinances, regulations, codes, orders,
other governing the transportation, storage and use of explosives, shall exercise
extreme care not to endanger life or property and shall be responsible for all injury
or damage resulting from the use of explosives for or on the work.

36. MANUFACTURER'S INSTRUCTIONS


a) The Contractor shall compare the requirements of the various manufactur-
er's instructions with requirements of the contract documents, shall promptly
notify to the Engineer in writing of any difference between such require-
ments and shall not proceed with any of the works affected by such dif-
ference shall until an interpretation or clarification is issued pursuant to ar-
ticle.
b) The contractor shall bear all costs for any error in the work resulting from
his failure to the various requirements and notify the owner of any
such difference.

37. PROTECTION
a. The contractor shall take all precautions and furnish and maintain protection to
prevent damage, injury or loss to other persons who may be affected thereby.
All the works and all materials and equipment to be incorporated therein
whether in storage or on the site, under the care, custody or control of the
contractor or any of his sub-contractors and other improvements and prop-
erty at the site or where work is to be performed including building, tools and
plants, pole lines, fences, guard rails, guide posts, culvert and works mark-
ers, sign structures, conduits, pipelines and improvements within or ad-
jacent to streets, right-of-way, or easements, except those items required to
be removed by the Contractor in the contract documents. The Contractors
protection shall include all the safety precautions and other necessary forms of
protection, and the notification of the owners of utilities and adjacent property.
b. The contractor shall protect adjoining site against structural, decorative and
other damages that could be caused by the execution of works and make good
at his cost any such damages that could be caused by the execution of
works and make good at his cost any such damages.

Contractor No. of corrections Executive Engineer


46

38. UTILITIES AND SUB-STRUCTURES


Before commencing any excavations, the Contractor shall investigate, determine the
actual locations, and protect the indicated utilities and structures, shall determine
the existence, position and ownership of other utilities and substructures in the site
or before the work is performed by communication with such property owners,
search of records, or otherwise and shall protect all such utilities and substructures.

38.1 Restoration and Repair


Except for those improvements and facilities required to be permanently removed
by the contractor, the contractor shall make satisfactory and acceptable arrange-
ments with the appropriate owners, and shall repair, restore all improvements, struc-
tures, private and public roads, property, utilities and facilities disturbed, discon-
nected, or damaged as a result or consequence of his work or the operations of
those for whom he is responsible or liable, including that caused by trespass of
any of them, with or without his knowledge or consent, or by the transporting of
workmen, material or equipment to or from the site.

39. WORKMEN
The contractor shall at all times enforce strict discipline and good order among his
employees and shall not employ on the works any unfit person or anyone not skilled
and experienced in the assigned task. The Contractor shall in respect of labour em-
ployed by him comply with or cause to be complied with the provisions of var-
ious labour law and rules and regulations as applicable to them in regard to all
matters provided therein and shall indemnify the owner in respect of all claims that
may be made against the owner for non-compliance thereof by the Contractor.

In the event of the contractor committing a default or breach of any provisions of la-
bour laws and rules and regulations, the Contractor shall without prejudice to any oth-
er liability under the acts pay the owner a sum as decided by the engineer.

39.1 Work during Night or On Sundays and Holidays


Unless otherwise provided, none of the permanent works shall be carried out during
night, Sunday or authorized holidays without permission in writing. However, when
work is unavoidable or necessary for the safety of life, priority of works, the
Contractor shall take necessary action immediately and intimate the Engineer ac-
cordingly.

39.2 Workmanship

Contractor No. of corrections Executive Engineer


47

The quality of workmanship produced by skilled knowledgeable and expe-


rienced workmen, machines and artisans shall be excellent. Particular attention
shall be given to the strength appearance and finish of exposed work.

40. MATERIALS AND EQUIPMENT


All materials and equipment incorporated in the work shall be new. Materials and
equipment not covered by detailed requirements in the contract documents shall be of
the best commercial quality suitable for the purpose intended and approved by the
owner prior to use in the work.

40.1 Optional Materials


Only one brand, kind or make of material or equipment shall be used for each specific
purpose through-out the works, notwithstanding that similar material or equipment of
two or more manufacturers or proprietary items may be specified for the same purpose
41. USE OF APPROVED SUBSTITUTIONS OR EQUALS
The contractor shall bear all extra expenses resulting from providing or using ap-
proved substitutions or equals where they affect the adjoining or related work, in-
cluding the expenses of required engineering, redesigning, drafting and permits
where necessary, whether the Engineer's approval is given after receipt of tender`

42. LAWS AND REGULATIONS


Governing Law
The contract documents shall be governed by the laws and by-laws of India, the State
of Maharashtra and the local bodies in this region.

43. Resolving the disputes:


In case of disputes, between a Contractor and MJP/ZP, the decision of theMember
Secretary MJP/CEO ZP shall be final and binding. In case of any further dispute, the
decision of Member Secretary MJP/ZP or any other person appointed by the Member
Secretary, MJP/CEO ZP will be final.

44. BURRIED AND CONCEALED WORK :


The contractor shall help in recording the precise location of all piping, conduits,
ducts cables and like work that is buried, embedded in concrete or masonry, or con-
cealed in wood or metal frame walls and structures at the time such work is installed
and prior to concealment. Should the contractor cover such buried or work before

Contractor No. of corrections Executive Engineer


48

such recording takes place, he shall uncover the unrecorded work to the extent re-
quired by the Engineer and shall satisfactorily restore and reconstruct the re-
moved work with no change in the contract price or the contract time.

45. SAFETY PRECAUTIONS AND EMERGENCIES


a. Contractor's Responsibility for Safety

b. The contractor shall be solely responsible notwithstanding any stipu-


lations by owner or Engineer for initiating, maintaining and supervising all
safety precautions and programmes, in connection with the work and shall
comply with all laws, ordinance, code rules regulations and lawful orders of
any public authority having jurisdiction for the safety of persons or prop-
erty or to protect them from damages, injury or loss during the entire con-
tract period including non-working hour`

c. On the occurrence of an accident arising out of the works which result in


death or which is so serious as to be likely to result in death, the contractor
shall within one hour of such accident intimate in writing to the Engineer the
facts stating clearly and with sufficient details the circumstances of such ac-
cidents and subsequent action taken by him. All other accidents on the works
involving injuries to the persons or property other than that of the contractor
shall be promptly reported to the Engineer clearly and with sufficient details
the facts of such accidents and the action taken by the contractor. In all cas-
es, the contractor shall indemnify the Engineer against all losses or dam-
ages, resulting directly from the contractor's failure to report in the manner
aforesaid.

d. This includes the penalties or fines, if any payable by the owner as a conse-
quence of failure to give notice under Workmen's Compensation Act or oth-
erwise to conform to the provisions of the said Act in regard to such acci-
dents. In the event of an accident in respect of which compensation may
become payable by the contractor, such sum of money as may, in the opinion
of the Engineer, be sufficient to meet such liability will be kept in deposit.
On the receipt of award from the Labour Commissioner in regard to the quan-
tum of compensation, the difference in the amount will be adjusted.

46. WARNINGS AND BARRICADES


The contractor shall provide and maintain barricades, guards, guard rails, temporary
bridges and walkways, watchmen, headlights and danger signals illuminated from
sunset to sunrise and all other necessary appliances and safeguards to protect the

Contractor No. of corrections Executive Engineer


49

work, life, property, the public, excavations, equipment and materials. Barricades
shall be substantial construction and shall be painted such as to increase their visibility
at night. For any accident arising out of the neglect of above instructions, the con-
tractor shall be bound to bear the expenses of defense of every suit, action or other
legal proceedings, at law, that may be brought by any person for injury sustained ow-
ing to neglect of the above precautions and to pay all damages and costs which
may be awarded in any such suit, action or proceedings to any such person or which
may with the consent of the contractor be paid in compromising any claim by any
such person.

47. ENGINEER'S STATUS DURING CONSTRUCTION, AUTHORITY OF THE


ENGINEER
The Engineer shall have the authority to enforce compliance with the contract
documents. On all questions relating to quantities, the acceptability of materials,
equipment, or works, the adequacy of the performance of the work and the interpre-
tation of the drawings and specifications, the decision of the Engineer shall be
final and binding and shall be precedent to any payment under the contract agree-
ment unless otherwise provided in the contract documents. The Engineer shall have
the authority to stop the work or any part thereof as may be necessary to ensure the
proper execution of the work, disapprove or reject the works which is defective, to
require the uncovering and inspection or testing of the works to require re-
examination of the works, to issue interpretations and clarifications, to order
changes or alterations in the works, and other authority as provided elsewhere in
the contract documents.

a. The Engineer shall not be liable for the results of any ruling, interpretation or
decision rendered, or request, demand, instruction, or order issued by him in
good faith. The contractor shall promptly comply with requests, demands, in-
structions and order from the Engineer.

b. The whole of the works shall be under the directions of the Engineer, whose
decision shall be final, conclusive and binding on all parties to the contract,
on all questions relating to the construction and meaning of plans, working
drawings, sections and specifications connected with the work. The Engi-
neer shall have the power and authority from time to time and at all times
make an issue such further instructions and directions as may appear to him
necessary or proper for the guidance of the contractor and the good and suf-
ficient execution of the works according to the terms of specifications
and the contractor shall receive, execute, obey and be bound by the same
according to the true intent and meaning thereof; fully and effectual-
ly.Engineer may order any of the works contemplated thereby to be omitted,
with or without the substitution of any other works in lieu thereof, or may or-

Contractor No. of corrections Executive Engineer


50

der any works or any portion of works executed or partially executed, to be


removed, changed or altered and if needful, may order that other works shall
be substituted instead thereof and the difference of expenses occasioned by
any such diminution or alteration so ordered and directed shall be de-
ducted from or added to the amount of this contract.

48. DUTIES OF ENGINEER'S REPRESENTATIVE


a. The duties of the representative of the Engineer are to check, inspect and con-
tinuously supervise the work and to test any materials to be used or workman-
ship employed in connection with the works. He shall furnish the drawings
and information to the contractor, approve the contractor's drawings subject to
post-facto approval and signature of the Engineer-in-Charge, recommend and
approve the interim certificates and taking over certificates after thorough
checking and inspection and recommend extra work required and extension of
time.

b. Approval for or acceptance of any work or material or failure to disapprove


any work or material by the representative of the Engineer shall not preju-
dice the power of the Engineer thereafter to disapprove such work of ma-
terial and to order removal or modification thereof. If the contractor shall be
dissatisfied with any decision of the representative of the Engineer, he shall be
entitled to refer the matter to the Engineer, who shall thereupon confirm, re-
serve or vary such decision only in genuine cases.

c. The representative of the Engineer shall be liable to inform the Engineer


about the daily progress and compare it with the programme. He shall also
inform the contractor immediately about the lagging or lead` in the progress
than the programme.

49. DEFECTS AND RECTIFICATION


a. For period specified in the Clause 20 of B.1 form for the defect liability pe-
riod for the individual type of work from the date of issuance of the comple-
tion certificate in accordance with Condition "Final Inspection and Accep-
tance" mentioned herein after, contractor shall remain liable for any of the
works or parts thereof or equipment and fittings supplied which in the opi-
nion of the Engineer fail to comply with the requirements of the contract or
are in any way unsatisfactory or defective except fair wear and tear. The
process of the assembly commissioning of all sections of pipe lines, tested
hydraulically in patches, will involve some additional measures such as shaft

Contractor No. of corrections Executive Engineer


51

of suitable height, fixing of air valves at more number of places on the align-
ment and all such measures shall be done by the contractor.

b. To the intent that the works and each part thereof shall at or as soon prac-
ticable after the expiry of the above period be taken over by the Engineer in
the condition required by the contract to the satisfaction of the Engineer, the
contractor shall finish the work (if any) outstanding at the date of completion
as soon as may be practicable after such date and shall execute all such work
of repair, amendment, reconstruction, rectification and making good of de-
fects imperfections, shrinkages or other faults as may during the period of
maintenance or after its expiry be required of the contractor in writing by
the Engineer as a result of an inspection made by or on behalf of the Engineer
prior to the expiry of the period. The contractor at his own expenses shall car-
ry out all such work if the necessity thereof shall in the opinion of the Engineer
and due to the use of materials or to neglect or failure on the part of the con-
tractor to comply with any obligation expressed or implied on the contractors
pat under the contract. If the contractor fails to do any such work as entitled
to carry out such work in which the contractor should have carried out at the
contractor's own cost, the Engineer shall be entitled to recover from the con-
tractor the cost thereof or may deduct the same from the moneys that become
due to the contractor. Notwithstanding the aforesaid, if the contractor re-
mains in default, one calendar month after the Engineer has given written in-
structions in writing, the Security Deposit shall become payable to the
MJP/ZP who will deduct the cost plus overhead expenses of such works as
have been necessary to rectify the contractor's default and the balance, if any,
shall be disbursed. The Contractor shall submit the operation and mainten-
ance manual for the fruitful operation of the works. The Contractor will
have a liberty to visit the operating works during the defect liability period
and satisfy himself about the on-going operations in case he do not visit and
a defect is observed then the Engineer's opinion shall be final and binding as
to the application of defect liability.

50. RIGHT TO WITHHOLD


The Engineer may refuse to approve to any payment, or because of subsequently
discovered evidence or the results of subsequent inspections or tests, nullify any
such payment previously approved and paid to such extent as may be necessary
in the opinion of the Engineer to protect him from loss because (a). The work is
defective, (b) Third party claims have been filed or there is reasonable evidence
indicating probable filing of such claims, (c) of the Contractor's failure to make pay-
ment properly to sub-contractors or for labour, materials or equipment, (d) of dam-

Contractor No. of corrections Executive Engineer


52

age to another Contractor, or to the property of other caused by the Contractor, (e)
of reasonable doubt that the work cannot be completed for the unpaid balance of
the contract price, (f) of reasonable indication that the work will not be completed
within the contract time, (g) of the Contractor's neglect or unsatisfactory prosecution
of the work including failure to clean up. Once the provisions of law that enables or
require the Engineer to withhold such payments are removed, payment will be made
for amounts withheld because of them to the extent the contractor is entitled to pay-
ment.

51. FINAL INSPECTION AND ACCEPTANCE


a. Upon written notice from the contractor, that the entire work required by
the contract documents is complete and that all submittals required by him
are made, and after the Contractor has delivered the bonds, certificates of in-
spection, guarantees, warranties, releases and other documents, as required
by the contract documents or by law, the Engineer will make a final inspec-
tion, and he will notify the Contractor in writing of any particulars in which
this inspection reveals that the work is defective, and will also notify the
Contractor in writing of any deficiencies in the submittals and the document
required from him.

b. The Contractor shall promptly make such corrections as are necessary to re-
medy all defects or deficiencies. After the Contractor has completed any such
corrections to the satisfaction of the owner, the Engineer will issue a written
completion certificate of the work and file any notice and completion re-
quired by law or otherwise.

52. CONTINUING OBLIGATION OF THE CONTRACTOR


The Contractor's obligation to perform and complete the work in accordance with the
contract documents is and shall be absolute. Neither the observation during con-
struction and final inspection of the work by the Engineer, nor any payment to the
Contractor under the Contract documents, nor any use or occupancy of the work or
any part thereof by the Engineer, nor any act of acceptance by the defective work by
the Engineer shall constitute acceptance of work not in accordance with the contract
documents.

53. TAXES TO BE DEDUCTED AT SOURCE


During the course of contract period the deduction of Income Tax/Work Contract Tax
or any other Central/State or local tax required to be deducted at source, will be made
as per prevailing rules from the contractors bills and will be remitted to the concerned

Contractor No. of corrections Executive Engineer


53

Departments. Certificate for such deductions will be issued by the Executive Engi-
neer/Chief Officer.

54. RECORDS AND MEASUREMENTS


a. The Engineer shall except or otherwise stated therein, determine by measure-
ment the value in accordance with the contract of works done in accordance
therewith.

b. All items having a financial value shall be entered in a measurement book,


level book etc. as prescribed by the Engineer so that a complete record is ob-
tained of all work performed under the contract.

c. The Engineer or his authorized representative shall take measurements jointly


with the Contractor or his authorized representative. Before taking measure-
ment of any work the Engineer or the person deputed by him for the purpose
shall give reasonable notice to the contractor. If the contractor fails to attend
or send an authorized representative for measurement after such notice or fails
to countersign or record the objection within a week from the date of mea-
surement, then in any such event measurements will be taken by the Engineer,
or by the person deputed by him shall be taken to be correct measurements of
the works and shall be binding on the contractor.

d. There shall be absolutely no doubt regarding the measurements and


hence the contractor shall first arrange the exact branding of the alignment
length on site, and mark distinctly. All hidden measurements shall be
measured by steel tape, on the exact section as marked previously and depth
by the regular staff generally at an average interval of 30 m or suitable in-
terval decided by Engineer-in-Charge.

e. In case of difference of opinion in the measured quantity and the payable


quantity of any particular measurements, the contractor must know the de-
partmental practices developed as per the manuals and standard specifica-
tions.

f. Normally only excavation will not be measured. When the pipes and specials
are laid in position, then only the excavation and other items will be measured.

g. The Contractor shall, without any extra charge, provide assistance with every
appliance and other things necessary for measurements, such as leveling in-

Contractor No. of corrections Executive Engineer


54

struments (Auto setting), tapes, staffs, camera, paints, brushes and re-
quired labour.

h. Measurements shall be signed and dated by both the parties each day (for tak-
ing measurement) on the site on completion of measurements. The Contractor
shall take up still colour photographs at intervals during the execution of
works so that a history of development of the works is maintained.

i. The dated photographs, in two copies, shall be submitted to the Engineer-in-


charge every time. No extra cost will be paid for this. This generation of
record shall provide the used methodology of working and highlight the quali-
ty of material and workmanship. The cost of the said work shall be borne by
the Contractor. It shall be the property of the Pradhikaran and shall not be
used for campaigning, advertising without permission of the Pradhikaran.

55. WRITTEN NOTICE


Written notice shall be deemed to have been duly served or delivered in person to the
individual or member of the firm or to an Engineer of the contractor for whom it
was intended, or if delivered at or sent by registered or certified mail to the
last business address known to him who gives the notice. The notice on the Fax Mes-
sage/ E-Mail shall be deemed to have been duly served. The address given in the
contractor's tender on which all notices, letters and other communications to the
contractor shall be mailed or delivered, except that said address may be changed by
the Contractor by notifying the owner in writing. This shall not preclude the service
of any notice, letter or other communication upon the Contractor personally.

56. USE OF COMPLETED PORTIONS


The owner shall have the right, upon written notice to the Contractor, to take posses-
sion or occupancy of, and use any completed or partially completed portions of the
work, notwithstanding that the time for completing the entire work or such portions
may not have expired but such taking possession or occupancy and use shall not
deemed to waive of any requirement of the contract documents or a waiver or accep-
tance of any work not completed in accordance with the contract documents.

57. CLEANING UP
The contractor shall at all times during the work keep the site and premises, adjoin-
ing property and public property free from accumulations of waste materials, rub-

Contractor No. of corrections Executive Engineer


55

bish, and other debris resulting from the works, and at the completion of the work
shall remove all waste materials, rubbish and debris from and about the site and
premises as well as all tools, construction equipment and machinery and surplus ma-
terials, and shall leave the site and premises, clean, tidy and ready for occupancy by
the owner. The Contractor shall restore to their original condition those portions of
the site not designated for alteration by the contract documents paved ways, parking
areas and roadways disturbed by the construction shall be redone by filing the exca-
vation, if any, by sand compacted material and bringing it to its original shape as di-
rected and approved by the Engineer. No waste material shall be buried or disposed
off on the owner's property unless so approved in writing by the Engineer-in-Charge.
Before the Contractor applies for final inspection and acceptance of the work, all
items of work shall be complete, ready to operate, and in a clean condition as deter-
mined by the Engineer.

58. OWNER'S RIGHT TO CLEAN UP :


If the Contractor fails to satisfactorily clean up or if a dispute arises between the
Contractor or in several Contractors as to their responsibility for cleaning up, the
Engineer may clean up and charge the cost thereof to the Contractor for his failure,
or to the several contractors as the Engineer shall determine to be just.

59. FOSSILS ETC.


All fossils, coins, articles of value of antiquity and structures or other remains or
things of geological or archaeological interest discovered on the site shall be deemed
to be the property of the owner and the Contractor shall take reasonable precau-
tions to prevent his workmen or any other person from removing or damaging
any such article or thing and shall immediately upon discovery thereof and be-
fore removal acquaint the Engineer of such discovery and carry out at the expenses
of the Engineer's order as to the disposal of the same.

60. LABOUR RULES


If demanded by Municipal Authorities, the contractor will have to produce to the
satisfaction of the accepting authority a valid and current license issued in his fa-
vor under the provision of Contract Labour (Regulation and Abolition) Act 1970, be-
fore starting the work, otherwise the Contractor shall have to face the further conse-
quences. The contractor shall have to comply with 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 breach of contract and the Superintending Engineer, may in his
discretion, cancel the contract, the Contractor shall also be liable, for any pecuniary
liability arising on account of any violation of the provisions of this act, by him.

Contractor No. of corrections Executive Engineer


56

Salient features of some major labour laws/ Acts applicable to establishment engaged
will be as below.
a. Workman compensation Act 1923.
b. Payment of Gratuity Act 1972.
c. Employees PF and miscellaneous provisions Act 1952.
d. Maternity Benefit Act 1951.
e. Contract Labour (Regulations and Abolition) Act 1970.
f. Minimum Wages Act 1948.
g. Payment of Wages Act 1936.
h. Equal Remuneration Act 1979.
i. Payment of Bonus Act 1965.
j. Industrial Disputes Act 1947.
k. Industrial Employment (Standing orders) Act 1946.
l. Trade Union Act 1926.
m. Child labour act 1926.
n. Interstate Migrant Workmen's (Regulation of Employment and Condi-
tioned of Services) Act 1979.
o. The Building and other construction works (Regulation of employment
and conditions of Services Act 1946 and the cess Act of 1996).
p. Factories Act 1948.
All the relevant law and act will be applicable for this work.

61. STATUTORY INCREASE IN DUTIES, TAXES ETC.


All the taxes and duties levied by the Central Govt., State Govt and by Local Bodies
at the prevailing rates applicable on the date of receipt of tender, considering this con-
tractor shouldquote his offer. Any increase in tax rates till completion of work shall be
fully borne by the Contractor and shall not be reimbursed to him on any account.

62. INSPECTION, TESTING & FEES.


All material &equipment, irrespective whether specified or not, shall be tested at
manufacturer’s works laboratory and the Test Certificate thereof shall be furnished.

Contractor No. of corrections Executive Engineer


57

The test shall be witnessed by the Engineer-in-charge as well as the third party desig-
nated by the Pradhikaran/ Council/Corporation.

63. MACHINERY REQUIRED


All machinery required for erection/execution purposes such as cranes, trucks, etc.
shall be arranged by the Contractor. Department shall not take any responsibility for
providing such machinery even on rental basis. No concreting shall be permitted un-
less centering and reinforcement is approved by the Engineer-in-Charge.

64. WORK ORDER BOOK


A well bound work order book shall be maintained on site and it shall be the property
of MJP/ZP and the Contractor/ his agent shall promptly sign orders given therein by
the Engineer in charge of MaharashtraJeevanPradhikaran. Officials or his superior of-
ficer, in token of having received them and comply them. This will be a permanent
record the compliance shall be reported by the contractor to the Engineer in good time
so that it can be checked. The blank work order book with machine numbered pages
will be provided by the MJP/ZP free of charge for this purpose. The Contractor will
be allowed to copy out the instruction therein from time to time. He will not record
any remarks in the order book but may take up the matter recorded therein.

65. DISCREPANCIES AND OMISSIONS


The tender drawings and specifications, shall be considered as explanatory, of
each other and together shall form the technical requirements and stipulations of
tender documents. Detailed drawings shall have preference over small scale draw-
ings. Similarly, detailed specifications shall have preference over general specifica-
tions. 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.

66. PRICE VARIATION - AUTHORITY


Price variation is not applicable to this tender.
67. NO INTEREST ON DUES
No interest shall be payable by the Pradhikaran on amounts, due to contractors pend-
ing final settlement of claim. Further, no interest shall be payable by MJP/ZP on any
amount/payment.

Contractor No. of corrections Executive Engineer


58

Any recovery advised by the MJP/ZP shall be recovered from any bill or money re-
tained from this contract. All the recoveries either outstanding or dues under the con-
tract or incidental there to as determined may be, stand recoverable.
Secured Advance will be granted as per provisions made in MPW Manual and MPW
Account Code.
68. Mobilization Advance.
The moblisation advance limited to 10% of the accepted cost of the tender shall be
payable to the contractor. The advance shall be payable if requested by contractor
in writing within three months from the date of work order, on the following
conditions,
ii) An interest @12% per annum or prevailing base rate of RBI whichever is
more shall be levied on this moblisation advance.
iii) The advance shall be granted against submission of valid bank guarantee
of 110% of amount of mobilisation advance from nationalised bank. Theformat of the
bank guaranty is attached as annexure –
i) The breakup of payment of mobilisation advance will be as under.
a) 5% shall be released immediately after acceptance of tender andsubmission of ne-
cessary bank guarantee by the contractor.
b) 5% shall be released after actual starting of work .
iv) The recovery of advance with interest will be done within 6 months fromthe date
of payment of mobilization advance to the contractor.
69. Labour Amenities :-
Contractor shall have to pay the 1% Labour Amenities Charges for the work as per
State Government rules. Hence the proof& certification from supervisory staff of re-
mittance of Labour Amenities Charges with ConcernedDepartment have to submit
with each R A Bill, otherwise the amount of Labour Amenities Charges will be de-
ducted from the concern R A Bill as per the prevailing rules and the same will be de-
posited to Concern Department.
70. LabourCess :-
Contractor shall have to pay the 1% LabourCess amount for the work as per State
Government rules. Hence the proof of remittance of LabourCess amount with Con-
cerned Department have to submit with each R A Bill, otherwise the amount of La-
bourCess amount will be deducted from the concern R A Bill as per the prevailing
rules and the same will be deposited to Concern Department.

Contractor No. of corrections Executive Engineer


59

71. Royalty Charges :-


Contractor shall have to pay the Royalty Charges for the material used on the work as
per State Government rules. Hence the proof of remittance of Royalty charges with
Revenue Department have to be submit with each R A Bill, otherwise the amount of
Royalty Charges will be deducted from the concern R A Bill as per the prevailing
rules and the same will be deposited to Revenue Department. It is the responsibility of
the contractor to achieve the permissions for the lifting the material from revenue de-
partment.
72. Sites and site work :-
Air conditioned offices at site locations of floor area not less than 100 square meters at
WTP site and 75 square meters at remaining at headworks site locations, with provi-
sion of pantry with cooking / catering arrangement for food & snacks, tea & coffee
vending machines, crockery and cutlery. Bottled mineral water with dispensers shall
be provided by Contractor in all offices. The office shall have conference room and
projector for power point presentation.
The layout of the offices shall be submitted to the Employer for approval. Theoffice
building shall be equipped with office furniture, and each location shall beprovided
with a canteen, electricity, standby generator set, telephones, broadband internetcon-
nectivity, fans etc. Maintenance and upkeep of the office shall be contrac-
tor’sresponsibility for entire period of the contract.
In addition to above, the Contractor shall provide suitable air conditionedtemporary
offices along the pipe laying works while work in progress.

Contractor No. of corrections Executive Engineer


60

4. SPECIAL CONDITIONS OF CONTRACT


1) Payment against Excess quantities of various items:

Before making payment of excess quantities as per rules, the concerned Executive
Engineer of Maharashtra JeevanPradhikaran shall get himself satisfied regarding
genuineness of the claim and he should also exercise a compulsory check of minimum
10 % of measurements for a particular item. Responsibility of informing the excess
quantities as per Schedule ‘B’ of the tender for approval of competent authority of
MaharashtraJeevanPradhikaran/ZillaParishadand also for correctness of claim to be
submitted in future shall rest with Junior Engineer, an auditor and divisional Accoun-
tant also. While submitting the proposal for approval, concerned authorities should
consider the exact position of the revised estimates, if necessary due to this excess.

For executing any quantity, the excess over the quantity specified in the tender, the
contractor should be authorized by the Executive Engineer of Maharashtra Jeevan-
Pradhikaran in writing.

While asking the contractor to execute such excess quantity, the concerned Executive
Engineer of Maharashtra Jeevan Pradhikaran Division Akola should inform the
Contractor in writing specifically that the payment in excess of quantities specified in
the tender will be made after following concerned prescribed rules.
2) General:
The quoted rate shall be total rate for the completed item of work as per the specifica-
tion, 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 edge of the ex-
cavation pit beyond foundation.

The tenderer must obtain on his own responsibility and his own expenses all the in-
formation which may be necessary for the purpose of making a tender and entering in-
to 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.

3) Outline of works:
The work will be on the lines of plans attached to the tender documents. The plans are
however, liable to change and strata as shown there is approximate.

Contractor No. of corrections Executive Engineer


61

The item of work and their approximate quantities are given in schedule ‘B’ of the
tender. The quantities are approximate and are liable to vary on plus or minus side.

4) Unit:
The rates quoted for each item are for units mentioned in Schedule ‘B’ against each
item.

5) Site conditions:
1. It shall be presumed that the Contractor has satisfied himself as to the nature of
the works, general and local conditions, particularly on those bearings on
transport handling, storage of materials, availability of labour, weather condi-
tions and has estimated the cost and quoted his rates accordingly Executive
Engineer, Maharashtra JeevanPradhikaran will bear no responsibility for lack
of such acquaintance with site conditions and consequences thereof.
2. Set of tender documents and conditions (up to a maximum of three sets) at the
discretion of the Executive Engineer, Maharashtra JeevanPradhikaranwill be
supplied to the contractor after acceptance of tender.

6) Extras, Omissions and Discrepancies:


In all the cases of the omissions, doubts or discrepancies in the dimension in the draw-
ing and items of works, reference shall be made to the Executive Engineer, Maharash-
tra JeevanPradhikaran, whose elucidation and elaboration shall be considered final.

7) Supply of material by the contractor.

7.1 The contractor should supply all the material mentioned in Schedule “B”. This
shall be conforming to relevant IS & approved MJP/ZP vendors. All types of pipes,
valve and specials will be accepted only after due third party inspection and satisfacto-
ry inspection by the third party inspection agencies appointed by the MJP/ZP. (List of
third party inspection agencies appointed is periodically circulated by the MJP central
office). The charges for the same shall be borne by the contractor.

7.2 Other material such as cement, tor steel etc. shall be conforming to relevant
ISS testing charges for cement, steel shall be borne by the contractor.

7.3 In case of item of supply of pipes, valves, specials etc., 80% amount of
supplied item will be paid to the contractor on receipt of material (after satisfac-

Contractor No. of corrections Executive Engineer


62

tory third party inspection), 10% amount will be released after lowering, laying,
jointing and remaining 10% amount will be released after satisfactory hydraulic
testing.

7.4 The contractor shall provide, at the site of work, satisfactory storage for not
less than one month’s average consumption of works and shall keep the cement of sto-
rage and utilization of cement in the order of its arrival at the stores and the contractor
shall maintain satisfactory records, which would at any time show the dates of receipt
and proposed utilization of cement lying in the storage.

7.5 The Executive Engineer, Maharashtra JeevanPradhikaranshall at all the times


have access to the stores and sites, method of storage, records and securities provided
by the contractor. The contractor shall comply with instruction that will be given by
Executive Engineer, Maharashtra JeevanPradhikaran , in this behalf.

7.6 The contractor shall further at all times satisfy the Executive Engineer, Maha-
rashtra JeevanPradhikaran on demand any production of books, of submissions of re-
turns in Performa as directed, other proofs, that, the cement supplied is being used for
the purpose for which it is supplied and available to the Executive Engineer, Maha-
rashtra JeevanPradhikaran.

8 Time of completion of work:


If at any stage of work, it is found that the execution of work is not as per the planning
(As mentioned in Programme& Progress Schedule) a fine shall be imposed on the
contractor as mentioned in clause No.2 of conditions of contract.

9. Appointment of arbritator:
In case of any disputes raised between contractor and Executive Engineer/Engineer in
charge during the course of contract regarding work, there shall be no provision for
the appointment of an Arbitrator. The decision of the Member secretary MJP/CEO
ZPshallbeheld as valid and final. If the contractor files a case in appropriate court, the
action of withdrawing the work and allotting it to any other agency shall be deemed to
be continued as per the practice in vogue in the larger interest of implementation of
work in time and as per original time schedule.

10 Strata :

Contractor No. of corrections Executive Engineer


63

Strata for excavation are shownis based on trial pits and the Contractor shall have no
right to claim extra if there is variations in the strata. The contractor will also have no
claim if extra excavation is required to be done due to boulders and the Contractor
will have to make such extra excavation good by filling the same by C.C. 1:3:6 (M-
100) or by plum concrete with 60% plum in C.C.1:3:6 maximum
11 Change in site:
No claims shall be paid on account of reasonable change in site, alignment or orienta-
tion of the proposed work, within the work site marked on plan attached to the tender
as the circumstances may call for.

12. Tools and plants:


All tools, instruments and machinery and all other materials (not included in the
Material Schedule 'A') shall be acquired by the Contractor. It is, however, open to
the Engineer to lend or supply to the Contractor implements, machinery or other ser-
vice not covered by the tender document which he can be and may consider desirable.
For such tools, instruments, machinery and service provided, the Contractor will have
to sign an agreement and pay Security Deposit and rental charges as may be fixed by
the Engineer.

13. Excavated material:


a. All excavated stuff shall be MJP’s property and shall be disposed off at lead and lift
by the Contractor in a manner as directed by the Engineer.

14. Damages to above/under ground utilities


During the course of excavation and laying of the pipe line utmost care of existing
main, electrical and telephone cables and private water connections/sewage connec-
tions shall be taken. Any damage to existing main electrical and telephone cable and
private water/ sewage connection, etc, occurs during the course of execution, same
shall be restored at the cost of the contractor. In case the repairs are done by owner,
the cost of such repair will be recovered from the contractor.
Rates for all type of materials are excluding GST levied by GOI & GOM in all re-
spect including Third party inspection charges of TPI Agency approved by
MJP including Transit insurance, Railway Freight, Unloading from railway wa-
gon, Loading into Truck, Transportation to departmental store, unloading, stack-
ing etc. completed

15. Though the contractor is required to do refilling before hydraulic testing to avoid
traffic hurdle, no payment for refilling of the trenches of pipe line shall be paya-

Contractor No. of corrections Executive Engineer


64

ble till satisfactory hydraulic testing is given. Re-excavation required if any dur-
ing testing shall be done by contractor at his own cost.

16. The works of cross connections to existing lines are to be arranged in such a
way as no major shutdowns are required to be taken and work should be completed
within minimum period of time, without interrupting the major water supply in the
area.

17. Cutting of trees :


i) Cutting of trees shall be avoided by adjusting the layout and alignment of the
work.
ii) If cutting of trees is unavoidable prior permission from the concerned authority
shall be taken by the contractor.

18. Dust Pollution , Disposal of dewatered water and construction waste :


i) All care shall be taken to minimise dust generation, in case of work in habitations
area.
ii) Dewatered water shall not be let out on the road. It to be disposed in to ap-
propriates drains of disposal sites.
iii) Construction waste shall be disposed at approved sites.

19. Scheme execution phase:


The Execution of work shall be carried out in phases as follows :
Phase-1 : Development of source.
Phase-2 : Pump House, Pumping Machinery, Rising main, Gravity main and
WTP
Phase-3 : ESR/GSR, Distribution system and House Connection.
Phase-4 :Operation and Maintenance of scheme for one year.
20. Online Monitoring :
The progress of this project and works will be monitored through online monitoring
system. During the execution of the work, contractor will have to enter and upload pe-
riodically, financial and physical progress of the work, on online monitoring and as-
sessment system developed by the Department of Water Supply and Sanitation.

Contractor No. of corrections Executive Engineer


65

21. Operation and Maintenance :


After the physical completion of the scheme, contractor will have to do Operation &
Maintenance of water suplly scheme for 1 years. This 1-years’ O&M period is in addi-
tion of 3 months (As applicable for the scheme) for Trial Run. After the completion of
abovesaid Trial Run, the contractor will have to do O&M of the scheme. During this
period to the contractor on account of O&M including cost of Establishment
Charges, Electricity Bill and Chemical Charges etc. shall be from recovery of wa-
ter bill.

22. 100%of security deposit of total tender cost shall be refunded along with pay-
ment of final bill. However, the contractor will have to submit Bank Guarantee of
50% of security deposit amount from Nationalised Bank for aperiod of 5 year i.e. de-
fect liability period.

Original Security Deposit (to be refunded along with the payment of final bill) shall
be released only after the due verification of above mentioned bank guarantee from
the concerned bank.

Contractor No. of corrections Executive Engineer


66

5. INSTRUCTIONS TO TENDERER

1. AWARD CRITERIA :
The Owner will award the contract to the successful bidder whose bid has been de-
termined to be substantially responsive and has been determined as the lowest eva-
luated bid, provided further that the Bidder is determined to be qualified to per-
form the contract satisfactorily. The tender will be awarded after bid evaluation re-
port approved by the appropriate competent authority.

