1

THANE MUNICIPAL CORPORATION WATER SUPPLY DEPARTMENT

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ & including various meter rooms along with necessary spares".

Executive Engineer Water Supply Department Thane Municipal Corporation, Thane.

SAVE WATER EVERY DROP COUNTS

2

THE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

INDEX

Sr.No. Particulars Pages

From To

1 Tender Notice 5 8

2 Detailed Tender Notice 9 13

3 Instructions to the Tenderer 14 20

4 General Conditions of Contract 21 36

5 Undertaking by the Contractor 37 37

6 Schedules for Eligibility 38 42

7 B-1 Tender Form 43 50

8 Conditions of the Contract 51 94

9 'Schedule – A' & Conditions 95 98

10 'Schedule – B' 99 129 11 Additional General Conditions 130 143 12 Brief Description of Work 144 229 13 Itemwise Specification 230 253 14 Annexures 254 276 15 Declaration by the Contractor 277 277 - 3 - zaNao mahanagarpailaka¸ zaNao paNaI purvaza ivaBaaga inaivada saucanaa

1´ "zaNao mahanagarpailakocyaa svat:cyaa 210 dlaila p`itidna paNaI purvaza yaaojanaotIla ipsao to TomaGar jalaSauiQd\krNa koMd`¸ TomaGar to maaNakaolaI ema\.baI.Aar.¸ ema\.baI.Aar. to maajaIvaDo drmyaana ivaivaQa ]paMgaocaI inagaa¸ doKBaala¸ du$stI va pircalana krNao" va 2´"zaNao mahanagarpailakocyaa

TomaGar jalaSauiQd\krNa koMd/akirta pa^laI A^lyauimainayama @laaora[-D ³PAC´ caa purvaza krNao" baabatcyaa kamaacaI $.18¸06¸70¸536À­ va $.3¸02¸67¸000À­ AnauËmao evaZyaa ikMmatIcaI inaivada [-¹ToMDrIMga pQdtInao id.11.02.2016 to id.08.03.2016 kalaavaQaIt duparI 15.00 vaajao pya-Mt Da}nalaaoD krta yaotIla. sadrcyaa inaivada [-¹ToMDrIMga pQdtInao id.08.03.2016 raojaI duparI 15.00 vaajaopya-Mt isvakarNyaat yaotIla va Sa@ya Jaalyaasa %yaaca idvaSaI duparI 16.00 vaajata ]GaDNyaat yaotIla. kama Ë.1 caI inaivada puva- baOzk id.25.02.2016 raojaI maa.nagar AiBayaMta yaaMcaa dalanaat sakaLI 11.30 vaajata GaoNyaat yao[-la. inaivada saucanaa AaiNa inaivada p`p~o zaNao mahanagarpailakocao AiQakRt saMkot sqaL Aqavaa www.thanecity.gov.in yaoqao ]plabQa Aaho. https://eprocurement.synise.com/tmc/

nagar AiBayaMta paNaI purvaza ivaBaaga¸ zaNao mahanagarpailaka¸ zaNao

- 4 -

THANE MUNICIPAL CORPORATION (WATER SUPPLY DEPARTMENT) TENDER NOTICE

E-Tender's are invited by Thane Municipal Corporation for the work of 1). "Operation, Maintenance & Repairs to TMC's own 210 MLD / Day Capacity Water Supply Scheme from Pise Head Works to Temghar WTP , from Temghar WTP to Mankoli MBR, from MBR to Majiwade, Pipeline etc. complete with consumables along with necessary spares" and

2). "Supply of Poly Alluminium Chloride (PAC) for 210 MLD WTP at Temghar". Estimated cost of work is Rs.18,06,70,536/- and Rs.3,02,67,000/- respectively. The Tender documents can be downloaded from Thane Municipal Corporation’s authorized website www.thanecity.gov.in OR https://eprocurement.synise.com/tmc/ from date 11.02.2016 to 08.03.2016 up to 15.00 hrs. Pre- bid meeting of work no. 1 will be held on Dt. 25.02.2016 at Hon. City Engineer's Office at 11:30 a.m. Tender can be submitted online on or before 08.03.2016 up to 15.00 hrs by e-tendering method and will be opened on the same date at 16.00 hrs if possible.

City Engineer Water Supply Department, Thane Municipal Corporation, Thane.

- 5 -

TENDER NOTICE e-tenders on percentage basis in B - 1 form are invited by the Municipal Corporation of City of Thane (hereafter referred to as TMC) from the reputed & experienced Contractors registered in Class 'B1' and above in Civil with MJP or equivalent class with PWD/Municipal Corporation of Mumbai.

1. NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

2 . PLACE OF WORK :

Pise head works Raw water Pipe line from Pise to Temghar,BPT at Sonale, Water Treatment Plant at Temghar, M.B.R. at Bhatle & Pure Water rising main & gravity main from Temghar to Majiwade Junction at Thane City.

3. ESTIMATED COST PUT TO TENDER :

Rs.18,06,70,536/-

(Rupees Eighteen Crores Six Lacs Seventy Thousand Five Hundred Thirty Six Only)

4. ELIGIBILITY FOR ISSUE OF TENDER FORM :

The Contractor shall be registered in Class B1 & above in civil or Class 'A' & above class in Elect./Mech. with Jeevan Pradhikaran or equivalent class in Public works Department and shall have experience as per detailed tender notice.

5. EARNEST MONEY & COST OF BLANK TENDER FORMS :

The amount of Earnest Money is Rs. 18,06,710/- (Rupees Eighteen Lacs Six Thousand Seven Hundred Ten Only) & the amount of tender form fee including E-Tendering charges is Rs.26,401/- (Rupees Twenty - 6 - Six Thousand Four Hundred One Only) to be submitted as per E-Tendering procedure & online receipt for the same should be uploaded with the Tender Document along with the Technical Bid.

EMD & Cost of Blank Tender shall be payable through one of the following modes ONLY:

1. Net-Banking

2. Debit Card

3. Credit Card

4. RTGS / NEFT.**

** For paying the Document Fees / EMD through the option (4) RTGS / NEFT, please follow the below process:

Step 1: Please mention the following details while making the RTGS/NEFT payment from your Bank:

Beneficiary Account Number - For example, in case your Bidder Code is 123, kindly mention TMCS123 as the beneficiary account number.(Bidder code shall be available through the E Tendering portal)

Beneficiary Bank Branch - ICICI Bank Ltd. CMS, EMPIRE COMPLEX, LOWER PAREL, MUMBAI 400 013

Beneficiary IFSC code - ICIC0000104

2. One day after making the payment, please log in to our portal. While making payment for Document Fee / EMD, please select the RTGS/NEFT payment option at the document fee/ EMD payment screen. Upon doing so, you shall be able to view the funds transfer by you through NEFT/RTGS as available balance.

3. Please proceed to make the payment. Of the required amount to be paid for the Document fee/EMD, shall get appropriately deducted from the available balance and payment shall be confirmed in real time.

4. Kindly note that the payment is required to be made one day before if you would like to make the document fee/EMD payment through our portal i.e.RTGS/NEFT.

Please get in touch with e-procurement

Support team in case any clarification is required.

(Note for Contractors/Bidders: It will be solely upon the bidder’s choice to select any of these payment options best suited to him. It is understood that the - 7 - bidder is aware of the payment cycle and other technical requirements/ payment process under each of these modes. It is bidder’s responsibility to see that the amount of EMD & cost of Blank Tender Form (BTC) are credited (in case of payment by NEFT/RTGS, the payment referred herein above may not mean final submission of EMD/BTC etc to TMC. The EMD/BTC etc shall be paid/ credited to TMC only when the bidder completes the Tender Document and other formalities online and submits the Tender), in the e-Tender System well before the scheduled time and date, to be able to proceed with final submission of his Tender along with the EMD & BTC to TMC. TMC will not be responsible for any failure on part of the bidder in submission of the Tender and/or the EMD/BTC etc. before scheduled time and date, for any reason whatsoever, including, inter-alia, noncredit of said amounts of EMD/ cost of Blank Tender Form, and therefore no claims shall be entertained on these grounds.

Under this online payment system for e-Tendering the Tenders will not be submitted/ received by TMC unless the EMD & Cost of Blank Tender are received/ credited before scheduled time and date. Hence, bidder shall remit the said amount well in advance. It is clarified that the Tenders – both Technical and Financial – will not be considered for opening if EMD and BTC are not received/ credited before schedule time and date, for any reason whatsoever.

ALERT:-For the RTGS/NEFT payment option, considering that the payments are settled by RBI in batches, it is advisable that the bidder completes the leg of transfer of funds, from his bank account to his own User Account in the e- Tendering system, one day before his desired day of submitting his Tender to TMC.)

6. INITIAL SECURITY DEPOSIT :

Rs. 90,33,530/- (Rupees Ninty Lacs T hirty Three Thousand Five Hundred Thir ty Only) out of which 2% of estimated cost in cash and balance 3% of accepted tender cost through R.A. Bill at 5% of bill amount.

7. TIME OF COMPLETION :

36 (Thirty Six) Calendar Months including monsoon.

8. The Tender document is available on Thane Municipal Corporation official website : www.thanecity.gov.in/ or https://eprocurement.synise.com/tmc/ from 11.02.2016 to 08.03.2016 up to 15:00 Hrs.

9. SUBMISSION OF TENDER :

Online through e-tendering process up to date 08.03.2016 up to 15:00 Hrs. - 8 - 10. OPENING OF TENDER :

08.03.2016 up to 16:00 Hrs.

11. Pre-bid meeting will be held in chamber of Hon. City Enginer, 3rd Floor, Thane Municipal Coproation, Panch Pakhadi, Thane on date 25.02.2016 at 11.30 a.m.

12. VALIDITY OF THE OFFER ———— 180 days.

13. Right to Reject/accept any or all the tenders lies with the Commissioner, The City of Thane Municipal Corporation, Thane. - 9 -

DETAILED TENDER NOTICE

1. e-Tenders are invited for the work of "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

2. The Estimated cost of the work is Rs. 18,06,70,536/-

3. Earnest Money and Initial Security Deposit are Rs. 18,06,710/- and Rs. 90,33,530/- respectively.

4. Time limit for completion of the work i.e. 36 months from the date of work order including monsoon period.

5. Place of Work:- Pise head works Raw water Pipe line from Pise to Temghar, BPT at Sonale, Water Treatment Plant at Temghar, M.B.R. at Mankoli & Pure Water rising main & gravity main from Temghar to Majiwade Junction at Thane City.

6. Tender document can be download from Thane Municipal Corporation official website: www.thanecity.gov.in OR https://eprocurement.synise.com/ From 11.02.2016 to 08.03.2016 upto 15.00 Hours.