2. ACCEPTANCE OF THE TENDER :

2.1 The acceptance of the tender rests with the appropriate competent authority. The
right to reject any or all the tenders without assigning any reason thereof is re-
served by appropriate competent authority. . The tenderer whose tender is ac-
cepted will have to enter into regular agreement in the type and form pre-
scribed in the tender and abides by all the rules embodied therein, cost of
agreement etc. should also be borne by the tenderer.

2.2 No corrections, additions or alterations in the tender document shall be made.


No special stipulations in the tender document shall be permitted.

2.3 The tender shall be liable to be rejected outright if while submitting the same.
i) The Tender is not submitted on E-tendering portal specified in the
Tender Notice.
ii) The bidder proposes any conditions and alterations in the obligatory
conditions of the tender.
iii) Any of the pages of the tender is removed/replaced or spoiled badly.
iv) if the offer in words and in figures is not filled in appropriate place of
B.1 Form.
v) If the specified Earnest Money in specified form is not paid.
vi) Any erasures are made in the tender documents.
vii) The bidder or in case of firm or company authorized person does not
sign the tender documents in the place provided for the purpose, in B.1
Tender form.

Contractor No. of corrections Executive Engineer


67

2.4 If the tendering contractors are a firm or company, they shall in their for-
warding letter should mention the names of all the partners of the firm or
the company as the case may be and the names of the partners who hold
the power of attorney authorizing him to conduct transactions on behalf of
the Company/Firm.

2.5 Rules and conditions of the contract are subject to amendment till the time of
acceptance of tender.

2.6 The notes and conditions stipulated in this notice will form a part of the
agreement.

3.0 SIGNING OF CONTRACT

At the same time as the Owner notifies the successful bidder that the bid has been
accepted, the Owner will send the Bidder an acceptance letter informing the Bid-
der, the further necessary line of action including signing of contract etc.

4.0 FOR SPECIAL ATTENTION OF BIDDER


The bidder is expected to visit the site before quoting the tender and get himself
acquainted with the site conditions and site requirements.
The contracting firm shall study the site and general conditions in respect of ap-
proaches, labour, water supply, climate, quarries and the data included in the tender
papers and get verified from the actual inspection of site etc. before submitting the
tender. In case of any doubt about any item or data included in the tender or otherwise,
it shall be got clarified by applying in writing to the tender inviting authority at least 3
days before the date of pre-tender conference. Once the tender is submitted, it shall be
concluded with all the details required for completing the work as per tender condi-
tions and specifications.
Responsibility of Departmental staff will be nominal and limited to extending all
possible help in solving local problems for obtaining permission, obtaining power
supply etc.

5.0 LOCAL ROADS


The existing public roads that are near the site of work are shown in Drawing accom-
panying the Tender documents. The contactor may contruct and maintains additional
roads as required at his own expenses.

Contractor No. of corrections Executive Engineer


68

6.0 MEDICAL AND SANITARY ARRANGEMENT TO BE PROVIDED


FOR LABOUR EMPLOTED IN THE CONSTRUCTION BY THE CON-
TRACTOR
a) The contractor shall provide an adequate supply of pure and wholesome water
for the use of labourers on works and in camps.
b) The contractor shall construct trenches, semi permanent latrines for the use of
labourers , Separate latrine shall be provided for men and women.
c) The contractor shall construct sufficient number of huts on a suitable plot of
land for use of the labourers according to the following specifications.
i) Hut of Bamboos and Grass may be constructed.
ii) A good site not liable to submergence shall be selected on high ground remote
from jungle but well provided with trees shall be chosen wherever it is availa-
ble. The neighborhood of land, jungle s trees or woods should be particularly
avoided . Camp should not be established close to large cutting of earth work.
iii) The lines of huts shall have open space of at least 10 meters between rows.
When a good natural site is not available in this case. Particular attention
should be given to the drainage.
iv) There should be no over crowding , floor space at the rate of 3 sqm. (30 sq.ft)
per head shall be provided . Care should be taken to see that the huts are kept
clean and in good order.
v) The contractor must find his own land and if he wants Govt. land he should
apply for it. Assessment for it if demanded will be payable by contractor.
However the department does not bind itself for making available the required
land.
d) The contractor shall construct a sufficient number of bathing places. Washing
places should also be provided for the purpose of washing clothes.
e) The contractor shall make sufficient arrangement for draining away the surface
and sullage water as well as water from the bathing and washing places and
shall dispose off this waste water in such a way as not to cause any nuisance.
f) The contractor shall engage a medical officer with a traveling dispensary for a
camp containing 500 or more persons, If there is no Govt. Or other private
dispensary situated within 8 kilometers from the camp. In case of emergency
the contractor shall arrange at his cost free transport for quick medical help to
his sick worke`
g) The contractor shall provide the necessary staff for erecting the satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer-In-
Charge. At least one sweeper per 200 persons should be engaged.

Contractor No. of corrections Executive Engineer


69

h) The Assistant Director of Public Health shall be consulted before opening a


labour camp and his instructions on matters such as Water Supply, sanitary,
convenience for the camp site accommodation and food supply be followed by
the contractor etc.
i) The contractor shall make arrangement for all antimalarials measures to be
provided for the labours employed on the work. The anti measures shall be as
directed by Assistant Director of public health.
j) In addition to above all provisions of the relevant labour Act pertaining to ba-
sic amenities to be provided to the labourer shall be applicable which will be
arranged by the contractor.

7. MISCELLANEOUS :
7.1 For providing electric wiring or water ling etc. Recesses shall be provided if
necessary through walls, slabs, beams, etc. and later-on refilled it who out any
extra cost.
7.2 In case it becomes necessary for the due fulfillment of contractor for the con-
tractor to occupy land outside the department, limits the contractor will have to
make his own arrangements with the land owners and pay such rents if any,
which are payable as mutually/agreed between them.
7.3 The contractor shall duly comply with provisions of the Apprentices Act 1961
(III of 1961) and the rules and order made there under from time to time under
the said rules and on this failure or neglect to do so he shall subject to all the
liabilities and penalties provided by the said Act and Said Rules.
7.4 It is presumed that the contractor has gone carefully through the standard spe-
cification (Vol I and II 1981 edition) and the schedule of rates of the Division,
and studies of site condition before arriving at rates quoted by him. The special
provisions and detailed specification of wording of any item shall gain prece-
dence over the corresponding contrary provisions (if any) in the standard spe-
cification given without reproducing the details in contract. Decision of Engi-
neer in charge shall be final in case of interpretation of specification.
7.5 If the standard specifications fall short for the items quoted in the schedule of
this contract, reference shall be made to the latest Indian standard specifica-
tions, I.R.C. code, if any of the item of this contract do not fill in reference
quoted above the decision and specification as directed by the Engineer-In –
Charge. Shall be final.
7.6 The stacking and storage of building materials at site shall be in such a manner
as to prevent deterioration or inclusion of foreign material and to ensure the
preservation of the quality. Properties and fitness of the work. Suitable precau-

Contractor No. of corrections Executive Engineer


70

tions shall be taken by contractor to protect the materials against atmospheric


action, fire and other hazards. The materials likely to be carried away by wind
shall be stored, in suitable stores or with suitable barricades and where there is
likelihood of subsidence of soil, heavy ,materials shall be stored on paved
platforms. Suitable separation barricades and enclosure as directed shall be
provided to separate materials brought by contractor and material issued by
Govt. (To contractor under Schedule- A. )Same applies for the materials ob-
tained from different source of supply.

8.0 HANDING OVER OF WORK


All work and material before taken over by Maharashtra JeevanPradhikaran
will be entire responsibility of the contractor for guarding, maintaining and
making good, any damage of any magnitude. Interim payments made for suck
work will not alter this position. The handing over by the contractor and taking
over by the Executive Engineer will be always in writing, copies of which will
go to the Executive Engineer, signed by authorized representative of Maha-
rashtra JeevanPradhikaran / ZP and the contractor. It is however understood
that before taking over of such work Maharashtra JeevanPradhikaran will not
put the system into its regular use, casual or incidental one, except as specifi-
cally entioned elsewhere in this contract or mutually agreed to.

Contractor No. of corrections Executive Engineer


71

6. ACQUAINTANCE WITH SITE AND WORK CONDI-


TIONS

1. The Contractor shall study the site conditions, general conditions and data in-
cluded in the tender papers and get it verified from actual inspection of the site etc. be-
fore submitting the tender. In case of doubts about any items or data included in this
tender or otherwise, it shall be brought into the notice in writing to the Executive En-
gineer/Engineer in charge, before Pre-bid meeting. These points or querries shall be
clarified by MJP/ZP in pre bid meeting and informed to all bidde`Once the tender is
submitted, it shall be considered that the Contractor has verified and made himself
conversant with all the details as required for quoting the rates and completing the
work as per tender conditions and specifications.

2. Contractor shall not sell or otherwise dispose off or remove except for the pur-
pose of this contract, the rubble, stone metal, sand or other material which may be ob-
tained from any excavation made for the purpose of the contract. All such materials
shall be MJP/ZP 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 En-
gineer-in-charge in writing and when directed by him, use any of the materials free of
cost.

3. 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.

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

All the materials involved in the construction shall be of best quality and specifica-
tions and shall be got approved from the Engineer-in-charge before use. If necessary,

Contractor No. of corrections Executive Engineer


72

materials shall be got tested from the Laboratory at his cost. Samples requiring ap-
proval shall be submitted by the Contractor to the Engineer-in-charge in good time be-
fore the use of each material. The samples shall be properly marked to show the name
of the materials place.

5. The Contractor shall provide all labour, skilled as well as unskilled,


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

6. Rates quoted include clearance of site (prior to commencement of work


and its closure) in all respects and hold good for work under all conditions of sites,
moisture, weather etc.

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

8. The contractor shall make his own arrangements for quarrying of rubble,
stone, murum, sand, lime, metal etc.

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


cost.

10. Unless a separate item is provided in Schedule 'B' minor dewatering of founda-
tions in excavation and during the construction of foundation Masonry if required
shall be done by the Contractor without claiming extra cost.

11. Masonry shall be kept wet for atleast 15 days and concrete work shall be kept
wet for atleast 21 days commencing from the date of its final laying in position. In
case during execution curing is found inadequate it will be carried out MJP/ZP and
the cost thereof shall be recovered from the contractor. The contractor shall make his
own arrangements for getting water at site at his own cost.

Contractor No. of corrections Executive Engineer


73

12. The proportions of cement concrete specified in the Schedule ‘B’ are nominal
and are only an indication of approximate proportion of cement, fine aggregate and
coarse aggregate which may have to be altered suitably at site to obtain the desired
strength and workability. However quantity of cement shall not be less than the one
specified below.
NOMINAL MIX:
1:11/2:1 (M-300) 9.00 bags/one cum of cement concrete
1:1:5: 3 (M-200) 7.90 bags/one cum of cement concrete
1:2:4 (M-150) 6.30 bags/one cum of cement concrete
1:3:6 (M-100) 4.40 bags/one cum of cement concrete
1:4:8 (M-80) 3.40 bags/one cum of cement concrete

In case of major items of concrete for R.C.C. works, the Contractor shall prepare test
blocks as per I.S. specifications for testing its tensile and compressive strength at his
own cost. These block will be tested in any of the Government Test Laboratories at
the cost of the Contractor. The number of test blocks, frequency etc. shall be directed
by Engineer-In-Charge.

13. DAMAGE BY FLOODS OR ACCIDENT:


The Contractor shall take all precautions against damage by floods and from acci-
dents. No compensation will be allowed to the contractor for his plant, material and
work etc. Lost or damaged by floods or from other causes. The Contractor shall be li-
able 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 dam-
aged, trenches filled due to any reason, Contractor shall have to make it good at his
cost only.
14. SUPPLY OF RATE-ANALYSIS IN CASE OF EXTRA ITEMS
In case of the EIRL, the Contractor shall supply Rate Analysis based on labour and
material in case he is called upon to do so.
15. WATER REQUIRED FOR CONSTRUCTION :-
The Contractor has to make his own arrangements at his cost for water required for
construction, testing, filling, structures, etc. either from local bodies or from else
where, by paying the charges directly and arranging tankers etc. as per necessity. No
claim for extra payment on account of non-availability of water nearby, or extra lead

Contractor No. of corrections Executive Engineer


74

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 MJP/ZP from his bills. In case MJP/ZP 's water supply is availa-
ble, a connection at a suitable place may be sanctioned but all further arrangements of
pumping if required, piping etc. shall be done by the Contractor at his cost, and water
charges in such a case, shall be paid by the Contractor at the rates as decided by the
Executive Engineer in charge, which shall be final and binding on the Contractor.

Whenever Schedule ‘B’ provides for any dewatering item, payment shall be admissi-
ble 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.

16. 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 executions of the
work as directed.

17. 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 com-
pleted or in progress are to be filled by the Contractor to the original ground level
from excavated stuff at no extra cost to the Pradhikaran.

18. 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 ad-
missible for payment under RCC or plain CC items.

19. 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.

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

Contractor No. of corrections Executive Engineer


75

FORM B-1

GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF


CONTRACTORS

1. All works proposed to be executed by contractor shall be notified in a form of invita-


tion to tender pasted on a Board hung up in the office of the Executive Engineer.
This form will state the works to be carried out as well as the date of 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 the amount of the security deposit to
be deposited by the successful tenderer and the percentage, if any to be deducted from
bills. It will also state whether a refund of quarry fees, royalties and ground rents will
be granted. Copies of the specifications, designs and drawings and estimated rates,
schedule rates and any other documents required in connection with the work which
will be signed by the Executive Engineer/Engineer in charge for the propose of identi-
fication shall also be open for Inspection by contractors at the office of the Executive
Engineer/Engineer in charge during office hou`
Where the works are proposed to be executed by the contractor according to the speci-
fications recommended and approved by a competent authority on behalf of the Maha-
rashtra JeevanPradhikaran, such specification with designs drawings shall form part of
the accepted tender.

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

i)The contractor shall pay along with the tender the sum, of (Rs. 58,51,400/-)
(`Rs. Fifty Eight lacs Fifty One thousand & Four Hundred only) as and by way of
earnest money. The EMD shall be paid by SBI Net Banking. The said amount of earn-
est money shall not carry any interest whatsoever.
ii)In the event of his tender being accepted, to the provision of sub-clause(iii), below,
a)the said amount of earnest money shall be appropriatedtowards the amount of securi-
ty deposit payable by him under conditions of General conditions of contract.

i) If, after, submitting the tender, the contractor withdraws his offer or modifies the
same, or if after the acceptance of his Tender, the contractor fails or neglects to furnish

Contractor No. of corrections Executive Engineer


76

the balance security deposit without prejudice to any other right and powers of the
Pradhikaran hereunder, or in law, Pradhikaran shall be entitled to forfeit the full
amount of the earnest money deposited by him.

ii) In the event of his Tender not being accepted, the amount of earnest money depo-
sited by the contractor shall, unless it is prior thereto forfeited under the provision of
sub-clause (iii) above, be refunded to him on his passing receipt therefore.

Receipts for payments made on account of any work, when executed by a firm should
also be signed by all the partners except where the contractors are described in their
tender as a 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 have authority to give effectual receipts of
the firm.

3. Any person who submits tender shall fill up the usual printed form stating at what per-
centage above or below the rates specified in Schedule - B (memorandum showing
items of work to be carried out) he is willing to undertake the work. Only one rate or
such percentage on all the Estimated rates/ Schedule rates shall be named. Tenders
which propose any alteration in the work specified in the said form of invitation of ten-
der, or in the time allowed for carrying out the work, or which contain separate percen-
tage over estimated rates / schedule rates for different sub work or item, or which any
other conditions of any sort which are not filled with the percentage as the space pro-
vided for the purpose and not signed at proper place in the printed B-1 Tender Form
will be liable to rejection. No printed form of tender shall include a tender for more
than one work. But, if contractors who wish to tender for more works, shall submit a
separate tender for each work. Tenders shall have the name and the number of work to
which they refer, written outside the envelopes.

4. The competent authority shall open tenders in the presence of any intending contractors
who have submitted tenders 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 suit-
able 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 events of a tender being rejected, the Executive Engineer shall arrange /
authorized to refund the amount of the earnest money deposited to the tenderer, on his
giving a receipt for the return of the money.
5. Competent authority is the final authority to reject all or any of the tender/s`

6. No receipt for any payment alleged to have been made by a contractor in regard to any

Contractor No. of corrections Executive Engineer


77

matter relating to this tender or the contract shall be valid and binding on MJP unless it
is signed by the Executive Engineer.

7. The memorandum of the work to be tendered for and the schedule of materials to be
supplied by the Pradhikaran/ZP (herein before and after called as …MJP ) and their
rates shall be filled in and completed by the office of the Executive Engineer/Engineer
in charge before the tender form is issued. If a form issued to an intending Tender 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.

8. All work shall be measured net by standard measure and according to the rules and
customs of the PWD/MJP and without reference to any local custom.

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

10. Every registered contractor should produce along with his tender certificate of registra-
tion, as approved contractor in the appropriate class and renewal of such registration
with date of expiry.

11. Corrections and additions should be initialed.

12. The measurements of work will be taken according to the usual methods in use in the
PWD/MJP and no proposals to adopt alternative methods will be accepted. The Engi-
neer's decision as to what is the usual method in use will be final.

13. A tendering contractor shall furnish a declaration along with the tender showing all
works for which he has already entered into contract, and the value of work that re-
mains to be executed in each caseon the date of submitting the tender. Such certificate
shall be in the proforma attached in the tender documents.

14. In view of the difficult position regarding the availability of foreign exchange no for-
eign exchange would be released by the MJP for the purchase of plant and machinery
or any other purpose for the execution of the work contracted for.

15. The contractor will have to construct shed, for storing controlled and valuable material
issued to him under Schedule “A” of the agreement or brought him on work site, at
work site having double locking arrangement. The materials will be taken for use in

Contractor No. of corrections Executive Engineer


78

the presence of the department person. No. materials will be allowed to be removed
from the site of works without written permission of the Engineer-in-charge.

16. The tenderer will have to produce to the satisfaction of the accepting authority a valid
and current license issued in his favour under the provision of Contractor Labour Regu-
lation and Abolition Act. 1973 before starting work, failing withacceptance of the ten-
der will be liable for withdrawal and Earnest money / Security Deposit will be forfeited
to the Corporation.

17. The contractor shall comply with the provision of the Apprentices Act. 1961 and the
rules and orders issued there under from time to time. The contract shall also be liable
for any pecuniary liability arising on account of any violation by him of the provisions
of the Act.

18. In this tender 10 sub-works are included .As per Government resolutionthe work will
be taken up in three phases. The work order will be issuedaccordingly by fixing time
limit. Contractor has to complete the work withinstipulated time for each phase. If he
fails, action as per clause 2 willbeinitiated against the contractor.

19. As per clause 6 of B-1 form, extension of time limit will be governed. If contractor
fails to apply for extension of time limit as per clause 6 to keep the tender alive, MJP
will grant the extension considering the progress of work and in the light of clause 2.

As per Government Resolution Price Variation Clause is not applicable to tender.

20. The tender Rates are exclusive of GST(Goods and service Tax). Rates for supply of
various types of pipes, specials and valves are exclusive of GST but inclusIve of, third
party inspection charges, storage charges, overhead charges and divisional stores and
stacking.

21. Contractor shall be deemed to have examined the work and site conditions includ-
ing labour, the general and special conditions, specifications and drawings and shall be
deemed to have visited the work site and to have fully informed himself regarding the
local conditions and carried out his own investigations to arrive at rates quoted in the
tender.
There shall be no corrections or overwriting and if any that shall be dully initialed by
Contractor himself.

Contractor No. of corrections Executive Engineer


79

Note: The Commercial Offer must be filled online using individual’s digital
certificate. (An online form will be provided for this during online bid preparation
stage).

I / We hereby, tender for the execution for theMaharahtraJeevanPradhikaran


(hereinbefore and hereinafter referred to as MJP) for the work specifiedin the under-
written memorandum within the time specified in such memorandum at----------%
above/below (in figures ----------------------------------------------------------------------------
--------------------)the estimated rates entered in schedule ‘B’ memorandum showing
items of work to be carried out and in accordance with all respects with the specifica-
tions, designs, drawings, and instructions in writing referred to in Rule hereof and in
clause 12 of the annexed conditions of the contract and agree that what materials for
the work are provided by the Pradhikaran such materials are at the rates to be paid for
them shall be as provided in schedule “A” here to.

Contractor No. of corrections Executive Engineer


80

Memorandum
a) General description : Popatkhed 97 Villages RR Water Supply a) if several sub
Scheme, Tq. Akot & Telhara, Dist. Akola works are included
they should be de-
tailed in a separate
list

b) Estimated Cost Rs. 117,02,69,446/-

c) Earnest Money Deposit Rs. 58,51,400/- c) The amount of


earnest money to be
deposited shall be in
accordance with the
provision of paras
206 and 207 of the
M.P.W. Manual.

d) Security Deposit. d) This deposit shall,


be in accordance
Total 4% of estimated cost put to tender or accepted tender cost with paras 213 and
whichever is higher 214 of the M.P.W.
Manual.

i) Initial Security Deposit


2% of estimated cost put to tender or accepted ten-
der cost whichever is higher shall be in form of
FDR from any Nationalized / Scheduled Bank or
BankGuarante

ii) Balance 2% amount of Security deposit, will be


recoveredthrougheach Running Bill at The rate of
5% of the gross amount of running bill till the re-
quired total amount of Security Deposit is recov-
ered
e) Percentage, if any, to be deducted from bills so as to make up the to- This percen-
tal amount required as security deposit by the time, half the work as tage where
no security
measured by the cost is done.
deposit is
5% (Five) Percent taken, will
vary from 5
% to 10 %
according

Contractor No. of corrections Executive Engineer


81

to the re-
quirement
h) Additional Security Deposit.(Performance security) of case
where secu-
• If the tenderer has quoted the offer below than the estimated
rity deposit
rates put to the tender, the tenderer shall have to submit Addi- is taken see
tional Security Deposit(ASD) (Performance security) in the note to
form of bank guarantee of any nationalize or scheduled Bank clause 1 this
in favor of the “Executive Engineer, MJP Division Buldana”. conditions
of contrac-
tor.
• The tenderer shall submit the Bank Guarantee of Addi-
tional Security Deposit (ASD) within 8 days from opening
of Financial Bid to the office of “Executive Engineer, MJP
Division Buldana ".

 If the first lowest (L-1) tenderer failed to submit the Addition-


al Performance Security Deposit within eight days then his
tender shall be liable for rejection and his EMD will be for-
feited. In such case, if the second lowest (L-2) tenderer agree
to execute the work at less than the rates of first lowest ten-
derer, then his tender will be accepted. The 2nd lowest tender-
er will have to submit the Additional Performance Security
Deposit in form of Bank Guarantee / Demand Draft.

 The amount of the (ASD) Bank Guarantee shall be calcu-

RatequotedtoEstimated
Rate AdditionalSecurityDeposit(Performance
security)
Below0% tobelow1% 1) NIL

Lower than below 2) 1% ofestimatedcostputtotender


1% to below10%

Lower t ha nb e - 3) 1% + (% rate quoted -10%)


l o w 1 0 % to below 15%. For example : If 15% below is quoted the amount of performance securi-
ty (Additional Security Deposit) shall be 1+ (15-10) = 6% Performance
Security of estimated cost put to tender. If the amount is less than Rs.
1000/-, then minimum to be Rs. 1000/-

lated by the tenderer in accordance with this following manner.

Contractor No. of corrections Executive Engineer


82

Lowerthan15 % below 4) % as per Sr. No. 3 + (% rate quoted -15%) x 2


For example : If 19% below is quoted the amount of
performance security (Additional Security Deposit)
shall be 6+(19-15)x2 = 6%+8% = 14% Performance
Security of estimated cost put to tender. If the
amount is less than Rs. 1000/-, then minimum to
be Rs. 1000/-.

 If the tenderer has quoted below the estimated rates, the


ASD (Performance security) shall be paid additionally as men-
tioned below

 The bank Guarantee shall be valid up to defect liability pe-


riod of the tender. It should bear MICR and IFSC code.
 In case it is found that documents / Bank Guarantees
submitted by the tenderer are false or misleading his earnest
money shall be suspended for the period of 1 year. Additionally
legal action may be initiated against the tenderer.

Additional security is to be paid by the successful bidder initially only in


addition to 2% original Security Deposit.
(Security Deposit shall be based on estimated cost put to tenderor ten-
dered cost whichever is higher)

g)Time allowed for the work from date of written order to commence.24
months + 12months Trial & Run Total 36 Months (Thirty Six Months )
Calendar Months. (Including monsoon)

I/We agree that the offer shall remain open for acceptance for a minimum
period of 120 days from the date fixed for opening for the same and the-
reafter until it is withdrawn by me/ us notice in writing duly addressed to
the authority opening the tenders and sent by registered post A.D. or oth-
erwise delivered at the office of such authority.Term deposit Receipt
No./Demand draft No. dated and date in respect of the sum of
Rs.58,51,400/-( in wards Rs. Fifty Eight lacs Fifty One Thousand &
Four Hundred Only )earnest money shall not bear interest and shall be
liable to be forfeited to the Pradhikaran should I/We fail to (i) abide by

Contractor No. of corrections Executive Engineer


83

the stipulation to keep the offer open for the period mentioned above of
(ii) sign and complete the contract documents as required by the Engineer
and furnish the security deposit as specified in item. (d) of the memoran-
dum contained in paragraph (1) above within the time limit laid down in
clause (1) of the annexed General Conditions of contract, the amount of
earnest money may be adjusted towards the security deposit or refunded
to me/us in writing unless the same or any part thereof has been forfeited
as aforesaid.

I/We have secured exemption from payment of earnest money after ex-
ecuting the necessary bond in favour of the Pradhikaran a true copy of
which is enclosed herewith should any occasion for forfeiture of earnest
money for this work arise due to failure on my/our part to abide by the
stipulations to keep the offer open for the period mentioned above or to
sign and complete the contract documents and furnish to security deposit
as specified in item (d) of the Memorandum contained in paragraph (1)
above within the time limit laid down in clause (i) of the annexed Gener-
al 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 be extend in terms of the
said bond and in the event of the deficiency out of any other moneys
which are due to payable to me/us by the MJP/ZP under any other con-
tract or transaction of any nature whatsoever or otherwise.

Should this tender be accepted I/We hereby agree to abide by and fulfill Strike out (a) such security
all the terms and provisions of the conditions of deposit is to be taken.
contract annexed hereto so far as applicable and in default thereof to for-
feit and pay Pradhikaran the sum of money mentioned in the said condi-
tions. Term Deposit Receipt No. ……. Dated from
The Bank………… at in respect of sum of `
…………… ………………………………………. Is herewith for-
warded representing the earnest money (a) the full value which is to be
absolutely forfeited to the Pradhikaran should I/We not deposit in the
full amount of security deposit specified in the above memorandum in
Accordance with (d) of clause (i) of the tender for works shall be re-
funded.

Contractor

Contractor No. of corrections Executive Engineer


84

Signature of the contractor


before submission of tender.
Address

date of 2022

Witness

Signature of witness to
contractor’s signature.

The above tender is hereby accepted by me for and one behalf of


the MJP ………..
Dated

Executive Engineer
MJP Division Akola

Contractor No. of corrections Executive Engineer


85

8. CONDITIONS OF CONTRACT

Clause 1 : The person / person whose tender may be accepted Security


(hereinafter called the Contractor, which expression shall unless ex- Deposit
cluded by or repugnant to the context include his heirs, executors, ad-
ministrators and assigns) shall (A) within ten days (which may be ex-
tended by the Chief Engineer concerned upto 15 days if the EE thinks fit
to do so) of the receipt by him of the notification of the acceptance of
his tender deposit with the Engineer in-charge in Cash or Government
securities endorsed to the Engineer in charge (if deposited for more than
12 months) of sum sufficient which will make up the full security depo-
sit specified in the tender or (B) (permit Pradhikaran at the time of mak-
ing 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 Pradhikaran by way of security deposit).Provided always that
in the event of the Contractor depositing a lumpsum by way of security
deposit as contemplated at (A) above, then and in such case, if the sum
so deposited shall not to 4% of the total estimated cost of work or ten-
dered cost whichever is higher, it shall be lawful for Pradhikaran at the
time of making any payment to the contractor for work done under the
contract to make-up the full amount of Four (4) percent by deducting a
sufficient sum from every such payment as last aforesaid until the full
amount to the security deposit is made up.All compensation or other
sums of moneys payable the contractor to Pradhikaran under the terms
of his contract may be deducted from or paid by the sale of sufficient
part of his security deposit or from the interest arising there from, or
from any sums which may become due by Pradhikaran to the contractor
under any other contract or transaction 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 the-
reafter, make good in cash or Government securities endorsed as afore-
said or Bank Guarantee issued by bank for any sum or sums which may
have been deducted from or raised by sale of his security deposited or
any part thereof. The Security deposit referred to, when paid in cash
may, at the cost of the depositor, be converted into interest bearing se-
curities provided that the depositor has expressly desired this in writing.

If the amount of the security deposit to be paid in a lump sum within the
period specified at (A) above is not paid the tender/contract already ac-

Contractor No. of corrections Executive Engineer


86

cepted shall be considered as cancelled and legal steps taken against the
Contractor for recovery of the amounts. The amount of security deposit
lodged by Contractor shall be refunded along with the payment of the
final bill, if the date upto, which the Contractor has agreed to maintain
the work in good order, is over. 100%of security deposit of total tender
cost shall be refunded along with payment of final bill. However, the
contractor will have to submit Bank Guarantee of 50% of security depo-
sit amount from Nationalised Bank for a period of 5 year i.e. defect lia-
bility period. Original Security Deposit (to be refunded along with the
payment of final bill) shall be released only after the due verification of
bank guarantee from the concerned bank. In the event of Contractor
failing or neglecting to complete rectification work within the period
upto, which the Contractor has agreed to maintain the work in good or-
der then subject to provisions of Clause 17 and 20 hereof, the amount of
security deposit retained by Pradhikaran shall be adjusted towards the
excess cost incurred by the Pradhikaran on rectification work.

Clause 2 :The time allowed for carrying out the work as entered in the Compensa-
agreement shall be strictly observed by the Contractor and shall be tion Delay
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 amount equal to one percent or such
smaller amount as the Chief Engineer(whose decision in writing shall be
final ) may decide of the amount of the estimated cost of the whole
work as shown by the tender for everyday that the work remains un-
commenced 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, for complete minimum quantum of work as com-
pared to accepted tender cost as stated below.

¼ of the work in ¼ of the time.


½ of the work in ½ of the time.
3/4 of the work in ¾ of the time.
Full work in 36 months including monsoon

Contractor No. of corrections Executive Engineer


87

Note: The quantity of the work to be done within a particular time to be


specified above shall be fixed by an Officer competent to accept
the contracts after taking into consideration the circumstances of
each case .and insert in the blank space kept for the purpose

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 Engineer (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 pro-
visions of this clause shall not exceed 10% of the estimated cost of the
work as shown in the tender. Chief Engineer should be the final author-
ity

Clause 3: If any clause in which under any clause of this contract the Action when
Contractor shall have rendered himself liable to pay compensation whole of secu-
rity deposit is
amounting to the whole of his security deposit (whether paid in one sum
forfeited.
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 Engineer in charge on behalf of the Pradhikaran shall have power to
adopt any of the following courses, as he may deem best suited to the
interest of the MJP/ZP

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


Contractor under the hands of Engineer in-charge shall be conclusive
evidence) and in that case the security deposit of the Contractor
shallstand forfeited and be absolutely at the disposal of the MJP/ZP

b) To carry out the work or any part of the work departmentally debiting
the Contractor with the cost of the work, expenditure incurred on tools,
plant and charges on additional supervisory staff including the cost of
work-charged establishment employed for getting unexecuted part of
the work completed and crediting him with the value of the work done
departmentally in all respects in the same manner and at the same rates
as if it has been carried out by the Contractor under the terms of his
contract.The certificate of the Engineer in-charge as 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 Contrac-
tor.

Contractor No. of corrections Executive Engineer


88

c) The order that work of the Contractor be measured up and 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 supervi-
sory 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 re-
spects 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 cer-
tificate of the Engineer in-charge as to all the costs of the work and
other expenses incurred as aforesaid for getting the unexecuted Work
done by the new contractor and as to the value of the work so done
shall be final and conclusive against the Contractor.
In case the contract shall be rescinded under clause (a) above, the con-
tractor shall not be entitled to recover or to be paid, any sum for any
work therefore actually performed by him under this contract unless
and until the Executive Engineer/Engineer in charge shall have certi-
fied 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 the courses referred to in
clause (b) or (c) being adopted and the cost of the work executed de-
partmentally or through a new contractor and other allied expenses ex-
ceeding the value of such work credited to the contractors, the amount
of excess shall be deducted from any money due to the contractor by
Pradhikaran under the contract or otherwise however or from his secu-
rity deposit or the sale proceeds thereof provided however that the
contractor shall have to claim against MJP/ZP event if the certified
value of the work done departmentally or through a new contractor ex-
ceeds the certified cost of such work and allied expenses, provided al-
ways that whichever of the three courses mentioned in clauses (a), (b)
and (c) is adopted by the MJP/ZP , the contractor shall have no claim
to compensation for any loss sustained by him by reason of not having
purchased or procured any materials, or entered into any engagements,
or made any advance on account of or with a view to the execution of
the work or the performance of the contract. The extra cost involved in
the completion of the balance work carried out through the other con-
tractor under amount of 3 (c) shall be recoverable from the contractor
over and above the compensation levied under Clause 2 and the Secu-
rity Deposit shall be apportioned against the total recoveries for this

Contractor No. of corrections Executive Engineer


89

purpose also.
Clause 4 : If the progress of the any particular portion of the work is Action when
unsatisfactory, the MJP/ZP shall not withstanding that the general the progress
of any particu-
progress of the work is in accordance with the condition mentioned in
lar portion of
clause 2 be entitled to take action under clause 3(b) after giving the the work is
contractor 10 days notice in writing. The contractor will have no claim unsatisfactory.
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 Contractor
MJP/ZP by Clause 3 and 4 hereof shall have become exercisable and liable to pay
compensation
the same shall not have been exercised the non exercise thereof shall
if action not
not constitute waiving of any of the conditions hereof the such powers taken under
shall not withstanding be exercisable in the event of any future case of clause 3 and 4.
default by the contractor for under any clauses hereof he is declared li-
able to pay compensation amounting to the whole of his security depo-
sit and the liability of the contractor for past and future compensation
shall remain unaffected.In the event of the MJP/ZP taking action un-
der Sub-Clause (a) or (c) of clause 3, he may, if he so desires, take
possession of all or any tools and plants, materials and stores, in or
upon the work or the site thereof or belonging to the contractor, or
procured by him and intended to be used for the execution of the work
or any part thereof paying or allowing for the same in account at the
contract rates or in the case of contract rates not being applicable at
current market rates to be certified by the MJP/ZP whose certificate
thereof shall be final. In the alternative the MJP/ZP may after giving
notice in writing to the contractor or his clerk of the work, foreman or
other authorized agent require him to remove such tools, plant, mate-
rials or stores from the premises within a time to do specified in such
notice, and in the event of the contractor failing to comply with any
such requisition, the MJP/ZP may remove them at the contractor’s
expense or sell them by auction or private sale on account of the con-
tractor and at his risk in all respects, and the certificate of the MJP/ZP
as to the expenses of any such removal and the amount of the proceeds
and expense of any such shall be final and conclusive against the con-
tractor

Clause 6 : If the contractor shall desire an extension of the time for Extension of
completion of work on the ground of his having been unavoidably time
hindered in its execution or on any other ground, he shall apply in
writing to the MJP/ZP before the expiration of the period stipulated in

Contractor No. of corrections Executive Engineer


90

the tender on before the expiration of 30days from the date on which
he was hindered as aforesaid or on which the cause for asking exten-
sion occurred, whichever is earlier and Engineer, as the case may be, if
in his opinion, there were reasonable grounds for granting the exten-
sion, grant such extension as he think necessary or proper. The deci-
sion of the MJP/ZP in this matter shall be final.

Clause 7 : On the completion of the work the contractor shall be fur- Final Certif-
nished with a certificate by the MJP/ZP (hereinafter and hereinbefore icate.
called the Engineer-in-charge) of such completion but neither such
certificate shall be given nor shall the work be considered to be com-
plete until the contractor shall have removed from the premises on
which the work shall have been executed, all scaffolding surplus ma-
terials and rubbish , tools, plants and equipments and shall have
cleaned off the dirt from all woodwork, doors, windows, walls, floor
or other parts of any building in or upon which the work has been ex-
ecuted or of which he may have had possession for the purpose of ex-
ecuting the work nor until the work shall have been measured by the
Engineer-in-charge or where the measurements have been taken by his
subordinate until they have received approval of the Engineer-in-
charge the said measurements being binding and conclusive against
the contractor, if the contractor shall fail to comply with the require-
ments of this clause as to the removal of scaffolding, surplus materials
and rubbish and cleaning off the 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 and rubbish and dispose off the same as the
thinks fit and clean off such dirt as aforesaid and the contractor shall
forthwith pay the amount of all expenses so incurred but shall have no
claim in respect of any such scaffolding tools and plants equipments or
surplus materials as aforesaid except for any sum actually realized by
the sale thereof.