7. Pre-bid meeting will be held in chamber of Hon. City Engineer's Office, At 3rd Floor, Thane Municipal Coproation, Panch Pakhadi, Thane on date 25.02.2016 at 11.30 am.

9. Tender in the manner specified in the forth coming paragraphs will be received online at above said website upto 15.00 Hrs. on or before dated 08.03.2016.

10. Tender will be opened on date 08.03.2016 at 16.00 Hours.

11. a) Validity:- Validity of the tender shall be 180 days from the date of opening.

12. Manner of submission of tender and its ccompaniment:

The tender shall be submitted online. - 10 -

12.1 Envelope No.1 (Documents) a. Certificate as a Registered Contractor in Class B 1 in Civil or Class ‘A’ and above in Elect./Mech. with Maharashtra Jeevan Pradhikaran / P.W.D. / Municipal Corporation, Mumbai. b. VAT Registration certificate shall be submitted. Unless specifically exempted in this respect by the Government. c. The Contractor should have following experience in Govt./Semi Govet /ULB/PSU etc. -

(i) The tenderer should have constructed water treatment plant of capacity not less than 100 ML/Day OR having experience of at least 18 months of the operation & maintenance of water treatment plant of capacity not less than 100 ML/Day in last Seven years.

(ii) Tenderer shall have experience of minimum 18 months for operation, maintenance & repairs to H.T. pumping machinery of at least 450 BHP & above of individual pump set OR having experience of supply installation, testing & commissioning with test & trial of H.T. pumping machinery of at least 450 BHP or above of individual pump set. d. The tenderer shall possess / tie up with engineering & fabrication workshop with rewinding facility for H.T. motor at his disposal. The consent letter for tie up arrangement shall be submitted with tender. e. The joint venture is not permitted for the purpose of executing above work. Considering the nature of work. f. The tenderer must posses a valid electrical supervisor’s license or he must have a licened electrical supervisor on his roll. g. The average annual turnover of tenderer / joint venture shall not be less than Rs.2.5 crore per annume for the past three years. h. The experience certificate shall be from the officer not below the rank of Superintending Engineer or equivalent. i. The Contractor shall furnish along with the Tender The receipt of amount paid as described in Tender Notice of - 11 - Rs.18,06,710/- (Eighteen lakh six thosund seven hundred ten only) as and by way of earnest money & Document fee of R s . 2 6 , 4 0 1 /- & proof shall be submitted with e-tender.

Department Code – 1100

Function Code – 311

Budget Code – 255009

j. All above shall be duly attested.

12.2 Envelope No.2 (Tender)

The second envelope clearly marked as Envelope No.2 shall contain only the main tender and the tender submitted without this would be considered as invalid.

13 The tenderer should quote his original basic offer online in prescribed form available on website both in words and figures. He is supposed to inspect the site before quoting offer. The Contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions issued additional stipulations made by the department as informed to him by a letter from City Engineer/Executive Engineer after pre- tender conference if applicable. This tender shall be unconditional.

14 Opening of Tenders:

On the date specified in the tender notice following procedure will be adopted for opening of the tender.

Technical Bid -

First of all, Technical Bid of the tender will be opened to verify its contents as per requirements. If the various documents contained in this Technical Bid do not meet the requirements of the Department a note will be recorded accordingly by the tender opening authority and the said tenderers Commercial Bid will not be opened & considered for further action but the same will be recorded.

Commercial Bid -

This Commercial Bid shall be opened immediately after opening of Technical Bid only if contents of Technical Bid are found to be acceptable to 12 the Department, the tendered rates in Schedule B or percentage above/below, the estimated rates shall then be read out.

15. Acceptance of Tender

15.1 The tenderer whose tender is accepted will have to give an undertaking in writing to the effect that he/they will pay the labours engaged on the work, the wages as per Minimum Wages Act, 1948, applied to the zone in which the work lies and act accordingly.

15.2 The contractor shall comply, wherever required, with the provisions of the payment of Wages Act, 1936, Minimum Wages Act 1948, Employees Liability Act1938, Workmen's Compensation Act, 1961, The Contract Labour (Regulation and Abolition) Act, 1979, and any modification thereof or any law relating there to, and rules made there under from time to time.

15.3 The contractor whose tender is accepted is required to note that no foreign exchange will be released by the Department.

15.4 The contractor will have to sign the original copy of the tender papers and the drawings according to which the work is to be carried out. The contractor shall also have to give a declaration to the effect that he has fully studied the plans, specifications, local conditions and availability of labour and materials and that he has quoted his rates with the consideration to all these factors.

16 Security Deposit:

16.1 The successful tenderer shall have to pay 2% security deposit in cash and complete the contract documents failing which his earnest money will be forfeited to Thane Municipal Corporation.

16.2 All Compensation or other sums payable by the contractor under the terms of this contract or any other or on any account may be deducted from his security deposit or from any sums which may be due to him or may become due to him by Thane Municipal Corporation on any account and in the event of the security being reduced by reason of any such above noted deductions the contractor shall within 10 days of receipt of notice of demand from the Engineer-in-Charge make good the deficit. 13

16.3 There shall be no liability on the Department to pay any interest on the Security deposited or recovered from the contractor.

16.4 The amount with held as security deposit towards this work will be refunded only after expiry of completion of contract period, as mentioned in Clause 1 of B-1 Tender form.

16.5 No conditional tender will be opened and will be out rightly rejected.

City Engineer, Thane Municipal Corporation Thane

14

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

INSTRUCTIONS TO THE TENDERER

1 The tenders in prescribed manner shall be submitted online by e-tendering method upto date on 08.03.2016 at 15.00 Hrs. Employer may at their discretion extend the date for receiving tender.

2. The tenderer is advised to acquaint himself with the job involved at the site, and examine climatic conditions, availability of labour, local problems if any, equipments, means of transport, communication facilities, laws and bylaws of government of Maharashtra and Government of and any other statutory bodies and collect all information that may be necessary for preparing and submitting the Tender and entering into the contract.

3. The Tenderer shall bear all the costs of visiting the site, collecting the information and for preparing and submitting the tender.

4. The Tenderer and or his authorised servants and agents will be granted permission to visit the site for the purpose of inspection. The Tenderer will be fully responsibile for any injury (whether fatal or otherwise) to himself or his authorised servants and agents or for any loss or damages to property or for any other loss, damage, costs and expenses whatsoever caused which but for the granting of such permission would not have arisen. The Tenderer will be liable to indemnify the Employer against any loss or damage to the property of the Employer or neighboring property which may be caused due to any act of the Tenderer or his servants and agents.

5. The Tender prepared by the tenderer, all documents and correspondence in respect of or in connection with the tender and the work to be executed hereunder shall be in English Language only.

15

6. The Tenderer shall examine carefully, all instructions, General Conditions of Contract, Specifications, Bill of quantities, Scope of work, Drawings, etc., and all documents issued alongwith and for the purpose of tender, any amendments made thereto from time to time, conditions, quantity any nature of work, materials necessary for the completion of work, means of access to the site, the existing roads and other means of communication in general, and in general shall be deemed to have been examined and obtained all necessary informatation as to risks, contingencies and other circumstances which may influence or affect his tender Failure to comply with the requirements of the tender documents will be on tenderers own risks. Tenders which are not substantially responsive to the requirement of the tender documents are liable to be rejected.

7. Tenderer shall bear all costs for preparation and submission of his tender. Employer will not be responsible for or pay for any expenses or losses which might be incurred or suffered by any tenderer in connection with submission of tender. A prospective tenderer requiring any clarifications on the Tender documents may seek from Superitending Engineer on the scheduled prebid meeting & the clarification from Dept shall from part of Tender documents.

8. No tender shall be considered which is not accompanied by an Earnest Money Deposit of Rs. 18,06,710/- (Rupess Eighteen Lacs Six Thousand Seven Hundred Ten Only) in the form as mentioned in the Detailed Tender notice. In the event of tenderer withdrawing his tender before the expiry of 180 days from the last date for submission, the tender shall be cancelled and the amount of E.M.D. payble shall become forthwith payble to TMC and decision of the Commissioner shall be final in that behalf. The earnest money deposit of unsuccesful tenderer will be discharged/returned as promptly as possible, but not later than 30 days after the Employer. The Earnest Money Deposit in respect of successful tenderer will be forfeited, if he fails to enter into a contract or furnish the necessary security deposit as per contract.

9. The tenderer must use metric units in the specifications and on all the drawings.

10. The Tenderer shall quote realistic rates in respect of works to be executed by him. The rates shall be firm and no increses or decrease in prices will be allowed except as mentioned in the General Conditions.

11. The Commissioner, The Municipal Corporation of City of Thane reserve the right to reject all or any tender without assigning any reasons or to accept

16

any tenders in part and does not bind themselves to accept the lowest or any other tender. No reasons will be assigned for the rejection of any tender.

12. The Tender shall remain valid and open for acceptance for a period of 180 days from the date fixed for receiving the same. The Employer reserv their right to extend the period of validity for a specific time. The request and the response thereto shall be made in writing or by telegram or fax. The Tenderers will have an option to refuse the request without forfeiting his tender security. However, in the event of the Tender agreeing to the request, he will not be permitted to modify his tender. In the event of the Tenderer agreeing to the extension, the Tender shall correspondintly extend the validity of this tender security.

13. The tender if submitted on behalf of a Partnership Firm should be signed either by all the partners or some of the partners of other person/s holding a valid Power of Attorney from other partners or all the partners constituting the firm as the case may be. In the event the tender is signed by some of the partners or other persons the Tender should be accompanied by a valid Power of Attorney duly executed by partners specifying that the partners or person/assigning the tender has the authority to bind them or the firm as the case may be in all matters pertaining to the tender. In case of a company, the tender should be signed by a person holding a valid power of attorney executed in his favour in accordance with the constitution of the Law.

14. At any time prior to the last date for submision of tenders, the employer may for any reason what so ever, change or modify the tender documents by amendments. Such amendments will be published on the website in e- tendering document.

The amendments so carried out will be forwarded to all the prospective tenderers who have obtained the tender documets. The amendment so carried out will form part of the tender and shall be binding upon the Tenderers. The Employer may at their discretion extend the last date for submission of the tenders to enable the Tenderers reasonable time to submit their tender after taking into consideration such amendments.

15. Tender shall be prepared, signed and submitted only by that Firm/Corporation/ joint venture/company in whose name the tender documents are issued. The tender shall be typed or written in indelible ink and all pages of the tender shall be signed as stated above. The tenderer

17

shall submit complete tender and shall be without alterations, interlineations or erasures except those to accord with the instructions issued by the employer or as may be necessary to correct errors made by the Tenderers. All such cancellations, alterations or amendments shall be intialled by person or persons signing the tender.