Clause 8 : No payment shall be made for any work estimated to cost Payment on
less than Rupees one thousand till the whole of work shall have been intermediate
certificate to
completed and a certificate of completion given. But in the case of
be regarded as
works estimated to cost more than Rupees one thousand the contractor advance.
shall on submitting a monthly bill therefore be entitled to receive pay-
ment proportionate to the part of the work then approved recommend-
ed by the Engineer-in-charge, whose certificate of such recommended
and passing of the sum of payable shall be final and conclusive against

Contractor No. of corrections Executive Engineer


91

the contractor. All such intermediate payments shall be regarded as


payment by way of advance against the final payments only and not as
payments for work actually done and completed and shall not preclude
the Engineer-in-charge for requiring any bad. unsound, imperfect or
unskillful work to be removed or taken away and reconstructed or re
erected nor shall any such payment be considered as an admission of
the due performance of the contract or any part thereof in any respect
or the occurring of any claim nor shall it conclude determine or affect
in any other way the powers of the Engineer-in-charge as to the final
settlement and adjustment of the accounts or otherwise or is any other
way very or affect the contract. The final bill shall be submitted by the
contractor within one month of the date fixed for the completion of the
work otherwise the Engineer-in-charge’s certificate of the measure-
ments and of the total amount payable for the work shall be final and
binding on all parties.

Clause 9: The rates for several items of works estimated to cost more Payment at
than ` 1000/- agreed to within, shall be valid only when the item con- reduced rates
on account of
cerned is accepted as having been completed fully in accordance with
items of work
the sanctioned specification. In cases where the items of are work not not accepted
accepted as so completed by the Engineer-in-charge may make pay- as completed,
ment on account of such items at such reduced rates as he may consid- to be at the
er reasonable in the preparation of final or on account bills. discretion of
the Engineer-
in-charge.

Clause 10 : A bill shall be submitted by the contractor in each month Bills to be


on or before the date fixed by the Engineer-in-charge for all work ex- submitted
monthly
ecuted 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 ad-
justed and paid 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 meas-
ure up the said work in the presence of the contractor or his duly au-
thorized 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 Executive Engineer


92

Clause 11 : The contractor shall submit all bills on the printed forms Bills to be on
to be had on application at the office of the Engineer-in-charge. The printed form.
charges to be made in the bills shall always be entered at the rates spe-
cified in the tender or in the case of any extra work ordered in pur-
suance 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 Stores sup-
the use of any special description of materials to be supplied from the plied by
MJP/ZP
store of the MJP/ZP or if it is required that the contractor shall use
certain stores to be provided by the Engineer-in-charge (such material
and stores and the prices to be charged therefore as hereinafter men-
tioned 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 con-
tract 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 purposes of the
contract only and value of the full quantity of the materials and stores
so supplied shall be set off or deducted from any sums then due, or
thereafter to become due to the contractor under the contract or other-
wise or from the security deposit or the proceeds of sale thereof if the
security deposit is held in Government Securities, the same or a suffi-
cient portion thereof shall in that case be sold for the purpose. All ma-
terials supplied to the contractor shall remain the absolute property of
MJP/ZP and shall not be removed from the site of the work and shall
at all times be open to inspection by the Engineer-in-charge. Any such
materials issued at cost but remained unused and in perfectly good
condition at the time of completion or termination of the contract shall
be returned to the MJP/ZP , store if the Engineer-in-charge so required
by a notice in writing given under his hand, but the contractor shall not
be entitled to return any such material supplied to him as aforesaid
but remaining unused by him or for any wastage in or, damage to any
such materials. The contractor shall, however return all unused materi-
al at the time of completion, which was issued to him free of cost by
the Engineer in charge and which has remained surplus with the con-
tractor after accounting for the actual utilization of such material from
the total quantity that was issued by the Engineer in charge. Cost of
any material issued free of cost by the engineer and which has re-
mained surplus with the Engineer from the contractor as mentioned in
Schedule – ‘A’

Contractor No. of corrections Executive Engineer


93

Clause 12 (A) : All stores of materials such as cement, steel etc. sup- Storage of
plied to the contractor by MJP/ZP should be kept by the contractor in controlled
material
a separate store near the work site under lock and key and will be ac-
cessible for inspection by the MJP/ZP or his agent at all the times.

Clause 13 : The contractor shall execute the whole and every part of Works to be
the work in the most substantial and workman like manner and both as executed in
accordance
regards materials and every other respect in strict order accordance.
with specifica-
The contractor shall also conform exactly fully and faithfully to the tions draw-
designs, drawings and instructions in writing relating to the work ings.
signed by the Engineer-in-charge and lodged in his office and to which
the contractor shall be entitled to have access for the purpose of in-
spection at such office or on the site of the work, during office hour.
The contractor will be entitled to receive one sets of contract drawing
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 requires by him shall sup-
plied at the rate of Rs 5000/- per set of contract drawings and 500/-
per working drawing except where otherwise specified.

Clause 14 : The Engineer-in-charge shall have power to make any al- Alteration in
terations in or additions to the original specifications, drawing, design specifications
& designs not
and instructions that may appear to him to be necessary or contracts,
to invalidate
advisable during the progress of the work and the contractor shall be
bound to carry out the work in accordance with any instructions in this
connection which may be given to him in writing signed by the Engi-
neer-in-charge and such alterations 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 in-
cludes 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 with due consideration for leads and
lifts involved for materials and labour or at the rates mutually agreed
upon between the Engineer-in-charge and the contractor, whichever
are lower However, if the Engineer-in-charge is not empowered by
MJP/ZP to approve the rates of such additional or altered work then as

Contractor No. of corrections Executive Engineer


94

far as possible he shall obtain prior approval to the changes and to the
rates payable for such changes from competent authority of MJP/ZP
not entered in before ordering the Contractor to take up the alternation/
additional work.If the additional or altered work for which no rate is in
the schedule or rates of the Division, is ordered to be carried out before
the rates are agreed upon then the contractor shall within seven days of
the date of receipt by him of the order to carry out the work, inform the
Engineer-in-charge of the rate which it is his intention to charge for
such class of work, and if the Engineer-in-charge does not agree to this
rate he shall by notice in writing be at liberty to cancel his order carry
out such class of work and arrange to carry out in such manner as he
may consider advisable provided always that if the contractor shall
commence the work or incur any expenditure in regard thereto before
the rates shall have been determined as lastly hereinbefore mentioned
then in such case he shall only be entitled to be paid in respect of the
work or incur any expenditure in regard there to before the rates shall
have been determined as lastly hereinbefore mentioned then in such
case he shall only be entitled to be paid in respect of the work carried
out or expenditure incurred by him prior to the date of the determina-
tion 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 Member Secretary MJP/ZP will be final.

Where, however, the work is to be executed according to the designs, Extension of


drawings and specifications recommended by the contractor and ac- time in conse-
quences addi-
cepted by the competent authority the alterations above referred to
tions or altera-
shall be within the scope of such designs, drawings and specifications tions
appended to the tender. The time limit for the completion of the work
shall be extended in the proportion that the increase in its cost occa-
sioned by alterations or additions bears to the cost of the original con-
tract work and the certificate of the Engineer-in-charge as to such pro-
portion shall be conclusive.

Clause 15 : No claim to
any payment
i) If at any time after the execution of the contract documents the engi- or compensa-
neer shall for any reason what so ever (other than default on the of the tion for altera-
contractor for which the MJP/ZP is entitled to rescind the contract) tion in or re-
desires that the whole or any part of the work specified in the tender striction of
Work except
should be suspended for any period of that the whole or part of the specified in
work should not be carried at all, he shall give to the contractor a no-

Contractor No. of corrections Executive Engineer


95

tice in writing of such desire and upon the receipt of such notice the this clause.
contractor shall forthwith suspend or stop the work wholly or in part as
required after having due regard to the appropriate stage at which the
work should be stopped or suspended so as not to cause any damage
or injury to the work or any part of it could be or could have been safe-
ly stopped or suspended shall be final and conclusive against the Con-
tractor. The Contractor shall have no claim to any payment or com-
pensation whatsoever by reason of or in pursuance of any notice as
aforesaid on account of any suspension, stoppage or curtailment except
to the extent specified hereinafter.
ii) Where the total suspension of work ordered as aforesaid continued for
a continuous period exceeding 90 days the contractor shall be at liber-
ty to withdraw from the contractual, obligations under the contract so
for as it pertains to the unexecuted part of the work by giving a
10days prior notice in writing to the Engineer within 30days 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 com-
plete the remaining unexecuted work under his contract. On receipt of
such notice the Engineer shall proceed to complete the measurement
and make such payment as may be finally due to the Contractor with-
in a period of 90 days from the receipt of such notice in respect of the
work already done by the Contractor. Such payment shall not in any
manner prejudice the right of the Contractor to any further compensa-
tion under the remaining provisions of this clause.
iii) Where the Engineer in-charge requires 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 or wages to labour en-
gaged by him during the said period of suspension, provided always
that the Contractor shall not be entitled to any claim in respect of any
such working machinery ,salary or wages for the first 30 days
whether consecutive or in the aggregate of any suspension whatsoev-
er occasioned by unsatisfactory work or other default on his part. The
decision of the Engineer- in -charge in this regard shall be final and
conclusive against the Contractor.

Contractor No. of corrections Executive Engineer


96

iv) In the event of :


a) any total stoppage of work on notice from the Engineer under
sub-clause (1) in that behalf.
b) Withdrawal by the Contractor from the contractual obligation
to complete the remaining un-executed work under sub-
clause (2) on account of continued suspension of work for a
period exceeding 90 days.
c) Curtailment in the quantity of item or items originally ten-
dered on account of any alteration, omission or substitutions
in the specifications, drawings, designs or instructions under
Clause 14 where such curtailment exceeds 25% in quantity
and the value of the quantity curtailed beyond 25% at the
rates for the item specified in the tender is more than 5,000/-

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


i) the notice of stoppage of work or

ii) the notice of withdrawal from the contractual obligations


under the contract on account of the continued suspension of
work or

iii) notice under Clause 14(i) resulting in such curtailment to


produce to the Engineer satisfactory documentary evidence
that he had purchased or agreed to purchase material for use
in the contracted work before receipt by him of the notice of
stoppage, suspension or curtailment and required the Corpo-
ration/Council 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 MJP/ZP
/Corporation/Council shall thereafter take over the material
so offered, provided the quantities offered are not in excess
of the requirements of the unexecuted work as specified in
the accepted tender and are of quality and specifications ap-
proved by the Engineer
Clause 15 A : The Contractor shall not be entitled to claim any compen- No. claim to
sation from MJP/ZP for the loss suffered by him on account of delay by compensation
on account of
MJP/ZP in the supply of materials entered in Schedule ‘A’ where such
loss due to

Contractor No. of corrections Executive Engineer


97

delay is caused by. delay in supply


of material by
i) Difficulties relating to the supply of railway wagons. MJP/ZP .
ii) Force majeure.
iii) Act of God.
iv) Act of enemies of the State or any other reasonable cause
beyond the control of MJP/ZP .
In the case of such delay in the supply of materials,MJP/ZP shall grant
such extension of time for the completion of the works as shall appear to
the MJP/ZP to be reasonable in accordance with the circumstances of the
case. The decision of the MJP/ZP as to the extension of time shall be ac-
cepted as final by the Contractor.

Clause 16 : Under no circumstances whatsoever shall the Contractor be Time limit for
entitled to any compensation from MJP/ZP on any account unless the unforeseen
claims.
Contractor shall have submitted claim in writing to the Engineer-in-
charge within one month of the case of such claim occurring.

Clause 17 : If at any time before the security deposit or any part of the- Action and
reof is refunded to the Contractor it shall appear to the Engineer-in- compensation
payable in
charge or his subordinate –in-charge of the work that any work has been
case of bad
executed with unsound, imperfect or unskilled workmanship or with ma- work.
terials of inferior quality, or that any materials or articles provided by
him for the execution of the work are unsound or quality is 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 writ-
ing to the Contractor and then notwithstanding the fact that the work, ma-
terials or articles complained of may have been inadvertently passed, cer-
tified 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 at
his own charge and cost and in the event of his failing to do so within a
period to be specified by the Engineer-in-charge in the written intimation
aforesaid, the Contractor shall be liable to pay compensation at the rate of
one percent on the amount of the estimate for everyday not exceeding 10
days during which the failure so continues and in the event of any such
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.

Contractor No. of corrections Executive Engineer


98

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 reduced rates as he may fix there-
fore.

Clause 18 : All work under or in course of execution or executed in pur- Work to be


suance of the contract shall at all times be open to inspection and super- open to inspec-
tion.
vision of the Engineer-in-charge and his subordinates and the Contractor
shall at all times during the usual working hours, and at all other times at
which reasonable notice of the intention of the Engineer-in-charge and
his subordinates to visit the works shall have been given to the Contrac- Contractor or
tor, either himself be present to receive orders and instructions or have a responsible
responsible agent duly accredited in writing present for that purpose. Or- agent to be
ders given to the Contractor’s duly authorized agent shall be considered present

to have the same force and effect as if they had been given to the Con-
tractor himself.

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

Clause 20 : If during the period as listed below, from the date of comple- Contractor
tion as certified by the Engineer-in-charge pursuant to Clause 7 of the liable for
damage done
Contract or for the period as mentioned below after commissioning the
and for imper-
work whichever is earlier in the opinion of the Engineer in-charge, the fections
said work is defective in any manner whatsoever the contractor, shall
forthwith on receipt of notice in that behalf from the MJP/ZP , duly
commence execution and completely carry out at his cost in every respect

Contractor No. of corrections Executive Engineer


99

all the work that may be necessary for rectifying and setting right the de-
fects specified therein including dismantling and reconstruction of unsafe
portion strictly in accordance with and in the manner prescribed and un-
der the supervision of the MJP/ZP .In the event of the Contractor failing
or neglecting to commence execution of the said rectification work with-
in the period prescribed therefore in the said notice and/ or to complete
the same as aforesaid as required by the same notice, the MJP/ZP may
get the same executed and carried out departmentally or by any other
agency at the risk, on account and at the cost of the Contractor.The Con-
tractor shall forthwith on demand pay to the MJP/ZP the amount of such
costs, charges and expenses sustained or incurred by the MJP/ZP of
which the certification of the MJP/ZP shall be final and binding on the
Contractor, Such costs, charges and expenses shall be deemed to be ar-
rears of land revenue and in the event of the Contractor failing or neglect-
ing to pay the same no demand as aforesaid without prejudice to any oth-
er rights and remedies of the MJP/ZP , the same may be recovered from
the Contractor as arrears of land revenue. The MJP/ZP , shall also be en-
titled to deduct the same from any amount which may then be payable or
which may thereafter become payable by the MJP/ZP to the contractor
either in respect of the said work or any other work whatsoever or from
the amount of security deposit retained by the MJP/ZP . 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 rec-
tified by the Contractor at his cost and will be binding on him, failing to
which legal action would be taken as per tender clauses. Contractor will
have to submit Bank Guarantee of 50% of security deposit amount from
Nationalised Bank for a period of 5 year till the defect liability period is
over.
1. Pumping Machinery.
a) Pumping machinery and other allied mechanical, electrical installation Five Years
(excluding those in thetreatment plant contract), surge arrestors, water
hammer control devices, chlorinators (excludingthose provided in the
treatment plant contract)

Repairs to the works at (a) above. Five Years

2. WTP/ESR/GSR/BPT, Sump and Pump House, Balancing Tank Etc.


head works, approach bridge

Contractor No. of corrections Executive Engineer


100

a) Based on Contractor’s own design. Five Year.


b) Based on Departmental design. Five Years
c) Special repairs to ESR/ GSR/ BPT Five Years
d) Ordinary repairs to ESR/GSR/BPT Sump and Pump House, etc. Five Years

3. Pipe Lines.
i) Pumping Mains, Gravity Mains, Leading Mains including all the Five Years
fixtures
ii) Distribution system, laterals, branch sewers of sewerage system, Five Years
etc.
iii) Repairs to pipe lines under the works at (a) and (b) above. Five Years

Clause 21 : The Contractor shall supply at his own cost all material (ex- Contractor to
cept such special materials, if any, as may in accordance with the contract supply plant,
ladders, scaf-
be supplied from the MJP/ZP stores), plant, tools, appliances, imple-
foldings, etc.
ments, ladders, tackles, scaffolding and temporary works requisite or
proper execution of the work, in the original, altered or substituted from
the whether included in the specification or other documents forming part
of the contract of referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the require-
ments of the Engineer in charge as to any matter as to which under these
conditions he is entitled to as satisfied or which he is entitled to require
together with the carriage therefore to and from the work

The Contractor shall also supply without charge the requisite number of And is liable
persons with the means and materials necessary for the purpose of setting for damages
arising from
out works and counting, weighing and assisting in the measurement or
non-provisions
examination at any time and from time to time of the work or the mate- of lights, fenc-
rials, Failing which the same may be provided by the Engineer-in-charge ing, etc
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 de-
posit or the proceeds of sale thereof or a sufficient portion thereof.The
Contractor shall provide all necessary fencing and lights required to pro-
tect the public from accident and shall also be bound to bear the expenses
of defense of every suit, action or other legal proceedings that may be

Contractor No. of corrections Executive Engineer


101

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 other legal proceedings 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 be submitted along with the tender.

Clause 21 A : The Contractor shall provide suitable scaffolds and work-


ing platforms, gangways and stairways and shall comply with the follow-
ing regulations in connection herewith.

a) Suitable scaffolds shall be provided for workmen for all works that
cannot be safely done from a ladder or by other means.
b) A scaffolds shall not be constructed, taken down or substantially al-
lowed except
i) Under the supervision of a competent and responsible person, and
ii) As far as possible by competent workers possessing adequate expe-
rience in this kind of work.

c) All scaffolds and appliances connected herewith and ladders shall.


i) be of sound material
ii) Be of adequate strength having regard to the loads and strains to
which they will be subjected, and
iii) Be maintained in proper condition.

d Scaffolds shall be so constructed that no part thereof can be


displaced in consequence of normal use.
e Scaffolds shall not be over – loaded and so far as practicable
the load in consequenceof normal use
f Before installing lifting gear on scaffolds special precautions
shall be taken to ensure the strength and stability of the scaf-
folds.

Contractor No. of corrections Executive Engineer


102

g Scaffolds shall be periodically inspected by a competent person.


h Before allowing a scaffold to be used by his workmen the
Contractor shall whether the scaffold has been erected by his
workmen or not, take steps to ensure that it complies fully
with the regulations herein specified.
i Working platform, gangway, stairways shall:-
1) be so constructed that no part thereof can sag unduly or unequally.
2)be so constructed and maintained, having regard to the prevail-
ing conditions as to reduce as far as practicable risks of persons
tripping or slipping, and
3) kept free from any unnecessary obstruction.

j) In the case of working platform, gangways, working places and


stairways at a height exceeding 2 meters ( to be specified).
a) every working platform, gangways shall be closely boarded
unless other adequate measures are taken to ensure safety,
b) every working platform, gangway shall have adequate width,
and
c) every working platform, gangway, working place and stairway
shall
be provided with railing/ barricading
k) Every opening in the floor of a building or in a working plat-
form shall except for the time and to the extent required to al-
low the excess of persons or the transport or shifting of materi-
al be provided with suitable means to prevent the fall of per-
sons or material.

l)When persons are employed on a roof where there is a danger of


falling from the height exceeding 3 meters ( to be specified)
suitable precautions shall be taken to prevent the fall of persons
or material
m) Suitable precautions shall be taken to prevent persons being
struck by articles, which might fall from scaffolds or other
working places.
n) Safe means of access shall be provided to all working plat- Liability of contractors
forms and other working places. forany damage done in

Contractor No. of corrections Executive Engineer


103

or outside the work


area

o)The Contractor will have to make payments to laborers as per


Minimum Wages Act.

Clause 21 B :The Contractor shall comply with the following


regulations as regards the Hoisting appliances to be used by him.
a) Hoisting machines and tackles, including their attachments,
anchorages and supports shall.
i) be of good mechanical construction, sound material and ade-
quate strength and free from patent defect, and
ii) be kept in good repairs and in good working order.

b) Every rope used in hoisting or lowering materials or as a means Employment of female


of suspension shall be of suitable quality and adequate strength labor work on Sunday
and free from patent defect.

c) Hoisting machines and shackles shall be examined and ade-


quately tested after erection on the site and before use and be
re-examined in position at intervals to be prescribed by the
MJP/ZP .

d) Every chain, ring, hook, shackle, swivel and pulley block used
in hoisting or lowering materials or as means of suspension
shall be periodically examined.

e) Every crane driver or hoisting appliance operator shall be prop-


erly 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
signals to the operator.

g) In case of every machine and every chain, ring, hook, Shackle,


swivel and pulley block used in hoisting or lowering or as a

Contractor No. of corrections Executive Engineer


104

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 it
is applicable shall be clearly indicated.

j) No part of any hoisting machine or any gear referred to in regu-


lation (g) above shall be loaded beyond the safe working load
except for the purpose of testing.

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


gerous parts of hoisting appliances shall be provided with effi-
cient safeguards.

l) Hoisting appliances shall be provided with such means, which


will reduce to minimum, and the risks of the accidental des-
cend of load.

m) Adequate precaution shall be taken to reduce to a minimum


the risk of any part of suspended load becoming accidentally
displaced

Clause 22 : The Contractor shall not set fire to any standing jun- Measures for preven-
gle, trees, brushwood or grass without a written permission from tion of fire.
the MJP/ZP . When such permission is given and also in all cases
when destroying, cut or dug up trees, brushwood, grass, etc. by
fire, the Contractor shall take necessary measures to prevent such
fire spreading to or otherwise damaging surrounding property.
The Contractor shall make his own arrangements for drinking wa-
ter for the labor employed by him.

Contractor No. of corrections Executive Engineer


105

Clause 23 : Compensation for all damages done intentionally or Liability of Contractor


unintentionally by Contractor’s labour whether in or beyond the for any damage done in
or outside work area.
limits of the MJP/ZP property including any damage caused by
the spreading of fire mentioned Clause 22 shall be estimated by
the Engineer-in-charge or such other officer as he may appoint
and the estimate of the Engineer-in-charge subject to the decision
of the Chief Engineer on appeal shall be final and the Contractor
shall be bound to pay the amount of the assessed compensation on
demand, failing which the same will be recovered from the Con-
tractor as damage in the manner prescribed in Clause 1 or de-
ducted by the Engineer-in-charge from any sums that may be due
or become due from MJP/ZP 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 on works in Employment of female


neighborhood of soldiers barracks should be avoided as far as labor
possible.

Clause 25 : No work shall be done on Sunday without the sanc- Work on Sunday.
tion in writing of the Engineer-in-charge.

Clause 26 : The contract shall not be assigned or sublet without Work not to be sublet..
the written approval of the Engineer-in-charge, and if the Con- Contract may be res-
cinded and security
tractor shall assign or sublet his contract or attempt to do so, or
deposit forfeited for
become insolvent or commence any proceedings to get himself subletting it without
adjudicated and insolvent or make any composition with his cred- approval or for bribing
itors or attempt so to do so or if bribe, gratuity, gift, loan, perqui- a Public Officer or if
site, reward of advantage, pecuniary or otherwise shall either di- Contractor becomes
insolvent.
rectly or indirectly be given, promised or offered by the Contrac-
tor or any of his servants or agents to any public officer or person
in the employment of MJP/ZP in any relating to his office or em-
ployment or if any such officer or person shall become in any way
directly or indirectly interested in the contract, the Engineer-in-
charge may thereupon by notice in writing rescind the contract,

Contractor No. of corrections Executive Engineer


106

and the security deposit of the Contractor shall thereupon stand


forfeited and be absolutely at the disposal of MJP/ZP and the
same consequences shall ensure as if the contract had been res-
cinded under Clause 3 hereof and in addition the Contractor shall
not be entitled to recover or be paid for any work thereof actually
performed under the contract.

Clause 27 : All sums payable by a Contractor by way of compen- Sum payable by way of
sation under any of these conditions shall be considered as a rea- compensation to be
considered as reasona-
sonable compensation to be applied to the use of MJP/ZP without
ble without reference to
reference to the actual loss or damage sustained, and whether any actual loss
damage has or has not been sustained

Clause 28 :In the case of tender by partners, any change in the Changes in the consti-
constitution of a firm shall be forthwith notified by the Contractor tution of the firm to be
notified.
to the Engineer-in-charge for his information.

Clause 29 :All works to be executed under the contract shall be Directions and control
executed under the direction and subject to the approval in all re- of the Engineer in
charge
spects of the Executive Engineer MJP/ZP /, for the time being,
who shall be entitled to direct at what point or points and in what
manner they are to be commenced and from time to time carried
out.

Clause 30.1 : Except where otherwise specified in the contract Directions and control
and subject to the powers delegated to him by MJP/ZP under the of the Engineer in
charge .
code, rules then in force, the decision of the Executive Engineer
for the time being shall be final, conclusive and binding on all
parties of the contract, upon all questions relating to the meaning
of the specifications, designs, drawings and instruction hereinbe-
fore mentioned and as to the quality of workmanship, or materials
used on the work or as to any other question, claim, right, matter
or thing whatsoever, in any way arising out of or relating to the
contract, designs, drawings, specifications, estimates, instructions,
orders, or these conditions, or otherwise concerning the works, or
the execution, or failure to execute the same, whether arising dur-
ing the progress of work, or after the completion or abandonment
thereof.

Contractor No. of corrections Executive Engineer


107

Clause 30.2 : The Contractor may within thirty days of receipt by


him of any order passed by the Chief Engineer as aforesaid appeal
against it to the Chief Engineer MJP/ZP with the contract work
or project provided that.
a) The accepted value of the contract exceeds `10 lakhs(` Ten
lakhs)
b) Amount of claim is not less than `1.00 lakh (` 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, MJP/ZP who if convinced
that prima facie, the contractors, claim rejected by Chief Engineer
is not frivolous and that there is some substance in the claim of
the contractor as would merit a detailed examination in the claim
of the contractor and decision by Member Secretary MJP/ZP for
suitable decision

Clause 31 : Deleted

Clause 32 : When the estimate on which a tender is made in- Lump sums in estimates
cludes lump sums in respect of parts of the work, the Contractor
shall be entitled to payment in respect of the items of work in-
volved or the 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 dis-
cretion pay the lump sum amount entered in the estimate and the
certificate in writing of the Engineer-in-charge shall be final and
conclusive against the Contractor with regard to any sum or sums
payable to him under the provisions of this clause.

Clause 33 :In the case of any class of work for which there is no Action where no speci-
such specification as is mentioned in Rule I of Form B-1, such fications
work shall be carried out in accordance with the Divisional speci-
fications and in the event of there being no Divisional specifica-
tions, the work shall be carried out in all respect in accordance

Contractor No. of corrections Executive Engineer


108

with all instructions and requirements of the Engineer-in-charge.

Clause 34 : The expression ‘Work’ or ‘Works’ where used in Definition of work


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

Clause 35 :The percentage referred to in the tender shall be de- Contractor’s percen-
ducted from/ added to the gross amount of the bill before deduct- tage whether applied to
net or gross amount of
ing the value of any stock issued.
bill.

Clause 36 : All quarry fees, royalties, octroi duties and ground Quarry fees and royal-
rent for stacking materials, if any should be paid by Contractor, ties
which will not be entitled to a refund of such charges from the
MJP/ZP . (Please see special clause for royalty).

Clause 37 :The Contractor shall be responsible for and shall pay Compensation under
any compensation to his workmen payable under the Workmen’s Workmen’s Compensa-
tion Act.
Compensation Act., 1923 (VIII of 1923), (hereinafter called the
said Act) for injuries caused to the workmen. If such compensa-
tion is payable/ paid by the MJP/ZP as principal under sub-
section (1) of Section 12 of the said Act on behalf of the Contrac-
tor, it shall be recoverable by the MJP/ZP from the Contractor
under the 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 ex-
penses are incurred by MJP/ZP , the same shall be recoverable
from the Contractor forthwith and be deducted without prejudice
to any other remedy of the MJP/ZP from any amount due or that
may become due to the Contractor.

Contractor No. of corrections Executive Engineer


109

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 herewith.

a) The workers shall be required to use the equipments so pro-


vided by the Contractor and the Contractor shall take adequate
steps to ensure proper use of the equipment by those concerned
b) When work is carried on in proximity to any place where there
is a risk of drowning, all necessary equipment shall be pro-
vided 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 treat-
ment of all injuries likely to be sustained during the course of
the work.
Clause 37 C : The Contractor shall duly comply with the provi-
sions of ‘The Apprentices Act, 1961’ (III of 1961), the rules
made thereunder 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 pe-
nalties provided by said Act and said Rules.

Clause 38 : I) Quantities in respect of the several items shown in Quantities put to tender
the tender are approximate and no revision in the tendered rate are approximate.

shall be permitted in respect of any of the items so long as sub- Excess quantity beyond
ject to any special provision contained in the specifications pre- quantity put to tender
will be governed as per
scribing a different percentage of permissible variation in the
Cl.38
quantity of the item does not exceed the tender quantity to 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 ` 5,000/- (Whichever is more)

ii) the Contractor shall, if ordered in writing by the Engineer so to


do, also carry out any quantities in excess of the limit mentioned
above in sub –clause (1) hereof on the same conditions and in ac-
cordance with the specifications in the tender and the rates

Contractor No. of corrections Executive Engineer


110

a) derived from the rates entered in Current Schedule of Rates and


in the absence of such rates
b) At the rates prevailing in the market. The said rates being in-
creased or decreased as the case may be by the percentage which
the total tendered amount upon the schedule of rates applicable to
the year in which the tender were accepted

For the purpose of operation of this clause ,this cost shall be


worked out from the DSR prevailing at the time of inviting of
tender. The cost of Clause 38 is Rs. 117,02,69,446/-( in wards
Rs. One Hundred Seventeen Crores Two Lacs, Sixty Nine
Thousand, Four Hundred Forty Six Only )

iii) This clause is not applicable to extra items.

iv) 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
rate of the item specified in the tender is more than ``5,000/-
This reduction is exclusively the reduction in Clause Nos. 14 &
15 of the work and site conditions.

v) 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 `
5,000/-

vi) The quantities to be paid at the tendered rates shall include,


a) tendered quantity plus 25% excess of tendered quantity or
the excess quantity of the value of Rs. 5,000/- at tendered rate
whichever is more

Clause 38-A : If the rate entered in to schedule B for the work of Payment for average
excavation of pipeline is a combined rate for different strata then rate of excavation

Contractor No. of corrections Executive Engineer


111

the rate entered in Schedule-B will be applicable for quantity 25%


in addition to the quantity mentioned in schedule-B of all items of
excavation for pipe line trenches and for excess over 25% of
Schedule-B quantity ,the rate payable to the contractor shall be
worked out from the CSR by considering following percentage of
excavation in different strata irrespective of actual strata met at
the site for the increased quantity.

1) Excavation in all types of soils,.Sand, gravel and soft murum


with lead up to 50 meter and lift as involved. Including dewa-
tering, shoring and strutting etc. excluding refilling etc. % of
average rate for lift 0.00 to 1.50 meter and____ % for lift ____.

2) Excavation in hard murum and boulders with lead up to 50 m


and lead and lift as involved including dewatering, shoring and
strutting etc. excluding refilling etc. ____% of average rate for
lift ______ meter and %____ for lift ___.

3) Excavation in soft rock and old cement and lime masonry with
lead upto 50 m and lift as involved, including dewatering, shor-
ing and strutting, excluding refilling etc. ___% of average rate
for lift ____ and ___% for lift ____.

4) Excavation in hard rock and concrete road by chiseling wedg-


ing line drilling by mechanical means or by all means other
than blasting with lead upto 50m and lift as involved, includ-
ing dewatering, shoring and strutting etc. excluding refilling
____% of average rate for lift 0.00 to 1.50 m _____% and 1.50
to 3.00 m

Clause 39 : The Contractor shall employ any famine, convict or Employment of famine
other labour of a particular kind or class if ordered in writing to labour, etc
do so by the Engineer-in-charge.

Clause 40: No compensation shall be allowed for any delay Claim for compensation
caused in the starting of the work on account of acquisition of for delay in starting the

Contractor No. of corrections Executive Engineer


112

land or, in the case of clearance works, on account of any delay in work.
accordance to sanction of estimates.

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

Clause 42 : The Contractor shall not enter upon or commence Entering upon or com-
any portion of work except with written authority and instructions mencing any portion of
work
of the Engineer-in-charge of his subordinate in charge of the
work. Failing such authority the Contractor shall have no claim to
ask for measurements of or payment for work.

Clause 43 :

i) No Contractor shall employ any person who is under the age of


18 years

ii) No Contractor shall employ donkeys or other animals with


breaching of string or thin rope. The breaching must be at least
three inches wide and should be of tape (Nawar).

iii) No animal suffering from sores, lameness or emaciation or


which is immature shall be employed on the work.

iv) The Engineer-in-charge or his agent is authorized to remove Minimum age of persons
from the work, any person or animal found working which does employed,
not satisfy these conditions and no responsibility shall be ac- the employment of don-
cepted by the MJP/ZP for any delay caused in the completion of keys and other animals
and the payment of fair
the work by such removal.
wages.

v) The Contractor shall pay fair and reasonable wages to the


workmen employed by him in the contract undertaken by him,
In the event of the dispute arising between the Contractor and

Contractor No. of corrections Executive Engineer


113

his workmen on the grounds that the wages paid are not fair
and reasonable, the dispute shall be referred without delay to
the Engineer in charge who shall decide the same. The decision
of the Executive engineer shall be conclusive and binding on
the Contractor but such decision shall not in any way affect the
conditions in the contract regarding the payment to be made by
the MJP/ZP at the sanctioned tender rates.

vi) Contractor shall provide drinking water facilities to the worke`


Similar amenities shall be provided to the workers engaged on
large work in urban areas

vii) Contractor to take precautions against accidents which taken


place on account of labour using loose garments while working
near machinery.

Clause 44: Payment to Contractors shall be made by cheque Method of payment


drawn on Executive Engineer / Engineer in charge’s account pro-
vided the amount exceeds ` 1000/- Amounts not exceeding
`1000/- will be paid in cash.

Clause 45: Any Contractor who does not accept these conditions Acceptance of conditions
shall not be allowed to tender for work. compulsory before ten-
dering for work.

Clause 46 : If Government declares a site of scarcity or famine to Employment of scarcity


exist in any village situated within 16 Kms of the work, the Con- labour
tractor shall employ upon such parts of the work, as are suitable
for unskilled labour, any person certified to him by the Executive
Engineer/Engineer in charge, or by any person to whom the Ex-
ecutive Engineer/Engineer in may have delegated this duty in
writing to be in need on relief and shall be bound to pay to such
person wages not below the minimum wages which Government
may have fixed in this behalf. Any disputes which may arise in
connection with the implementation of this clause shall be de-
cided by the Engineer in charge whose decision shall be final and
binding on the Contractor.

Contractor No. of corrections Executive Engineer


114

Clause 47: The price quoted by the Contractor shall not in any Price not to exceed con-
case exceed the control price, if any, fixed by Government or rea- trolled price fixed by
Govt.
sonable price which is permissible for him to charge a private
purchaser for the same class and description, the control price or
the price permissible under the provisions of Hoarding and Profit-
eering Preventing Ordinance, 1948 as amended from time to time.
If the price quoted exceeds the controlled price or the price per-
missible 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 pur-
chaser at his discretion will in such case exercise the right of re-
vising the price at any stage so as to conform to the controlled
price as permissible under the Hoarding and Profiteering Preven-
tion Ordinance. This discretion will be exercised without preju-
dice to any other action that may be taken against the Contractor.

Clause 47 A :The rates quoted by the contractor must be inclu- Rate inclusive of all tax-
sive of all relevant taxes except GST. es

No extra payment of this account will be made to the Con-


tractor.
a) Bidder shall quote his rate excluding G.S.T.
b) GST shall be paid on the amount of bill of the work
done as per prevailing guidelines rate of GST during the
period of work done as applicable
c) The rates quoted by the contractor shall be deemed to
inclusive of the labour welfare cess and other taxes (Other
than GST) that the contractor will have to pay for the per-
formance of his contract. The Employer will perform such
duties in regard to the deduction of such taxes at source as
per applicable law.
d) The bidder shall quote his rate considering the provisions
counted under GST Act 2017
e) Amount of GST 2% i.e. CGST & SGST each 1% will be
deducted at source (T.D.S.) from 01.10.2018
.

Clause 48 : In case of materials that may remain surplus with the Sale tax on surplus ma-
Contractor from those issued, the date of ascertainment of the ma- terial

Contractor No. of corrections Executive Engineer


115

terials being surplus will be taken as the date of sale for the pur-
pose of Sales Tax and the Sales Tax will be recovered on such
date.

Clause 49 : The Contractor shall employ at least 80 percent of the Employment of local
total number of unskilled labour to be employed by him on the labour
said work from out of the persons ordinarily residing in the dis-
trict in which site of the said work is located. Provided, however,
that if 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 Engineer-in-charge of the
said work obtain the rest of the requirement of unskilled labour
from outside of district.

Clause 50 : The Contractor shall pay the labourers – skilled and Wages to be paid to the
unskilled according to the wages prescribed by Minimum Wages skilled and unskilled
labours employed by
Act applicable to the area in which the work of the Contractor is
contractor.
located. The Contractor shall comply with the provision of the
Apprentices Act, 1961 and the Rules and Orders issued there un-
der from time to time.. The Contractor shall be liable for any pe-
cuniary liability arising on account of any violation by him of the
provisions of the Act. 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 51 :All amounts whatsoever which the Contractor is liable


to pay to the MJP/ZP 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 Cor-


poration/Council to the Contractor,

ii) Hire charges in respect of heavy plant, machinery and equip-


ment given on hire by the MJP/ZP to the Contractor for execu-
tion by him of the work and/ or for which advances have been
given by the MJP/ZP to the Contractor.