16. The tender shall be submitted online through e-tendering process. The tenderers while submitting the tender shall submit the documents in two sealed envelopes as pre e-tendering through online.

A) Technical Bid :

The first envelope ie. Technical bid. It shall contain the following containing general information and Technical proposals :

i) a) "Earnest Money Deposit" of Rs. 18,06,710/- (Rupess Eighteen Lacs Six Thousand Seven Hundred Ten only) in the form of challan in favour of the Commissioner, the Municipal Corporation of city of Thane, Thane-400602, payable as per detailed tender notive and the proof of challan shall be submitted online.

b) Cost of tender document fee Rs.26,401/- shall be paid as per detailed tender notive and shall be submitted online.

ii) Cerfificate of valid registration in appropriate class with M.J.P. / any Govt. /Govt. Undertaking / P.S.U. etc. duly attested. (Class B1 Civil or Class A for Elect./Mech.)

Alongwith this tenderer must have experience of construction of successfully water treatment plant of capacity not less than 100 ML/ Day or having experienced of atleast 18 months of the operation and maintenance of water treatment plant of capacity not less than 100 MLD in last Seven years. iii) Details of experience and past performance of the Tenderer of works of similar nature wihin the past 3 years and details of current works in hand and other contractual commitments in the format prescribed in Schedules I,II,III,IV,V respectively. iv) The qualifications and experience of key personnel proposed for administration and execution of this contract, both on and off site, in the format prescribed in schedule III and should be equivalent to min. qualifications mentioned in Annexure III.

18 v) Major item constructional plants and equipments totally available / identified by the firm and that are proposed for use in carrying out this contract in the format prescribed in Schedule - IV. vi) Reports on the financial standing of the tenderer including profit and loss statements, balance sheets and auditor's reports for the past Five years and an authority from the tenderer to seek reference from the tenderer's bankers. The financial turnover in the last Three years should be indicated in the format prescribed in Schedule - V. vii) Tenderer should submit up to date Sales Tax / VAT clearance certificate valid up to 31/12/2015. viii) Information regarding any current litigation in which the tenderer is involved. ix) Power of attorney for the signatory for the tender any carrying out the works when awarded.

x) Prebid meeting Papers/minutes will be part and parcel of envelope no.1 and should be enclosed duly signed with stamp and should be submitted in envelope no. The tenderer must posses a valid electrical supervisors licence or should have the staff who posseses electrical supervisor licence and should provide documentry evidence for the same. xi) The tenderer must posses a valid electrical supervisor licence or should have the staff who posseses electrical supervisor licence and should provide documentary evidence for the same. xii) The average annual turnover of tenderer shall not be less than 250 lakhs per annum for the past three years.

B) Envelope No. 2 (Price bid) :-

The second sealed envelope shall contain the tender document including common seal of conditions / stipulation issued by the TMC after pretender conference duly signed in token of acceptance as issued duly completed indicating the rates for all items of Bill of Quantities and the total cost on percentage basis as prescribed. It should not contain any other conditions clarifications / understandings other than the rates and the total cost as specifically sought in the tender documents.

C) The tenderer should note the following procedure carefully.

a) The tenderer should quote his basic cost offer only in Envelope no. 2.

19 b) Tenderer should not indicate his cost offer any where directly or indirectly in Envelope No. 1.

17. Opening of Tender :

On the date and time specified in the tender notice, following procedure will be adoped for opening of the Tender.

18. Technical Bid :-

Technical bid all the Tenderers will be opened by the representatives of City Engineer T.M.C., Thane - 400602. General Technical Details, the availability or requisite Earnest Money deposit and such the details as the Employer at their discretion, may consider appropriate, as shown in detailed tender notice then only such bidders price bid can be opened.

19. Envelope No. 2 (Price Bid):

The Price Bid shall be opened on a date to be fixed if the Tenderer's submission in Technical bid satisfies / includes all requirements and the same are found acceptable to the City Engineer, TMC, Thane. The price bid shall be returned unopened if the Tenderer's submission in Technical bid was found to be unacceptable during its scrutiny without assigning any specific reasons whatsoever.

20. Date of opening of Tender :- As shown in detailed tender notice.

21. Conditional Tender will be rejected outright considering it as non responsive offer and Tender will be liable to be rejected outright if it found that.

i) The Tenderer proposes any alteration in the work specified in the tender or in time allowed for completing the works or indicate any other unacceptable condition.

22. After the public opening of Tenders information relating to the explanation, clarification, evaluation and comparisons of Tenders and recommendations concerning the award of contract shall not be disclosed to tenderers or any other(s). Any efforts by the tenderers to influence the Employer, in the process of examination, clarification, evaluation and comprison of tenders and decisions concering award of contract may result in the rejection of the tenderer's tender.

20

23. To assist in the examination, evaluation and comparison of tenders, the employer may ask tenderers, individually for clarification of their tenders. The request for clarification and the response shall be in writing or by cable or by telex, but no change in price or substance of the tender shall be sought, offered or permitted nor the tenderers be permitted to withdraw his tender before the expiry of the tender validation period.

24. The employer will determine whether the tender is substantially responsive to the requirements of the tender documents for the purpose of this clause a substantially responsive tender is one which interalia conforms to all the terms, general conditions and specifications of the tenderer documents and

Technically suitable. A tender which, in relation to the cost estimates of the Employer is seriously unbalanced may be rejected as nonresponsive.

25. Tenders determined to be responsive will be checked by the Employer for any arithmetical errors in computation and summation as under :

i) where there is discrepancy between amounts in figures and words, the amount in wards will govern.

26. Prior to the expiration of the prescribed period of tender validity or such extended period the Employer will notify the sucessful tenderers, by courier / speed post or fax confirmed in writing by registered letter that his tender has been accepted. The notification of award will constitute the formation of the contract. Upon the furnishing by the successful tenderer of a security in accordance with the provisions of conditions of contract.

All costs, charges and expenses including stamp duty in connection with contract as well as preparations and completion of agreement shall be borne by the tenderers.

21

THANE MUNICIPAL CORPORATION, MAHANGARPALIKA BHAVAN, DR. ALMEIDA ROAD, CHANDANWADI, PANCHPAKHADI, THANE - 400 602.

Name of Work : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

GENERAL CONDITIONS OF CONTRACT

1. DEFINATIONS

In the contact the following terms shall be interpreted as indicated.

a) The “Contract” means the agreement entered into between the owner and the contractor as recorded in the contract form signed by the parties, includes all attachments and appendices thereto and all documents incorporated by reference therein. Contract in the deed of contract together with all its original accompaniments and these later incorporated in it by internal consent.

b) “The Contract Price” means the price payable to the contractor under the contract for the full and proper performance of its contractual obligations.

c) “The Goods” means all of the equipments, machinery and/or other materials which the contractor is required to supply to the owner under the contract.

d) “Services” means the services ancillary to the contract such as transportation, insurance and any other incidental services such as provision of technical assistance, training and other such obligation of the contractor covered under the contract.

e) “The Owner” means, the Thane Municipal Corporation, Thane (Maharashtra) and the officer designated by it.

f) “The Contractor” means successful tenderers whose tender has been accepted and who has been authorised to proceed with the work.

22 g) “TMC” means the Thane Municipal Corporation constituted under the BPMC act 1949 (Act No. L1 x 1949).

h) “The Commissioner” means the Commissioner of Thane Municipal Corporation who for the time being is holding that office and also his successor and shall include any officer authorised by him.

i) “The City Engineer” means the Officer of TMC so designated or any other officer who for the time being is holding that office/entrusted with that function, duties and powers.

j) “Tender” means the proposal of the contractor submitted in the prescribed from 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 obligators of the conditions of contract and specification except is so for as the variation requested by the TMC at the time of bid.

k) “Contract time” means period specified in the document for the entire execution of contracted works and other services to be rendened commencing from the date of notification of award including mansoon period.

l) “Month” means calender month.

m) “Site” means the location at which the contractor will have to execute the contracted work.

n) “The Engineer” shall means the Executive Engineer (Mech), Water Supply Department, T.M.C., Thane or his authorised representative.

2. LOCATION

As mentioned in detailed tender notice & in the tender documents.

3. SCOPE OF WORK

Scope of work includes providing skilled/semi skilled/unskilled man power, & tools & equipment,required chemicals & consumables & skilled expertise to operate maintain & carryout repairs to the TMC's own 210 Water Supply Scheme from Pise head works & pumping station, MS/PSC Raw Water pipeline from Pise to Temghar, Water treatment plant & pure water pumping station at Temghar M.S.Pure Water Pipe Line from WTP Temghar to MBR & MBR to Majiwade Junction alongwith various meterrooms situated along the pipeline & with allied routine maintenance work & providing Security

23 Arrangement etc. along with providing necessary spares.

4. CONTRACTOR'S STAFF & THEIR CONDUCT ETC:

At present TMC has deployed some employees. TMC will not make the payment of these employees to the contractor. The procedure to deploy some more employees is under process. The salary of these employees is to be paid by the contractor as his own employees. This payment will be reimbursed to the contractor at an actual plus taxes along with overheads after report to Engg-in-charge. As per the requirement of the plant the Engineer-in-charge will have the authority to increase or decrease the employees of the contractor. In accordance with this the TMC will make payment of the workers to the contractor.

5. SPECIFICATIONS

The wording of items in Schedule - B shall be taken as guidelines for general provisions and coverage under the item. The detailed specifications and item wise detailed specifications given elsewhere in tender document shall apply. The Beurau of Indian Standards code of practice as available upto date shall apply in addition to above specifications as supplementary ones. The materials required for various items shall conform to IS codes wherever available. The latest edition of IS codes shall be applicable.

6. WATER

Water required for daily purpose of human consumption for operating staff, for making solutions of various chemicals used for water treatment & for any other cleaningm washing & gardening purpose at plant shall be made available free of cost.

7. DETAIL DRAWINGS & LAYOUTS.

All details and dimension of pipe line, structures, machineries & its operation & maintenance manuals,drawings & any other relevant details can be had from Engineer-In-Charge.

8. INTERPRETATIONS

Written clarifications or interpretation necessary for the proper execution 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. Such clarifications or interpretations shall be consistent with or reasonably inferable from the intent of the contract Documents and shall

24 become a part thereof. Where there is a discrepancy between the Drawings and the specifications, the Contractor shall obtain the Engineer’s interpretation which shall be binding on the Contractor. If any error has crept in the work due to non-observance of this clause, the contractor will be responsible for the error and bear the cost of corrective work.

9 SECURITY DEPOSIT AND INDEMNITY

9.1 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. If the contractor is at default the Security Deposit shall immediately become payable to the department.’