Contractor No. of corrections Executive Engineer


116

Clause 52 : The successful tenderer 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
provision of the Contract Labout (Regulation and Abolution) Act
1970 before starting the work. On failure to do so, the acceptance
of the tender shall be liable to be withdrawn and also the earnest
money.
Contractor shall duly comply with all the provisions of the Con-
tract 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
statutes and statutory provisions concerning payment of wages
particularly to workmen employed by the contractor and working
on the site of the work. In particular and contractor shall pay
wages to each worker employed by him on the site of the work at
the rates prescribed under the Maharashtra Contract Labour
(Regulation and Abolition) Rules 1971. If the contractor fails or
neglect to pay wages at the said rates or makes short payment and
the MJP/ZP 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 MJP/ZP to such workers shall be deemed to be debt paya-
ble by the Contractor and the MJP/ZP shall be entitled to recover
the same as such from the contractor or deduct same from the
amount payable by the MJP/ZP to the contractor hereunder or
from any other amounts payable to him by the MJP/ZP
/Corporation/Council.

Clause 53 : Where the workers are required to work near Ma-


chine and are liable to accident they should not be allowed to
wear loose clothes like Dhoti, Jhabba 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 contract and the Superintending Engineer may in his
discretion cancel the contract. The Contractor shall pay the la-
bourers skilled and unskilled according to wages prescribed by
Minimum Wages Act applicable to the area in which the work

Contractor No. of corrections Executive Engineer


117

lies.

Clause 55 : In view of the difficult position regarding the availa-


bility of the Foreign exchange, no foreign exchange, will be re-
leased by the Department for the purchase of the Plant and Ma-
chinery required for the execution for the work concerned work.

Clause 56 :Price variation clause: Deleted

Clause 57 (A) : Conditions of Malaria Eradication. Anti-Malaria and other


health measures.

a) The anti malaria and the health measures shall be as directed by


the Joint Director (Malaria and Filarial) of Health Service,
Pune.
b) Contractor shall see that most Quitogenic conditions are not
created so as to keep vector population to minimum level
c) Contractor shall carry out anti malaria measures in the 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 anti malaria meas-
ures resulting in increase in malaria incidence contractor shall
be liable to pay to Government the amount spent by Govern-
ment on anti malaria measures to control the situation in addi-
tion to fine.
e) Relations with Public Authorities.
The contractor shall make sufficient arrangements for draining
away the sullage water as well as water coming from the bath-
ing and washing places and shall dispose of this water in such a
way as not to cause, any nuisance. He shall also keep the pre-
mises clean by employing sufficient number of sweepe`

The contractor shall comply with all rules, regulations, bye-laws


and directions given from time to time by any local or public au-
thority in connection with this work and shall pay fees or charge
which are leviable on him without any extra cost to Government

Contractor No. of corrections Executive Engineer


118

Clause 57 (B) : The successful contractor will have to enter into


agreement in form specified by MJP/ZP on a stamp of required
amount as per rules in force. The stamp charges shall be borne by
the contractor

1) Receipt for payment made on account of any work when ex-


ecuted by a firm should also be signed by all the partners except
where the Contractors are described in their tender as a firm, in
which case the receipt shall be signed in the name of the firm by
one of the partners or by some other person having authority to
give effectual receipts of the firm.

2) All work shall be measured net by the standard measure and


according to the rules and customs of the MJP/ZP , and in ab-
sence of such rules and customs in MJP/ZP then as per rules and
customs of P.W.D. of Govt. of Maharashtra without reference to
any local customs.

3) The measurement of work will be taken according to the


usual methods in use in the MJP/ZP and no proposals to adopt
alternative methods will be accepted. The Executive Engineers
decision as to what is the usual method in use in the MJP/ZP will
be final.

4) The Contractor will have to construct shed for storing con-


trolled and valuable materials issued to him under Schedule-A of
the agreement. The materials will be taken for use in the presence
of the departmental person. No materials will be allowed to be
removed from the site of works.

5) The rates quoted by the contractor must be inclusive of all


relevant taxes as amended from time to time except GST.
No extra payment on this account shall be made to the contractor.

Clause 58 :The contractor shall provide and maintain barricades,


guards, guard rails, temporary bridges and walkways, watchmen,
headlights and danger signals illuminated from sunset to sunrise
and all other necessary appliances and safeguards to protect the

Contractor No. of corrections Executive Engineer


119

work, life, property, the public excavations, equipment and mate-


rials. Barricades shall be substantial construction and shall be
painted such as to increase their visibility at night. For any acci-
dent arising out of the neglect of above instructions, the contrac-
tor shall be bound to bear the expenses of defence 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 pre-
cautions and to pay all damages and costs which may be awarded
in any such suit, action or proceedings to any such person or
which may with the consent of the contractor be paid in compro-
mising any claim by any such person.

Clause 59 :
The contractor shall take out necessary insurance policy /policies
so as to provide adequate insurance cover for execution of the
awarded work from the Director of insurance Maharashtra State
Mumbai. However if contractor desire to effect insurance with
local office of any insurance company same should be under the
Co-insurance-come- servicing arrangement approved by the di-
rector of insurance if the policy taken out by the contractor is not
Co – Insurance basis(GIF- 60% and insurance company -40%)
the same will not be accepted and the amount of the premium cal-
culated by director of insurance will be recovered directly from
the amount payable to the contactors for the executed contract
work.
a Loss of or damage to the Civil and Mechanical and Elec-
trical equipments supplied/installed including the mate-
rials such as pipes, valves, specials etc. brought on site

b Loss of or damage to contractor’s equipments including


his vehicles.
c Loss of or damage to property (except the works, Plant
material and Equipment) in connection with the contrac-
tor, and
d Personal injury or death due to vehicles of the contractor
and or due to any accident that may arise at or around the
site to the Contractor personnel or to the MJP/ZP staff or
to any other person not connected with MJP/ZP / Con-
tractor

Contractor No. of corrections Executive Engineer


120

Clause 59.1 :
Policies and certificates for insurance shall be delivered by the
Contractor to the Engineer for the Engineer’s approval before the
date of actual starting of work. All such insurance shall provide
for compensation to be payable in the types of proportions of cur-
rencies required to rectify the loss or damage incurred
Clause 59.2 :
If the contractor did not produce any of the policies and certifi-
cates required the Engineer may effect the Insurance for which
the contractor should have produced the policies certificates and
recover the premium it has paid from payment otherwise due to
the contractor or, if no payments due to payment of the premiums
shall be of debt due.
Clause59.3 :
Alternations to the terms of an insurance shall not be made with-
out the approval of the Engineer

Clause59.4 :
The minimum insurance cover for loss damages to physical prop-
erty, injury and death shall be 10% of the contract cost per occur-
rence with number of occurrences as 3(Three). After each occur-
rence the contractor shall pay additional premium necessary so as
to keep the insurance police valid always till the defect liability
period is over

Clause 59.5 :
No payment will be released to the contractor until the insurance
coverage with the Govt. Insurance fund, Maharashtra State is
provided and unless the proof of insurance coverage is produced
by the Contractor to the Engineer-in-Charge
Clause 60: (CSMC)
In case MJP/ZP decides to appoint a construction, supervision
and Management Consultant for supervising / monitoring works
under this contract, the civil/ mechanical/ electrical contractor
shall be liable to execute the work under the supervision of
C.S.M.C. All decisions regarding the works in such cases shall

Contractor No. of corrections Executive Engineer


121

be taken by the CSMC on behalf of MJP/ZP and will be binding


on the contractor.

In such cases the contractor will have to sign the agreement be-
tween the MJP/ZP of CSMC in token of acceptance of the
CSMC as the sole supervisor of the works under the agreement.

Clause 61:During execution of work excavation is required to be


carried out for various sub-works for which royalty is required is
to be paid by the contractor. During execution of work and till
completion if point of royalty is raised by collector office it will
be sole responsibility of the contractor to pay royalty
charges/compensation if any to concern. Until the certificate from
the collector office regarding royalty charges is not submitted by
the contractor, final bill and security deposit for such work will
not be payable to the contractor.

Contractor No. of corrections Executive Engineer


122

9. SCHEDULE - A

Statement showing the material to be supplied from the store for the work contracted to be
executed and preliminary and ancillary works and the rate at which they are to be charged.

Sr. Particulars of Material Approx. Rate at which Place of delivery


Quantity & the material
No.
Unit will be charged
for
1 2 3 4 5
1 ---- NIL ----

ConditionFor schedule A:

1. Other materials except as shown in Schedule ‘A’ required for the work shall be pro-
cured and supplied by the contractor at his cost. In such cases the test certificate for
their quality shall have to be produced by the contractor.

2. Material shall be available for delivery on any working day from 11.00 A.M. to 05.00
P.M. with at least week’s intimation in advance.

3. The contractor shall maintain proper account of consumption of all material supplied
to him by the MJP/ZP as per Schedule ‘A’ in the register which may be if required,
modified as prescribed by MJP/ZP and shall submit the extract of the same monthly
to the Executive Engineer/Engineer in charge. The Executive Engineer/Engineer in
charge shall reserve the right to stop further issue of material to the contractor, if
monthly account of the previously issued material is not submitted by the contractor.
He shall be fully responsible for the consequence arising out of this.

The contractor shall responsible for proper handling and safe custody of material is-
sued to him by MJP/ZP , for use on the work and shall return to Government all sur-
plus material after completion of work, if and as ordered by the Executive Engineer
vide Clause 12 of B.1 Form. The cost of damages or unserviceable material as would

Contractor No. of corrections Executive Engineer


123

be fixed by the Engineer-in-charge shall be recovered from the contractor. The ma-
terial, which is not found, accounted properly after considering reasonable percentage
of wastage shall be charged at panel rates or determined by the Engineer-in-charge

4. The contractor shall at his own cost make arrangement for storing cement brought by
him by constructing a pakka shed and platform, etc. with double locking arrange-
ments. Any damage to the cement due to inadequate provision of store theft, etc. will
to the account of the contractor.

5. If there is delay in supplying the materials due to reasons outside the control of the
Department or due to the materials being out of stock, no claim for compensation will
be considered on the ground of delay in the supply of materials.

6. All the materials mentioned in Schedule ‘A’ required for the work shall be obtained
from the Department’s store only where otherwise provided. The material obtained
from other sources shall not be allowed to be used except under written permission of
the Engineer-in-charge and after producing necessary test certificate.

7. The contractor shall inspect the material thoroughly before taking delivery of the same
and shall take the delivery in good and sound condition and sign the unstamped re-
ceipt in token of receipt. Damages to the material noticed afterwards will be to the ac-
count of the contractor.

8. Quantities in Schedule ‘A’ are approximate and shall vary according to actual and bo-
nafied use.

9. All the materials remaining unused after the completion of the work are to be returned
to MJP/ZP at their store at the cost of the contractor and the credit if due will be given
as per rules enforce.

10. Once the materials are issued to the contractor at the …….MJP/ZP ’s store, he shall
remove the same immediately to his stores, failing which rent as decided by Engineer-
in-charge shall be recovered from the contractor.

Contractor No. of corrections Executive Engineer


124

11. The contractor shall submit account of all the materials issued to him previously be-
fore demand for any fresh materials is made. Materials that cannot be accounted for
shall be recovered from him at the rates decided by the Executive Engineer/Engineer
in charge.

12. The contractor will have to provide the manufacturer test report from Government La-
boratory regarding steel to be provided by the contractor.

13. If the contractor fails to return the balance materials with the firm, the same shall be
recovered at two times the issue rate or at the prevailing market rate, whichever is
higher.
14. C.I. flanged and S/S specials required other than that not available with the depart-
ment for the work will be supplied by contractor as per necessity of the work.

15. The contractor shall be responsible for safety of materials (even if it is laid in ground)
till satisfactory Hydraulic Test is completed and work is finally handed over to the
MJP/ZP .

16. If the material supplied to the contractor at the place other than mentioned in Schedule
‘A’, the transport charges will be paid as per prevailing DSR for the shortest between
stipulated place of delivery and actual place of delivery. In addition Octroi on such a
material, if paid by the contractor, same shall be reimbursed to the contractor on pro-
duction of proof of payment of such charges to MJP/ZP .

Contractor No. of corrections Executive Engineer


125

10. SCHEDULE - B

Qty Unit Item of Work Rate In words Amount


1 2 3 4 5 6
Item No 1
Excavation for foundation / pipe trenches in hard
murum and boulders, W.B.M. road including re-
moving the excavated material upto a distance of 50
M beyond the area and lifts as below, stacking and
12.29 Cum 192.00 2360.00
spreading as directed by Engineer-in-charge, normal
dewatering, preparing the bed for foundation and
excluding backfilling, etc. complete. (BdA-3/259) Rs One Hundred Ninety-Two Only

Item No 2:-
Providing and laying in situ cement concrete M 15 of
trap/granite /quartzite/ gneiss metal for foundation
and bedding including bailing out water, formwork,
compacting and cuting etc. complete.

1.37 Cum For P.C.C.1:2 : 4mix 6135.92 Rs Six Thousand One Hundred Thirty-Five & 8406.00
Ninty Two Paisa Only

Item No 3 :-

Contractor No. of corrections Executive Engineer


126

Providing and casting in situ C.C. of


trap/granite/quartzite/gneiss metal of approved
quality for RCC Work as per detailed drawings and
designs or as directed by Engineer-in-charge includ-
ing normal dewatering, centering, formwork, com-
paction, finishing the formed surfaces with CM 1:3 of
sufficient minimum thickness to give a smooth and
even surface whereever necessary or roughening if
special finish is to be provided and curing,
etc.complete. ( By weigh batching and mix design for
M-250 and M-300 only. Use to L&T, A.C.C., Ambuja,
Birla Gold, Manikgad, Rajashree,etc. cement is per-
mittet.
IN RCC M - 250
30.81 Cum RCC Walling below And Above GL 9504.92 Rs Nine Thousand Five Hundred Four & Nin- 292847.00
ty Two Paisa Only
Item No 4:-
Providing and fixing in position steel bar reinforce-
ment of various diameters for RCC pes, caps, foot-
ings, foundation, slabs, beams, columns, canopies,
staircases, newels, chajjas, lintels, pardies, copings,
fins, arches, etc. as per detailed designs, drawings
and schedules, including cutting, bending, hooking
the bars, binding with wires or tack welding and
supporting as required etc. complete.
2.47 MT (Including cost of binding wires.) 84527.00 Rs Eighty-Four Thousand Five Hundred 208359.00
Twenty-Seven Only
Item No 5-

Contractor No. of corrections Executive Engineer


127

Providing and fixing in position Cl dapuri steps or 22


mm dia. M.S. bar step with proper anchorage, etc.
and providing and applying 3 coats of anticorrosive
paint, etc. complete as directed by Engineer-in-
charge
18.00 No 387.00 Rs Three Hundred Eighty-Seven Only 6966.00

Item No 6-
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
designs and drawings or as directed by Engineer-in-
0.83 MT charge including cutting, fabricating, hoisting, erect- 71286.00 59437.00
ing, fixing in position, making riveted / bolted /
welded connections and one coat of anticorrosive
paint and over it two coats of oil painting,etc. com- Rs Seventy-One Thousand Two Hundred
plete. Eighty-Six Only

Item No 7-
Providing double flange sluice valve confirming for
IS- 14846 including worn gear arrangements as per
test pressure, stainless steel spindle, caps, including
inspection charges, transportation upto departmen-
tal store, unloading, stacking excluding GST levied
by GOI & GOM in all respect etc.complete.a) Sluice
valves - PN -1 (Without by pass)
Rs Seventy Thousand Six Hundred Thirty-
4 282540.00
No 400 mm dia 70635.00 Five Only

Item No 8-

Contractor No. of corrections Executive Engineer


128

D.I. Socket and flanged fittings :-Providing and sup-


plying D.I.fitting with ISI mark socket pushon joints
or flanged joints confirming to table 12 to 31 of IS
9523/2000 upto latest amendments including cost
of SBR/ EDPM tyton rings.Fittings should be with
internally ordinary portland cement mortor lined
and externally metallic zinc coating/zinc rich paint
with finishing layer of black bitumen coating includ-
ing transportation & excluding all statutary duties
and taxes such as GST levied by Gol and GoM in all
respect etc. complete
Rs Eight Thousand Six Hundred Thirty-Eight
4 34552.00
No 400 mm dia Tail Pieces 8638.00 Only

Item No 9-
Filling in plinth and floors / trenches with contrac-
tor's murum for bedding in 15 cm to 20 cm layers
50.85 including watering and compaction, etc. complete. 42157.00
Cum (Bd-A-11/263) 829.00 Rs Eight Hundred Twenty-Nine Only

Item no 10 :-
Providing and fixing M.S. chequerred plate flooring
of following thickness supported on M.S. angles (25
x 25 x 5 mm size) including welding, cutting and fa-
bricating the plates to the required square or round-
ing shape, making holes in the plate, including pro-
viding and applying 3 coats of anticorrosive paint,
etc. complete as directed by Engineer-in-charge.
Rs Four Thousand One Hundred Twenty-Five
13.27 54718.00
Sqm 4125.00 Only

Contractor No. of corrections Executive Engineer


129

Total Rs. 992342.00

Sub Work No 2 :-Providing , Lowering Laying and Jointing 600 mm dia DI K7 Pipe for Raw water Gravity Main from Canal Outlet to WTP

Item No 1
Providing D.I. pipes (push on joints pressure pipes of
D. I. of following class and diameters confirming to
the I. S. specification inclusive cost of jointing mate-
rials (Rubber gasket of EPDM Quality ) excluding
GST levied by GOI & GOM in all respect including
Third party inspection charges of TPI Agency ap-
proved by MJP including Transit insurance, Railway
Freight, Unloading from railway wagon, Loading into
Truck, Transportation to departmental store, un-
loading, stacking etc. completed as directed by En-
gineer in charges (IS 1536/2001 for pipes and IS
158/1969 and IS 12820/1989 or latest edi-
tion/revision with amendments for Rubber Gasket
Mtr Rs Nine Thousand Seven Hundred Sixty-Five 7030800.00
720.00 600 mm dia DI K 7 Pipes 9765.00
Only

Item No 2
Job L.S. Providing DI special suitable for above pipes L.S. L. S. 351540.00
( 5% cost of pipe )
Note:- The payment will be proposed for achual
consumption as specials as per the rate of MJP CSR
2021-2022 on Kg basis or No. basis for the respec-
tive specials.

Contractor No. of corrections Executive Engineer


130

Item No 3
Providing Cast Iron Double Flanged Sluice Valve
confirming for IS 14846 including worn gear ar-
rangements as per test pressure , stainless steel
spindle and capsincluding inspection and transpor-
tation up to departmental store unloading
,stacking,excluding GST levied by GOI & GOM in all
respect etc complete
Each Rs Seventy Thousand Six Hundred Thirty-
2 400 mm dia PN 1 without bypass 70635.00 141270.00
Five Only

Item No 4
Providing and supplying at site ductile iron
/Spheroidal Graphite (S.G.) iron single / Double
chamber tamper proof air valve without isolating
sluice valve. Valves in accordance with BSEN 1074-4
of PN 10/16 rated, with body and bonnet of ductile
iron confirming to EN 1563/IS 1865 Gr. 500/7 or
Gr.400/15 floats, float guide, seat ring of stainless
steel 1.4436/1.4306, seat ring gasket of WRAS ap-
proved EPDM rubber (suitable for drinking water),
internal fasteners of stainless steel A2. Body & Bon-
net coated inside & outside with electrostatically
applied epoxy powder coated blue colour (suitable
for drinking water) as per DIN 30677-2 & GSK
guidelines with a coating thickness of min. 250 mi-
crons.Flange connections as per IS 1538 raised face
& pressure testing at manufactures works shall be
done as per IS 14845. including transportation
charges excluding GST levied by GOI & GOM in all
respect etc.complete. (For PN 10 & 16)

Contractor No. of corrections Executive Engineer


131

Rs Forty-Three Thousand Five Hundred


2 Each 150 mm dia Air Valve 43521.00 87042.00
Twenty-One Only

Item No :- 5
Excavation for foundation / pipe trenches in earth,
soils of all types, sand gravel and soft, murum,
hard murum,hard murum & Boulders, WBM
roads, Soft Rock & old cement & lime masonary
foundation, Asphalt Road, Hard rock and con-
crete road by chiselling, wedging, line drilling, by
mechanical means, or by blasting including
trimming & leveling the bed dismantling of ce-
ment concrete pavement by mechanical means
using pneumatic tools,breaking to pieces not exceed-
ing 0.02 cum in volume and stock piling at designat-
ed locations or by all means other than blasting in-
cluding removing the excavated material upto a dis-
tance of 50 metres and lifts as below, stacking and
spreading as directed, manual dewatering, prepar-
ing the bed for foundation and excluding backfilling,
etc. complete. (Average Rate)
1314.380 Cum Lift 0.00 to 1.50 M. 161.00 Rs One Hundred Fifty Only 211615.00
87.63 Lift 1.5 to 3.00 206.00 Rs . Two Hundred Six Only 18052.00
Item No 6
Lowering laying and jointing with SBR ruber gaskets
C.I. S/S / DI-K7 / DI-K9 pipes of various classes with
CI / MS specials of following diameter in proper po-
sition, grade and alignment as directed by Engineer-
in-charge including conveyance of material from
stores to site of work, including cost of jointing ma-
terials and rubber rings labour, giving hydraulic

Contractor No. of corrections Executive Engineer


132

testing etc. complete


Without Rubber Rings
701.00 Rmt 600 mm dia DI K 7 Pipes 365.00 Rs Three Hundred Sixty-Five Only 255865.00

Item No 7
Hydraulic testing of C.I./D.I. pipe line to specified
pressure including cost of all materials and labour
and water for testing for specified length including
cutting, placing end cap making arrangement for fill-
ing safe water using reciprocating type pumps which
should be able to provide specified test pressure
gauges and other necessary equipments, labour, op-
eration charges, etc. required for testing. The rate
underthis item shall also include cost of retesting, if
necessary and reinstating to original position using
water supplied by the contractor
Km 40623.00 Rs Forty Thousand Six Hundred Twenty-
0.70 600 mm dia DI K 7 Pipes 28477.00
Three Only

Item No 8
Lowering, laying and jointing in position C.I.D/F Ref-
lex valves ,Sluice Valves including cost of all labour
jointing material, including nut bolts and giving sa-
tisfactory hydraulic testing etc. complete (Rate for
all class of valves.)
Rs Seven Thousand Four Hundred Sixty-Two
2 No. 400 mm dia PN 1 without bypass 7462.00 14924.00
Only

Item No 9

Contractor No. of corrections Executive Engineer


133

Providing and fixing in position air valve shaft in-


cluding providing and fixing GI Medium Class or 6
mm thick M.S. pipe shaft 2.70 M long over branch
flange of air valve tee, providing PCC block of M-150
concrete 150 mm thick around the air valve tee in-
cluding encasing of vertical shaft in PCC M-150 as
shown in type design together with providing and
making flanged joints wherever required and fixing
of air valve over the shaft excluding cost of air valve
and branch flanged air valve tee. etc. complete as per
type design and as directed by Engineer-in-charge
for following diameters of pipe lines (type design
attached.) Foundation on Murun and Harder Strata

150 mm dia CI Double ball Kinetic Air Valve Rs Thirteen Thousand Two Hundred Ninety
2.00 Each 13290.00 26580.00
Only

Item No 10
Providing & laying in situ following grade of C.C. of
trap / granite / quartzite / gneiss metal for founda-
tion and bedding including bailing out water, from
work, compacting and curing etc complete
Cum M-150 Rs Six Thousand One Hundred Thirty-Five 381041.00
62.10 6135.92
Only

Item No 11
Refilling the trenches with available excavated stuff
with soft material first over pipeline and then hard
material in 15 cm layers with all leads and lifts in-
cluding consolidation, surcharging, etc. complete

Contractor No. of corrections Executive Engineer


134

1019.78 Cum 84.00 Rs Eighty-Four Only 85662.00

Item No 12
Valve Chamber with Precast RCC Covers Providing
and constructing B.B. masonry valve chamber with
15 cm thick 1:3:6 proportion PCC bedding, excluding
excavation, B.B. masonry in CM 1:5 proportion pre-
cast RCC frame and cover, etc. complete as directed
by Engineer-in-charge.
As above of 1.2 x 1.2 M internal size and depth upto
1.8 M with precast R.C.C slab cover.
Rs Twenty-One Thousand Six Hundred Thir-
2.00 No. for 400 mm dia valve 21613.00 43226.00
teen Only

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
designs and drawings or as directed by Engineer-in-
charge including cutting, fabricating, hoisting, erect-
ing, fixing in position, making riveted / bolted /
welded connections and one coat of anticorrosive
paint and over it two coats of oil painting,etc. com-
plete.
Rs Seventy-One Thousand Two Hundred
1.15 MT For Intake Arrangement at Canal Outlet 71286.00 82191.00
Eighty-Six Only

Total Rs. 8758285.00

Contractor No. of corrections Executive Engineer


135

Sub Work No 3A :- Construction of Conventional Water Treatment Plant of 18 mld for


Popatkhed RR Near Shri Gajanan Maharaj Vihir Sansthan

Item No 1 :-
Designing (aesthetically), providing, constructing
and commissioning Conventional Water Treatment
Plant consisting of all Civil, Mechanical and Electrical
works including cost of providing and applying
epoxy paint to inside surface of water retaining
structures in contact with chlorine and providing
anti-termite treatment to entire structure below
ground level, mechanical and electrical components
of various sub-works as given below, including ne-
cessary hydraulic testing, structural testing, equip-
ment testing and trial run for a period of 3 months,
etc. complete as directed by Engineerin-charge
(turn-key job).
1) Aeration Fountain - Plan area not less than 0.625
square metre per MLD
2)Ventury Flume - With necessary devices, consist-
ing of simple mechanical indicator. (Pedestal type
gauge)
3)Flash Mixer - Rapid mixing device,detention time
60 seconds to give velocity gradient 300 to 400 sec-
1, vane mixer type conforming to I.S. 7090 of 1985
4) Flocculator - Conforming to I.S. 72081974 (Type-
C) with detention period of 30minutes.

Contractor No. of corrections Executive Engineer


136

5) Clarifier - Horizontal flow circular tank, detention


period 2-5 hours, overflow rate
30 cubic metre per square metre per day (to be spe-
cified), Weir loading not more
than 300 cubic metre per metre per day, with me-
chanical sludge scraper conforming to I.S. No.
103131982
6) Rapid Sand Filters and Filter House -Filter de-
signed for filteration rate of 5,000 litres per square
metre per hour, minimum 2 beds for plant upto 10
MLD, for larger plants as specified, filters to be lo-
cated in filter house with roof slab, pipe gallery and
platform minimum 5.5 metre in width
a) Filter Sand - Effective size 0.45 to 0.70 mm, un-
iformity coefficient not more than 1.7, nor less than
1.3, depth of water over sand 0.75 M, free board 50
cm, gravel 0.45 M in depth, sand and gravel con-
forming to I.S. 8491(i)-77, backwash by air wash,
standard appurtenances (to be specified), rate of
flow controller, filter gauge, sand expansion gauge,
etc.
b) Wash Water Tank - Capacity to be specified and
suitable to supply water to
wash 2 filter units at a time where the units are 4 or
more
c) Wash Water Pumps - Capacity to fill water tank in
1 hour with 100% standby.
d) Air Blowers - Capable of delivering 600 LMP per
square metre of free air, of filter area at 0.4 kg/sqcm
at the underdrains (100% standby)
7) Chemical House in Two Storeys

Contractor No. of corrections Executive Engineer


137

a) Ground floor to accommodate 7 days'alum re-


quirement and sundry storage
b) First floor to accommodate alum and lime tanks.
Etc
c) Solution tanks - Minimum 3 tanks (one for prepa-
ration, second for dosing and third as standby), each
tank capable of giving 8 hours maximum dose with-
out interruption, minimum free board 0.30 M, trays
for dissolving, level indicator, mechanical agitation
devices, solution feed and drain lines, solution feed
device (constant head device, strength of solution
upto 10% only) conforming to I.S. 9222 Part-I 1979
8) Pure Water Sump and Sump House
a) Capacity of sump - One hour of designed flow.
b) Pump House - Pump house of required size over
the sump or by the side.
9) Store House - Suitable for alum storage of three
months' requirement in monsoon with 10% extra
capacity for other sundry articles
10) Vacuum feed type Chlorinators - Make to be ap-
proved by MJP.
a) Conforming to I.S. 10533 - A Part-II 1983
b) Rate for withdrawal
Temperature Kg. of Chlorine discharge Degree 'C'
per day (Cylinders)

Contractor No. of corrections Executive Engineer


138

45 --67 Tonnes
10 ---6.35 ---9.50--- 110
15 --10.75 --16.10--- 130
20 --14.50 --21.24-- 254
27&Above 18.70 --28.12 ---315
c) Chlorinator equipment and container room to
conform to I.S. 10553 Part-I 1983.d) 100% standby
shall be provided.
11) By pass arrangements - C.I. or M.S. pipes
12) Drainage arrangements - RCC pipes upto plot
boundary
13) Electrical installation - Both internal and exter-
nal including entire plant area.
14) Laboratory equipment - As per requirement (to
be specified during tendering).
15) Sanitary blocks - Carpet area - 15 square metre
minimum upto 25 Mld and 25 square metre above
25 Mld.
16) Administrative block and internal road -To ac-
commodate office room, chlorine room, laboratory
room, panel board room, blower room etc. and WBM
road to connect all units from main gate of plot
17) Rates given below are inclusive of uplift pres-
sure if any and dewatering during entire work
18) These rates are applicable for seismic zones 2, 3
and 4.
19) All RCC structures shall be constructed in M-300
20) Upto 5 MLD WTP , 100 kg. & for above 5MLD
WTP , 900 kg. Chlorine Tonner supply shall be pro-
vided

Contractor No. of corrections Executive Engineer


139

21) i) Glandless valves shall be provided. ii) Stainless


steel railing shall be provided.(32 mm dia.(SS316) as
per relevant standard ) iii) All WTP & its compo-
nents outside faces shall be painted by Acrylic Emul-
sion with silicon additives paint only.iv) Ceramic
tiles shall be provided for flooring and Dado
Note : Conditions from Sr. No.1 to 21 shall form a
part and parcel of the tender and must be included
in draft tender papers of conventional treatment
plants
Conventional Water Treatment Plant
Rs Six Crore twenty seven lac Thirteen
1 Job 18 Mld Plant, 62713000.00 62713000.00
Thousand Only

Item No 2 :-
Extra lead charges for concrete quantity consumed
for construction of RCC ESRs and rate difference in
steel bar as per revised rates
RCC quantity for WTP
Rs Two Hundred Fifty-Two & Paise ninty
Metal 252.94 341469.00
1350.00 Cum four Only
Rs Two Hundred Forty-Two & Paise Ninty
Sand 242.98 164012.00
675.00 Cum eight onlyOnly

Item No 3 :-

Contractor No. of corrections Executive Engineer


140

Architecture veiw by providing alluminium tubler


frames,MS pipe frame structure,Spandrel Glass
pannels alluminium composite -pannel cladding
with open groves and development of plant area
with gardening .,landscaping ,with flower
plants,lawn on remaining area in WTP premises
Job excluding paver block area. 2500000.00
Note :-Work shall be executed as per detailed spe-
cifications,

Item No 4 :-
Providing and fixing heavy duty inte r locking con-
crete Rubber mould glossy paving block sof 80 mm
thickness of having a strength of 400 Kilogram
/Sq.cm. of approved quality and shape on a bed of
crushed sand of 25 to 30 mm thick including skirting
joints and cleaning etc. complete. (using 100%
crushed sand)
Rs One Thousand Three Hundred Eighty-Two
5000.00 Sqm 1382.00 Only 6910000.00

Total Rs. 72628481.00

Contractor No. of corrections Executive Engineer


141

Sub Work No. 3 ( B ) :- Design, supply, installation, testing and commissioning of Automation system for proposed 18 MLD WTP & ZBR including instrumenta-
tion, PLC, SCADA, Electrical/Electronics/Mechanical/Civil Works with six years comprehensive operation & maintenance.
Sub Work No. :- SCADA AND AUTOMATION

SECTION A : Design, supply, installation, testing


and commissioning of Automation system for pro-
posed 18 MLD WTP including instrumentation,
QTY.
PLC, SCADA, Electric-
al/Electronics/Mechanical/Civil Works with six years
comprehensive operation & maintenance.
Designing, providing, erecting, testing and commissioning of SCADA
& Automation system for proposed 18 MLD WTP , Pure water pump-
ing machinery at Sump,ZBR( 7 Nos.) including all required Hard-
wares, Softwares, Access for VSAT & GSM/GPRS , Six years com-
prehensive operation & Maintainance including man power required
for satisfactory operation of whole water supply scheme as given
below.The operation methodology and operation philosophy with
detailed technical specification shall form an integral part of this sche-
dule "B". The contractor shall design the entire system exactly to cope
up the requirement as per Operation Methodology , Operation Philos-
ophy and detailed technical specifications . The contractor is required
to visit the site of work and prepare the detailed design & planning of
the complete automation scheme with all required technical details.
The complete designs & drawings shall be got approved from SE
(Mech) MJP Nagpur prior execution. UPS should be installed at each
PLC of suitable capacity. The instruments /equipments required for
SCADA AUTOMATION WORK shall be as per list of acceptable
makes enclosed with detailed specifications. All major components
like PLC panels, Automatic control Valves, Turbidity meter, PH sen-
sor, Ultrasonic level sensors, Pressure sensors, flow meters etc. shall
be got inspected from the third party inspection agency approved by
MJP. The central and secondary SCADA software required shall be
installed with lifetime license without any need for renewal. System
Architecture & General Calculations of IOs are enclosed as Annex-
ures. The over all System architecture and components shall be
submitted by the contractor. The System architecture and data sheets
of all componants shall have got approved from IIT /VNIT /COEP Rs Twenty Five Lakhs Twenty One Thousand
1 Job /Govt.Engg, College and final approval from SE (M) MJP Nagpur 2521729.00 Seven Hundred Twenty Nine only 2521729.00
18 MLD WTP AT POPATKHED
Item No. 1 :- ALUM/PAC Solution

Contractor No. of corrections Executive Engineer


142

Designing, supplying, installing, testing PLC based Alum mix-


ing and monitoring system at Flash Mixture suitable for PAC
1.00 No, dosing including levele transmttor CE marked with above
specification of Ultrasonic Level Transmittor and Solenide
switch.
Item No. 2 :- Flash Mixture and CLF
Designing,Supplying,Installing,commissioning & testing with
1.00 No. operation, controlling & Monitoring of Flash Mixer and Cla-
rifloccutor mechanism interfaced with Master PLC of WTP.
Item No 3 - PLC Panel with HMI for Filter Bed
Designing, Supplying, Installing, commissioning & testing of
PLC Panel with HMI including PLC with CPU & Power supply
unit, power supply cable, Interfacing cards, interfacing
2 ( Min.)
cables, wireless modules with 25 % extra quantity of all ac-
cessories including Actuator control of Filter Beds for Auto-
mation ( 4 Filter Beds)
Item No.4 - PLC Suitable for Wireless Communication (V-
As Per Re- Sat)
quirent for Designing.supplying, Installing commissioning & testing of
successful following equipments with satisfactory test and trial of PLC
1 ( Min) Panel control, monitoring and communication system along
completion
& commis- with PLC Panel at Central monitoring system through Vsat
sioning of Item No. 5 :- PLC based control monitoring and communi-
System cation software
Design, Supply, Installing, & testing of Master PLC control
monitoring and communication Panel as per IEC 61131 at
Pure water Sump suitable for monitoring and control of
1 ( Min)
Pure water pumps, Pressure Transmitters, Level Transmitter,
PH Transmitter, Turbidity Transmitter for all pumps installed
.
ITEM NO. 6 :- PLC PANEL

Contractor No. of corrections Executive Engineer


143

Designing, Supplying, Installing, commissioning & test-


ing of PLC Panel including PLC with CPU & Power
3 (Min) Supply Unit , power supply cable, interfacing
cards,interfacing cables, wireless modules with 25 %
extra quantity of all accessories.
ITEM NO. 7 :- PLC BASED CONTROL MONITORING
AND COMMUNICATION SOFTWARE.
Designing, Supplying, Installing, commissioning & test-
ing of PLC based control monitoring and communica-
1 (Min.) tion software as per IEC 61131 at Pure water Sump
suitable for monitoring and control of Pure water
pumps, Pressure Transmitters, etc. complete.
Item No. 8 :- Power Cable
Designing, Supplying, Installing, commissioning & testing
with Terminating & Interfacing of 2 C x 1.5 sq.rnm as per IS
694 twisted shielded copper armoured conductor on wall in
GI tray or in ground required for all the field instruments to
carry 4-20 mA signals to PLC. for Pure water and WTP.
ITEM NO. 9 :- CONTROL CABLE
Designing, Supplying, Installing, commissioning & test-
ing with terminating & interfacing of 2 C x 1.5 sq.mm
As Per Site Requirement as per IS 694 twisted shielded copper armoured con-
ductor on wall in GI tray or in ground suitable for sup-
plied DC voltage.
ITEM NO. 10 :- COMMUNICATION CABLE
Supplying & installing UTP networking cat-6+ cable
suitable for LAN / WAN Computer net-working as per
specification no. WG-COC/NC complete.
ITEM NO.11 :- SIGNAL CABLE

Contractor No. of corrections Executive Engineer


144

a) Designing, Supplying, Installing, commissioning &


testing with terminating & interfacing of 2 pair x 1.0
sq.mm as per IS 694 copper
shielded,twisted,multistrand armoured cable on wall,
in GI tray or in ground.
b) Designing, Supplying, Installing, commissioning &
testing with terminating & interfacing of 3 pair x 1.0
sq.mm as per IS 694 copper
shielded,twisted,multistrand armoured cable on wall,
in GI tray or in ground.
c) Designing, Supplying, Installing, commissioning &
testing with terminating & interfacing of 4.5 pair x 1.0
sq.mm as per IS 694 copper
shielded,twisted,multistrand armoured cable on wall,
in GI tray or in ground.
d) Designing, Supplying, Installing, commissioning &
testing with terminating & interfacing of 8 pair x 1.0
sq.mm as per IS 694 copper
shielded,twisted,multistrand armoured cable on wall,
in GI tray or in ground.
ITEM NO. 12 : CABLE FOR ACTUATORS
A) Supplying, erecting PVC / XLPE Al. Ar. Cable 4 core x
16 Sq.mm. with 6 mm thick 25 mm width M.S. Spacer
with GI earth wire 6 Sq.mm. complete esected on wall
As Per Site Requirement / pole with 25 x 3 mm MS clamps or in provided trench
in an approved manner ( From Main LT Panel for Actu-
ators to Actuator Panel)

Contractor No. of corrections Executive Engineer


145

B ) Supplying, erecting & terminating PVC armoured


cable 4 core 4.0 Sq.mm. Al. Conductor with continuous
12 SWG GI earth wire complete erected with gland,
lugs on wall / pole / in provided trench as per specifica-
tion for connecting to Actuator Motor
C ) Supplying and erecting armoured control cable
with ISI marked stranded/solid copper conductor 1.1
KV grade complete erected on wall /Panel or in pro-
vided trench in an approved manner, 7 Core,2.5 Sq.mm
for controlling movement of actuators.
ITEM NO. 13 :- CABLE TRAYS
a) Providing & erecting Hot dipped galvanized perfo-
rated type cable tray manufactured from 16 swg (1.6
mm thick)GI sheet of 150 mm width & 75 mm height
complete with necessary coupler plates & hardware in
approved manner.
b)Providing & erecting Hot dipped galvanized perfo-
rated type cable tray manufactured from 16 swg (1.6
mm thick)GI sheet of 200 mm width & 75 mm height
complete with necessary coupler plates & hardware in
approved manner.
Item No. 14 :- Earthing
Providing pipe type earthing with 40 mm dia G.I. Pipe or 20
mm dia G.I. Rod complete with all materials as per specifica-
tion no. EAEP.
Item No. 15 :- Earthing Strips
As Per Site Requirement
Providing and precting GI strip of required size used for
earthing on wall and or any other purpose with necessary GI
clamps fixed on wall painted with bituminous paint in an
approved manner with joints required. As per specification
no EA-EP

Contractor No. of corrections Executive Engineer


146

MASTER CONTROL ROOM


ITEM NO.16 :- PLC PANEL SUITABLE FOR WIRELESS
COMMUNICATION
Designing, Supplying, Installing,commissioning, & test-
ing of following equipments with satisfactory test &
1 No. trial of PLC PLC Panel control, monitoring and commu-
nication system alongwith PLC Panel at Central moni-
toring system
Item No. 17 :- SCADA Software
Supply, Installation, Commissioning, Testing, Terminating &
Interfacing Software Design to PLC and commissioning of
1 No. SCADA software with required hard tags plus 25% extra and
with unlimited soft Tags & life time licence Development
version
Item No. 18 :- SCADA Development Charges
Developing/programming charges to install the software as
1 No.
per logic defined by the dept.
Item No. 19 :- Centralised Historian PC
Supply, Installation, Testing, Terminating & Interfacing Cen-
tralised Historian Server grade Historian PC with Window 7
1 No. or latest window operating system & Historian software de-
velopment cost etc. complete
Item No. 20 :- Secondary Computer Station
Supply, Installation, Testing, Terminating & Interfacing Sec-
1 No. ondary Computer Station Secondary computer station
etc.
ITEM NO.21 :- FURNITURE FOR COMPUTER STATION

Contractor No. of corrections Executive Engineer


147

Supply, Installation, of Standard quality furniture i.e.


Steel Table (Godrej ) - 4 Nos, Almira Big Size ( Godrej)
- 2 Nos., Steel Rack ( Godrej ) - 2 Nos, Revolving
Chairs ( Godrej ) - 4 Nos., Plastic Chairs with Cushion (
1 Job Neelkamal) - 12 Nos, Glass Cabin for SCADA Room,
Aluminium foldable Ladder (10 feet) - 1 No., Electric
Kettle (Big size) - 1 No. , Crockery Tee Mugs - 12 nos ,
Tray - 1 No. etc. for Master Control Room & Secondary
computer station

Item No. 22 :- Level Transmitter


Designing, Supplying, Installing, commissioning & testing of
Level Transmitter as per
( 1 PW Sump + 4 Filter Beds + 4 Pure Water Chamber + 1 Rs.Forty Nine Thousand Five Hundred Fifty
12.00 Nos. 49557.08 594684.92
Seven & Paise Eight only
BW Sump+ 1 BW Tank + 1 RC Sump)

details in CSR ( range 0 - 6 Mts )


Medium- Water
Range - 0-6 mtrs
Output 4-20 mA
Power supply - 24V DC ext.
Display - Large LCD
Accuracy - +/- 0.25 % of full scale or better
Temp.- with inbuilt temp compensation
Enclosure- IP 67
Mounting - Top/Above FSL of Tank
Item No. 23 :- Pressure Transmitter
Designing, Supplying, Installing, commissioning & testing
Rs.Thirty Four Thousand Six Hundred Ninety
6.00 Nos. 34691.66 208149.96
One & Paise Sixty Six only
of pressure transmitter CE mark with following technical

Contractor No. of corrections Executive Engineer


148

parameters at Raw Water Pump House and Interfacing


with PLC panel.
(3 PW PM + 1 BW PM + 1 Blower + 1 RC PM)

Medium- Water
Pressure - 0-20 kg/cm2
Output 4-20 mA
Power supply - 24V DC ext.
Display - Large LCD
Accuracy - +/- 0.5 % of full scale or better
Temp.- suitable for Ambient .temp.
Enclosure- IP 67
Mounting - In Line
Item No. 24 :- Power Analyser
Designing, Supplying, Installing, commissioning & Rs.Thirty One Thousand Three Hundred Seven-
10.00 Nos. 31378.09 313780.90
ty Eight & Paise Nine only
testing of Multifunction meter interfacing to PLC
Panel with RS 485 output, as per IEC 62053and in
the prescribed format and shall be configured with
main SCADA for report qeneration for following
parameters. ( 4 PWPM - 2 BWPM - 2 Blower - 2 RCPM)
1. Line/phase Voltage
2. Line/phase Current
3. Power Factor
4. kWh
5. Frequency
6.kVA
Item No. 25 :- PH Analyser

Contractor No. of corrections Executive Engineer


149

Designing, supplying, installing, testing of PH Analyser as per Rs. Ninety Nine Thousand One Hundred Thir-
3.00 Nos.
IEC 61000-6-2,3 at A. F. and interfacing with PLC Panel 99113.15 297339.45
teen & Paise Fifteen only
Range : 0 to 14
PH Accuracy : Better than 0.5% of full scale
Supply Voltage : 24 Volt DC
Out Put : 4-20 MA
Category : as per IEC 61000-6-2 & IEC 61000-6-3
Item No. 26 :- Turbidity Meter (Raw Water)
Design, Supply, Installation, Commissioning & Testing of
Turbidity Analyser as per ISO 7027 scattering light method at
A.F. and Interfacing with PLC panel. Turbidity Analyser shall
comprises of 3 components i.e. sensors,signal distributor
and transmitter with indicator with 2 outputs, 1 to PLC & Rs. Two Lakhs Thirty Nine Thousand Six Hun-
3.00 Nos. another to local display including Mounting arrangement. 239629.37 718888.10
dred Twenty Nine & Paise Thirty Seven only
Overall Range : 0 ‐ 2000 NTU
Accuracy : +/‐0.02 NTU
Supply Voltage : 230 V ac
Output : 4‐20 mA

Item No. 27 :- Residual Chlorine Analyser/Meter


Designing, Supplying, Installing, commissioning & testing
residual chlorine analyser/meter must have automatic sen-
sor cleaning facility at Pure Water Sump and interfacing with
Rs. Two Lakhs Fifty Eight Thousand Eight
1.00 Nos. PLC panel. Residual Chlorine meter shall comprises of 3 258827.61 258827.61
Hundred Twenty Seven & Paise Sixty One only
components i.e. sensor, single distributor and transmittor
with indicater. Transmeter converts the signal to 4-20 MA
and gives 2 outputs 1to SCADA and another to indicator.
Over all range : 0 to 5 mg/l (ppm)
Measuring range : 0.03 to 2 mg/l (ppm)
Accuracy : 2% of full scale
Supply Voltage : 230 Volt AC

Contractor No. of corrections Executive Engineer


150

Output : 4-20 MA
Item No. 28 :- Surveillance system
Desiging,supplying,installing,commissioning & testing of
CCTV IR water proof camera suitable for upto 100ft.with IR Rs. Twenty Five Thousand Eight Hundred
10.00 Nos. Dome camera,control key board,DVR,Hard Disk,cables,UPT 25804.00 258040.00
Four only
transreceivers etc.complete.
Item No. 29 :- Electric Valve Actuator ( With Integral Start-
er)
Providing, erecting electric Valve actuators for non rising
spindle type sluice valve of PN 1.0 & PN 1.6 rating totally
enclosed, weather-proof and dust proof construction with
IP-67, protection class suitable for installation in any position
without lubrication, leakage or other operational difficulty
with special grease filled gear box and hand wheel for emer-
gency manual operation which will automatically disengage
on restoration of power to motor and with 10 watt single
phase space heater and continuous local mechanical posi-
tion indicator and individually replaceable counter gear as-
sembly and with two torque and four limit switches with S.S.
flap and operated with gear driven cams and of rating 250
Volt, 5 Amp, AC/DC, torque switch dial and with TEFC squir-
rel cage induction motor working on 440 Volts +/- 10%, 3
phase, 50 Hz AC of intermittent duty rating S-2, insulation
class "F" and temp rise restricted to class "B" with IP - 67
protection class suitable for DOL starting and with three
thermostat and 30% over load margin. The torque rating of
reduction gear box shall be atleast 1.5 times max. torque
required for opening and closing of valve with integral start-
er controls having four limit switches 1 for OPEN, 1 for
CLOSE & 2 Nos for intermidiate positions for interlocking etc
complete. {The Valves considered as 8 Valves for each filter
Bed . Total 32 Valve Actuators are considered for 4 ( Four )
Filter Beds)

Contractor No. of corrections Executive Engineer


151

11 Nos a) 100 mm dia ( Air Inlet Valves - 8 Nos., Recirculation 73243.63 Rs. Seventy Three Thousand Two Hundred
805679.95
Pumps - 3 Nos.,) Forty Three & Paise Sixty Three only
4 Nos b) 150 mm dia ( Wash water Pump outlet Valves - 2 77863.37 Rs. Seventy Seven Thousand Eight Hundred
311453.47
Nos., Pure Water Pump outlets - 2 Nos.,) Sixty Three & Paise Thirty Seven only
18 Nos c) 200 mm dia ( Filter outlet - 8 Nos. & Wash water 80911.09 Rs. Eighty Thousand Nine Hundred Eleven &
1456399.61
inlet valves - 8 Nos., Pure water Pump Outlets - 2 Nos,) Paise Nine only
8 Nos d) 300 mm dia ( Filter Inlet Valves - 4 Nos.Wash water 91677.43 Rs. Ninety One Thousand Six Hundred Seven-
733419.46
outlet - 4 nos.) ty Seven & Paise Fourty Three only
1 Nos e) 500 mm dia ( for PWGM ) 108988.00 Rs. One Lakh Eight Thousand Nine Hundred
108988.00
Eighty Eight only
1 Nos f) 600 mm dia ( for Inlet to WTP ) 122565.96 Rs.One Lakh Twenty Two Thousand Five Hun-
122565.96
dred Sixty Five & Paise Ninety Six only
ITEM NO.30 :-LED MONITOR
Supply, Installation, testing, Integration & commission-
ing of 46" LED monitor at Conference Room for dis- Rs. Seventy Nine Thousand Three Hundred
1 Nos 79357.00 79357.00
Fifty Seven only
play of total water system (Online) .
ITEM NO.31 :- UPS
a)Supplying & erecting On line UPS pure sine wave
of 2kVA, for 30 mins battery backup Rs. Fifty Six Thousand Three Hundred Twenty
2 Nos 56322.00 112644.00
Two only

b) Supplying & erecting On line UPS pure sine


wave of 5kVA, for 30 mins battery backup Rs. Eighty One Thousand Six Hundred Fifty
1 Nos 81651.15 81651.15
One & Paise Fifteen only

ITEM NO.32 :- AIR CONDITIONER


Supplying and erecting split type room Airconditioning
unit 2 TR 5 Star capacity 230/250V, 50 cycles, AC Rs. Sixty Nine Thousand Six Hundred Thirty
2 Nos 69638.10 139276.20
supply having 1 No. of air handling unit hi-wall mount- Eight & Paise Ten only
ing type complete at position as per specification no,

Contractor No. of corrections Executive Engineer


152

AP-AC/SAC
SECTION B : Designing, Providing, Installing and
giving satisfactory Test and Trial of Automatic Flow
Control Valve and Ultrasonic Flow Meters at
WTP/ZBR Inlets/Outlets
Item No 33 :- Automatic Flow Control Valve
a) Designing, Supplying, Installing, Commissioning & testing
of Flow Control Valve / Pressure reducing valve for inlet with
flow measuring, flow controlling, pressure monitering & web
based with cable, PLC etc. complete. with solar panel, An-
tenna with cable etc. as per following componants i) An inlet
of flow control valve Automatically operated with remote
SCADA control at variable flow rate as per SCADA command.
ii) GSM/GPRS based Modem with data transmitter and PLC
panel
iii) A pressure sensor with transmitter to give upstream
pressure reading and transmitting to central SCADA system.
iv) An ultrasonic flow meter sensor with transmitter to give
instataneous & cummulative flow meter reading at every
hour & on demand & controlled by the Central SCADA sta-
tion flow control from 0% to 100% insteps of 1% and auto-
matic on OFF from remote and local command
v) An inlet flow control valve pilot solenoid operated with
fixed flow rate and compatible & controlled through SCADA
station. At least one of each diameter AFCV with flow, pres-
sure,level transmitters with PLC controllers, GSM modem
Solar powerpack shall got tested from CWPRS, Pune prior to
supply and 10 % quantity shall be tested at NABL Lab in
presence of MJP approved TPI agency and MJP officer as
decided by SE(M), MJP Nagpur
Rs. Two Lakhs Eighteen Thousand Six Hun-
4.00 No i) 200 mm 218618.35 874473.39
dred Eighteen & Paise Thirty Five only

Contractor No. of corrections Executive Engineer


153

Rs. Three Lakhs Forty Two Thousand Four


3.00 No ii) 300 mm 342473.42 1027420.26
Hundred Seventy Three & Paise Forty Two only
Item No 34 :- AMR Bulk Meter
Providing,installing testing and commissioning of in line bat-
tery operated ultrasonic bulk type water meters ISO 4064
with built in data logger and GSM/GPRS modem for transfer
of data communication to remote central computer as per
working on following conditions and specifications.The me-
ter shall be suitable for 50oC and provided with IP 68 protec-
tion class with complete immersion of water.The meter shall
have battery life of min. 10 years should be able to detect
the reverse flow volume and tampering.The accuracy of the
meter shall be +/- 1 % of measured value including 36
months guarantee etc complete.( With Simcard and its
charges,valid for 36 months)
4.00 No i) 200 mm Rs. Seventy Six Thousand Three Hundred Se-
76370.61 305482.43
venty & Paise Sixty One only
3.00 No ii) 300 mm Rs. One Lakh Ninety Eight Thousand One
198134.01 594402.02
Hundred Thirty Four & Paise One only
ITEM No. 35: ULTRASONIC INSERTION TYPE FLOWMETER (
SINGLE CHANNEL)
Designing ,providing, installing and commissioning of
Ultrasonic Insertion fixed type Flow Meter ( Single
Channel) with accuracy +/- 2% of actual flow & protec-
Rs. Two Lakhs Forty Seven Thousand Five
2.00 No tion as per given specification including sen- 247500.00 495000.00
Hundred only
sor,transmitter, printer, surge protection, data log-
ger,etc. complete with three year comprehensive wa-
rantee.
ITEM NO. 36 :- LEVEL TRANSMITTER

Contractor No. of corrections Executive Engineer


154

Designing, Supplying, Installing, commissioning & test-


ing of Ultrasonic Level Transmitter CE marked at each Rs.Forty Nine Thousand Five Hundred Fifty
7.00 No filer bed with following technical parameters interfac- 49557.08 346899.54
Seven & Paise Eight only
ing with PLC panel including mounting arrangement.
Range - 0- 5 mtrs
Output 4-20 mA
Power supply - 24V DC ext.
Display - 4" LED
Accuracy - +/- 0.25 % of full scale or better
Enclosure- IP 65
ITEM NO. 37 :- PLC PANEL SUITABLE FOR WIRELESS
COMMUNICATION
Designing, Supplying, Installing, commissioning
&testing of PLC Panel including PLC with CPU &Power
supply unit, power supply cable, Interfacing cards, in- Rs.Thirty Two Thousand Three Hundred Seven-
7.00 No 32375.27 ty Five & Paise Twenty Seven only
226626.89
terfacing cables, wireless modules with 25% extra
quantity of all accessories with wireless module.
ITEM NO. 38 :- SOLAR PANEL WITH BATTERY
Designing, Supplying, Installing, commissioning & test-
ing of photovoltaic Solar Panel with its Charger , MS
stand for mounting Solar Panel so as to have maximum Rs.Fifteen Thousand Nine Hundred Fifty Four &
7.00 No 15954.89 111684.25
exposure of sunlight for desired location and maintain- Paise Eighty Nine only
ance free battery with 3 days battery backup.

ITEM NO. 39 : PANEL CABINET

Contractor No. of corrections Executive Engineer


155

Providing and fitting Panel Cabinet for fixing flowmeter


transmitter with proper locking arrangement with
glass window on front door for seeing the readings of
flow transmitter and data logger without opening of
the panel cabinet . It should house complete ancillaries
and including the provision for connection of electrical Rs.Five Thousand Eight Hundred Forty Three
9.00 No 5843.00 52587.00
only
power supply from near by appratus. The panel Cabi-
net Shall be pre wired & with suitable gland en-
tries.M.S. Canopy fabricated from M.S. plate for hous-
ing Electromagnetic Flow meter including cutting,
welding, fabricting etc. complete.
ITEM NO. 40 :- EARTHING
Providing pipe type earthing with 40mm. dia. G.l. pipe
or 20 mm dia. G.l. Rod complete with all materials as Rs. One Thousand Four Hundred Twenty Two
7.00 No 1422.75 9959.25
& Paise Seventy Five only
per specification No. EA-EP
ITEM NO. 41 : Control Cable
Designing, Supplying, Installing, commissioning & test-
ing with Terminating & Interfacing 4 core 1.5 sq.mm.
480 No copper armoured conductor as per IS 694 on wall in GI 137.00 Rs. One Hundred Thirty Seven only 65760.00
tray or in ground.
ITEM No. 42 : Sensor/ Transmitter Cables
Supplying erecting commissioning & giving satisfactory
test & trial of sensor/transmitter cable -3x.38 mm sq.
480 No PVC cable with common,braided copper shied 7 mm 174.00 Rs. One Hundred Seventy Four only 83520.00
dia and individually shielded cores etc. complete.
Item No. 43 :- C.I. Mechanical compression Flanged/socket
Tailpiece

Contractor No. of corrections Executive Engineer


156

(Popularly known as I TM Flanged / Socket Tailpiece) suitable


for making flanged connection with the plain barrel of C. I.
Spun Pipes ( as per - IS - 1536 /2001) and D. I. Pipes ( as per
IS: 8329 / 2000).The Tailpiec to be supplied complete with
sealing rubber gasket of S.B.R, C.I. Follower Glands and M.S.
Nut Bolts.The whole assembly should be mechanically and
hydraulically tested to the provisions as laid down in IS:1538
/1993. The rates are inclusive of cost of material, freight
charges, loading, transportation and unloading at departe-
mental store, excluding GST levied by Gol and GoM in all
respect, etc. complete as directed.
16.00 No i) 200 mm dia 3335.00 Rs. Three Thousand Three Hundred Thirty Five only 53360.00
12.00 No ii) 300 mm dia 5632.00 Rs. Five Thousand Six Hundred Thirty Two only 67584.00
Item No. 44 :-MS Pipes & Specials
430.00 Kg Providing, lowering, laying, jointing and testing M.S. Pipes & 95.00 Rs. Ninety Five only
specials as per standard specifications and approved size & 40850.00
layout of flowmeter
Item No. 45 :-Excavation
112.00 Cum Excavation for Foundation/pipe trenches in earth soil of all 150 Rs. One Hundred Twelve only
types, sand,graval and soft murum including removing the
excavated material up to a distance of 50mts. And lift 1.5
16800.00
mtr. Stacking and spreading as directed, manual dewatering
preapring the bed for foundation and as per detailed specifi-
cation.
ITEM NO. 46 : RCC Chamber

Contractor No. of corrections Executive Engineer


157

Providing and constructing R.C.C. chamber for Flow-


meter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10
cm thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-
150(1:2:4) wall and cast in situ RCC cover 15 cm thick
on chamber in RCC M-150 (1:2:4) including normal de-
watering, centering, plywwod formwork, bully/ steel
prop.-ups,compaction,finishing the formed surface
with C.M. 1:3 of sufficient minimum thickness to give
smoothand even surface finish with curing including
providing & fixing in position steel M.S. HYSD bar rein-
forcement of various diameter for RCC raft Slabs, wall
cover,etc. including cutting ,bending,hooking the
bars,binding with binding wires,etc.complete as di-
rected by Engineer-in-charge.
14.00 No. a) Size 1.5 X 1.5 m internal size and depth 2.0 meter ( for 39639.00 Rs. Thirty Nine Thousand Six Hundred Thirty Nine
554946.00
AMR Flowmeter & flow contro Valve) only
b) Size 2.0 m X 2.0 m internal size and depth 2.5 meter ( For Rs. Sixty Three Thousand Nine Hundred Sixty Nine
2.00 No. 63969.00 127938.00
Ultrasonic insertion flowmeter -2 Nos.) only
TOTAL 14178168.00
SECTION C :- Comprehensive Operation and Maitenance
(72 Months)

Contractor No. of corrections Executive Engineer


158

Comprehensive Operation and Maitenance charges of the


whole water supply scheme on SCADA and generation of
daily report of water quality parameters and electrical pa-
rameters with specific consumption in kWh/ML. The report
shall be mailed daily to the head quarters for monitoring
purpose. In this work following staff shall be deployed for
smooth & efficient day to day operation of the entire SCADA
control & monitoring system, throughout the entire contract
period. Total 8 person with two 2 Wheeler shall be available
all the the time during the contract period. All the person
shall be provided with mobile smart phones. All labour, ma-
terials, spares required for efficient &day to day O&M of
entire SCADA control & monitoring system for the complete
contract period ie. one year initial & 5 years subsequently.
All the networking SCADA, Licence communication charges
Sim Cards etc.. required for the entire operation period(6
yrs) are included under scope of this work
1) A team Leader- 1 person during office hours at central
SCADA Station.
2) SCADA Operators - 6 Person ( Two person per Shift) at
WTP and Pure Water Pumping operation.
3) SCADA/Instrumentation Technician - 1 Person with 1 Two
wheelers for ZBR/ MBR Management system to weekly
checkup at each ZBRs, cleaning solar panels, checking con-
trol system, battery, attending the faults if any immediately.
scheme on SCADA … etc. complete as per
specification
1.00 Job During first year Free 0 0
1.00 Job During second year 3% of Total cost 314143.00 Rs.Three Lakhs Fourteen Thousand One Hun- 314143.00
dred Forty Three only
1.00 Job During third year 5% of Total cost 523572.00 Rs.Five Lakhs Twenty Three Thousand Five 523572.00
Hundred Seventy Two only
1.00 Job During forth year 7% of Total cost 733000.00 Rs. Seven Lakhs Thirty Three Thousand only 733000.00

Contractor No. of corrections Executive Engineer


159

1.00 Job During fifth year 7% of Total cost 733000.00 Rs. Seven Lakhs Thirty Three Thousand only 733000.00
1.00 Job During Sixth year 7% of Total cost 733000.00 Rs. Seven Lakhs Thirty Three Thousand only 733000.00
Rs. One Crore Seventy Two Lakhs Fourteen Thousand
Eight Hundred Eighty Three Only. Total Rs. 17214883.00

Sub work No 4 :- Providing and constructing Pure Water Sump with recirculation sump at WTP and other sump
at Cinchpani,Chippi and Popatkhed

Item No 1
Designing (aesthetically), and constructing RCC
ground service reservoirs / RCC sumps in M-300
mix of required capacity including excavation in all
types of strata, foundation concrete, container walls,
bottom slab top RCC roof slab / or dome, 20 mm
thick cement plaster with water proofing compound
in CM 1:3 proportion to inside face of the container,
including epoxy paint from inside including refilling
and disposing of surplus stuff within lead of 50 M, all
labour and material charges, for laying and jointing
of pipe assembly for inlet, outlet washout, over flow
and bypass arrangement consisting of C.I. M.S. D/F.
pipes, specials and valves of given diameters, pro-
viding and fixing

Contractor No. of corrections Executive Engineer


160

accessories such as M.S. ladder inside and outside,


C.I. Manhole frame and cover, water top slab, B.B.
masonry chamber for all valves, ventilating shafts,
including giving satisfactory hydraulic test and wa-
ter tightness test as per IS code and providing three
coats of cement paints to all exposed surface of
structure including roof surface etc. complete as per
design data, criteria, obligatory requirements and
detailed specifications. Anti-termite treatment shall
be given for underground portion of the structure
Notes
1) The design shall be in accordance with various
relevant I.S. specification (I.S.456/1978, I.S. 875 -
1987, I.S. 3370 -1965 or revised.)
2) Only M.S. bars grade I conforming to I.S. 432 part-
I or high yield strength deformed bars conforming to
I.S. 1786 or I.S. 1139 shall be used. Grade -II M.S.
bars shall not be used
3) Entire structure shall be in M-300 only
4) The scope of pipe assembly work shall be upto 5
metre beyond outside face of the wall, cost of pipes
valves and specials is not included in the rate but
labour cost for laying and jointing is included
5) The G.S.R. / Sump above 15 lakh litres capacity
shall be in two compartment

Contractor No. of corrections Executive Engineer


161

6) The Job includes designing the structure for uplift


pressure and dewatering if required during entire
execution and disposal of surplus excavated stuff
within lead of 50 metres as directed by ngineerin-
charge. If uplifts considered in design,then these
rates shall be increased by 7.5%
7) G.S.R. outlets shall be with bell mouth of approved
pattern in bottom slab and cost of designing bell
mouth is included in the rate. Sump well includes
cost of suction pit required at bottom
8)For pipe diameters upto 300 mm only CI pipes
and CI specials shall be used. For Pipe diameters
above 300 mm, M.S. pipes and specials minimum 10
mm thick shall be used with proper anticorrosive
epoxy treatment from inside and outside.
9) Cost of pump house is not included in these rates
10) Above rates are applicable for Seismic Zones 2, 3
and 4
11) 75% part rate shall be payable for reinforce-
ment, concrete and plastering items of all types of
G.S.R.s and sumps till satisfactory hydraulic testing
for water tightness test is given and till that work
shall be treated as incomplete.
Note : Conditions from Sr. No. 1 to 11 shall form a
part and parcel of tender and must be included in
the draft tender papers for work of R.C.C. GSRs and
sumps
4 Hrs Capacity 2927000 lits
Per Hrs pumping 731602 lits/Hr included in WTP

Contractor No. of corrections Executive Engineer


162

Cost for Balance capacity to be constructed


2927000-731602+20% Lits Say 2049078 lits Say
2100000 Lits
1.0 No 2100000 Lits. Capacity 9591538.00 Rs Nine Five lakh Ninety-One Thousand Five 9591538.00
Hundred Thirty-Eight Only
1.0 No Sump at Chinchpani 150000 lits. capacity 1612485.00 Rs Sixteen lakh Twelve Thousand Four Hun- 1612485.00
dred Eighty-Five Only
Rs Ten lakh Three Thousand Eight Hundred
1.0 No Sump at Popatkhed 75000 lit. capacity 1003880.00 1003880.00
Eighty Only

1.0 No Sump at Chippii 40000 lit. capacity 655948.00 Rs Six Lac Fifty-Five Thousand Nine Hundred 655948.00
Forty-Eight Only
Recirculation Sump at Popatkhed WTP of 18.00 Mld Rs Five One Lakh Sixty-Eight Thousand Two
1.0 No 5168294.00 5168294.00
Capacity 9.00 LL Hundred Ninty-Four Only

Item No 2 :- Extra Lead cahrges for RRC work ex-


ecuted for construction of WTP and Diff erence in
Rate of MS Bars
497.30 Cum Metal 252.94 Rs Two Hundred Fifty-Two Ninty four Only 125786.00
248.65 Cum Sand 242.98 Rs Two Hundred Forty-Two Ninty eight Only 60416.00

Total Rs. 18218347.00

Subwork No. 5 ( A ) - Designing, providing, erecting, testing and commissioning of Pure water Pumping Machinery with allied Electrical and Me-
chanical equipments for Rudhadi ZBR and Popatkhed ZBR, Khelpani & Gullarkhed ESR at WTP

SECTION No. 1 :- PUMPING MACHINERY FOR


RUDHADI ZBR,

Contractor No. of corrections Executive Engineer


163

Item No :-1 VERTICAL TURBINE PUMPS


Providing, erecting commissioning & giving satisfactory
test and trial of water lubricated V.T. Pumps suitable to
discharge 68381 LPH against a total head of 88 m hav-
ing Stainless Steel impeller, Stainless Steel Shaft, Upper
& Lower casing, Shaft sleeves, Base frame, coupling &
coupling guard etc. with 150 mm dia column assem- Rs. Twelve Lakhs Four Thousand Eight
2 Nos. bly of total length of 4.5 Mtrs .Length of each column 1204879.00 2409758.00
Hundred Seventy Nine only.
assembly shall not be more than 1.5 Mtr.as per speci-
fication.All the Pumps shall be tested at manufacturers
works as per scope of inspection in presence of Third
party inspection agency approved by MJP & Repre-
sentative of MJP.
Item No :-2 VERTICAL HOLLOW SHAFT MOTOR
Providing, erecting Vertical Hollow Shaft Motor 1500 Rs. One Lakhs Fifty Seven Thousand Two
2 nos 157225.00 314450.00
rpm, 415 volts,50 Hz, 3 Ph & HP not less than 40 Hundred Twenty Five only.
ITEM NO : 3 SLUICE VALVE 150 MM DIA
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Sluice valve (Glandless ) of 150 mm dia & Rs. Fifteen Thousand Five Hundred Three
2 Nos. 15503.00 31006.00
PN 1.6 rating as per detailed specification only
ITEM NO : 4 REFLUX VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Reflux valve of PN 1.6 rating with bypass
arrangement as per detailed specification
Rs. Fifteen Thousand Six Hundred Thirty
2 Nos. a) 150 mm dia 15639.00 31278.00
Nine only.
1 Nos. b) 200 mm dia 28091.00 Rs. Twenty Eight Thousand Ninety One on- 28091.00

Contractor No. of corrections Executive Engineer


164

ly.
ITEM NO : 5 BUTTERFLY VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Butterfly valve of PN 1.6 rating with bypass
arrangement as per detailed specification
Rs. Twenty Thousand Five Hundred Forty
1 Nos. 20544.00 20544.00
200 mm dia Four only.
ITEM NO : 6 - KINETIC AIR VALVE
Providing,erecting, Commissioning & giving satisfactory
Rs. Thirteen Thosand One Hundred Eighty
1 Nos. test and trial of Kinetic Air valve of 50 mm size and PN 13189.00 13189.00
1.6 rating as per standard specification. Nine only
ITEM NO : 7 DISMENTLLING JOINT
Providing,erecting, Commissioning & giving satisfactory
test and trial of M.S. Dismantling Joint of size as given
below as per detailed specification.
Rs. Nine Thousand Seven Hundred Sixty
2 Nos. 9762.00 19524.00
a) 150 mm dia Two only
Rs. Nine Thousand Eight Hundred Ninety
1 Nos. 9893.00 9893.00
b) 200 mm dia Three only.
ITEM NO : 8(a) M.S.BARREL PIPES
Providing, lowering, laying, jointing and testing M.S.
Barrel Pipes locally manufactured of required sizes as
1254 kg per detailed specification and approved layout of pump-
92.00 Rs.Ninety Two only 115368.00
ing machinery & size mentioned by the department.
ITEM NO : 8 (b) M.S.FLANGES
Providing , fabricating, erecting MS flanges sleep on
type ( all tables ) of required size and thickness with
287 kg both side machined upto 300 mm NB dia as per de-
141.00 Rs.One Hundred Forty One only 40467.00
tailed specifications.
ITEM NO : 8© FLANGE JOINTS

Contractor No. of corrections Executive Engineer


165

Providing and making flanged joints to flanged C.I./


M.S. pipes of all classes/specials etc. including cost of
all jointing materials ( rubber packing, nut bolts, etc. )
labour, hydraulic testing, etc. complete.
14 Joints a) 150 mm dia 910.00 Rs. Nine Hundred Ten only. 12740.00
4 Joints b) 200 mm dia 943.00 Rs. Nine Hundred Forty Three only. 3772.00
Rs. One Thousand Three Hundred Fifty
4 Joints c) 250 mm dia 1352.00 5408.00
Two only.
ITEM NO : 9 PRESSURE GAUGES
Providing, erecting and testing Glyscerine filled pres-
sure gauge Bourdon's type of 150 mm dia as per IS Rs. One Thousand Nine Hundred Forty
3 Nos. 3624 : 1987 with brass cock, syphon tube etc.as per
1945.00 5835.00
Five only.
standerd specification.
ITEM NO : 10 CONCRETE FOUNDATION
Providing C.C.foundation in 1:2:4 ratio ( M -200 Grade ) Rs. Six Thousand Six Hundred Fifty Three
1 Cum as per detailed specification.
6653.00 6653.00
only
ITEM NO : 11 - EOT CRANE
Providing,erecting, Commissioning Single Girder
Electrcally Operated Circular Travelling Crane ,5 Ton
Capacity , 8 Mtr. Span with 6 m. lift complete with wire Rs. Seven Lakhs Sixty Four Thousand Nine
1 No rope hoist ,class II duty all three motions electrcally op-
764009.00 764009.00
only.
erated by suitable rating motor IP 54 ,control panel and
down pendant control block.
ITEM NO : 12 - SQUARE BAR /RAIL
Providing,erecting and fixing square bar 50 mm x 50
mm of EN 8 as rail for over head crane on provided Rs. One Thousand Seven Hundred Twenty
30 Mtr. track , girder / contineous corbel beam, including sup-
1722.00
Two only
51660.00
porting plate and " J " bolts.
ITEM NO : 13 L.T.PANEL BOARD

Contractor No. of corrections Executive Engineer


166

Providing,erecting and giving satisfactory test and trial


of L.T.Panel comprising of specified Breakers,Bus bar, Rs. Three Lakhs Ninety Four Thousand
1 No. switches, indicating instruments etc as per detailed
394103.00 394103.00
One Hundred Three only.
specification.
Item No :- 14 A.T.S. STARTER
Providing,erecting, Commissioning & giving satisfactory Rs. Eighty Thousand Five Hundred Twenty
2 nos test and trial of ATS Starter for 40 HP motor as per 80523.00 161046.00
specification. Three only.
ITEM NO : 15 - PVC INSULATING MAT
Supplying and fixing PVC synthetic elastomer electrical-
ly insulating mat with class A insulation conforming to
Rs. Four Thousand Seven Hundred Sixty
7 Mtr. IS: 15652 – 2006 & CPRI tested having 2 mm thickness 4769.10 33384.00
upto 3.3 15652 – 2006 & CPRI tested having 2 mm Nine & Paise Ten only
thickness upto 3.3 kV
ITEM NO : 16 - APFC PANEL
Supplying and erecting 50 kVAr, 440 V 3 phase, 50
Hz.,thyrister switched micro APFC passive filter pan- Rs. One Lakhs Sixty Three Thousand Seven
1 No. el,consisting of suitable steps of APP type capacitor 163777.95 Hundred Seventy Seven & Paise Ninety 163778.00
units with harmonic filter reactors, as per specification Five only
no CP-ED/APFC
ITEM NO : 17 CABLE
Providing, lowering, laying, jointing, Commissioning &
Giving test and trial of XLPE insulated , armoured ca-
ble, ISI Marked, with stranded or solid conductor as per
detailed specification.
a) 1.1 KV, 3.5 Core, 185 Sq mm Alluminium ( MSEDCL Rs. One Thousand Thirty Three & Paise
50 m 1033.20 51660.00
Meter to LT Panel ) Twenty only.
b) 1.1 KV,3.5 Core, 50 sq mm Alluminium ( LT Panel to Rs. Three Hundred Sixty One & Paise
50 m 361.20 18060.00
ATS to Motor ) Twenty only.
c) 1.1 KV,3.5 Core, 95 sq mm Alluminium ( LT Panel to Rs. Five Hundred Seventy One & Paise
70 m 571.20 39984.00
ATS to Motor ) Twenty only.