9.2 LOSS OR DAMAGE AND INDEMNITY AGREEMENT

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 works, limit. The contractor shall indemnify and hold the owner and the Engineer harmless against any and all liability, claims, loss or jury, including costs, expenses, and attorney’s fees incurred in the defense of same arising from any allegation, whether groundless or not of damage or injury to any persons 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.

10. SUPERVISION AND SUPERINTENDENCE

10.1 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, procedures, and sequences of constructions. The contractor shall coordinate all parts of the works 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 issue during the progress of the works.

25 10.2 AGENT

The contractor shall keep on the work at all times during its progress a competent Senior Resident Engineer satisfactory to the Owner, who shall not be replaced without a months 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 contractor. All communications, instructions, and directions given to the agent shall be binding as if given to the contractor. Any order or direction given by the Engineer not otherwise required to be in writing will be given or confirmed in writing upon request of the contractor.

11. CARE AND USE OF SITE

The contractor shall not commence operation on land allotted for work except without prior approval of the Engineer. If these lands are not adequate the contractor may have to make his own arrangement for additional lands. 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 rubbish shall be burnt or removed from the site as it accumulates. All surface and soil drains shall be kept in clean and workman like state. All the area of contractor’s operations shall be cleared before returning them to the Engineer. The contractor shall make good any damage or alternations made to the areas or property or land handed over to him before they are returned.

12 USE OF EXPLOSIVE

The contractor shall comply with all laws, ordinance, regulations, codes, and orders governing the transpiration, 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. No blasting shall be done in the vicinity of existing structures above or below the ground without the prior written consent of the Engineer thereof, and of the Engineer of the works.

13. MANUFACTURER’S INSTRUCTIONS

Unless otherwise provided in the contract documents, the contractor shall apply, install erect, connect, use, clean, condition and operate manufactured articles,

26 materials and equipment in accordance with the various manufacturer’s instructions including those in the instruction manuals. The contractor shall compare the requirement of the various manufacturer’s instructions with requirements of the contract documents, shall promptly notify the Engineer in writing of any difference between such requirements, and shall not proceed with any of the works affected by such differences until an interpretation or clarification is issued pursuant to Article. The contractor shall bear all costs for any error in the work resulting from his failure to comply with the various requirements and notify the owner of any such difference.

14. PROTECTION

The contractor shall take all precautions and furnish and maintain protection to prevent damage, injury or loss to all employees and work-men on the work and all other persons who may be affected thereby, all the works and all materials and equipment to be incorporated there in whether in storage on or off the site, under the care, custody or control of the contractor or any of his sub-contractor or sub-contractors and other improvements and property at the site or where work is to be performed including buildings, trees and plants, poles line, fences guards rails, guide posts, culvert and project makers, signs structures, conduits, pipelines and improvements within or adjacent to streets, right-of-way, or easements, except those items required to be removed by the contractor in the contract documents. The contractor’s protection shall include all the safety precautions, and the notification of the owners of utilities and adjacent property. 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.

15. UTILITIES AND SUBSTRCTURES

The indication of the type and approximate location of existing utilities and sub-structures in the contract documents represents a diligent search of known records, but the accuracy and completness of such indications are not warranted by the owner or the Engineer and utility structures and services not so indicated may exist. Before commencing any work, the contractor shall investigate, determine the actual locations and protect the indicated utilities and structures.

16. WORKMEN

The contractor shall at all times enforce strict discipline and good order among his employees and those of any subcontractor, and shall not employ

27 on the works any unfit person or anyone not skilled and experienced in the assigned task. The contractor’s employees employed on the work who fail to perform the work in the manner required by the owner or the Engineer, shall be discharged immediately and such person shall not be re-employed such discharge shall not be the basis of any claims for compensation or damages against the owner or the Engineer.

The contractor shall in respect of labour employed by him comply with or cause to be complied with the provisions of various labour laws 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. Not withstanding anything contained herein, the Engineer may at his discretion take such actions as may be necessary for compliance of the various labour laws and recover the cost thereof from the contractor.

In the event of the contractor committing a default or breach of any provisions of labour laws and rules and regulations, the contractor shall without prejudice to any other liability under the acts pay the Owner a sum as decided by the Engineer.

17. SUBSTITUTIONS AND EQUALS

Reference in the contract documents to any materials, item of equipment, or type of construction by manufacturer’s name, make, catalogue number or other proprietary identification shall be interpreted as established a standard of quality. If the contractor wishes to furnish or use a proposed substitute or equal material, item of equipment, or type of construction, he shall make written application to the Owner for approval, certifying in writing that the proposed substitute or equal will perform adequately the duties imposed by the general design, be similar and of equal substance to that specified, and be suited to the same use and capable of performing the same function as that specified, and stating all variations in costs pertaining to the application. No proposed substitute or equal shall be ordered or installed without the written approval of the Engineer and it shall be understood and agreed that the decision of the Engineer in this matter shall be final and binding.

The contractor at his expense, shall remove the unauthorised materials or equipment if installed without the Engineer’s approval and install those required by the contract documents or as directed by the Engineer.

17.1 USE OF APPROVED SUBSTITUTIONS OR EQUALS

28 The contractor’s use of approved substitutions of equals shall in no way relieve the contractor from compliance with the contract documents. The contractor shall bear all extra expenses resulting from providing or using approved substitutions or equals where they affect the adjoining or related work, including the expense of required engineering, redesigning, drafting, and permits where necessary, whether the Engineer’s approval is given before or after receipt of Tenders.

18 LAWS AND REGULATIONS

18.1 GOVERNING LAWS

The contract documents shall be governed by the laws and by laws of India, the State of Maharashtra and as applicable at the place of work.

18.2 COMPLIANCE

The contractor shall inform himself of all laws, ordinances, codes, rules and regulations in any manner affecting those employed on the works or the materials used in the works, or in any way affecting the conduct of the works and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over the work.

He shall at all times himself observe and comply with and shall require all his agents, employees sub-contractors to observe and comply with all such applicable laws, ordinances rules regulations, orders, and decrees in effect or which may become effective before completion and acceptance of the work and shall protect and indemnify the owner and the Engineer against any claim of liability arising from or based upon the violation of any such law, ordinance, code, rule, regulation order or decree, whether by himself, his employee, or his sub-contractor, or any other person or organisation, employed for or upon the work. If the contractor observes that any requirement of the contract document, is at variance with such laws, ordinance, codes, rules, regulations, orders or decrees he shall promptly notify the Engineer in writing and shall not proceed with any work affected by such variance without the Engineer’s written instruction.

18.3 PERMITS, FEES AND TAXES

Unless otherwise provided in the contract documents, the contractor shall secure and pay for all permits, Governmental fees and license necessary for the execution and completion of the work. The contractor shall pay all sales, local, income and other taxes required by law including all taxes properly assessed

29 against his equipment or property used in connection with the work, and clearance certificates shall be shown to the Engineer. The service tax is applicable to the contract shall be paid by the contractor no extra claim in this regards will be entertained. If the contractor is entitled for any refund of above taxes, necessary certificates regarding the use of materials for Thane Municipal Corporation will be issued by the Engineer-in-charge.

19 SAFETY PRECAUTIONS AND EMERGENCIES

19.1 CONTRACTOR’S RESPONSIBILITY FOR SAFETY

The contractor shall be solely responsible not withstanding any stipulation by owner or Engineer for initiating, maintaining and supervising all safety precautions and programme in connection with the work and shall comply with all laws, ordinances codes, rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damages, injury or loss during the entire contract period including non-working hours.

On the occurrence of an accident arising out of the works which result in death or which is so serious as to likely to result in death, the contractor shall within one hour of such accident intimate in writing to the Engineer and the legal authority like factory Inspector or Director Industrial Safety the facts stating clearly and in sufficient details the circumstances of such accidents 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 stating clearly and in sufficient details the facts and circumstances of such accidents and the action taken by the contractor.

In all cases the contractor shall indemnify the Engineer against all loss or damages resulting directly or indirectly from the contractor’s failure to report in the manner aforesaid. This includes the penalities or fines, if any payable by the owner as asconsequence of failure Act or otherwise to conform to the provisions of the said Act in regard to such accidents.

In the event of an accident in respect of which compensation may become payable by the contractor or by the owner as the principal employer, the Engineer may retain out of moneys due to payable to the contractor such sum of moneys as may, in the opinion of the Engineer be sufficient to meet such liability, on the receipt of award from the Labour Commissioner in regard to the quantum of compensation, the difference in the amount will be adjusted.

30 20 EGINEER’S STATUS DURING THE CONTRACT

20.1 AUTHORITY OF THE ENGINEER

The Engineer shall have the authority to enforce compliance with the contract documents. On all the questions relating to quantities, the acceptability of materials, equipment, or works, the adequacy of the performance of the work, and the interpretation of the Drawings and specifications, the decision of the Engineer is final and binding and shall precedent to any payment under the contract agreement 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, to disapprove or reject the works which is defective, to require the uncovering and inspection or testing of the works to issue interpretation and clarifications, to order changes or alternations in the work, and other authority as provided elsewhere in contract documents.

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, instructions and orders from the Engineer.

20.2 FUNCTIONS OF THE ENGINEER

The whole of the works shall be under the direction 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 plans, working drawings, sections, specifications connected with the work. The Engineer shall have the power and authority from time to time and at all times to make and issue such further drawings and to give such further instructions and directions as may appear to him necessary or proper for the guidance of the contractor and the good and sufficient execution of the works according to the terms of the specifications, and the contractor shall receive, execute, obey and be bound by the same, according to the true intent and meaning thereof, fully and effectively.

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 order any works or any portion of work 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 expense occasioned by any such diminution or alteration so ordered and directed shall be deducted from or added to the amount of this contract. No work which radically changes the original nature of the contract shall be ordered by the Engineer

31 and in the event of any deviation being ordered which in the opinion of the contractor changes the original nature of the contract, he shall nevertheless carry it out and any disagreement as to the nature of work and rate to be paid therefore shall be resolved mutually.

The time of completion of work shall, in the event of any deviations resulting in additional cost over the contract sum being ordered, be extended reasonably by the Engineer. The Engineer’s decision in this case shall be final and conclusive.

20.3 DUTIES OF THE ENGINEERS REPRESENTATIVE

The duties of the representative of the Engineer are to check, inspect and continuously supervise the work and to test any material to be used or workmanship employed in connection with the works. He shall furnish the drawings and information to the contractor, approve the contractor’s drawings subject to postfacto approval and signature of the Engineer, recommend and approve the interim certificates, and taking over certificates after thorough checking and inspection and recommend extra works required and extension of time. Approval for or acceptance of any work or material or for failure to disapprove any work or material by the representative of the Engineer shall not prejudice the power of the Engineer there after to disapprove such work or material and to order removal or modification thereof. If the contractor is 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, reverse or vary such decision.

21 RIGHT TO WITHHOLD

The Engineer may refuse to approve any payment, because of subsequently discovered evidence or the results of subsequent inspections or tests and 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) of the contractor’s failure to make payment properly to sub contractors or for labour, materials or equipment (c) of damage to another contractor or to the property of others caused by the contractor (d) of reasonable doubt that the balance work can not be completed within the unpaid balance of the contract price (e) of reasonable indication that the work will not be completed within the contract time (f) of the contractor’s neglect or unsatisfactory progress of the work including failure to clean up (g) of payment due to the Engineer from the Contractor, or (h) of provisions of law that enable or require the Engineer to withhold such payments in whole or in part, when the grounds for withholding

32 payments are removed, payment will be made for amounts withhold because of them to the extent the contractor is entitled to payment.

22 CONTINUING OBLIGATION OF THE CONTRACTOR

The contractor’s obligation to perform and complete the work in accordance with the contractor documents is and shall be absolute. Neither the observation during construction 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 Engineer nor any failure to do so, nor any correction of defective work by the Engineer shall constitute acceptance of work not in accordance with the contract documents.

23 INCOME TAX Deduction of income tax will be made at 2 percent of the gross amount of each bill in excess of Rs. 5,000/- or as per the advice of the Income tax authority and 2% surcharges over I.T. will be deducted from all R.A.bills and Final bill also work contract tax equal to 2% of gross amount will be deducted.

24 FORCE MAJEAUR

Neither party shall be liable to the other for any loss or damage occasioned by or arising out of the acts of God and in particular unprecedented floods, volcanic eruptions, earthquake or other convulsion of nature and other acts such as, but not restricted to, invasion, act of foreign countries, hostilities or war like operations before or after declaration of war, rebellion, military or unsurped power which prevent performance of the contract and which could not have been foreseen or avoided by a prudent person.

25 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 officer of the corporation 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 address given in the contractor’s Tender on which the contract agreement is founded is hereby designated as the place to 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.

33 26 PRICE VARIATION

The Price variation is allowed for all items Part-I, Part-II & Part-III of Schedule-B) I. If during the Operative Period of the contract as defined in condition (i) below, there shall be any variation in the Consumer Price Index (New Series) for industrial workers for Thane / Mumbai centre as per the Minimum Wages Labour Gazette published by the Commissioner of Labour, Government of Maharashtra (for Item No.1 of Part – I of Schedule - B) and/or in the wholesale Price Index for all commodities prepared by the Office of Economic Adviser, Ministry of Industry, Government of India, as compared to the respective figure therefore, on the date 30 days before the last date prescribed for receipt of tender and/or in the prices of Petrol, Oil and lubricants, then, subject to other conditions mentioned below, price adjustment on account of (i) Labour component (ii) Material component, and (iii) POL components, which respectively are 65%, 30% and 5% of the total cost of work put to tender, calculated as per the formula herein after appearing, shall be made (Total of all these three components will be 100).

A) Formula for Labour Component:

V1 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K1/100) x (C1 - C0) / C0]

Where = V1 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K1 = Percentage of Labour Component as indicated above. CO = Basic Consumer Price Index for Mumbai Centre ascertained as above on the date of 30 days preceding the last date prescribed for receipt of tender. C1 = Average Consumer Price Index for Centre ascertained as above during the period under consideration.

A) Formula for Materials Component:

V2 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K2/100) x (I1 - I0) / I0]

Where = V2 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K2 = Percentage of Material Component as indicated above. IO = Basic Wholesale Price Index ascertained as above on the date of 30 days preceding the last date prescribed for receipt of tender. I1 = Average Wholesale Price Index ascertained as above during the period under consideration.

34

B) Formula for petrol, oil, lubricant component:

V3 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K3/100) x (P1 - P0) / P0]

Where = V3 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K3 = Percentage of Petrol, Oil and Lubricant Component. P1 = Average price of H.S.D. for Mumbai during the period under consideration. PO = Average price of H.S.D. for Mumbai on the date 30 days preceding the last date prescribed for receipt of tender.

(II) Condition referred to in Paragraphs - I i) The operation Period of the contract shall mean the period commencing from the date of the work order issued to the Contractor and ending on the date when the time allowed for the work specified in the Memorandum under Tender for works expires, taking into consideration the extension of time, if any, for completion of the work granted by Engineer-in charge under relevant clause of the conditions of contract in cases other than those where such extension is necessitated on account of default of the contractor. The decision of the Engineer-in-charge as regards the Operative Period of the contract shall be final and binding on the contractor. Where comperisation for liquidated damages is levied on the contractor on account of delay in completion or inadequate progress under the relevant contract provision the escalation amount for the balance work from the adate of levy of such compensation shall be worked out by pegging the indices C1, I1, and P1 to levels corresponding to the date from which compensation is levied. ii) This Price Variation clause shall be applicable to all contracts in B-1, B-2 and C forms but shall not apply for piece works. iii) Price variation shall be calculated, in accordance with the formulas mentioned above, separately for labour, material and POL components.

iv) The price variation under this clause shall not be payable for the extra items required to be executed during the completion of the work and also on the excess quantities payable under the provisions of clause 38 of the contract form B1 respectively, since rates payable for the extra items or the extra quantities under Clause 38 are to be fixed as per the current 82 DSR or as mutually

35 agreed subject to yearly revision till completion of such work. In other words, when the completion or execution of extra items as well as extra quantities under Clause 38 of the contract form B-1 extends beyond the Operative date of the then DSR The rates payable for the same beyond that date shall be revised with reference to the next current D.S.R. prevalent at the time, on year to year basis or revised in accordance with mutual agreement thereon, as provided for in the contract, whichever is less.

v) This clause is operative both ways, i.e., if price variation in the said Whole sale Price Index (New series) or price of HSD for Mumbai is on the plus side, payment on a account of the price variation shall be allowed to the Contractor and if it is on the negative side, the Government shall be entitled to recover the same from the contractor and the amount shall be deductable from the Contractor's bill for the respective period in which there are fluctuations.

Part-I of Schedule-B It will be paid at an actual as per publication of Minimum Wages & Allowances from Labour Department (For Category Road Construction, Building O & M taking base rates at the time of submission of tender.

27 ARBITRATION During the course of work if the dispute arises between the contractor and the Engineer –in-charge then it shall be referred to the Commissioner Thane Municipal Corporation, Thane. His decision shall be final and binding.

28 EXTENSION OF TIME LIMIT The contract is for the period of 36 months. Contract period may be extended for further period of six months or till the finalisation of new agency on same rates, whichever occurs later.

29 OFFER TO INCLUDE ALL TAXES AND DUTIES 29.1 The tender rate shall be inclusive of all taxes, duties, levies and cesses and shall also include the tax liable in respect of works contract under the provisions of Maharashtra Sales tax on transfer of property in goods involved in the execution of works contract Act 1985 (Mah act No. XIX of 1985) as ammended from time to time. The TMC will deduct works contract tax at 2% of each bill.

29.2 TMC will not honour any claim arising out of increase in any prevailing

36 statutory duties, taxes, levies, cesses, octroi & including service tax as application etc. The contractor should been the above fact in mind while quoting the tender.

29.3 New taxes, octroi and duties if any levied or revised subsequent to the submission of the tender will be reimbursed on the production of genuine documentary evidence of having been paid.

30 WORK TO BE INSURED The entire work being caried out by the contractor shall be insured and the same shall be kept in force always. The copy of recipts of insurance payments so made shall be given to Engineer-in-charge. The work force and the supervisory staff of contractor as well as the inspecting officers of TMC, Engineer-in-charge shall be insured by contractor against any mishap.Third party insurance shall also be taken upto Rs.5 Lakhs for every incedence which shall be reinsured back to the same value, after the happening & first for any number of incedence & till the expiry of contact period. The valid insurance as mentioned above shall be produced after issue of work order, within one month of time. Otherwise an amount 10% of R.A. Bill shall be withheld from each R.A. Billm till submission of insurance.

City Engineer Thane Municipal Corporation.

37

UNDERTAKING BY THE CONTRACTOR

I/We

Undertake that the works will be executed as per specifications and detailed drawing furnished by the T.M.C. The instructions given in additional and alteration suggested by the Engineer-In-Charge will also be strictly followed. If any defects related to construction / workmanship/ material are observed, I/We will rectify all the defects so noticed by Engineer-In-Charge at any stage, till handing over and if required reconstruct part / complete work at my / own risk and cost.

Contractor

38

SCHEDULE - I

Details of similar works done during the past three years relevant to the Qualifying criteria :

Sr. Full Postal Description Value of Completion Actual Yer of Remarks No. Address of of the Contract time as completion completion client work (Rs.) stated in the tender (Months)

Note :- Copy of certificate from the employer showing the above details shall be attached in respect of each work.

39

SCHEDULE – II

Current works & commitments

Sr. Full Postal Description Value of Completion Percentage Remarks No. Address of of the Contract time as completion client work (Rs.) stated in the tender (Months) a) Current works :

b) Immediate Commitments :

Note :- Copy of certificate from the employer showing the above details shall be attached in respect of each work.

40

SCHEDULE - III

The Tenderer shall furnish in the format given below details of the qualifications and experience of key technical personnel proposed for this contract. Resumes of the key personnel shall be enclosed separately.

Name Professional Age Present Position Experience Qualification with Contractor

a) On site

b) Off Site

Only a format in which the information is to be given is indicated above. The contractor shall attached additional sheets of bigger sizes to accommodate the ncessary incofmation, if required.

41

SCHEDULE - IV

The Tenderer shall furnish in the format given below details list of main plant and equipmant which is proposed to be used for each portion of the works including description, specification and year of manufacture and indication of which plant/equipment is owned by him and these which will be hired.

Description of plant/ Year of Specification Whether Equpment Manufacture Owned/Hired.

Only a format in which the information is to be given is indicated above. The contractor shall attached additional sheets of bigger sizes to accommodate the necessary information, if required.

42

SCHEDULE - V

Financial Turnover

The Tenderer shall furnish in the format given below details of financial turnvoer during the last three years with support documents.

Year Financial tunover in Rupees

43 FORM B-1

THE MUNICIPAL CORPORATION OF CITY OF THANE, THANE - 400 602,

Percentage Rate Tender and Contract for work

GUIDANCE OF CONTRACTORS

General Rules and Directions for the Guidance of Contractors

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

This form will state the work to be carried out as well as the date for submitting and opening 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 tender 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 specification, designs and drawing and estimated rates, schedule rates and any other documents required in connection with the work which will be signed by the Executive Engineer for the purpose of identification shall be open for inspection by contractors at the office of the Executive Engineer during officer outs. Where the works to be added are proposed to be executed according to the specification recommended by a contractor and approved by a competent authority on behalf of TMC 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 seperately 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 authorising him to do so.