Contractor No. of corrections Executive Engineer


167

d) 1.1 KV,3.5 Core, 10 sq mm Alluminium ( LT Panel to Rs. One Hundred Seventy One & Paise Fif-
15 m
EOT Crane )
171.15 2567.00
teen only.
1 job e ) Cable lugs, glands etc 1000.00 Rs. One Thousand only. 1000.00
ITEM NO : 18 PLATE TYPE EARTHING
A) Providing , ereting and giving satisfactory test and Rs. Five Thousand Seven Hundred Forty
6 Nos. trial of plate type earthing as per detailed specification.
5749.80 34499.00
Nine & Paise Eighty only
ITEM NO : 19 EARTHING STRIP
Supplying and erecting GI Earthing strips with GI Rs.Two Hundred Seventeen & Paise Thirty
60 Kg. clamps of suitable size as per detailed specifications.
217.35 13041.00
Five only.
ITEM NO : 20 IRON WORK
Providing, fabricating iron work of ISMB, ANGLES,
CHEQUARED PLATE, MS FLAT for base frame, panel
stand, square bar for crane,cable tray, supports of ven-
934.88 Kg. tilation ducting and items related to crane with bars of 71.29 Rs.Seventy One & Paise Twenty Nine only 66648.00
crane & all other similar work including cutting, bending,
welding and painting as per detailed specification.
ITEM NO : 21 VENTILATION
Providing & fixing Ventilation System as per specifica- Rs. Fifty Thousand Three Hundred Forty
1 Job tion.
50344.00 50344.00
Four only.
ITEM NO : 22 - TOOLS & FIRE FIGHTING
EQUIPMENTS
Providing & fixing Ventilation System as per specifica- Rs. One Lakhs Eighty Seven Thousand
1 Set tion.
187047.00 187047.00
Forty Seven only.
SECTION NO. 2 :- PUMPING MACHINERY
FOR POPATKHED ZBR, KHELPANI &
GULLARKHED ESR
Item No :-23 - VERTICAL TURBINE PUMPS

Contractor No. of corrections Executive Engineer


168

Providing, erecting commissioning & giving satisfactory


test and trial of water lubricated V.T. Pumps suitable to
discharge 150413 LPH against a total head of 85 m
having Stainless Steel impeller, Stainless Steel Shaft,
Upper & Lower casing, Shaft sleeves, Base frame,
coupling & coupling guard etc. with 200 mm dia col- Rs. Fifteen Lakhs Seventy Three Thousand
2 Nos. umn assembly of total length of 4.5 Mtrs .Length of 1573499.00 3146998.00
Four Hundred Ninety Nine only.
each column assembly shall not be more than 1.5
Mtr.as per specification.All the Pumps shall be tested
at manufacturers works as per scope of inspection in
presence of Third party inspection agency approved by
MJP & Representative of MJP.
Item No :-24 - VERTICAL HOLLOW SHAFT MOTOR
Providing, erecting Vertical Hollow Shaft Motor 1500 Rs. Two Lakhs Ninety Three Thousand Five
2 nos 293530.00 587060.00
rpm, 415 volts,50 Hz, 3 Ph & HP not less than 75 Hundred Thirty only.
ITEM NO : 25 - SLUICE VALVE 200 MM
DIA
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Sluice valve (Glandless ) of 200 mm dia &
Rs.Twenty Six Thousand Nine Hundred
2 Nos. 26945.00 53890.00
PN 1.6 rating as per detailed specification Forty Five only
ITEM NO : 26 - REFLUX VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Reflux valve of PN 1.6 rating with bypass
arrangement as per detailed specification
Rs. Twenty Eight Thousand Ninety One on-
2 Nos. a) 200 mm dia 28091.00 56182.00
ly.
Rs. Forty One Thousand Six Hundred Se-
1 Nos. b) 250 mm dia 41675.00 41675.00
venty Five only.
ITEM NO : 27 - BUTTERFLY VALVE

Contractor No. of corrections Executive Engineer


169

Providing,erecting and giving satisfactory test and trial


of C.I.D.F. Butterfly valve of PN 1.6 rating with bypass
arrangement as per detailed specification
Rs. Twenty Five Thousand Eight Hundred
1 Nos. 25872.00 25872.00
250 mm dia Seventy Two only.
ITEM NO : 28 - KINETIC AIR VALVE
Providing,erecting, Commissioning & giving satisfactory
Rs. Thirteen Thousand One Hundred Eigh-
1 Nos. test and trial of Kinetic Air valve of 50 mm size and PN 13189.00 13189.00
1.6 rating as per standard specification. ty Nine only
ITEM NO : 29 - DISMENTLLING JOINT
Providing,erecting, Commissioning & giving satisfactory
test and trial of M.S. Dismantling Joint of size as given
below as per detailed specification.
Rs. Nine Thousand Eight Hundred Ninety
2 Nos. 9893.00 19786.00
a) 200 mm dia Three only.
Rs. Thirteen Thousand Six Hundred Thirty
1 Nos. 13630.00 13630.00
b) 250 mm dia only.
ITEM NO :30 - PRESSURE GAUGES
Providing, erecting and testing Glyscerine filled pres-
sure gauge Bourdon's type of 150 mm dia as per IS Rs. One Thousand Nine Hundred Forty
3 Nos. 3624 : 1987 with brass cock, syphon tube etc.as per
1945.00 5835.00
Five only.
standerd specification.
Item No :- 31 - A.T.S. STARTER
Providing,erecting, Commissioning & giving satisfactory
Rs. One Lakh Thirty Thousand Five Hun-
2 Nos test and trial of ATS Starter for 75 HP motor as per 130550.00 261100.00
specification. dred Fifty only.
Item No :- 32 - ULTRASONIC FLOWMETER
Providing & fixing Ultrasonic Insertion Fixed type Flow
Meter (Single Channel) ( for Raw water Gravity main of Rs. Two Lakhs Forty Seven Thousand Five
2 nos 247500.00 495000.00
600 mm dia. & Pure water Gravity main of 500 mm dia.) Hundred only.
including TPI & MJP inspection

Contractor No. of corrections Executive Engineer


170

Item No :- 33 - FULLBORE ELECTROMAG-


NETIC (INLINE ) FLOWMETER
Designing ,providing, installing and commissioning of
Full Bore (Inline) Electromagnetic Flow Meter,for Pure
water with accuracy + 0.5% of measured value & pro-
tection as per given specification including sen-
sor,transmitter, printer, surge protection, data log-
ger,etc. with pipe cutting levelling & installation of flow
meter in the pipelines with necessary tool
tackles,cranes, etc.as may be required at site
etc.complete with three year comprehensive warantee.
a) 150 mm dia ( on 200 mm dia Pure water rising main Rs. One Lakhs Thirty Four Thousand Seven
1 Nos. for Rudhadi ZBR )
134750.00 134750.00
Hundred Fifty only.
b) 200 mm dia ( on 250 mm dia Pure water rising main Rs. One Lakh Fifty Eight Thousand Four
1 Nos. for Popatkhed ZBR)
158449.00 158449.00
Hundred Forty Nine only.
Item No :- 34 - C.I. Mechanical compression
Flanged/Socket Tail Pieces
Providing, installing and giving satisfactory field testing
of C.I. mechanical compression Flanged/ Socket Tail
Pieces ( Popularly known as I-TM flanged / socket tail
piece) suitable for making flanged connection with the
plain barrel of C.I. spun pipes (as per IS 1536/2001)
and D.I. pipes(AS per IS 8329/2000). The tail piece to
be supplied complete with sealing rubber gasket of
S.B.R. cast iron follower glands and mild steel nut bolts
. The whole assembly should be mechanically and hy-
draulically tested as per provisions laid down in IS
1538/1993.
Rs. Three Thousand Three Hundred Thirty
2 Nos. a) 200 mm dia 3335 6670.00
Five only.
2 Nos. b) 250 mm dia 5031 Rs. Five Thousand Thirty One only. 10062.00
Item No :- 35 -PANEL CABINET

Contractor No. of corrections Executive Engineer


171

Providing and fitting Panel Cabinet for fixing flowmeter


transmitter with proper locking arrangement with glass
window on front door for seeing the readings of flow
transmitter and data logger without opening of the panel
cabinet . It should house complete ancillaries and in-
Rs. Five Thousand Eight Hundred Forty
4 Nos. cluding the provision for connection of electrical power 5843.00 23372.00
supply from near by appratus. The panel Cabinet Shall Three only.
be pre wired & with suitable gland entries.M.S. Canopy
fabricated from M.S. plate for housing Electromagnetic
Flow meter including cutting, welding, fabricting etc.
complete.
Item No :- 36 -RCC CHAMBER FOR FLOW-
METER
Providing and constructing R.C.C. chamber for Flow-
meter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10
cm thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-
150(1:2:4) wall and cast in situ RCC cover 15 cm thick
on chamber in RCC M-150 (1:2:4) including normal de-
watering, centering, plywwod formwork, bully/ steel
prop.-ups,compaction,finishing yhe formed surface with Rs. Thirty Nine Thousand Six Hundred
4 Nos. 39639.00 158556.00
C.M. 1:3 of sufficient minimum thickness to give smoo- Thirty Nine only.
thand even surface finish with curing including providing
& fixing in position steel M.S. HYSD bar reinforcement
of various diameter for RCC raft Slabs, wall cover,etc.
including cutting ,bending,hooking the bars,binding with
binding wires,etc.complete as directed by Engineer-in-
charge.
a) Size 1.5 X 1.5 m internal size and depth 2.0 meter
( Rs. One Crore Three Lakhs Twelve Thousand
Total Rs. 10312882.00
Eight Hundred Eighty Six only.)

Contractor No. of corrections Executive Engineer


172

Subwork No. 5 ( B ) -Designing, providing, erecting, testing and commissioning of Pure water Pumping Machinery with allied Electrical and Mechan-
ical equipments For Malkapur & Shahanur ESR at Popatkhed Sump
ITEM No. :-1( A ) - SOLAR SUBMERSIBLE
PUMPS
Supplying, installing, testing and commissioning of solar
water pump of 5 HP capacity, AC surface type, 432000
LPD/ 2160000 LPD, total head of 10m/20m, comprising
of 4800Wp/ 4800Wp PV array respectively / Submersi-
ble type (with controller) of 91200LPD/ 62400LPD/
40800LPD total head of 50m/70m/100m, comprising of Rs. Two Lakhs Thirty Six Thousand Five
2 Nos. 4800Wp/ 4800Wp/ 4800Wp PV array respectively
236500.95 473002.00
Hundred & Paise Ninety Five only.
mounted on GI structure with necessary hardware and
suitable inverter with 5 years on site performance war-
rantee. Specification no. ESD-SWPS.The change over
switch shall be provided to operate the pumps on mains
supply as well as solar power.
Discharge - 76800 LPD at 60 Mtr. Head ( Required
Flow 147008 LPD at 60 Mtr head )
Item No :-1 (B ) SOLAR SUBMERSIBLE PUMP
Providing Submersible Pump 5 HP with Bronze/ CF8M
Rs. Twenty Nine Thousand Five Hundred
1 nos Impeller suitable for operation on mains supply as well 29584.00 29584.00
as Solar Power of above duty conditions. Eighty Four only.
ITEM NO : 2 - SLUICE VALVE 80 MM DIA
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Sluice valve (Glandless ) of 80 mm dia & PN Rs. Six Thousand Eight Hundred Seventy
2 Nos. 6870.00 13740.00
1.0 rating as per detailed specification only
ITEM NO : 3 - REFLUX VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Reflux valve of PN 1.0 rating with bypass
arrangement as per detailed specification
2 Nos. a) 80 mm dia 6462.00 Rs. Six Thousand Four Hundred Sixty Two 12924.00

Contractor No. of corrections Executive Engineer


173

only.
1 Nos. b) 100 mm dia 9002.00 Rs. Nine Thousand Two only. 9002.00
ITEM NO : 4 - BUTTERFLY VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Butterfly valve of PN 1.0 rating with bypass
arrangement as per detailed specification
Rs. Nine Thousand Seven Hundred Sixty
1 Nos. 9760.00 9760.00
100 mm dia only.
ITEM NO : 5 - KINETIC AIR VALVE
Providing,erecting, Commissioning & giving satisfactory Rs. Nine Thosand Three Hundred Ninety
1 Nos. test and trial of Kinetic Air valve of 40 mm size and PN 9394.00 9394.00
1.0 rating as per standard specification. Four only
ITEM NO : 6 - DISMENTLLING JOINT
Providing,erecting, Commissioning & giving satisfactory
test and trial of M.S. Dismantling Joint of size as given
below as per detailed specification.
Rs. Six Thousand Six Hundred Twelve
1 Nos. 6612.00 6612.00
100 mm dia only
ITEM NO : 7(a) - M.S.BARREL PIPES
Providing, lowering, laying, jointing and testing M.S.
Barrel Pipes locally manufactured of required sizes as
133 kg per detailed specification and approved layout of pump- 92.00 Rs.Ninety Two only 12236.00
ing machinery & size mentioned by the department.
ITEM NO : 7 (b) - M.S.FLANGES
Providing , fabricating, erecting MS flanges sleep on
type ( all tables ) of required size and thickness with
99 kg both side machined upto 300 mm NB dia as per de-
141.00 Rs.One Hundred Forty One only 13959.00
tailed specifications.
ITEM NO : 7 ( c ) - FLANGE JOINTS

Contractor No. of corrections Executive Engineer


174

Providing and making flanged joints to flanged C.I./


M.S. pipes of all classes/specials etc. including cost of
all jointing materials ( rubber packing, nut bolts, etc. )
labour, hydraulic testing, etc. complete.
20 Joints a) 80 mm dia 263.00 Rs. Two Hundred Sixty Three only. 5260.00
10 Joints b) 100 mm dia 453.00 Rs. Four Hundred Fifty Three only. 4530.00
ITEM NO : 8 - GI PIPE
a)Providing ISI mark G.I. pipe of following class and dia.
excluding GST levied by GOI & GOM in all respect, in-
spection charges, transportation to stores, etc. com-
plete as per IS-1239/2004.
60 Mtr. 40 mm dia (A Class) for Cable 283.00 Rs. Two Hundred Eighty Three only. 16980.00
b )Providing ISI mark G.I. pipe of following class and
dia. excluding GST levied by GOI & GOM in all respect,
inspection charges, transportation to stores, etc. com-
plete as per IS-1239/2004.
42 Mtr. 80mm, C Class for Pump Delivery 782.00 Rs. Seven Hundred Eighty Two only. 32844.00
ITEM NO : 9 - PRESSURE GAUGES
Providing, erecting and testing Glyscerine filled pres-
sure gauge Bourdon's type of 150 mm dia as per IS Rs. One Thousand Nine Hundred Forty
2 Nos. 3624 : 1987 with brass cock, syphon tube etc.as per 1945.00 3890.00
Five only.
standerd specification.
ITEM NO : 10 - CONCRETE FOUNDATION
Providing C.C.foundation in 1:2:4 ratio ( M -200 Grade ) Rs. Six Thousand Six Hundred Fifty Three
1 Cum as per detailed specification.
6653.00 6653.00
only
ITEM NO : 11( A ) - TRAVELLING TROLLY
Providing,erecting, Travelling Trolly of 3 Ton capacity Rs. Fifteen Thousand Six Hundred Fifty
1 No. with 6 mtr. lift tested to 50 % overload.
15652.00 15652.00
Two only.
ITEM NO : 11 ( B ) - CHAIN PULLY BLOCK

Contractor No. of corrections Executive Engineer


175

Providing,erecting triple spur gear type Chain pully


Block suitable for 3 Ton capacity with 6 mtr. lift com-
Rs. Twenty Three Thousand Three Hun-
1 No. plete with load chain and hand chain suitable for 23326.00
dred Twenty Six only
23326.00
above lift tested to 50% overload as per IS 3832 & car-
rying IS mark .
ITEM NO : 12 - L.T.PANEL BOARD
Providing,erecting and giving satisfactory test and trial
of L.T.Panel comprising of specified Breakers,Bus bar, Rs. Thirty Three Thousand Six Hundred
1 No. switches, indicating instruments etc as per detailed
33679.00 33679.00
Seventy Nine only.
specification.
ITEM NO : 13 - PVC INSULATING MAT
Supplying and fixing PVC synthetic elastomer electrical-
ly insulating mat with class A insulation conforming to
Rs. Four Thousand Seven Hundred Sixty
3 Sqm IS: 15652 – 2006 & CPRI tested having 2 mm thickness 4769.10 14307.00
upto 3.3 15652 – 2006 & CPRI tested having 2 mm Nine & Paise Ten only
thickness upto 3.3 kV
ITEM NO : 14 CABLE
Providing, lowering, laying, jointing, Commissioning &
Giving test and trial of XLPE insulated , armoured ca-
ble, ISI Marked, with stranded or solid conductor as per
detailed specification.
a) 1.1 KV, 3.5 Core, 25 Sq mm Alluminium ( MSEDCL Rs. Two Hundred Twenty Nine & Paise Ni-
50 m
Meter to LT Panel )
229.95 11498.00
nety Five only.
b) 1.1 KV, 4 Core, 16 sq mm Alluminium ( LT Panel to
15 m 200.55 3008.00
Controller Panel ) Rs. Two Hundred & Paise Fifty Five only.
c) Supplying and erecting flat flexible 3 core 4 sq mm
PVC sheathed submersible type copper cable suitably
30 m
clamped at fixed intervals with column pipe assembly
183.75 Rs. One Hundred Eighty Three & Paise Se- 5513.00
complete. venty Five only.
1 job d ) Cable lugs, glands etc 1000.00 Rs. One Thousand only. 1000.00
ITEM NO : 15 - PLATE TYPE EARTHING

Contractor No. of corrections Executive Engineer


176

A) Providing , ereting and giving satisfactory test and Rs. Five Thousand Seven Hundred Forty
2 Nos. trial of plate type earthing as per detailed specification.
5749.80 11500.00
Nine & Paise Eighty only
ITEM NO : 16 - EARTHING STRIP
Supplying and erecting GI Earthing strips with GI Rs.Two Hundred Seventeen & Paise Thirty
10 Kg. 217.35 2174.00
clamps of suitable size as per detailed specifications. Five only.
ITEM NO : 17 - IRON WORK
Providing, fabricating iron work of ISMB, ANGLES,
CHEQUARED PLATE, MS FLAT for base frame, panel
stand, square bar for crane,cable tray, supports of ven-
130.99 Kg. tilation ducting and items related to crane with bars of
71.29 Rs.Seventy One & Paise Twenty Nine only 9338.00
crane & all other similar work including cutting, bending,
welding and painting as per detailed specification.
ITEM NO : 18 - ELECTRIFICATION
Providing & erecting intrnal and external Electrification Rs. Twenty Eight Thousand Four Hundred
1 Job as per specification.
28461.00 28461.00
Sixty One only.
ITEM NO : 19 - VENTILATION
Providing & fixing Ventilation System as per specifica- Rs. Sixteen Thousand One Hundred Thirty
1 Job tion. 16133.00 16133.00
Three only.
ITEM NO : 20 - FIRE FIGHTING EQUIP-
MENTS
Providing & fixing Fire fiting equpment as per specifica- Rs. Eight Thousand Six Hundred Twenty
1 Set tion.
8629.00 8629.00
Nine only.
Item No :- 21 - FULLBORE ELECTROMAG-
NETIC (INLINE ) FLOWMETER

Contractor No. of corrections Executive Engineer


177

Designing ,providing, installing and commissioning of


Full Bore (Inline) Electromagnetic Flow Meter,for Pure
water with accuracy + 0.5% of measured value & pro-
tection as per given specification including sen-
sor,transmitter, printer, surge protection, data log-
ger,etc. with pipe cutting levelling & installation of flow
meter in the pipelines with necessary tool
tackles,cranes, etc.as may be required at site
etc.complete with three year comprehensive warantee.
100 mm dia ( on 100 mm dia Pure water rising main of Rs. One Lakhs Twenty Five Thousand Four
1 Nos. Malkapur& Shahapur ESR)
125438.00 125438.00
Hundred Thirty Eight only.
Item No :- 22 - C.I. Mechanical compression
Flanged/Socket Tail Pieces
Providing, installing and giving satisfactory field testing
of C.I. mechanical compression Flanged/ Socket Tail
Pieces ( Popularly known as I-TM flanged / socket tail
piece) suitable for making flanged connection with the
plain barrel of C.I. spun pipes (as per IS 1536/2001)
and D.I. pipes(AS per IS 8329/2000). The tail piece to
be supplied complete with sealing rubber gasket of
S.B.R. cast iron follower glands and mild steel nut bolts
. The whole assembly should be mechanically and hy-
draulically tested as per provisions laid down in IS
1538/1993.
Rs. One Thousand Four Hundred Thirty on-
2 Nos. a) 100 mm dia 1430 2860.00
ly.
Item No :- 23 -PANEL CABINET

Contractor No. of corrections Executive Engineer


178

Providing and fitting Panel Cabinet for fixing flowmeter


transmitter with proper locking arrangement with glass
window on front door for seeing the readings of flow
transmitter and data logger without opening of the panel
cabinet . It should house complete ancillaries and in-
Rs. Five Thousand Eight Hundred Forty
1 No. cluding the provision for connection of electrical power 5843.00 5843.00
supply from near by appratus. The panel Cabinet Shall Three only.
be pre wired & with suitable gland entries.M.S. Canopy
fabricated from M.S. plate for housing Electromagnetic
Flow meter including cutting, welding, fabricting etc.
complete.
Item No :- 24 -RCC CHAMBER FOR FLOW-
METER
Providing and constructing R.C.C. chamber for Flow-
meter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10
cm thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-
150(1:2:4) wall and cast in situ RCC cover 15 cm thick
on chamber in RCC M-150 (1:2:4) including normal de-
watering, centering, plywwod formwork, bully/ steel
prop.-ups,compaction,finishing yhe formed surface with Rs. Thirty Nine Thousand Six Hundred
1 No. 39639.00 39639.00
C.M. 1:3 of sufficient minimum thickness to give smoo- Thirty Nine only.
thand even surface finish with curing including providing
& fixing in position steel M.S. HYSD bar reinforcement
of various diameter for RCC raft Slabs, wall cover,etc.
including cutting ,bending,hooking the bars,binding with
binding wires,etc.complete as directed by Engineer-in-
charge.
a) Size 1.5 X 1.5 m internal size and depth 2.0 meter
( Rs. Ten Lakhs Eighteen Thousand Three
TOTAL RS. 1018368.00
Hundred Sixty Seven only.)

Contractor No. of corrections Executive Engineer


179

Subwork No. 5 ( C ) -Designing, providing, erecting, testing and commissioning of Solar Pumps with allied Electrical and Mechanical equipments For
Dongarkhed ESR, Mardi ESR & Khirkund ESR from Chinchpani Sump
ITEM No. :-1( A ) - SOLAR SUBMERSIBLE
PUMPS
Supplying, installing, testing and commissioning of 10
HP capacity AC/DC Solar water pump (SPV pump) with
inbuilt change over option ,comprising of min. 10 KWp
capacity multi crystalline SPV modules mounted on GI
Structure with necessary hardware with controller, suit-
able size HDPE delivery water pipe line up to 60 mtr Rs. Four Lakhs Forty Five Thousand &
2 Nos. length inside or above water tank/ borewell with neces-
445000.50
Paise Fifty only.
890001.00
sary control valves and necessary power supply cable
of appropriate size complete with 5 years on site per-
formance warrantee. Specification no. ESD-SWPS.The
change over switch shall be provided to operate the
pumps on mains supply as well as solar power.
Discharge -152340 LPD at 80 Mtr. Head( Required
305552 Ltrs per day at 78 Mtrs head )
Item No :-1 (B ) SOLAR SUBMERSIBLE PUMP
Providing Submersible Pump 10 HP with Bronze/
Rs. Forty One Thousand Three Hundred
1 Nos. CF8M Impeller suitable for operation on mains supply 41392.00
Ninety Two only.
41392.00
as well as Solar Power.of above duty conditions.
ITEM NO : 2 - REFLUX VALVE 150 MM DIA
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Reflux valve of 150 mm dia, PN 1.6 rating Rs. Fifteen Thousand Six Hundred Thirty
1 Nos. 15639.00
Nine only.
15639.00
with bypass arrangement as per detailed specification
ITEM NO : 3 - BUTTERFLY VALVE 150 MM
DIA
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Butterfly valve of 150 mm dia, PN 1.6 rating Rs. Sixteen Thousand One Hundred Ninety
1 Nos. 16196.00
Six only.
16196.00
with bypass arrangement as per detailed specification

Contractor No. of corrections Executive Engineer


180

ITEM NO : 4 - KINETIC AIR VALVE 40 MM


DIA
Providing,erecting, Commissioning & giving satisfactory
Rs. ElevenThousand Six Hundred Fifty
1 Nos. test and trial of Kinetic Air valve of 40 mm size and PN 11659.00
Nine only
11659.00
1.6 rating as per standard specification.
ITEM NO : 5 - DISMENTLLING JOINT
Providing,erecting, Commissioning & giving satisfactory
Rs. Nine Thousand Seven Hundred Sixty
1 Nos. test and trial of M.S. Dismantling Joint of 150 mm dia 9762.00
Two only
9762.00
as given below as per detailed specification.
ITEM NO : 6(a) - M.S.BARREL PIPES
Providing, lowering, laying, jointing and testing M.S.
Barrel Pipes locally manufactured of required sizes as
133 kg per detailed specification and approved layout of pump-
92.00 Rs.Ninety Two only 12236.00
ing machinery & size mentioned by the department.
ITEM NO : 6 (b) - M.S.FLANGES
Providing , fabricating, erecting MS flanges sleep
on type ( all tables ) of required size and thickness
37 kg 141.00 Rs.One Hundred Forty One only 5217.00
with both side machined upto 300 mm NB dia as
per detailed specifications.
ITEM NO : 6 ( c ) - FLANGE JOINTS
Providing and making flanged joints to 150 mm dia
2 Joints flanged C.I./ M.S. pipes of all classes/specials etc. in- 910.00 Rs. Nine Hundred Ten only. 1820.00
cluding cost of all jointing materials ( rubber packing,
nut bolts, etc. ) labour, hydraulic testing, etc. complete.
ITEM NO : 7 - IRON WORK

Contractor No. of corrections Executive Engineer


181

Providing, fabricating iron work of ISMB, ANGLES,


CHEQUARED PLATE, MS FLAT for base frame, panel
stand, square bar for crane,cable tray, supports of ven-
209.99 Kg. tilation ducting and items related to crane with bars of
71.29 Rs.Seventy One & Paise Twenty Nine only 14970.00
crane & all other similar work including cutting, bending,
welding and painting as per detailed specification.
ITEM NO : 8 - CONCRETE FOUNDATION
Providing C.C.foundation in 1:2:4 ratio ( M -200 Grade ) Rs. Six Thousand Six Hundred Fifty Three
1 Cum as per detailed specification.
6653.00
only
6653.00
ITEM NO : 9( A ) - TRAVELLING TROLLY
Providing,erecting, Travelling Trolly of 3 Ton capacity Rs. Fifteen Thousand Six Hundred Fifty
1 No. with 6 mtr. lift tested to 50 % overload.
15652.00 15652.00
Two only.
ITEM NO : 9 ( B ) - CHAIN PULLY BLOCK
Providing,erecting triple spur gear type Chain pully Block
suitable for 3 Ton capacity with 6 mtr. lift complete with Rs. Twenty Three Thousand Three Hun-
1 No. load chain and hand chain suitable for above lift tested to
23326.00
dred Twenty Six only
23326.00
50% overload as per IS 3832 & carrying IS mark .
ITEM NO : 10 - L.T.PANEL BOARD
Providing,erecting and giving satisfactory test and trial
of L.T.Panel comprising of specified Breakers,Bus bar, Rs. Thirty Three Thousand Six Hundred
1 No. switches, indicating instruments etc as per detailed
108230.00
Seventy Nine only.
108230.00
specification.
ITEM NO : 11 - PVC INSULATING MAT
Supplying and fixing PVC synthetic elastomer electrical-
ly insulating mat with class A insulation conforming to
Rs. Four Thousand Seven Hundred Sixty
2 Sqm IS: 15652 – 2006 & CPRI tested having 2 mm thickness 4769.10
Nine & Paise Ten only
9538.20
upto 3.3 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 kV
ITEM NO : 12 - CABLE

Contractor No. of corrections Executive Engineer


182

Providing, lowering, laying, jointing, Commissioning &


Giving test and trial of XLPE insulated , armoured ca-
ble, ISI Marked, with stranded or solid conductor as per
detailed specification.
a) 1.1 KV, 3.5 Core, 50 Sq mm Alluminium ( MSEDCL Rs. Three Hundred Sixty One & Paise
25 Mtr. Meter to LT Panel )
361.20
Twenty only.
9030.00
b) 1.1 KV, 3.5 Core, 35 sq mm Alluminium ( LT Panel to Rs. Two Hundred Seventy Seven & Paise
20 Mtr. Controller Panel )
277.20 5544.00
Twenty only.
1 job c ) Cable lugs, glands etc 500.00 Rs. Five Hundred only. 500.00
ITEM NO : 13 - PLATE TYPE EARTHING
A) Providing , ereting and giving satisfactory test and Rs. Five Thousand Seven Hundred Forty
2 Nos. trial of plate type earthing as per detailed specification.
5749.80
Nine & Paise Eighty only
11500.00

ITEM NO : 14 - EARTHING STRIP


Supplying and erecting GI Earthing strips with GI Rs.Two Hundred Seventeen & Paise Thirty
10 Kg. clamps of suitable size as per detailed specifications.
217.35
Five only.
2174.00
ITEM NO : 15 - ELECTRIFICATION
Providing & erecting intrnal and external Electrification Rs. Thirty One Thousand Nine Hundred Fif-
1 Job as per specification.
31950.00
ty only.
31950.00
ITEM NO : 16 - VENTILATION
Providing & fixing Ventilation System as per specifica- Rs. Sixteen Thousand Eight Hundred Thirty
1 Job tion.
16831.00
One only.
16831.00
ITEM NO : 17 - FIRE FIGHTING EQUIP-
MENTS
Providing & fixing Fire fighting equpment as per specifi- Rs. Eight Thousand Six Hundred Twenty
1 Set cation.
8629.00
Nine only.
8629.00
Item No :- 18 - FULLBORE ELECTROMAG-
NETIC (INLINE ) FLOWMETER

Contractor No. of corrections Executive Engineer


183

Designing ,providing, installing and commissioning of


Full Bore (Inline) Electromagnetic Flow Meter,for Pure
water with accuracy + 0.5% of measured value & pro-
tection as per given specification including sen-
sor,transmitter, printer, surge protection, data log-
ger,etc. with pipe cutting levelling & installation of flow
meter in the pipelines with necessary tool
tackles,cranes, etc.as may be required at site
etc.complete with three year comprehensive warantee.
Rs. One Lakhs Thirty Four Thousand Seven
1 Nos. 150 mm dia ( on 200 mm dia Pure water rising main ) 134750.00
Hundred Fifty only.
134750.00

Item No :- 19 - C.I. Mechanical compression


Flanged/Socket Tail Pieces
Providing, installing and giving satisfactory field testing
of C.I. mechanical compression Flanged/ Socket Tail
Pieces ( Popularly known as I-TM flanged / socket tail
piece) suitable for making flanged connection with the
plain barrel of C.I. spun pipes (as per IS 1536/2001)
and D.I. pipes(AS per IS 8329/2000). The tail piece to
be supplied complete with sealing rubber gasket of
S.B.R. cast iron follower glands and mild steel nut bolts
. The whole assembly should be mechanically and hy-
draulically tested as per provisions laid down in IS
1538/1993.
Rs. Three Thousand Three Hundred Thirty
2 Nos. a) 200 mm dia 3335
Five only.
6670.00
Item No :- 20 -PANEL CABINET

Contractor No. of corrections Executive Engineer


184

Providing and fitting Panel Cabinet for fixing flowmeter


transmitter with proper locking arrangement with glass
window on front door for seeing the readings of flow
transmitter and data logger without opening of the panel
cabinet . It should house complete ancillaries and in-
Rs. Five Thousand Eight Hundred Forty
1 No. cluding the provision for connection of electrical power 5843.00 5843.00
supply from near by appratus. The panel Cabinet Shall Three only.
be pre wired & with suitable gland entries.M.S. Canopy
fabricated from M.S. plate for housing Electromagnetic
Flow meter including cutting, welding, fabricting etc.
complete.
Item No :- 21 -RCC CHAMBER FOR FLOW-
METER
Providing and constructing R.C.C. chamber for Flow-
meter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10
cm thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-
150(1:2:4) wall and cast in situ RCC cover 15 cm thick
on chamber in RCC M-150 (1:2:4) including normal de-
watering, centering, plywwod formwork, bully/ steel
prop.-ups,compaction,finishing yhe formed surface with Rs. Thirty Nine Thousand Six Hundred
1 No. 39639.00 39639.00
C.M. 1:3 of sufficient minimum thickness to give smoo- Thirty Nine only.
thand even surface finish with curing including providing
& fixing in position steel M.S. HYSD bar reinforcement
of various diameter for RCC raft Slabs, wall cover,etc.
including cutting ,bending,hooking the bars,binding with
binding wires,etc.complete as directed by Engineer-in-
charge.
a) Size 1.5 X 1.5 m internal size and depth 2.0
meter
( Rs. Fourteen Lakhs Fifty Five Thousand
TOTAL RS. 1455351.00
Three Hundred Fifty only.)