2(A)

(i) The Contractor shall furnish alongwith the Tender the challan of Rs. 18,06,710/- (Rs. Eighteen Lacs Six Thousand Seven Hundred Ten Only) as and by way of earnest money as per Detailed Tender Notice. The said amount of earnest money shall not carry any interest whatsoever. (ii) In the event of his tender being accepted, subject to the provision of

44 sub-clause, (iii) below the said amount of earnest money shall be appropriated towards the amount of security deposit payable by him under condition of General Condition of Contract. (iii) if, after submitting the Tender, the contractor withdraws his offer or modifies the same, or if after the acceptance of his Tender the contractor fails or neglects to furnish the balance of Security Deposit, without prejudice to any other rights and powers, the TMC hereunder or in law shall be entitied to forfeit the full amount of the earnest money desposited by him. (iv) In the event of his Tender not being accepted the amount of earnest money deposited by the Contractor shall, unless it is prior thereto be forfited under the provisions of subclause (iii) above, be refunded by him on his passing a receipt therefor.

3. Receipt 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 receipts shall be signed in the name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm.

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

5. The Competent authority or his duly authorised Assistant will open tenders in the presence of any intending contractors who may be present at the time and will enter the amount of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, the contractor shall thereupon, for the purpose of identification, sign copies of the specifications and other documents mentioned in Rule 1. In the event of a tender being rejected the Executive Engineer shall authorise the Treasury Officer/Bank concerned to refund the amount of earnest money deposited to the contractor making the tender, on his giving a receipt for the return of the money.

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

45

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

8. The memorandum of the work to be tendered for and the schedule of materials to be supplied by the TMC and their rates shall be filled in and completed by the office of the Executive Engineer before the tender form is issued if a form issued to an intending tenderer has not been so filled in and completed, he shall request the said office to have done this before he completes and delivers his tender.

9. All work shall be measured by standard measurement procedure and according to the rules and customs of the TMC without reference to any local custom.

10. Under no circumstances shall any contractor be entitled to claim enhanced rates for any items in this contract except as mentioned in tender document elsewhere. 11. Every registered contractor should produce, along with his tender, certificate of Registration, as approved contractor in the appropriate class and renewal of such registration with date of expiry.

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

13. The measurement of work will be taken according to the usual method in use in the TMC and no proposal to adopt alternative methods will be accepted. The Executive Engineer’s decision as to what is the usual method in use in the TMC will be final.

14. A tendering contractor shall furnish a declaration along with a tender showing all works for which he has already entered into contract and the value of the work that remains to be executed in each case on the date of submitting the tender.

15. The tender will be liable to be rejected, if while submitting in the tenderers or in the case of a firm each partner thereof does not sign or the signature/signatures is/are not attested by a witness on page 6.8 of printed B-1 form the tender in the space provided for the purpose.

16. Every tenderer shall submit along with the tender information if applicable, regarding the Sales-Tax / VAT tax circle, or ward of the district in which he is assessed to Sales tax/VAT tax, the reference to the number of the assessment and the assessment year and a valid Sales Tax/VAT tax

46 Clearance Certificate.

17. No foreign exchange would be released by the Corporation for the purchase of plant and machinery required for the execution of the work contracted for.

18. The contractor will have to construct shed for strong controlled and valuable materials issued to him under Schedule ‘A’ of the agreement at work site having double locking arrangement. The material will be taken for use in the presence of the Corporation person. No materials will be allowed to be removed from the site of works.

19. The contractor shall also give a list of machinery in his possession which he proposes to use on the work.

20. Every contractor shall furnish along with the tender a statement showing previous experience and technical staff employed by him.

21. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid and current licence issued in his favour under the provision of Contract Labour (Regulation and Abolition Act 1973) before starting work failing which acceptance of the tender will be liable for withdrawal and earnest money will be for feited to TMC.

22. The contractor shall comply with the provisions of Apprentices Act, 1961 and the rules and order issued hereunder from time to time. If he fails to do so, his failure will be the breach of contract and the City Engineer may, in his discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the Act.

47

TENDER FOR WORKS

I/We hereby tender for the execution, for the Thane In figures as well as in words.

Municipal Corporation (‘hereinbefore and hereinafter referred to as TMC’) of the work specified in the underwritten memorandum within the time specified in such memorandum at “————— (——————

—————) (in figures as well as in words) percent below/above the estimated rates entered in

Schedule ‘B’ (memorandum showing items of work to be carried out) and in accordance with all respects with the specifications, designs, drawings and instructions in writing referred to in Rule 1 hereof and in Clause 12 of the annexed conditions of the contract and agree that what materials for the work are provided by the Board, such materials and the rates to be paid for them shall be as provided in

Schedule ‘A’ hereto.

MEMORANDUM

1. (a) General Description :- Operation, a) If several subworks are Maintenance & Repairs to TMC's Own Water included, same should be detailed in a separate list. Supply Scheme from Pise head works to Majiwade

Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare part

b) Estimated cost Rs.18,06,70,536/- c) Earnest money Rs.18,06,710/- c) The amount of earnest money to be deposited shall be in accordance with the provisions of paras 206, 207 of the M.P.W. Manual.

48

d) Security deposit :- Rs.90,33,530/- d) This deposit shall be in

accordance with paras 213, 214 of the M.P.W. Manual.

(i) In the form of Challan in Cash Paid into TMC’s

Bank or Demand Draft - @2% of Estimated Cost

(For Rs.36,13,410/-)

(ii) Bank Guarantee valid for 60 months @3% of estimated cost Total Rs.54,20,120/-

Time allowed for the work from date of written order to commence 36 Months

2. I/We agree that the offer shall remain open for Amount to be specified in acceptance for a minimum period of 180 days from words and figures. the date fixed for opening the same and therafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tenders and sent by registered post A.D. or otherwise delivered at the office of such authority. Bank Challan No. and date or Deposit at Call Receipt No. and date in respect of the sum of Rs.18,06,710/- (Rupees Eighteen Lacs Six Thousand Seven Hundred Ten Only) representing the earnest money is herewith forwarded. The amount of earnest money shall not bear interest and shall be liable to be forfeited to the Corporation should I/we fail to (i) abide by the stipulations to keep the offer open for the period mentioned above or (ii) sign and complete the contract documents as required by the Engineer and furnish the security deposit

specified in item (d) of the memorandum contained in paragraph (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

49

Security deposit or refunded to me/us if so

desired by me/us in writing unless the same or any part thereof has been forfeited as aforesaid.

3. I/We have secured exemption from payment of

earnest money after executing the necessary bond in favour of the TMC 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 stipulation to keep the offer open for the period

mentioned above or to sign and complete the contract document and furnish the security

deposit as specified in item (d) of the

memorandum contained in paragraph (1) above within the time limits laid down in clause (1) of

the annexed General Conditions of Contract the amount payable by me/us at the option of the

Engineer, be recovered out of the amount deposited in lumpsum for securing exemption in

so far as the same may extend in terms of the

said bond and in the event of the deficiency out of any other moneys which are due or payable to

me/us by the Corporation under any other contract or transaction of any nature whatsoever

or otherwise.

4. Should this tender be accepted I/we agree to Name of the bank to be abide by and fulfil all the terms and provisions of specified.

the Conditions of Contract annexed hereto so far as applicable and in default thereof to forfeit and

pay to the TMC the sums of money mentioned in the said conditions.

Receipt No. Date Strike out (a) if no such security deposit is to be taken. from the TMC or Bank at in respect of the sum of

Rs. is herewith forwarded representing the earnest

50

money (a) the full value of which is to be absolutely forfeited to the Corporation should I/we do not deposit in full amount of security deposit specified in the above memorandum in accordance with (d) of clause (1) of the tender for works shall be refunded.

Contractor Signature of Contractor before submission of tender

Address ————— day of 20————-

Witness Signature of Witness to Contractor’s signature

Address

Occupation

Signature of the Officer by The above tender is hereby accepted by me on whom accepted behalf of the Muncipal Corporation of City of Thane, Thane - 400 602. Executive Engineer (or his duly authorised Assistant)

51

CONDITION OF CONTRACT

Clause 1 :- The person/Persons whose tender may be Security deposit accepted (hereinafter called the contractor, which expression shall unless excluded by or repugnant to the context include his heirs, executors, administrators and assigns shall (A) within 10 days (which may be extendered by the City Engineer concerned upto 15 days if the City Engineer thinks fit to do so) of the receipt by him of the notification of the acceptance of his tender deposit in the form of Challan paid in cash in T.M.C’s Bank or D.D. pledged in the name of Commissioner (if deposited for more than 12 months) of sum sufficient which will make up the full security deposit specified in the tender and bank guarantee, for 3% of tender amount in the name of the Commissioner,T.M.C., for period of 60 month or a split bank guarantee of 3% of contract value of one year shall be submitted within validity period of 1,2 & 3 years. After completion of a year of O & M, Bank Guarantee for the completed year shall be released alongwith 2% of cost or DD of that year value for a year completed. (B) Permit T.M.C. at the time of making any payment to him for work done under the contract deduct such sum as will amount to ten percent of all money so payable such deductions to be held by T.M.C. by way of security deposit), provided always that in the event of the contractor deposition a lump sum by way of security deposit as contemplated at (A) above then and in such case if the sum so deposited shall not amount to ten percent of the total estimated cost of the work, it shall be lawful for T.M.C. at the time of making any payment to the contractor for work done under the contract to make up the full amount of ten percent by deducting a sufficient sum from every such payment as last aforesaid until the full amount of the security deposit is made up. All compensation or other sums of money payable by the contractor to T.M.C./ 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 therefrom, or from any sums which may be due or

52

may become due by Corporation to the contractor under any other contract or transaction of any nature on any account whatsoever and in the event of his security deposit being reduced by reason of any such deduction or sale as aforesaid, the contractor shall within ten days thereafter, make good in cash or F.D.R. pledged to Commissioner T.M.C. as aforesaid any sum or sums which may have been deducted from or raised by sale of his security deposit or any part thereof. The security deposit referred to when paid in cash may, at the cost of the depositer, be converted into interest bearing securities provided that the depositer has expressly desired this in writing.

If the amount of the Security deposit to be paid in lump sum within the period specified at (A) above is not paid the Tender/Contract already accepted shall be considered as cancelled and legal steps taken against the contractor for recovery of the amounts. The amount of the security deposit lodged by a contractor shall be refunded along with the payment of the final bill after the date upto which the contractor has agreed to maintain the work in good order is over. In the event of the contractor failing or neglecting to complete rectification work within the period upto which the contractor has agreed to maintain the work in good order, then, subject to provisions of clauses 17 and 20 hereof the amount of security deposit retained by T.M.C. shall be forfeited without any notice.

Clause 2 :- The time allowed for carrying out the work as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date on which the order to commence work is given to the contractor. The work shall throughout the stipulated period of the contract be proceeded with, with all due diligence (time being deemed to be the essence of the contract on the

53

part of the contractor) and the contractor shall pay as compensation an amount equal to one percent, or such smaller amount as the City 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 every day that the work remains uncommenced, or unfinished after the proper dates. And further to ensure good progress during the execution of the works, the contractor shall be bound in all cases in which the time allowed for any work exceeds one month to complete.

For the operation of this clause the barchart for each subwork annexed shall be treated as minimum required progress against any date.

+ Note - The quantity of work to be done within a particular time to be specified above shall be fixed by the officer compentent to accept the contract after taking into consideration the circumstances of each case and inserted in the blank space kept for the purpose and abide by the programme of detailed progress laid down by the Executive Engineer.

The following proportions will usually be found suitable :- in 1/4, 1/2, 3/4 of the time reasonable progress of earth work - 1/6, 1/2, 3/4 of the total work to be done reasonable progress of masonry work - 1/10, 4/10, 8/10 of total value of the work to be done.

In the event of the contractor failing to comply with these conditions he shall be liable to pay as compensation an amount equal to one percent, or such smaller amount as the City Engineer, (whose decision in writing shall be final), may decide of the said estimated cost of the whole work for every day that the due quantity of work remains incomplete; provided always that the total amount

of compensation to be

paid under the

54 provisions of this clause shall not exceed 10 percent of the estimated cost of the work shown in the tender. The City Engineer should be the final authority in this respect.

Clause 3 :- In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit ( whether paid in one Action when whole of security deposit in forfeited. sum or deducted by instalments) or in the case of abandonment of the work owning to serious illness or death of the contractor or any other clause, the Executive Engineer on behalf of TMC shall have power to adopt any of the following courses as he may deem best suited to the interest of TMC. a) To rescind the contract (of which rescission notice in writing to the contractor under the hand of the Executive Engineer shall be conclusive evidence) and in that case the security deposit of the contractor shall stand forfeited and be absolutely at the disposal of TMC. b) To carry out the work or any part of the work departmentally debiting the contractor with the cost of the work, expenditure incurred on tools and plant, and charges on additional supervisory staff including the cost of work charged establishment employed for getting the un- executed part of the work completed and crediting him with the value of the work done departmentally in all resepcts in the same manner and at the same rates as if it had been carried out by the contractor under the terms of the contract. The certificate of the Executive Engineer 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 contractor.

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

In case the contract shall be rescinded under clause (a) above the contractor shall be entitled to recover or be paid any sum for any work there to for actually performed by him under this contract unless and until the Executive Engineer shall have certified in writing the performace of the such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so certified. In the event of either of the courses referred to in clause (b) or (c) being adopted and the cost of the work executed departmentally or through a new contractor and other allied expenses exceeding the value of such work credited to the contractor, the amount of excess value shall be deducted from any money due to the contractor by the TMC under the contract or otherwise howsoever or from his security deposit or the sale proceeds thereof provided however, that the

56

contractor shall have no claim against TMC even if the certified value of the work done departmentally or through a new contractor except the certified cost of such work and allied expenses provided always that whichever of the three courses mentioned in clause (a), (b) or (c) is adopted by the Executive Engineer the Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured of any materials, or entered into any engagements or made any advance on account of or with a view of the executions of the work or the performance of contract.

Clause 4 :- If the progress of any particular portion of Action when the progress the work is unsatisfactory the Executive Engineer shall of any particular portion of the work is unsatisfactory. not-with-standing that the general progress of the work is satisfactory in accordance with clause 2, be entitled to take action under clause 3 (b) after giving the contractor

10 days notice in writing and the contractor will have no claim for compensation, for any loss sustained by him owning to such action.

Clause 5 :- In any case in with any of the powers Contractor remains liable to conferred upon the Executive Engineer by clauses 3 and 4 pay compersation if action hereof shall have become exercisable and the same shall not taken under Clause 3. not been exercised, the non exercisethereof shall not constitute a waiver of any of the condition hereof and such Power to take possession power shall not-withstanding be exercisable in any future of or require removal of or sell contractor’s plant. case of default by the contractor for which by any clause or clauses hereof he is declared liable to pay compensation amounting to the whole of security deposit and the liability of contractor for past and future compensation shall remain unaffected. In the event of the Executive Engineer taking action under sub-clause (a) or (c) of clause 3 he may, if he so desires take possession of all or upon the work of the site thereof or belonging to the contractor, or procuerd by him and intended to be used for the execution of the work or any part thereof,

57

paying or allowing for the same in account at the contract rates, or in the case of contract rates not being applicable at current market rates, to be certified by the Executive Engineer whose certificate thereof shall be final. In the alternative the Executive Engineer may, by notice in writing to the contractor, his clerk of the works, foreman or other authorised agent require him to remove such tools, plant, materials or stores from the premises within a time to be specified in such notice, and in the event of the contractor failing to comply with any such requisition the Executive Engineer may remove them at the contractor’s expense or sell them by auction or private sale at risk and account of the contractor in all respects and the certificate of the Executive Engineer as to the expense of any such removal and the amount of the proceeds and expense of any such sale shall be final and conclusive against the contractor.

Clause 6 :- If the contractor shall desire an extension of Extension of time the time for completion of the work on the ground of his having been unavoidably hindered in his execution or on any other ground, he shall apply in writing to the Executive Engineer before the expiration of the period stipulated in the tender or before the expiration of 30 days from the date to which he was hindered as aforesaid or on which the case for asking for extension occured, whichever is earlier and the Executive Engineer may, if in his opinion there are reasonable grounds granting an extension, grant such extension as he thinks necessary or proper. The decision of the Executive Engineer in this matter be final.

Clause 6 A :- In the case of delay in handling over the land required for the work due to unforseen cause, the contractor shall not be entitled for any compensation whatsoever from the TMC on the ground that the machinery or labour was idle for certain period.

58

Contractor may, however apply for extension of time limit which may be granted on the merit of the case.

Clause 7 :- On completion of the work the contractor shall Final certificate be furnished with a certificate by the Executive Engineer (herein after called the Engineer-in-charge) of such completion but no such certificate shall be given nor shall the work be considered to be complete untill the contractor shall have removed from the premises on which the work shall have been executed all scaffolding surplus materials and rubbish and shall have cleaned of the dirt from all woodwork, doors, floor or other parts of any building, in or upon which the work has beem executed, or on which he may have had possession for the purpose of executing the work nor untill the work shall have been measured by the

Engineer-in-charge or where the measurements have been taken by his subordinates untill they have received the approval of the Engineer-incharge, the said measurements being binding and conclusive against the contractor. If the contractor shall fail to comply with the requirements of this clause as to the removal of scaffolding, surplus material and rubbish, and cleaning off dirt on or before the date fixed for the completion of the work, the Engineer-in- charge may, at the expense of the contractor, remove such scaffolding, surplus materials and rubbish, and dispose of the same as he thinks fit and clean off such dirt as aforesaid; and the contractor shall forth with pay the amount of all expenses so incurred but shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realised by the sale thereof.

Clause 8 :- No payment shall be made for any work Payment on intermediate certificate to be regarded as estimated to cost less than rupees one thousand, till after advances.Reduced rates on the whole of the said work shall have been completed and account of items jobwork not accepted as completed to be a certificate of completion given. But in the case of the at the discretion of the works estimated to cost more than rupees one Engineer-incharge.

59

thousand, the contractor shall on submitting a monthly bill therefor be entitled to receive payment proportionate to the part of the work then approved and passed by the Engineer-in-charge whose certificate of such approval and passing of the sum payable shall be final and conclusive against the contractor. All such intermediate payments shall be regarded payments by way of advance against the final payments only and not as payments for works actually done and completed, and shall not preclude the Engineer-in-charge from requiring bad, unsound, imperfect or unskilled work to be removed and taken away and reconstructed, or reerected, nor shall any such performace of the contract or any part thereof, in any respect or the accruing of any claim, nor shall it conclude determine, or affect in any way the powers of the Engineer-in-charge as to final settlement and adjustment of the accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within one month otherwise the Engineer-in-charge’s certificate of the measurements and of the total amount payable for the work shall be final and binding on all parties. Payment at reduced rates on account of item of work Clause 9 :- The rates for several items of work not accepted as comleted, to be at the discretion of estimated to cost more than Rs. 1,000 agreed to within, the Engineer-incharge. shall be valid only when the items concerned is accepted as having been completed fully in accordance with the sanctioned specifications. In case where the items of work are not accepted as so completed the Engineer-in-charge may make payment on account of such items at such reduced rates as he may consider reasonable in the preparation of final or on account bills.

60

Clause 10 :- A bill shall be submitted by the contractor Bill to be submitted monthly. each month on or before the date fixed by the Engineer-in- charge for all work executed in the previous month and the

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

Clause 11 :- The contractor shall submit all bills on the Bill to be on printed form. printed forms to be had on application at the office of the

Engineer-in-charge. The charges to be made in the bills shall always be entered at the rates specified in the tender or in the case of any extra work ordered in pursurance of these conditions and not mentioned on provided for in the tender, at the rates hereinafter provided for such work.

Clause 12 :- If the specification or estimate of the work Storesupplied by provides for the use of any special description of Corporation materials to be supplied from the TMC store 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 thereof as hereinafter mentioned being so far as practicable for the convenience of the contractor but not so as in any way to control the meaning or effect of this contract specified in the schedule or memorandum hereto annexed) the contractor shall be supplied with such materials and stores as may be required from time to time to be used

61

by him for the purposes of the contractor only, and the value of the full quantity of materials and stores so supplied shall be set off or reduced from any sums then due, or thereafter to become due to the contractor under the contract or otherwise, or from the security deposit is held in TMC securities the same or a sufficient portion thereof shall in that case be sold for the purpose. All materials supplied to the contractor shall remain in absolute property of TMC and shall on no account be removed from the site of work and shall at all times be open to inspection by the Engineer-in-charge.

Any such material unused and perfectly in good condition at the time of completion or determination of the contractor shall be returned to the TMC store if the Engineer-in-charge so requires by a notice in writing given under his hand, but the contractor shall not be entitled to return any such materials except with such consent and he shall have no claim for compensation on account of any such material supplied to him as aforesaid but remaining unused by him or for any wastage in or damage thereto.