Contractor No. of corrections Executive Engineer


185

Subwork No. 5 ( D ) -Designing, providing, erecting, testing and commissioning of Solar Pumps with allied Electrical and Mechanical equipments For
ESR at Chipi from Sump @ Edlapur
ITEM No. :-1( A ) - SOLAR SUBMERSIBLE
PUMPS
Supplying, installing, testing and commissioning of solar
water pump of 3 HP capacity, AC surface type, 243000
LPD, total head of 10m, comprising of 2700Wp PV ar-
ray / submersible type (with controller)
121500LPD/96000LPD/ 57000LPD/ 39000LPD, total
head of 20m/30m/ 50m/70m, comprising of Rs. One Lakhs Sixty Eight Thousand Three
2 No 2700Wp/3000Wp/ 3000Wp/ 3000Wp PV array respec-
168300.30 336601.00
Hundred & Paise Thirty only.
tively mounted on GI structure with necessary hardware
and suitable inverter with 5 years on site performance
warrantee. Specification no. ESD-SWPS,. The change
over switch shall be provided to operate the pumps on
mains supply as well as solar power.
Discharge - 50000 LPD at 58 Mtr. Head ( Required
Flow 80000 LPD at 58 Mtr head )
Item No :-1 (B ) SOLAR SUBMERSIBLE PUMP
Providing Submersible Pump 3 HP with Bronze/ CF8M
Rs. Twenty Seven Thousand One Hundred
1 No Impeller suitable for operation on mains supply as well 27157.00 27157.00
as Solar Power.of above duty conditions. Fifty Seven only.
ITEM NO : 2 - SLUICE VALVE 50 MM DIA
Providing,erecting and giving satisfactory test and trial
2 No of C.I.D.F. Sluice valve (Glandless ) of 50 mm dia & PN 5031.00 Rs. Five Thousand Thirty One only 10062.00
1.0 rating as per detailed specification
ITEM NO : 3 - REFLUX VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Reflux valve of PN 1.0 rating with bypass
arrangement as per detailed specification
2 No a) 50 mm dia 4152.00 Rs. Four Thousand One Hundred Fifty Two 8304.00

Contractor No. of corrections Executive Engineer


186

only.
1 No b) 100 mm dia 9002.00 Rs. Nine Thousand Two only. 9002.00
ITEM NO : 4 - BUTTERFLY VALVE
Providing,erecting and giving satisfactory test and trial
of C.I.D.F. Butterfly valve of PN 1.0 rating with bypass
arrangement as per detailed specification
Rs. Nine Thousand Seven Hundred Twenty
1 No 9720.00 9720.00
100 mm dia only.
ITEM NO : 5 - KINETIC AIR VALVE
Providing,erecting, Commissioning & giving satisfactory Rs. Nine Thosand Three Hundred Ninety
1 No test and trial of Kinetic Air valve of 40 mm size and PN 9394.00 9394.00
1.0 rating as per standard specification. Four only
ITEM NO : 6 - DISMENTLLING JOINT
Providing,erecting, Commissioning & giving satisfactory
test and trial of M.S. Dismantling Joint of size as given
below as per detailed specification.
Rs. Six Thousand Six Hundred Twelve
1 No 6612.00 6612.00
100 mm dia only
ITEM NO : 7(a) - M.S.BARREL PIPES
Providing, lowering, laying, jointing and testing M.S.
Barrel Pipes locally manufactured of required sizes as
133 kg per detailed specification and approved layout of pump- 92.00 Rs.Ninety Two only 12236.00
ing machinery & size mentioned by the department.
ITEM NO : 7 (b) - M.S.FLANGES
Providing , fabricating, erecting MS flanges sleep on
type ( all tables ) of required size and thickness with
62 kg both side machined upto 300 mm NB dia as per de-
141.00 Rs.One Hundred Forty One only 8742.00
tailed specifications.
ITEM NO : 7 ( c ) - FLANGE JOINTS

Contractor No. of corrections Executive Engineer


187

Providing and making flanged joints to flanged C.I./


M.S. pipes of all classes/specials etc. including cost of
all jointing materials ( rubber packing, nut bolts, etc. )
labour, hydraulic testing, etc. complete.
10 Joints a) 50 mm dia 200.00 Rs. Two Hundred only. 2000.00
2 Joints b) 100 mm dia 453.00 Rs. Four Hundred Fifty Three only. 906.00
ITEM NO : 8 - GI PIPE
a)Providing ISI mark G.I. pipe of following class and dia.
excluding GST levied by GOI & GOM in all respect, in-
spection charges, transportation to stores, etc. com-
plete as per IS-1239/2004.
5 Mtr. 40 mm dia (A Class) for Cable 283.00 Rs. Two Hundred Eighty Three only. 1415.00
b )Providing ISI mark G.I. pipe of following class and
dia. excluding GST levied by GOI & GOM in all respect,
inspection charges, transportation to stores, etc. com-
plete as per IS-1239/2004.
15 Mtr. 50mm, C Class for Pump Delivery 473.00 Rs. Four Hundred Seventy Three only. 7095.00
ITEM NO : 9 - IRON WORK
Providing, fabricating iron work of ISMB, ANGLES,
CHEQUARED PLATE, MS FLAT for base frame, panel
stand, square bar for crane,cable tray, supports of ven-
130.98 Kg. tilation ducting and items related to crane with bars of
71.29 Rs.Seventy One & Paise Twenty Nine only 9337.00
crane & all other similar work including cutting, bending,
welding and painting as per detailed specification.
ITEM NO : 10 - PRESSURE GAUGES
Providing, erecting and testing Glyscerine filled pres-
sure gauge Bourdon's type of 150 mm dia as per IS Rs. One Thousand Nine Hundred Forty
2 Nos. 3624 : 1987 with brass cock, syphon tube etc.as per
1945.00
Five only.
3890.00
standerd specification.
ITEM NO : 11 - CONCRETE FOUNDATION

Contractor No. of corrections Executive Engineer


188

Providing C.C.foundation in 1:2:4 ratio ( M -200 Grade ) Rs. Six Thousand Six Hundred Fifty Three
1 Cum as per detailed specification.
6653.00
only
6653.00
ITEM NO : 12( A ) - TRAVELLING TROLLY
Providing,erecting, Travelling Trolly of 3 Ton capacity Rs. Fifteen Thousand Six Hundred Fifty
1 No. with 6 mtr. lift tested to 50 % overload. 15652.00 15652.00
Two only.
ITEM NO : 12 ( B ) - CHAIN PULLY BLOCK
Providing,erecting triple spur gear type Chain pully Block
suitable for 3 Ton capacity with 6 mtr. lift complete with Rs. Twenty Three Thousand Three Hun-
1 No. load chain and hand chain suitable for above lift tested to
23326.00
dred Twenty Six only
23326.00
50% overload as per IS 3832 & carrying IS mark .
ITEM NO : 13 - L.T.PANEL BOARD
Providing,erecting and giving satisfactory test and trial
of L.T.Panel comprising of specified Breakers,Bus bar, Rs. Thirty Thousand Seven Hundred Eighty
1 No. switches, indicating instruments etc as per detailed 30782.00
Two only.
30782.00
specification.
ITEM NO : 14 - PVC INSULATING MAT
Supplying and fixing PVC synthetic elastomer electrical-
ly insulating mat with class A insulation conforming to Rs. Four Thousand Seven Hundred Sixty
1 Mtr. IS: 15652 – 2006 & CPRI tested having 2 mm thickness 4769.10
Nine & Paise Ten only
4769.00
upto 3.3 15652 – 2006 & CPRI tested having 2 mm
thickness upto 3.3 kV
ITEM NO : 15 CABLE
Providing, lowering, laying, jointing, Commissioning &
Giving test and trial of XLPE insulated , armoured ca-
ble, ISI Marked, with stranded or solid conductor as per
detailed specification.
a) 1.1 KV, 4 Core, 16 Sq mm Alluminium ( MSEDCL
15 Mtr. Meter to LT Panel )
200.55 Rs. Two Hundred & Paise Fifty Five only. 3008.00
b) 1.1 KV, 4 Core, 10 sq mm Alluminium ( LT Panel to Rs. One Hundred Seventy One & Paise Fif-
30 Mtr. Controller Panel )
171.15
teen only.
5135.00

Contractor No. of corrections Executive Engineer


189

c) Supplying and erecting flat flexible 3 core 2.5 sq mm


PVC sheathed submersible type copper cable suitably
20 Mtr. clamped at fixed intervals with column pipe assembly
134.40 Rs. One Hundred Thirty Four & Paise Forty 2688.00
complete. only.
1 job d ) Cable lugs, glands etc 500.00 Rs. Five Hundred only. 500.00
ITEM NO : 16 - PLATE TYPE EARTHING
A) Providing , ereting and giving satisfactory test and Rs. Five Thousand Seven Hundred Forty
2 Nos. trial of plate type earthing as per detailed specification.
5749.80 11500.00
Nine & Paise Eighty only
ITEM NO : 17 - EARTHING STRIP
Supplying and erecting GI Earthing strips with GI Rs.Two Hundred Seventeen & Paise Thirty
10 Kg. clamps of suitable size as per detailed specifications. 217.35 2174.00
Five only.
ITEM NO : 18 - ELECTRIFICATION
Providing & erecting intrnal and external Electrification Rs. Twenty Eight Thousand Four Hundred
1 Job as per specification.
28461.00
Sixty One only.
28461.00

ITEM NO : 19 - VENTILATION
Providing & fixing Ventilation System as per specifica- Rs. Sixteen Thousand One Hundred Thirty
1 Job tion.
16133.00
Three only.
16133.00
ITEM NO : 20 - FIRE FIGHTING EQUIP-
MENTS
Providing & fixing Fire fighting equipment as per speci- Rs. Eight Thousand Six Hundred Twenty
1 Set fication.
8629.00
Nine only.
8629.00
Item No :- 21 - FULLBORE ELECTROMAG-
NETIC (INLINE ) FLOWMETER

Contractor No. of corrections Executive Engineer


190

Designing ,providing, installing and commissioning of


Full Bore (Inline) Electromagnetic Flow Meter,for Pure
water with accuracy + 0.5% of measured value & pro-
tection as per given specification including sen-
sor,transmitter, printer, surge protection, data log-
ger,etc. with pipe cutting levelling & installation of flow
meter in the pipelines with necessary tool
tackles,cranes, etc.as may be required at site
etc.complete with three year comprehensive warantee.
100 mm dia ( on 100 mm dia Pure water rising main for Rs. One Lakhs Twenty Five Thousand Four
1 Nos. Chipi ESR )
125438.00
Hundred Thirty Eight only.
125438.00

Item No :- 22 - C.I. Mechanical compression


Flanged/Socket Tail Pieces
Providing, installing and giving satisfactory field testing
of C.I. mechanical compression Flanged/ Socket Tail
Pieces ( Popularly known as I-TM flanged / socket tail
piece) suitable for making flanged connection with the
plain barrel of C.I. spun pipes (as per IS 1536/2001)
and D.I. pipes(AS per IS 8329/2000). The tail piece to
be supplied complete with sealing rubber gasket of
S.B.R. cast iron follower glands and mild steel nut bolts
. The whole assembly should be mechanically and hy-
draulically tested as per provisions laid down in IS
1538/1993.
Rs. One Thousand Four Hundred Thirty on-
2 Nos. a) 100 mm dia 1430
ly.
2860.00
Item No :- 23 -PANEL CABINET

Contractor No. of corrections Executive Engineer


191

Providing and fitting Panel Cabinet for fixing flowmeter


transmitter with proper locking arrangement with glass
window on front door for seeing the readings of flow
transmitter and data logger without opening of the panel
cabinet . It should house complete ancillaries and in-
Rs. Five Thousand Eight Hundred Forty
1 No. cluding the provision for connection of electrical power 5843.00 5843.00
supply from near by appratus. The panel Cabinet Shall Three only.
be pre wired & with suitable gland entries.M.S. Canopy
fabricated from M.S. plate for housing Electromagnetic
Flow meter including cutting, welding, fabricting etc.
complete.
Item No :- 24 -RCC CHAMBER FOR FLOW-
METER
Providing and constructing R.C.C. chamber for Flow-
meter with 15 cm thick M-150 ( 1:2:4) PCC bedding ,10
cm thick RCC 1:2:4 reaft slab, 15 cm thick RCC M-
150(1:2:4) wall and cast in situ RCC cover 15 cm thick
on chamber in RCC M-150 (1:2:4) including normal de-
watering, centering, plywwod formwork, bully/ steel
prop.-ups,compaction,finishing yhe formed surface with Rs. Thirty Nine Thousand Six Hundred
1 No. 39639.00 39639.00
C.M. 1:3 of sufficient minimum thickness to give smoo- Thirty Nine only.
thand even surface finish with curing including providing
& fixing in position steel M.S. HYSD bar reinforcement
of various diameter for RCC raft Slabs, wall cover,etc.
including cutting ,bending,hooking the bars,binding with
binding wires,etc.complete as directed by Engineer-in-
charge.
a) Size 1.5 X 1.5 m internal size and depth 2.0
meter
( Rs. Seven Lakhs Ninety Five Thousand Six
TOTAL RS. 795663.00
Hundred Sixty Three only.)

Contractor No. of corrections Executive Engineer


192

SUBWORK NO. - 5 ( E ) - Providing errecting, Testing and Comissioning of Non Clog submersible pump Set with allied equipments on Re-
Circulation Sump
Item No. : 1 - Submersible Non Clog Pumpsets
Supplying & installing Non-clog Submersible
Pump suitable for sewage/Liquid waste application
with standard MOC and given duty points as below Rs.One Lakh Nine Thousand Seventy Nine
3 Nos. 109079.00 327237.00
with discharge of pump set 58430 LPH, 18 Mtr. only
head with motor. HP of Motor Shall not be less
than 7.5 HP .
Item No. : 2 - Pressure gauges
Providing, errecting Glyscerine filled Pressure
Rs. One Thousand Three Hundred forty
3 Nos. gauge of required range completewith syphon tube. 1340.00 4020.00
only
100 mm dia
Item No. : 3 - L.T. Cup Board/Cubicle Type
panel Board-
Providing and erecting L.T. cup board type Panel
Rs. One Lakh Twelve Thousand three Hun-
1 No. Board including all standard swithgears and suita- 112310.00 112310.00
dred Twelve only
ble for 7.5 HP, 3 Pumps arrangement.
Item No. : 4 - Glandless CIDF Sluice Valves
Providing and errecting 100 mm dia CI Glandless
Rs. Nine Thousand One Hundred Seven
3 Nos. Sluice valves PN 1 rating as per detailed specifica- 9107.00 27321.00
only
tions.
Item No. : 5 - Reflux Valves
Providing and errecting 100 mm dia Reflux valves
Rs. Seven Thousand Nine Hundred Eighty
3 Nos. PN 1 rating without bypass arrangement as per de- 7985.00 23955.00
Five only
tailed specifications .
Item No. : 6 - CIDF Pipe& GIPipe

Contractor No. of corrections Executive Engineer


193

a) Providing and supplying & erecting ISI stan-


dard CI double flanged pipes (Medium Class) of
100 mm dia excluding GST levied by GOI &
Rs. One Thousand Eight Hundred Thirteen
50 Mtr. GOM in all respect including railway freight, in- 1813.00 90650.00
only
surance, unloading from railway wagon, loading
into truck transport to stores, unloading etc. com-
plete as directed by Engineer-in-charge
b) Providing & erecting ISI mark G.I. pipe 'A'
Class of 40 mm dia excluding GST levied by GOI
& GOM in all respect, inspection charges, trans-
Rs. Three Hundred Nineteen & Paise Twen-
60 Mtr. portation to stores, etc. complete as per IS- 319.20 19152.00
ty only
1239/2004.Note : One coupler shall be provided
with each full length of pipe cost of which is in-
cluded in rates.
Item No. :7 - FLANGED JOINTS
Providing and making flanged joints to flanged C.I./M.S.
10 Nos. pipes of 100 mm dia all classes/specials etc. including cost 453.00 Rs. Four Hundred Fifty Three only 4530.00
of all jointing materials (rubber packing, nut bolts, etc.), la-
bour, hydraulic testing etc. complete.
Item No. : 8 - CI Specials
400 Kg. Providing and errecting CI Specials 73.00 Rs. Seventy Three only. 29200.00
Item No. : 9 - Cable
Supplying and erecting flat flexible 3 core 4.0 sq
mm PVC sheathed submersible type copper cable Rs. One Hundred Eighty Three & Paise Se-
100 Mtr. 183.75 18375.00
suitably clamped at fixed intervals with column venty Five only
pipe assembly complete
Item No. : 10 - Earthing

Contractor No. of corrections Executive Engineer


194

Providing earthing with galavanised cast iron earth


plate size 60 x 60 x 0.6 cm complte with all mate- Rs. Four Thousand Four Hundred Forty
3 Nos. 4449.90 13350.00
rials, testing & recording the results as per specific- Nine & Paise Ninety only
tion No. EA-EP
( Rs. Six Lakhs Seventy Thousand One Hun-
Total Rs. 670100.00
dred only

Sub Work No 6 :- Providing ,Lowering Laying and Jointing 100 & 250 mm dia DI K 9 Pipe for Pure water Pumping Main from Sump to
ZBRand ESRs
Item No 1
Providing D.I. pipes (push on joints pressure pipes of
D. I. of following class and diameters confirming to
the I. S. specification inclusive cost of jointing mate-
rials (Rubber gasket of EPDM Quality ) excluding
GST levied by GOI & GOM in all respect including
Third party inspection charges of TPI Agency ap-
proved by MJP including Transit insurance, Railway
Freight, Unloading from railway wagon, Loading into
Truck, Transportation to departmental store, un-
loading, stacking etc. completed as directed by En-
gineer in charges (IS 1536/2001 for pipes and IS
158/1969 and IS 12820/1989 or latest edi-
tion/revision with amendments for Rubber Gasket
Mtr Rs Three Thousand Five Hundred Eleven On- 14114220.00
4020.00 250 mm dia DI K9 pipes 3511.00
ly
6126.00 Mtr 200 mm dia DI K9 pipes 2607.00 Rs Two Thousand Six Hundred Seven Only 15970482.00
Mtr Rs One Thousand Nine Hundred Nineteen 6390270.00
3330.00 150 mm dia DI K9 pipes 1919.00
Only
Mtr Rs One Thousand Four Hundred Fifty-Five 14710050.00
10110.00 100 mm dia DI K9 pipes 1455.00
Only
23586.00

Contractor No. of corrections Executive Engineer


195

Item No 2
Job L.S. Providing DI special suitable for above pipes L.S. 2559251.00
( 5% cost of pipe )
Note:- The payment will be proposed for achual
consumption as specials as per the rate of MJP CSR
2021-2022 on Kg basis or No. basis for the respec-
tive specials.
Item No 3
Providing Cast Iron Double Flanged Sluice Valve
confirming for IS 14846 including worn gear ar-
rangements as per test pressure , stainless steel
spindle and capsincluding inspection and transpor-
tation up to departmental store unloading
,stacking,excluding GST levied by GOI & GOM in all
respect etc complete
Each Rs Twenty-Eight Thousand Seven Hundred 86181.00
3 250 mm dia PN 1 without bypass 28727.00
Twenty-Seven Only
Each Rs Eighteen Thousand Five Hundred Eighty- 55743.00
3 200 mm dia PN 1 without bypass 18581.00
One Only
Each Rs Ten Thousand Two Hundred Fifty-One 51255.00
5 150 mm dia PN 1 without bypass 10251.00
Only
Each Rs Six Thousand Eight Hundred Thirty-Five
5 100 mm dia PN 1 without bypass 6835.00 34175.00
Only
16
Item No 4

Contractor No. of corrections Executive Engineer


196

Providing and supplying at site ductile iron


/Spheroidal Graphite (S.G.) iron single /Double
chamber tamper proof air valve without isolating
sluice valve. Valves in accordance with BSEN 1074-4
of PN 10/16 rated, with body and bonnet of ductile
iron confirming to EN 1563/IS 1865 Gr. 500/7 or
Gr.400/15 floats, float guide, seat ring of stainless
steel 1.4436/1.4306, seat ring gasket of WRAS ap-
proved EPDM rubber (suitable for drinking water),
internal fasteners of stainless steel A2. Body & Bon-
net coated inside & outside with electrostatically
applied epoxy powder coated blue colour (suitable
for drinking water) as per DIN 30677-2 & GSK
guidelines with a coating thickness of min. 250 mi-
crons.Flange connections as per IS 1538 raised face
& pressure testing at manufactures works shall be
done as per IS 14845. including transportation
charges excluding GST levied by GOI & GOM in all
respect etc.complete. (For PN 10 & 16)
50 mm dia Air Valve 24790.00 Rs Twenty-Four Thousand Seven Hundred
48 Each 1189920.00
Ninety Only

Item No :- 5

Contractor No. of corrections Executive Engineer


197

Excavation for foundation / pipe trenches in earth,


soils of all types, sand gravel and soft, murum,
hard murum,hard murum & Boulders, WBM
roads, Soft Rock & old cement & lime masonary
foundation, Asphalt Road, Hard rock and con-
crete road by chiselling, wedging, line drilling, by
mechanical means, or by blasting including
trimming & leveling the bed dismantling of ce-
ment concrete pavement by mechanical means
using pneumatic tools,breaking to pieces not exceed-
ing 0.02 cum in volume and stock piling at designat-
ed locations or by all means other than blasting in-
cluding removing the excavated material upto a dis-
tance of 50 metres and lifts as below, stacking and
spreading as directed, manual dewatering, prepar-
ing the bed for foundation and excluding backfilling,
etc. complete. (Average Rate)

Rs Two Hundred Ten and Ninty Three paisa


24459.11 Cum Lift 0.00 to 1.50 M. 210.93 5159160.00
Only

Item No 6
Lowering laying and jointing with SBR ruber gaskets
C.I. S/S / DI-K7 / DI-K9 pipes of various classes with
CI / MS specials of following diameter in proper po-
sition, grade and alignment as directed by Engineer-
in-charge including conveyance of material from
stores to site of work, including cost of jointing ma-
terials and rubber rings labour, giving hydraulic
testing etc. complete
Without Rubber Ring
4013.00 Rmt 250 mm dia DI K9 pipes 149.00 Rs One Hundred Forty-Nine Only 597937.00

Contractor No. of corrections Executive Engineer


198

6115.00 Rmt 200 mm dia DI K9 pipes 113.00 Rs One Hundred Thirteen Only 690995.00
3302.00 Rmt 150 mm dia DI K9 pipes 86.00 Rs Eighty-Six Only 283972.00
10077.00 Rmt 100 mm dia DI K9 pipes 64.00 Rs Sixty-Four Only 644928.00
23507.00
Item No 7
Hydraulic testing of C.I./D.I. pipe line to specified
pressure including cost of all materials and labour
and water for testing for specified length including
cutting, placing end cap making arrangement for fill-
ing safe water using reciprocating type pumps which
should be able to provide specified test pressure
gauges and other necessary equipments, labour, op-
eration charges, etc. required for testing. The rate
underthis item shall also include cost of retesting, if
necessary and reinstating to original position using
water supplied by the contractor
Km 16479.00 Rs Sixteen Thousand Four Hundred Seventy-
4.01 250 mm dia DI K9 pipes 66081.00
Nine Only
Km 12647.00 Rs Twelve Thousand Six Hundred Forty-
6.12 200 mm dia DI K9 pipes 77400.00
Seven Only
Km 9453.00 Rs Nine Thousand Four Hundred Fifty-Three
3.30 150 mm dia DI K9 pipes 31195.00
Only
Km 7153.00 Rs Seven Thousand One Hundred Fifty-Three
10.08 100 mm dia DI K9 pipes 72102.00
Only
23.51
Item No 8
Lowering, laying and jointing in position C.I.D/F Ref-
lex valves ,Sluice Valves including cost of all labour
jointing material, including nut bolts and giving sa-
tisfactory hydraulic testing etc. complete (Rate for
all class of valves.)

Contractor No. of corrections Executive Engineer


199

Rs Four Thousand Eight Hundred Thirty-


3 No. 250 mm dia PN 1 without bypass 4839.00 14517.00
Nine Only
Rs Three Thousand Seven Hundred Fourteen
3 No. 200 mm dia PN 1 without bypass 3714.00 11142.00
Only
Rs Three Thousand Five Hundred Seventy
5 No. 150 mm dia PN 1 without bypass 3570.00 17850.00
Only
Rs Two Thousand Two Hundred Seventy-
5 No. 100 mm dia PN 1 without bypass 2272.00 11360.00
Two Only

Item No 9
Filling in plinth and floors murum bedding in
trenches with approved murum from excavated ma-
terials from foundation in 15 cm to 20 cm layers in-
cluding watering and compaction, etc. complete.
(Bd-A-10/263)
2796.46 Cum 84.00 Rs Eighty-Four Only 234903.00

Item No 10
Providing and fixing in position air valve shaft in-
cluding providing and fixing GI Medium Class or 6
mm thick M.S. pipe shaft 2.70 M long over branch
flange of air valve tee, providing PCC block of M-150
concrete 150 mm thick around the air valve tee in-
cluding encasing of vertical shaft in PCC M-150 as
shown in type design together with providing and
making flanged joints wherever required and fixing
of air valve over the shaft excluding cost of air valve
and branch flanged air valve tee. etc. complete as per
type design and as directed by Engineer-in-charge
for following diameters of pipe lines (type design
attached.) Foundation on Murun and Harder Strata

Contractor No. of corrections Executive Engineer


200

Rs Five Thousand Five Hundred Seventy-


27.00 No. Up to 150 mm 5578.00 150606.00
Eight Only
Rs Six Thousand Five Hundred Thirty-Five
21.00 No. 200 mm to 400 mm 6535.00 137235.00
Only
Item No 11
Providing & laying in situ following grade of C.C. of
trap / granite / quartzite / gneiss metal for founda-
tion and bedding including bailing out water, from
work, compacting and curing etc complete
Cum M-150 Rs Six Thousand One Hundred Thirty-Five & 2286796.00
372.69 6135.92
paise Ninty Two Only
Item No 12
Refilling the trenches with available excavated stuff
with soft material first over pipeline and then hard
material in 15 cm layers with all leads and lifts in-
cluding consolidation, surcharging, etc. complete
20606.85 Cum 84.00 Rs Eighty-Four Only 1730975.00
Item No 13
Valve Chamber with Precast RCC Covers Providing
and constructing B.B. masonry valve chamber with
15 cm thick 1:3:6 proportion PCC bedding, excluding
excavation, B.B. masonry in CM 1:5 proportion pre-
cast RCC frame and cover, etc. complete as directed
by Engineer-in-charge.
As above of 0.90 x 0.90 M internal size and depth
upto 1.5 M with precast R.C.C slab cover.
Rs Fourteen Thousand Four Hundred Forty-
16.00 No. for 100 mm dia to 300 mm dia valve 14446.00 231136.00
Six Only
Total Rs. 67611837.00

Contractor No. of corrections Executive Engineer


201

Sub Work No 7 :- Providing ,Lowering Laying and Jointing 100 & 400 mm dia DI K 7 Pipe for Pure water Gravity Main from Sump to ZBR &
ZBRs to ESRs
Item No 1
Providing D.I. pipes (push on joints pressure pipes of
D. I. of following class and diameters confirming to
the I. S. specification inclusive cost of jointing mate-
rials (Rubber gasket of EPDM Quality ) excluding
GST levied by GOI & GOM in all respect including
Third party inspection charges of TPI Agency ap-
proved by MJP including Transit insurance, Railway
Freight, Unloading from railway wagon, Loading into
Truck, Transportation to departmental store, un-
loading, stacking etc. completed as directed by En-
gineer in charges (IS 1536/2001 for pipes and IS
158/1969 and IS 12820/1989 or latest edi-
tion/revision with amendments for Rubber Gasket
64710.00 Mtr 100 mm dia DI K7 pipes 1209.00 Rs One Thousand Two Hundred Nine Only 78234390.00
Mtr 1686.00 Rs One Thousand Six Hundred Eighty-Six On- 72895896.00
43236.00 150 mm dia DI K7 pipes
ly
Mtr 2236.00 Rs Two Thousand Two Hundred Thirty-Six 91510536.00
40926.00 200 mm dia DI K7 pipes
Only
21240.00 Mtr 250 mm dia DI K7 pipes 2906.00 Rs Two Thousand Nine Hundred Six Only 61723440.00
Mtr Rs Three Thousand Five Hundred Seventy- 53565000.00
15000.00 300 mm dia DI K7 pipes 3571.00
One Only
Mtr Rs Four Thousand Four Hundred Sixty-Five 68314500.00
15300.00 350 mm dia DI K7 pipes 4465.00
Only
Mtr Rs Five Thousand Three Hundred Twenty- 5114880.00
960.00 400 mm dia DI K7 pipes 5328.00
Eight Only
201372.00
Item No 2
Job L.S. Providing DI special suitable for above pipes L.S. 21567932.00

Contractor No. of corrections Executive Engineer


202

( 5% cost of pipe )
Note - Same as RWGM
Item No 3
Providing Cast Iron Double Flanged Sluice Valve
confirming for IS 14846 including worn gear ar-
rangements as per test pressure , stainless steel
spindle and capsincluding inspection and transpor-
tation up to departmental store unloading, stacking,
excluding GST levied by GOI & GOM in all respect etc
complete
Rs Six Thousand Eight Hundred Thirty-Five 786025.00
115 Each 100 mm dia PN 1 without bypass 6835.00
Only
Rs Ten Thousand Two Hundred Fifty-One 102510.00
10 Each 150 mm dia PN 1 without bypass 10251.00
Only
Rs Eighteen Thousand Five Hundred Eighty- 74324.00
4 Each 200 mm dia PN 1 without bypass 18581.00
One Only
Rs Twenty-Eight Thousand Seven Hundred 57454.00
2 Each 250 mm dia PN 1 without bypass 28727.00
Twenty-Seven Only
Rs Thirty-Six Thousand Four Hundred Seven- 36471.00
1 Each 300 mm dia PN 1 without bypass 36471.00
ty-One Only
Rs Fifty-Three Thousand Six Hundred Fifty- 53651.00
1 Each 350 mm dia PN 1 without bypass 53651.00
One Only
Rs Seventy Thousand Six Hundred Thirty- 70635.00
1 Each 400 mm dia PN 1 without bypass 70635.00
Five Only
134
Item No 4

Contractor No. of corrections Executive Engineer


203

Providing and supplying at site ductile iron /


Spheroidal Graphite (S.G.) iron single /Double
chamber tamper proof air valve without isolating
sluice valve. Valves in accordance with BSEN 1074-4
of PN 10/16 rated, with body and bonnet of ductile
iron confirming to EN 1563/IS 1865 Gr. 500/7 or
Gr.400/15 floats, float guide, seat ring of stainless
steel 1.4436/1.4306, seat ring gasket of WRAS ap-
proved EPDM rubber (suitable for drinking water),
internal fasteners of stainless steel A2. Body & Bon-
net coated inside & outside with electrostatically
applied epoxy powder coated blue colour (suitable
for drinking water) as per DIN 30677-2 & GSK
guidelines with a coating thickness of min. 250 mi-
crons.Flange connections as per IS 1538 raised face
& pressure testing at manufactures works shall be
done as per IS 14845. including transportation
charges excluding GST levied by GOI & GOM in all
respect etc.complete. (For PN 10 & 16)
50 mm dia Air Valve Rs Twenty-Four Thousand Seven Hundred
340 Each 24790.00 8428600.00
Ninety Only
80 mm dia Air Valve Rs Twenty-Five Thousand Four Hundred
62 Each 25438.00 1577156.00
Thirty-Eight Only

Item No :- 5

Contractor No. of corrections Executive Engineer


204

Excavation for foundation / pipe trenches in earth,


soils of all types, sand gravel and soft, murum,
hard murum,hard murum & Boulders, WBM
roads, Soft Rock & old cement & lime masonary
foundation, Asphalt Road, Hard rock and con-
crete road by chiselling, wedging, line drilling, by
mechanical means, or by blasting including
trimming & leveling the bed dismantling of ce-
ment concrete pavement by mechanical means
using pneumatic tools,breaking to pieces not exceed-
ing 0.02 cum in volume and stock piling at designat-
ed locations or by all means other than blasting in-
cluding removing the excavated material upto a dis-
tance of 50 metres and lifts as below, stacking and
spreading as directed, manual dewatering, prepar-
ing the bed for foundation and excluding backfilling,
etc. complete. (Average Rate)

Rs Two Hundred Eleven and Seventy Eight


217955.29 Cum Lift 0.00 to 1.50 M. 211.78 46158571.00
paisa Only

Item No 6
Lowering laying and jointing with SBR ruber gaskets
C.I. S/S / DI-K7 / DI-K9 pipes of various classes with
CI / MS specials of following diameter in proper po-
sition, grade and alignment as directed by Engineer-
in-charge including conveyance of material from
stores to site of work, including cost of jointing ma-
terials and rubber rings labour, giving hydraulic
testing etc. complete

Without Rubber Ring

Contractor No. of corrections Executive Engineer


205

64696.00 Rmt 100 mm dia DI K7 pipes 64.00 Rs Sixty-Four Only 4140544.00


43236.00 Rmt 150 mm dia DI K7 pipes 86.00 Rs Eighty-Six Only 3718296.00
40927.00 Rmt 200 mm dia DI K7 pipes 113.00 Rs One Hundred Thirteen Only 4624751.00
21238.00 Rmt 250 mm dia DI K7 pipes 149.00 Rs One Hundred Forty-Nine Only 3164462.00
14969.00 Rmt 300 mm dia DI K7 pipes 161.00 Rs One Hundred Sixty-One Only 2410009.00
15288.00 Rmt 350 mm dia DI K7 pipes 200.00 Rs Two Hundred Only 3057600.00
933.00 Rmt 400 mm dia DI K7 pipes 241.00 Rs Two Hundred Forty-One Only 224853.00
201287.00
Item No 7
Hydraulic testing of C.I./D.I. pipe line to specified
pressure including cost of all materials and labour
and water for testing for specified length including
cutting, placing end cap making arrangement for fill-
ing safe water using reciprocating type pumps which
should be able to provide specified test pressure
gauges and other necessary equipments, labour, op-
eration charges, etc. required for testing. The rate
underthis item shall also include cost of retesting, if
necessary and reinstating to original position using
water supplied by the contractor
Km 7153.00 Rs Seven Thousand One Hundred Fifty-Three
64.70 100 mm dia DI K7 pipes 462799.00
Only
Km 9453.00 Rs Nine Thousand Four Hundred Fifty-Three
43.24 150 mm dia DI K7 pipes 408748.00
Only
Km 12647.00 Rs Twelve Thousand Six Hundred Forty-
40.93 200 mm dia DI K7 pipes 517642.00
Seven Only
Km 16479.00 Rs Sixteen Thousand Four Hundred Seventy-
21.24 250 mm dia DI K7 pipes 350014.00
Nine Only
Km 17885.00 Rs Seventeen Thousand Eight Hundred Eigh-
14.97 300 mm dia DI K7 pipes 267738.00
ty-Five Only
15.29 Km 350 mm dia DI K7 pipes 22228.00 Rs Twenty-Two Thousand Two Hundred 339866.00

Contractor No. of corrections Executive Engineer


206

Twenty-Eight Only
Km 26699.00 Rs Twenty-Six Thousand Six Hundred Nine-
0.93 400 mm dia DI K7 pipes 24830.00
ty-Nine Only
201.30
Item No 8
Lowering, laying and jointing in position C.I.D/F Ref-
lex valves ,Sluice Valves including cost of all labour
jointing material, including nut bolts and giving sa-
tisfactory hydraulic testing etc. complete (Rate for
all class of valves.)
Rs Two Thousand Two Hundred Seventy-
115 No. 100 mm dia PN 1 without bypass 2272.00 261280.00
Two Only
Rs Three Thousand Five Hundred Seventy
10 No. 150 mm dia PN 1 without bypass 3570.00 35700.00
Only
Rs Three Thousand Seven Hundred Fourteen
4 No. 200 mm dia PN 1 without bypass 3714.00 14856.00
Only
Rs Four Thousand Eight Hundred Thirty-
2 No. 250 mm dia PN 1 without bypass 4839.00 9678.00
Nine Only
1 No. 300 mm dia PN 1 without bypass 5019.00 Rs Five Thousand Nineteen Only 5019.00
Rs Six Thousand One Hundred Eighty-Five
1 No. 350 mm dia PN 1 without bypass 6185.00 6185.00
Only
Rs Seven Thousand Four Hundred Sixty-Two
1 No. 400 mm dia PN 1 without bypass 7462.00 7462.00
Only
134
Item No 9
Filling in plinth and floors murum bedding in
trenches with approved murum from excavated ma-
terials from foundation in 15 cm to 20 cm layers in-
24421.70 Cum 84.00 2051423.00
cluding watering and compaction, etc. complete.
(Bd-A-10/263) Rs Eighty-Four Only

Contractor No. of corrections Executive Engineer


207

Item No 10
Providing and fixing in position air valve shaft in-
cluding providing and fixing GI Medium Class or 6
mm thick M.S. pipe shaft 2.70 M long over branch
flange of air valve tee, providing PCC block of M-150
concrete 150 mm thick around the air valve tee in-
cluding encasing of vertical shaft in PCC M-150 as
shown in type design together with providing and
making flanged joints wherever required and fixing
of air valve over the shaft excluding cost of air valve
and branch flanged air valve tee. etc. complete as per
type design and as directed by Engineer-in-charge
for following diameters of pipe lines (type design
attached.) Foundation on Murun and Harder Strata
Rs Five Thousand Five Hundred Seventy-
214.00 Each Up to 150 mm 5578.00 1193692.00
Eight Only
Rs Six Thousand Five Hundred Thirty-Five
208.00 Each 200 mm to 400 mm 6535.00 1359280.00
Only

Item No 11
Providing & laying in situ following grade of C.C. of
trap / granite / quartzite / gneiss metal for founda-
tion and bedding including bailing out water, from
work, compacting and curing etc complete
Cum M-150 Rs Six Thousand One Hundred Thirty-Five & 5717512.00
931.81 6135.92
Ninty two Paise Only

Item No 12

Contractor No. of corrections Executive Engineer


208

Refilling the trenches with available excavated stuff


with soft material first over pipeline and then hard
material in 15 cm layers with all leads and lifts in-
cluding consolidation, surcharging, etc. complete
184939.82 Cum 84.00 Rs Eighty-Four Only 15534945.00

Item No 13
Valve Chamber with Precast RCC Covers Providing
and constructing B.B. masonry valve chamber with
15 cm thick 1:3:6 proportion PCC bedding, excluding
excavation, B.B. masonry in CM 1:5 proportion pre-
cast RCC frame and cover, etc. complete as directed
by Engineer-in-charge.
As above of 0.90 x 0.90 M internal size and depth
upto 1.5 M with precast R.C.C slab cover.
Rs Fourteen Thousand Four Hundred Forty-
131 No. for 100 mm dia to 250 mm dia valve 14446.00 1892426.00
Six Only
As above of 1.2 x 1.2 M internal size and depth upto
1.8 M with precast R.C.C slab cover.
Rs Twenty-One Thousand Six Hundred Thir-
3 No. for 300 mm dia to 400 mm dia valve 21613.00 64839.00
teen Only

Total Rs. 562138420.00

Contractor No. of corrections Executive Engineer


209

SubWork No 8 :- Designing and Constructing RCC ZBRs and ESRs


Item No 1 :- Designing (aesthetically), and con-
structing RCC elevated service reservoirs of follow-
ing Capacity with RCC staging consisting of columns,
internal and external bracings spaced vertically not
more than 4.5 metres centre to centre for ESR hav-
ing capacity upto 500 cum and not more than 6 m
c/c for ESRs having capacity above 500 Cum includ-
ing excavation in all types of strata, foundation con-
crete,cement plaster with water proofing compound
to the inside face of the container including refilling
disposing off the surplus stuff within a lead of 50
metres, all labour and material charges including
lowering, laying, erecting, hoisting and jointing of
pipe
assembly of inlet, outlet, washout,overflow and by-
pass arrangements as per departmental design, pro-
viding and fixing accessories such as M.S. ladder, C.I.
manhole frame and covers, water level indicators,
lightening conductor, G.I. pipe railing around walk
way and top slab, providing spiral stair case from
ground level to roof level, M.S. grill gate of 2 M
height with locking arrangement of approved de-
sign, B.B. masonry chambers for all valves, ventilat-
ing shafts, providing and applying three coats of ce-
ment paint to the structure including roof slab,

Contractor No. of corrections Executive Engineer


210

epoxy painting to internal surface and antitermite


treatment for underground parts of the structure
and giving satisfactory water tightness test as per
I.S. code. The job to include painting the name of the
scheme and other details on the reservoir as per the
directions of Engineer-in-Charge.
Notes
1) The design of the structure be in accordance with
relevant I.S. specification (I.S. 3370 - 1965 or re-
vised.)
2) The design shall satisfy the stipulations as per I.S.
1893 - 1984 and I.S. 13920 /1993 for seismic force
and I.S. - 11682 / 1985 for R.C.C. staging of overhead
tank
3) For design having more than 6 columns, provision
of internal bracing is obligatory. External bracings is
also obligatory
4) The entire structure shall be in M-300 mix only
5) Plain round mild steel bars grade-I conforming to
I.S. 432 part-I or high
yield strength deformed bars conforming to I.S. 1786
or I.S. 1139 shall be used, grade-II mild steel bars
will not be allowed
6) Irrespective of the type of foundation proposed in
the design, one set of bracing be provided at the
ground level
7) These rates include providing M.S. ladder for
E.S.R.s upto 2 lakh litres capacity and providing
spiral staircase for E.S.R. above 2 lakh litres capaci-
ty.

Contractor No. of corrections Executive Engineer


211

8) Staging shall have to be designed with stresses of


M-200 concrete for ESR. However all RCC construc-
tion should be done in M-300
9) These rates are including the cost of uplift pres-
sure if any and entire dewatering during execution.
In case of water logging area where water is stretch
at shallow depth, extra provision of dewatering shall
be made as per site condition
10) All conditions 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 reinforcement
concrete and plastering items of containers of E.S.R.
till satisfactory hydraulic testing for water tightness
is given; and till that work shall be treated as in-
complet
12) The rates indicated in the table are excluding the
cost of pipes, specials and valves required for inlet,
outlet, washout, overflow and bypass arrangement.
The scope of work, however, includes cost of erect-
ing, laying and jointing of pipes and valves including
cost of jointing materials upto 5 M beyond outer face
of outermost column

Contractor No. of corrections Executive Engineer


212

13) For ESR upto 500 cum capacity C.I. double


flanged pipes upto 300 mm dia shall be provided
and C.I. specials shall be used. For ESR above 500
cum capacity C.I./M.S. pipe assembly with minimum
8 mm thickness upto 500 mm dia and minimum 10
mm thickness above 500 mm dia can be used with
proper anti-corrosive epoxy treatment from inside
and outside.
14) Below mentioned rates are for foundations with
individual footing with bearing capacity of 20 tonnes
per square metre. For raft foundations,
these rates shall be increased by 7.5% where safe
bearing capacity (SBC) is 5 MT per sqm and by 5%
where SBC is more than 5 MT/sqm and upto 10
MT/sqm. This % of 5% or 7.5% is applicable for es-
timation of amount of
lumpsum item of ESR. For extra item due to change
from individual foundation to raft, actual increase in
concrete and steel be paid as per
relevant DSR item
15) The rate shall be increased by 30% for bearing
piles upto depth of 10 M and for further increased in
depth by 5 M each, it shall be increased by another
10%. These rates are applicable where raft is not
feasible. For pile foundations sulphate resistant ce-
ment 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
16) The rates are applicable for staging height of 12
M. These rates shall be increased or decreased for
per metre variation in this staging height as below

Contractor No. of corrections Executive Engineer


213

12 to 16 M staging - 2% per metre


16 to 20 M staging - 3% per
20 M and above - 4% per metre
For 17 M staging height, percentage calculation will
be like below :
12 to 16 M --- 4 x 2 = 8%

16 & 17 M --- 1 x 3% = 3% Total = 11%


For 21 M staging height, percentage calculation will
be like below
12 to 16 M --- 4 x 2 = 8%
16 to 20 M --- 4 x 3% = 12%
20& 21 M --- 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 es-
timation and adopt appropriate rates as per actual
seismic zones. (Seismic maps attached in this CSR)
Notes
1) Conditions from Sr. No. 1 to 11 shall form a part
and parcel of the tender and must be included in the
draft tender papers for works of R.C.C. E.S.R
2) Conditions from Sr. No. 12 to 17 are for estima-
tion purpose only and shall not appear in the tend

12 mtr staging individual footing


No 12 mtr staging individual footing

Contractor No. of corrections Executive Engineer


214

25000 Lits Cap


13.00 No 985271.00 Rs Nine Lakh Eighty-Five Thousand Two 12808523.00
Hundred Seventy-One Only
30000 Lits Cap
2.00 No 1088434.00 Rs Ten Lakh Eighty-Eight Thousand Four 2176868.00
Hundred Thirty-Four Only
35000 Lits Cap
6.00 No 1191160.00 Rs Eleven Lakh Ninety-One Thousand One 7146960.00
Hundred Sixty Only
40000 Lits Cap
5.00 No 1294053.00 Rs Twelve Lakh Ninety-Four Thousand Fifty 6470265.00
Three Only
45000 Lits Cap
1.00 No 1396744.00 Rs Thirteen Lakh Ninety-Six Thousand Seven 1396744.00
Hundred Forty-Four Only
85000 Lits Cap Rs Ninteen Lakh Ninety-Nine Thousand
2.00 No 1999020.00 3998040.00
Twenty Only
90000 Lits Cap
2.00 No 2067132.00 Rs Twenty Lakh Sixty-Seven Thousand One 4134264.00
Hundred Thirty-Two Only
95000 Lits Cap Rs Twenty One Lakh Thirty-Five Thousand
1.00 No 2135008.00 2135008.00
Eight Only
32.00
12 mtr staging Raft footing
25000 Lits Cap
16.00 No 1058431.00 Rs Ten Lakh Fifty-Eight Thousand Four Hun- 16934896.00
dred Thirty-One Only
30000 Lits Cap
5.00 No 1169241.00 Rs Eleven Lakh Sixty-Nine Thousand Two 5846205.00
Hundred Forty-One Only
35000 Lits Cap
4.00 No 1279612.00 Rs Twelve Lakh Seventy-Nine Thousand Six 5118448.00
Hundred Twelve Only.
40000 Lits Cap
1.00 No 1390152.00 Rs Thirteen Lakh Ninty Thousand One Hun- 1390152.00
dred Fifty-Two Only
45000 Lits Cap Rs Fifteen Lakh Four Hundred Eighty-Nine
1.00 No 1500489.00 1500489.00
Only

Contractor No. of corrections Executive Engineer


215

50000 Lits Cap


2.00 No 1610739.00 Rs Sixteen Lakh Ten Thousand Seven Hun- 3221478.00
dred Thirty-Nine Only
55000 Lits Cap
1.00 No 1688846.00 Rs Sixteen Lakh Eighty-Eight Thousand Eight 1688846.00
Hundred Forty-Six Only
65000 Lits Cap
1.00 No 1845163.00 Rs Eighteen Lakh Forty-Five Thousand One 1845163.00
Hundred Sixty-Three Only
85000 Lits Cap
1.00 No 2147453.00 Rs Twenty One Lakh Forty-Seven Thousand 2147453.00
Four Hundred Fifty-Three Only
110000 Lits Cap
2.00 No 2482405.00 Rs Twenty Four Lakh Eighty-Two Thousand 4964810.00
Four Hundred Five Only
120000 Lits Cap
2.00 No 2598728.00 Rs Twenty Five Lakh Ninty-Eight Thousand 5197456.00
Seven Hundred Twenty-Eight Only
130000 Lits Cap
1.00 No 2713367.00 Rs Twenty Seven Lakh Thirteen Thousand 2713367.00
Three Hundred Sixty-Seven Only
155000 Lits Cap
1.00 No 2993362.00 Rs TwentyNine Lakh Ninety-Three Thousand 2993362.00
Three Hundred Sixty-Two Only
230000 Lits Cap
1.00 No 3754955.00 Rs Thirty Seven Lakh Fifty-Four Thousand 3754955.00
Nine Hundred Fifty-Five Only
180000 Lits Cap
1.00 No 3262751.00 Rs Thirty Two Lakh Sixty-Two Thousand 3262751.00
Seven Hundred Fifty-One Only
40.00
RCC ZBRs
Wadgaon Mendhe ZBR 220000 Lits cap 25 mtr
1 No 5115148.00 Rs Fifty One Lakh Fifteen Thousand One 5115148.00
staging with Raft footing Hundred Forty-Eight Only
Shivpur ZBR 550000 lits. Cap 25 mtr staging with
1 No 8826461.00 Rs Eight Eight Lakh Twenty-Six Thousand 8826461.00
Raft footing Four Hundred Sixty-One Only
1 No Rudhadi MBR 190000 lits. Cap 25 mtr staging 4383209.00 Rs Fouty Three Lakh Eighty-Three Thousand 4383209.00
Two Hundred Nine Only

Contractor No. of corrections Executive Engineer


216

1 No Popatkhed ZBR 505000 lits. Cap 25 mtr staging 7798108.00 Rs Sevety Seven Lakh Ninety-Eight Thousand 7798108.00
One Hundred Eight Only
Bordi ZBR 195000 lits. Cap 25 mtr staging with raft
1 No 4781383.00 Rs Fourty Seven Lakh Eighty-One Thousand 4781383.00
footing Three Hundred Eighty-Three Only
Akol Khed ZBR 740000 lits. Cap 25 mtr staging with
1 No 10775871.00 Rs One Crore Seven Lakh Seventyty-Five 10775871.00
raft footing Thousand Eight Hundred Seventy-One Only

Item No :- 2
Providing, erecting connecting double flanged short
body pattern type manually operated Butterfly Valve
haivng body, disc and end cover in graded cast iron
to IS 210 Gr. CF 200 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 C.C.
foundation /structural steel support confirming to IS
13095-1991 Sluice valves - PN - 1

272 No 100 mm dia Sluice Valve PN 1 without bypass 6835.00 Rs Six Thousand Eight Hundred Thirty-Five 1859120.00
Only
30 No 150 mm dia Sluice Valve PN 1 without bypass 10251.00 Rs Ten Thousand Two Hundred Fifty-One 307530.00
Only
14 No 200 mm dia Sluice Valve PN 1 without bypass 18581.00 Rs Eighteen Thousand Five Hundred Eighty- 260134.00
One Only
3 No 250 mm dia Sluice Valve PN 1 without bypass 28727.00 Rs Twenty-Eight Thousand Seven Hundred 86181.00
Twenty-Seven Only

Item No :- 3

Contractor No. of corrections Executive Engineer


217

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 / stie,
unloading etc complete as directed by Engineer-in-
charge

100 mm dia CIDF Pipe Rs One Thousand Eight Hundred Thirteen


5624.00 Mtr 1813.00 10196312.00
Only
150 mm dia CIDF Pipe Rs Two Thousand Nine Hundred Forty-Five
629.00 Mtr 2945.00 1852405.00
Only
200 mm dia CIDF Pipe Rs Four Thousand Five Hundred Nineteen
659.00 Mtr 4519.00 2978021.00
Only
108.00 Mtr 250 mm dia CIDF Pipe 6089.00 Rs Six Thousand Eighty-Nine Only 657612.00
300 mm dia CIDF Pipe Rs Seven Thousand Eight Hundred Twenty-
210.00 Mtr 7829.00 1644090.00
Nine Only

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.

19296.00 Kg D/F Specials 73.00 Rs Seventy-Three Only 1408608.00

Total Rs. 165776696.00

Contractor No. of corrections Executive Engineer


218

Sub Work No 9:- Providing ,Lowering , laying jointing HDPE Pipes for Dist. System
Item No 1
Providing and supplying in standard lengths Polye-
thelene Pipes, confirming to IS 4984 / 14151 /
12786 / 13488 with nesessary jointing material like
mechanical connector i. e. thread / insert joint /
quick release coupler joint / compression fitting
joint or flanged joint excluding coupler/specials, in-
cluding transportation and freight charges, inspec-
tion charges, loading / unloading charges, con-
veyance to the departmental stores & stacking the
same in closed shade duly protecting from sunrays &
rains, excluding GST levied by GI & GOM in all re-
spect etc. complete
254159.00 Rmt 75 mm dia HDPE 6 Kg/Sqcm 172.00 Rs One Hundred Seventy-Two Only 43715348.00
12195.00 Rmt 90 mm dia HDPE 6 Kg/Sqcm 244.00 Rs Two Hundred Forty-Four Only 2975580.00
6233.00 Rmt 110 mm dia HDPE 6 Kg/Sqcm 354.00 Rs Three Hundred Fifty-Four Only 2206482.00
4946.00 Rmt 140 mm dia HDPE 6 Kg/Sqcm 610.00 Rs Six Hundred Ten Only 3017060.00
642.00 Rmt 160 mm dia HDPE 6 Kg/Sqcm 790.00 Rs Seven Hundred Ninety Only 507180.00
200 mm dia HDPE 6 Kg/Sqcm Rs One Thousand One Hundred Sixty-Six On-
818.00 Rmt 1166.00 953788.00
ly
278993.00
Item No 2
Providing and supplying in standard ISI mark HDPE spe-
cials suitable for HDPE pipes with flanged, gaskets joints
including cost of all material, as per IS specifications includ-
ing all local and central taxes, transportation, freight charges,
inspection charges, loading and unloading, conveyance to the
departmrntal store /site of work and stacking the same in
closed shed duly protected from sun rays and rains including
cost of jointing material, etc. complete.

Contractor No. of corrections Executive Engineer


219

Job work 10 % cost of pipe Rs Fifty Three Lakh Therty Seven Thousand 5337544.00
Five Hundred Forty-Four Only
Note : - The payment will be paid for achual con-
sumption of specials as per the rate of MJP CSR
2021-22 on No. basis for the respective specials .
The rates which are not availble in CSR shall be got
approved for Engineers Inchase on the basisi of
Manufactures Price list.
Item No :-3
Providing double flange sluice valve confirming for
IS- 14846 including worn gear arrangements as per
test pressure, stainless steel spindle, caps, including
inspection charges, transportation upto departmen-
tal store, unloading, stacking excluding GST levied by
GOI & GOM in all respect etc. complete

PN 1 Without bypass
Nos 80 mm dia Sluice Valve Rs Five Thousand One Hundred Thirty-Two
777 5132.00 3987564.00
Only
Nos 100 mm dia Sluice Valve Rs Six Thousand Eight Hundred Thirty-Five
53 6835.00 362255.00
Only
Nos 150 mm dia Sluice Valve Rs Ten Thousand Two Hundred Fifty-One
52 10251.00 533052.00
Only
Nos 200 mm dia Sluice Valve Rs Eighteen Thousand Five Hundred Eighty-
3 18581.00 55743.00
One Only
885 Nos

Item No :- 4

Contractor No. of corrections Executive Engineer


220

Excavation for foundation / pipe trenches in earth,


soils of all types, sand gravel and soft, murum,
hard murum,hard murum & Boulders, WBM
roads, Soft Rock & old cement & lime masonary
foundation, Asphalt Road, Hard rock and con-
crete road by chiselling, wedging, line drilling, by
mechanical means, or by blasting including
trimming & leveling the bed dismantling of ce-
ment concrete pavement by mechanical means
using pneumatic tools,breaking to pieces not exceed-
ing 0.02 cum in volume and stock piling at designat-
ed locations or by all means other than blasting in-
cluding removing the excavated material upto a dis-
tance of 50 metres and lifts as below, stacking and
spreading as directed, manual dewatering, prepar-
ing the bed for foundation and excluding backfilling,
etc. complete. (Average Rate)

207430.70 Cum Lift 0.00 to 1.50 M. 161.43 Rs One Hundred Fifty Only 33485538.00

Item No :- 5
Lowering, Laying and Jointing H. D. P. E./M. D. P. E.
pipes in proper position including all specials by
compression fitting/electrofusion and butt fusion
jointing procedure as per relevent IS Code complete
with all materials for jointing procedure like Elec-
trofusion machine, Electric heater/butt fusion weld-
ing machine with hydraulic jack, top loading clamp
etc. and all labours as directed by engineer in charge
as per IS-7634 Part II

Contractor No. of corrections Executive Engineer


221

254159.00 Rmt 75 mm dia HDPE 6 Kg/Sqcm 48.00 Rs Forty-Eight Only 12199632.00


12195.00 Rmt 90 mm dia HDPE 6 Kg/Sqcm 67.00 Rs Sixty-Seven Only 817065.00
6233.00 Rmt 110 mm dia HDPE 6 Kg/Sqcm 70.00 Rs Seventy Only 436310.00
4946.00 Rmt 140 mm dia HDPE 6 Kg/Sqcm 107.00 Rs One Hundred Seven Only 529222.00
642.00 Rmt 160 mm dia HDPE 6 Kg/Sqcm 116.00 Rs One Hundred Sixteen Only 74472.00
818.00 Rmt 200 mm dia HDPE 6 Kg/Sqcm 129.00 Rs One Hundred Twenty-Nine Only 105522.00
278993.00
Item No :-6
Hydraulic testing of H. D. P. E./ M. D. P. E.pipe line to
specified pressure including cost of all materials and
labour and water for testing for specified length in-
cluding cutting, placing end cap making arrange-
ment for filling safe water using reciprocating type
pumps which should be able to provide specified
test pressure gauges and other necessary equip-
ments, labour, operation charges, etc. required for
testing. The rate under this item shall also include
cost of retesting, if necessary and reinstating to orig-
inal
Km 75 mm dia HDPE 6 Kg/Sqcm Rs Four Thousand Nine Hundred Sixty-One
4961.00 1260883.00
254.16 Only
Km 90 mm dia HDPE 6 Kg/Sqcm Rs Seven Thousand Four Hundred Forty-Two
7442.00 90755.00
12.20 Only
Km 110 mm dia HDPE 6 Kg/Sqcm Rs Seven Thousand Four Hundred Forty-Two
7442.00 46386.00
6.23 Only
Km 140 mm dia HDPE 6 Kg/Sqcm Rs Twelve Thousand Four Hundred Three
12403.00 61345.00
4.95 Only
Km 160 mm dia HDPE 6 Kg/Sqcm Rs Twelve Thousand Four Hundred Three
12403.00 7963.00
0.64 Only
Km 200 mm dia HDPE 6 Kg/Sqcm Rs Thirteen Thousand Six Hundred Forty-
13643.00 11160.00
0.82 Three Only

Contractor No. of corrections Executive Engineer


222

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,
including nut bolts and giving satisfactory hydraulic
testing etc.complete

80 mm dia Sluice Valve Rs One Thousand Seven Hundred Thirty-


777 No 1738.00 1350426.00
Eight Only
100 mm dia Sluice Valve Rs Two Thousand Two Hundred Seventy-
53 No 2272.00 120416.00
Two Only
150 mm dia Sluice Valve Rs Three Thousand Five Hundred Seventy
52 No 3570.00 185640.00
Only
200 mm dia Sluice Valve Rs Three Thousand Seven Hundred Fourteen
3 No 3714.00 11142.00
Only
885
Item No :- 8
Filling in plinth and floors murum bedding in
trenches with approved murum from excavated ma-
terials from foundation in 15 cm to 20 cm layers in-
cluding watering and compaction, etc. complete.
(Bd-A-10/263)
29401.35 Cum 84.00 Rs Eighty-Four Only 2469713.00

Item No :-9
Providing and fixing C.I. road box including loading,
unloading and carting to site of work including all
necessary excavation in all types of strata and fixing
in murum packing, etc. complete.

Contractor No. of corrections Executive Engineer


223

885.00 No 225 mm x 300 mm (40 kg) 3043.00 Rs Three Thousand Forty-Three Only 2693055.00

Item No :- 10
Refilling the trenches with available excavated stuff
with soft material first over pipeline and then hard
material in 15 cm layers with all leads and lifts in-
cluding consolidation, surcharging, etc. complete
180824.74 Cum 84.00 Rs Eighty-Four Only 15189278.00

Item No :- 11
Providing ISI standard R.C.C. pipes in standared
lenghts of following class and diameter suitable for
either collar joints or rubber ring joints, including all
taxes (Central and Local), inspection charges, trans-
port to departmental stores / site, unloading and
stacking etc. complete.
12000.00 Mtr 300 mm dia RCC Class ‘NP-II' 510.00 Rs Five Hundred Ten Only 6120000.00
5000.00 Mtr 200 mm dia RCC Class ‘NP-II' 327.00 Rs Three Hundred Twenty-Seven Only 1635000.00

Item No :- 12
Lowering, laying and jointing in proper grade and
alignment R.C.C. pipes with collar joints in C.M.1:1
proportion or socketed R.C.C. pipes with rubber
joints (excluding cost of rubber ring or R.C.C. collar,)
including cost of conveyance from stores to site of-
work, cost of jointing material, labour, etc.work, cost
of jointing material, labour, etc. complete as directed
by Engineerin- charge (For all class of pipes.) as per
IS- Collar Joints Rubber Ring Joints

Contractor No. of corrections Executive Engineer


224

12000.00 Mtr 300 mm dia RCC Class ‘NP-II' 204.00 Rs Two Hundred Four Only 2448000.00
5000.00 Mtr 200 mm dia RCC Class ‘NP-II' 129.00 Rs One Hundred Twenty-Nine Only 645000.00

Item No :- 13
Providing, laying, spreading and compacting stone
aggregates of specific sizes to water bound macadam
specification including spreading in uniform thick-
ness, hand packing to proper grade and camber, ap-
plying and brooming requisite type of screening/
binding Materials to fill up the interstices of coarse
aggregate,watering and compacting with Vibratory
roller. to the required density. By Mechanical Means
- Grading I(Using Screening Type A (13.2) mm Ag-
gregate)
2300.50 Cum 2059.00 Rs Two Thousand Fifty-Nine Only 4736730.00

Item No :- 14
Providing and laying in situ Cement Concrete of
trap/ granite / quartzite / gneiss metal for RCC work
in foundation like raft, grillage, strip foundation and
footing of RCC columns and steel stanchions includ-
ing normal dewatering, form work, compaction, fi-
nishing and curing, etc. complete. (By weigh batch-
ing and mix design for M250 and M-300 only Use of
L&T, A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree,
etc. cement is permitted.) (Excluding M.S. or Tor
reinforcement)

RCC M 250
4601.00 Cum 7701.92 Rs Seven Thousand Seven Hundred One & 35436534.00
Ninty Two Paise Only

Contractor No. of corrections Executive Engineer


225

Item No :- 15
Providing and fixing in position steel bar reinforce-
ment of various diameters for RCC piles, caps, foot-
ings, foundations, slabs, beams, columns, canopies,
staircases, newels, chajjas, lintels, pardies, copings,
fins, arches, etc. as per detailed designs, drawings
and schedules; including cutting, bending, hooking
the bars, binding with wires or tack welding and
supporting as required, etc. complete (including cost
of binding wire). (Bd-F17/306)
As per revised rate
138.03 MT 84527.00 Rs Eighty-Four Thousand Five Hundred 11667262.00
Twenty-Seven Only

Item No :- 16
Making cross connection to existing distribution
main of any type including excavation, breaking and
removing existing pipes, lowering, laying of specials
and pipes in their position, refilling, closing the wa-
ter supply in that area, dewatering and restarting
the water supply, etc. complete as directed by Engi-
neer-incharge for following diameters of existing
pipeline, irrespective of diameter of branch line.
(The number of joints involved will be paid sepa-
rately depending upon the nature of joints and re-
quired pipes, valves and specials will be supplied
free of cost at stores.)
No Rs Two Thousand Four Hundred Ninety-Two
900.00 i) 80 mm dia 2492.00 2242800.00
Only
No Rs Two Thousand Eight Hundred Thirty-Nine
450.00 ii) 100 mm dia 2839.00 1277550.00
Only

Contractor No. of corrections Executive Engineer


226

No Rs Three Thousand Four Hundred Eighty-


250.00 iii) 150 mm dia 3485.00 871250.00
Five Only

Total Rs. 201877645.00


Sub Work No 10 :- Providing and Carrying out Railway Crossing with Push Through Method
Item No 1
Manufacturing, providing and supplying spirally
welded / ERW/ SAW / fabricated M. S. pipes (Com-
mercial Quality) including procurements of
plates,gas cutting to required size rolling, tack weld-
ing assembling in suitable lengths to form pipes,
welding on automatic welding machine and forming
‘V’ edge on both ends of pipes including railway
freight, insurance, unloading from railway wagon,
loading into truck, transport to stores, unloading,
stacking, excluding GST levied by GOI & GOM in all
respect etc. complete as per IS - 3589 and IS-5504 as
applicable as per specifications (No negative toler-
ance in thickness is permissible)
For carrier pipe 6 m thick
Rs Three Thousand One Hundred Thirty-
120.00 Rmt 3137.00 376440.00
200 mm dia Seven Only
For casing pipe 8 mm thick
Rs Ten Thousand Three Hundred Sixteen On-
120.00 Rmt 10316.00 1237920.00
500 mm dia ly
Item No 2
Providing and applying primer and one coat of red
oxide of iron paint externally including leaning the
surface of the pipes with steel scrappers, wire
brushes, and metal cleaning solution, etc
272.80 Sqm 111.00 Rs One Hundred Eleven Only 30281.00

Contractor No. of corrections Executive Engineer


227

Item No 3
Providing and supplying High density Polythine
Rubber Chairs suitable for M.S. Casing pipes & M.S.
Carrier Pipes etc Complete
Suitable for 200 mm dia and 6 mm thick carrier pipe
80 Nos 9000.00 Rs Nine Thousand Only 720000.00
and 500 mm dia casing pipe

Item No 4
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, normal dewatering, pre-
paring the bed for foundation and excluding backfil-
ling, etc. complete. (Bd-A1/259)
44.00 Cum Lift 0.00 to 1.50 M. 150.00 Rs One Hundred Fifty Only 6600.00

Item No 5
Excavation for foundation / pipe trenches in hard
murum including removing the excavated material
upto a distance of 50 M and lifts as below, stacking
and spreading as directed by Engineer-in-charge,
normal dewatering, preparing the bed for founda-
tion and excluding backfilling, etc. complete. (BdA-
2/259)
22.00 Cum Lift 0.00 to 1.50 M. 170.00 Rs One Hundred Seventy Only 3740.00

Item No 6

Contractor No. of corrections Executive Engineer


228

Hydraulic testing of M.S. pipeline to specified pres-


sure including cost of all materials and labour and
water for testing for the length upto 1km., using re-
ciprocating type pumps which should be able to
provide specified test pressure gauges and other
necessary equipments, labour, operation charges,
etc. required for testing. The rate under this item
shall also include cost of retesting, if necessar
For carrier pipe
0.12 Km 450 mm dia 59954.00 Rs Fifty-Nine Thousand Nine Hundred Fifty- 7194.00
Four Only
Item No 7
Pushing of M.S. pipes of following dia for road cross-
ing and railway crossing by push through method in
all types of strata by using hydraulic jack and drilling
machine of required diameter of below M.S. casing
pipes, lowering, laying , jointing of material, required
welding machinery, tripod, shain -pulley block crain,
blower, compressor, loading and unloading of ma-
chinery into the trench, etc. transportation and de-
watering, etc complete, as directed by engineer-
incharge but excluding the cost of M.S. pipes.
Rs Thirty-One Thousand Three Hundred
120.00 Rmt a) 500 mm to 1000 mm dia MS pipe 31384.00 3766080.00
Eighty-Four Only
Item No 8
Refilling the trenches with available excavated stuff
with soft material first over pipeline and then hard
material in 15 cm layers with all leads and lifts in-
cluding consolidation, surcharging, etc. complete
33.07 Cum 84.00 Rs Eighty-Four Only 2778.00
Total Rs. 6151033.00

Contractor No. of corrections Executive Engineer


229

Sub Work No 11:- Providing and constructing BB masnary compound wall for WTP 600 Mtr long
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, normal dewatering, pre-
paring the bed for foundation and excluding backfil-
ling, etc. complete. (Bd-A1/259)
291.60 Cum 150.00 Rs One Hundred Fifty Only 43740.00

Item No 2
Providing & laying in situ following grade of C.C. of
trap / granite / quartzite / gneiss metal for founda-
tion and bedding including bailing out water, from
work, compacting and curing etc complete

34.37 Cum M -150 As per Lead Statement 6135.92 Rs Six Thousand One Hundred Thirty-Five & 210892.00
Ninty Two Paise Only
8.33 Cum M -100 As per Lead Statement 5680.92 Rs Five Thousand Six Hundred Eighty& Ninty 47322.00
Two Paise Only

Item No 3

Contractor No. of corrections Executive Engineer


230

Providing and laying in situ Cement Concrete of


trap/ granite / quartzite / gneiss metal for RCC work
in foundation like raft, grillage, strip foundation and
footing of RCC columns and steel stanchions includ-
ing normal dewatering, form work, compaction, fi-
nishing and curing, etc. complete. (By weigh batch-
ing and mix design for M250 and M-300 only Use of
L&T, A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree,
etc. cement is permitted.) (Excluding M.S. or Tor
reinforcement)

RCC M 200
Basic Rate 6653.00 + Lead Charge 495.92=7148.92

64.80 Cum 7148.92 Rs Seven Thousand One Hundred Forty-Eight 463250.00


For Footing & Ninty Two Paise Only

Item No 4
Providing and casting in situ Cement Concrete of
trap/ granite / quartzite /gneiss metal of approved
quality for RCCworks as per detailed drawings and
designs or as directed by Engineer incharge includ-
ing normal dewatering, centering, form work, com-
paction, finishing the formed surfaces with CM 1:3 of
sufficient minimum thickness if special finish is to be
provided and curing, etc. complete. (By weigh batch-
ing and mix design for M-250 and M-300 only. Use of
L&T, A.C.C., Ambuja, Birla Gold, Manikgad, Rajashree,
etc. cement is permitted.) (Excluding M.S. or Tor
reinforcement)

Basic Rate 8014.00 + Lead Charge 495.92=8509.92

Contractor No. of corrections Executive Engineer


231

38.48 Cum M - 200 for Column 8509.92 Rs Eight Thousand Five Hundred Nine & Nin- 327462.00
ty Two Paise Only

Item No 5
4 Providing and casting in situ C.C. of trap / granite/
quartzite / gneiss metal of approved quality for RCC
works as per detailed drawings and designs or as
directed by Engineer-in-charge including normal
dewatering, centering, form work, compaction, fi-
nishing the formed surfaces with C.M. 1:3 of suffi-
cient minimum thickness to give a smooth and even
surface wherever necessary or roughening if special
finish is to be provided and curing, etc. complete. (By
weigh batching and mix design for M-250 and M-300
only. Use of L&T, A.C.C.,Ambuja, Birla Gold, Manik-
gad, Rajashree,etc. cement is permitted.) (Excluding
M.S.or Tor reinforcement)

Basic Rate 7885.00 + Lead Charge 495.92=8380.92

49.95 Cum M - 200 for Grround level Beams 8380.92 Rs Eight Thousand Three Hundred Eighty& 418627.00
Ninty Two Paise Only

Item No 6

Contractor No. of corrections Executive Engineer


232

Providing and fixing in position steel bar reinforce-


ment of various diameters for RCC piles, caps, foot-
ings, foundations, slabs, beams, columns, canopies,
staircases, newels, chajjas, lintels, pardies, copings,
fins, arches, etc. as per detailed designs, drawings
and schedules; including cutting, bending, hooking
the bars, binding with wires or tack welding and
supporting as required, etc. complete (including cost
of binding wire). (Bd-F17/306)
Rs Eighty-Four Thousand Five Hundred
12.26 84527.00 1036301.00
MT As per revised Rates Twenty-Seven Only

Item No 7
Providing second class Burnt Brick masonry with
conventional/ I.S. type bricks in cement mortar 1:6
in superstructure including striking joints, raking
out joints, watering and scaffolding etc. Complete
Bd.G.5 Page

191.48 Cum 8389.09 Rs Eight Thousand Three Hundred Eighty- 1606342.00


Nine & Nine Paise Only

Item No 8
Providing internal cement plaster 20mm thick in
Single coats in cement mortar 1:4 without neeru
finish, to concrete, brick surface, in all positions in-
cluding scaffolding and curing etc.complete.
Rs Three Hundred Seventy-Seven Eighty
2451.60 Sqm 377.80 926214.00
Paise Only

Item No 9

Contractor No. of corrections Executive Engineer


233

Providing and applying three coats of water proof


cement paint of approved manufacture and of ap-
proved colour to new plastered surfaces including
scaffolding if necessary, cleaning and preparing the
surface, watering for two days etc. complete
2451.60 Sqm 97.00 Rs Ninety-Seven Only 237805.00

Item No 10
Providing and fixing of M.S. 2.50 M wide for com-
pound with 40 mm dia M. S. black pipe medium class
approved grill work, RCC M 150 side pillars of 25 Cm
X 40 cm X 2.5 M height, its foundation, finishing,
painting etc complete.
Rs Thirty-One Thousand Eight Hundred Six-
2.00 31862.00 63724.00
No ty-Two Only

Item No 11
Providing and fixing Wicket gate 1.0 M wide for
compound with 40 mm dia G.I. pipe, pproved grill
work, RCC M-150 side pillars of 25 cm x 40 cm x 2.5
M height, its foundation, finishing, painting, etc.
complete
Rs Eighteen Thousand Three Hundred Forty-
2.00 18347.00 36694.00
No Seven Only

Total Rs. 5418373.00

Contractor No. of corrections Executive Engineer


234

SUBWORK NO. -12 - Providing, erecting and commissioning of Solar Power Plant of 150 kWp at WTP
Item No :-
Item No 1 :- a) Solar Plant : Designing, Providing,
Installing, commissioning & Testing of 150 kWp
SPV Solar Power on grid system and net metering
of capacity 150 kWp PV plant benchmark consist-
ing of following component ( The SPV Solar Power
Plant shall be constructed/commissioned as per
norms of MNRE/MEDA/MSEDCL. All the permis-
sions required for constuction/commissioning of
Power Plant shall have to be taken by the Contrac-
tor.)
Rs.Thirty Five Thousand Eight Hundred
150.00 kWp 1) PV Modules - 35886.00 5382900.00
Eighty Six only
2) Inverter
3) Mounting Structure - G.I.Aluminium -L.S.
4) Junction Box. -L.S. As per requirement
5) Earhing Kit- -L.S. As per requirement
6) Light Arrester - -L.S. As per requirement
7) D.C./A.C. Cables - -L.S. As per requirement
8) Solar Panel Washing Arrangemnt
9) Operation and Maitenance of the whole solar
plant … etc. for Five Years .
( Rs. Fifty Three Lakhs Eighty Two Thousand
Total Rs. 5382900.00
Nine Hundred only )

Contractor No. of corrections Executive Engineer


235

13 :- Miscellaneous Works
Item No 1 :-Providing and erecting chain link fenc-
ing 1.6 M. height with G.I. chain link of size 50 x 50
mm, 8 gauge thick and fixed 75 mm above ground
level on vertical M.S. Angles of 40 x 40 x 6 mm size,
includind excavating pits for foundation and embed-
ded in C.C. block of 1:4:8 mix of size 450 x 450 x 670
mm. at 1.75 M. c/c with iron bar 16mm dia as hold
fast including welding link with angle frame at 30
cm c/c with nuts and bolts and horizontal M.S. An-
gles at top and bottom of 25 x 25 x 5 mm size and
vertical M.S. flat 35 x 5 mm and 25 x 5 mm horizon-
tal including cross support of 40 x 40 x 6 mm angles
both side at every corner or bend embedded in con-
crete blocks of 1:4:8 of size 450 x 450 x 670 mm in-
cluding 3 coats of oil painting etc. complete.As di-
rected by Engineer in charge.
4320.00 Mtr 2306.00 Rs Two Thousand Three Hundred Six Only 9961920.00

Item No.2 :- Providing and fixing of MS gate 2.50 M


wide for compound with 40 mm dia M. S. black pipe
medium class approved grill work, RCC M 150 side
pillars of 25 Cm X 40 cm X 2.5 M height, its founda-
tion, finishing, painting etc complete.
Rs Thirty one Thousand Eight Hundred Sixty
72.00 No. 31862.00 2294064.00
Two Only

Contractor No. of corrections Executive Engineer


236

Item No 6 :- Commisioning running and maintaining


the scheme to quantites, rated capacity, including
manning necessary personnel such as operator,
valveman, etc. as per requirements of the scheme
and who should also administer chemical dose for a
period of 1 month for individual scheme and 3
months for regional scheme, together with training
of personnel spared by MJP/ Local Body and hand-
ing over the scheme to Local Body after completion
of the above period as directed by Engineer-in-
charge.
12.00 Month For 3 Villages 55034.00 Rs Fifty-Five Thousand Thirty-Four Only 660408.00
Rs Nine Thousand Six Hundred Ninety-One 10931448.00
1128.00 Villages For additional For 94 Villages 9691.00
Only
Total Rs. 23847840.00

GRAND TOTAL : 1170269446.00

Signature Not Verified


Digitally signed by SANTOSH SHRIRAM GAWHANKAR
Contractor No. of corrections Executive Engineer
Date: 2022.07.21 15:04:03 IST
Location: Maharashtra-MH

You might also like