Clause 12 (A) :- All stores of control materials such as cement steel etc. to be supplied by the TMC to the contractor should be kept by the contractor under lock and key and will be accessible for inspection by the

Executive Engineer or his agent at all times.

Clause 13 :- The contractor shall execute the whole and every part of the work in the most substantial and workman like manner and both as regards materials and every other respect in strict accordance with Work to be executed in accordance with specification. The contractor shall also confirm exactly, specification, fully and faithfully to the designs, drawings and drawings, orders etc. instructions in writing relating to the work signed by the Engineer-in-charge and lodged in his office and to which

62

the contractor shall be entitled to have access for the purpose of inspection at such office, or on the site of the work during office hours. The contractor will be entitled to receive three sets of contract drawings and working drawings as well as one certified copy of the accepted tender alongwith the work order free of cost. Further copies of the contract drawing and working drawings if required by him, shall be supplied at the rate of Rs.

2000 per set of contract drawing and Rs. 2000 per working drawing except where otherwise specified.

Clause 14 (1) :- The Engineer-in-charge shall have power to make any alterations in, additions to, the original specifications, drawings, designs and instructions, that may appear to him to be necessary or advisable during the Alterations in specifications and designs progress of the work and the contractor shall be bound to not to invalidate contracts. carry out the work in accordance with any instructions in this connection which may be given to him in writing signed by the Engineer-in-charge and such alteration shall not invalidate the contract; and any additional work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work, and at the same rates as are specified in the tender for the main work. And if the additional and altered work includes any class of work for which no rate is specified in this contract, then such class of work shall be carried out at the rates entered in Schedule of Rates of the Division or at the rates mutually agreed upon between the Engineer-in-charge and the contractor whichever are lower. If the additional or altered work, for which no rate is entered in the Schedule of Rates of the Division, is ordered to be carried out before the 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

63

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 for does not agree to this rate he shall by notice in writing be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable, Rate for works not entered in estimate or schedule of provided always that if the contractor shall commence rates of the district. work or incur any expenditure in ragard thereto before the rates shall have been determined as lastly herein- before mentioned then in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the rate as aforesaid according to such rates or rates as shall be fixed by the Engineer-in- charge. In the event of a dispute the decision of the City

Engineer, TMC, Thane - 400602, will be final.

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

The time limit for the completion of the work be extended in the proportion that the increase in its cost occasioned by alterations or addition bears to the cost of the origional Extensions of time in contract work, and the certificate of the Engineer-in-charge consequence of as to such proportion shall be conclusive. additions or alterations.

(2) Where the total suspension of work ordered as aforesaid continued for a continuous period exceeding 90 days, the contractor shall be at liberty to withdraw from the contractual obligations under the contract so far as it pertains to the unexecuted part of the work by giving a 10

64

days prior notice in writing to the Engineer, within 30 days of the expiry or 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 the final bill. Upon given such notice the contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted the work under this 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 within a period of 90 days from the receipt of such notice in respect of the work already done by the Contractor such payment shall not in any manner prejudice the right of the Contractor to any further compensation under the remaining provision of this clause.

Clause 15 :- 1) If at any time after the execution of the contract documents, the Engineer shall for any reason whatsoever (other than default on the part of the No claim to any payment or Contractor and for which TMC is entitled to rescind the compensation for alteration contract) desire that the whole or any part of the work in or restriction of work. specified in the tender should be suspended for any period or that the whole or part of the work should not be carried out at all he shall give to the contractor a notice in writing of such desire and upon the receipt of such notice the Contractor shall forth with 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 already done or any part of it provided that the decision of the Engineer as to the state at which the work or any part of it could be or could have been safely stopped or suspended shall be final and conclusive against the Contractor. The contractor shall have no claim to any payment or compensation whatsoever by

65

reason of or in pursuance of any notice as aforesaid, on account of any suspension, stoppage or curtailment except to the extent specified hereinafter.

2) Where the total suspension of work ordered as aforesaid continued for a continuous period exceeding 90 days, the contractor shall be liberty to withdraw from the contractual obligations under the contract so far as in pertains to the unexecuted part of the work by giving a 10 days prior notice in writing to the Engineer, within 30 days of the expiry or 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 the final bill. Upon given such notice the contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted the work under this 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 within a period of 90 days from the receipt of such notice in respect of the work already done by the Contractor such payment shall not in any manner prejudice the right of the Contractor to any further compensation under the remaining provision of this clause.

3) Where the Engineer 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 beentitled to apply to the Engineer within 30 days of the resumption of work after such suspension for payment of compensation to the extent of pecuniary loss suffered by him in respect of working machinery rendered idle on the site or on account of his having had to pay the salary or wages of labour engaged by him during the said period of suspension provided always that the contractor shall not be entitled to any claim in respect of any such working

66 machinery, salary or wages for the first 30 days whether consecutive or in the aggregate of such suspension or in respect of any suspension whatsoever occasioned by unsatisfactory work or any other default on his part. The decision of the Engineer in this regard shall be final and conclusive against the contractor.

4) In the event of i) Any total stopage of work on notice from the Engineer under Sub-clause (1) in that behalf. ii) Withdrawl by the Contractor from the contractual obligation to complete the remaining unexecuted work under Sub clause (2) on account of continued suspension of work for a period exceeding 90 days. iii) Curtailment in the quantity of an item or items originally tendered on account of any alteration, omission or substitutions in the specifications, drawing designs, or instructions under clause 14 (1) where such cutaliment exceeds 25 % in quantity and the value of the quantity curtailed beyond 25 percent at the rates for the item specified in the tender is more than Rs. 5000/- it shall be open to the contractor within 90 days from the service of

(i) the notice of stopage of work or (ii) the notice of withdrawl from the contractual obligations under the contract on account of the continued suspension of work or (iii) notice under clause 15 (1) resulting in such curtailment to produce to the Engineer satisfactory documentary evidence that he had purchased or agreed to purchase material for use in the contracted work, before receipt by him of the notice of stoppage, suspension or cutailment and require the TMC to take over on payment such material at the rates determined by the Engineer, provided however such rates shall in no

67

case exceeds the rates at which the same were acquired by the contractor. The TMC 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 specification approved by the Engineer.

Clause 15 A :- The contractor shall not be entitled to No claim to compensation claim any compensation from TMC for the loss suffered on account of loss due to delay in supply of by him on account of delay by the Corporation in the materials by TMC. supply of materials entered in Schedule A where such delay is caused by -

i) Difficulties relating to the supply of railway wagons

ii) Force majeure. iii) Act of God.

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

In the case such delay in the supply of materials, TMC shall grant such extension of time for the completion of the works as shall appear to the Executive Engineer to be reasonable in accordance with the circumstances of the case. The decision of the Executive Engineer as to the extention of time shall be accepted as final by the contractor.

Clause 16 :- Under no circumstances whatever shall the Time limit for unforeseen claims. contractor be entitled to any compensation from TMC on any account unless the contractor shall have submitted claim in writing to the Engineer-in-charge within one month of the cause of such claim occuring.

68

Clause 17 :- If at any time before the security deposit is Action and compensation payable refunded to the contractor, it shall appear to the in case of bad work. Engineer-in-charge or his subordinate in-charge of the work, that any work has been executed with unsound, imperfect or unskilled workmanship or with materials of inferior quality or that any materials or articles provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for, or are otherwise not in accordance with the contract it shall be lawful for the Engineer-in-charge to intimate this fact in writing to the contractor and then not with standing the fact that the work, materials or articles complained of may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify, or remove and reconstruct the work so specified in whole or in part, as the case may require, or if so required shall remove the materials or articles so specified and provide other proper and suitable 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 every day not exceeding ten days, during which the failure so continues, and in the event of any such failure as aforesaid the Engineer- in-charge may rectify or remove and re-execute the work or remove and replace the materials or articles complained of as the case may be at the risk and expense in all respects of the contractor. Should the Engineer-incharge consider that any such inferior work or materials as prescribed above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he may fix therefor.

69

Clause 18 :- All works under or in course of execution or executed in pursurance of the contract shall at all times be open to the inspection and supervision of the Works to be open Engineer-in-charge and his subordinates, and the to inspection. 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 or his subordinate to visit the works shall have been given to the contractor, either himself be present to receive orders and instructions, or have a responsible agent duly accredited in writing present for that purpose. Orders given to the contractor’s duly authorised agent shall be considered to have the same force and effect as if they had been given to the contractor himself. Contractor or responsible Clause 19 :- The contractor shall give not less than five agen to be present days notice in writing to the Engineer-in-charge or his subordinate in-charge of the work before covering up or otherwise placing beyond the reach of measurement Notice to be given before any work in order that the same may be measured and work is covered up. correct dimensions thereof taken before 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 place 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 specified below as Contractor liable for “Defect liability period” reckoned from the date of damage done and completion as certified by the Engineer-in-charge for imperfections for pursuant to clause 7 of the contract, in the opinion of three months after certificate. Executive Engineer, the said work is defective in any

70

manner, whatsoever, the contractor shall forthwith, on receipt of notice in that behalf from the Executive Engineer, duly commence execution and completely carryout at his costs, in every respect, all the work that may be necessary,for rectifying and setting right the defects specified therein strictly in accordance with and in the manner prescribed by and under the supervision of the Executive Engineer. In the event of the Contractor failing or neglecting to commence execution of the said rectification work, within the period prescribed therefor in the said notice and/or to complete the same as aforesaid as required by the said notice, the Executive

Engineer, may get the same executed and carried out departmentally or by any other agency at the risk on account and at the cost of the Contractor. The contractor shall forthwith on demand pay to the TMC the amount of such cost, charges and expenses sustained or incurred by the TMC of which the certificate of the Executive Engineer shall be final and binding on the contractor. Such costs, charges and expenses shall be deemed to be arrears of land revenue and in the event of the contractor failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the TMC the same may be recovered from the contractor as arrears of land revenue. The Corporation shall also be entitled to deduct the same from any amount which may then be payable or which may thereafter become payable by the

TMC to the Contractor either in respect of the said work or any other work whatsoever, or from the amount of the

Security Deposit retained by the Corporation.

Defect liability period for various subworks is as under :

(1) Nalla/canal head works production well, percolation well, tubewell, infiltration gallery, connecting pipe etc. 3 years

(1)(a) Repairs to above

1 year

71

(2) ESR/GSR/Break pressure tank/Sump (on contractor’s design) 5 years (2)(a) Repairs to above works (2) 1 year (3) ESR/GSR/BPT/Sump (on departmental design) 3 years (3)(a) Repairs to above works (3) 1 year (4) Rising main, gravity main, leading main 2 years (4)(a) Repairs to above works (4) 1 year (5) Distribution system 1 year (5)(a) Repairs to above works (5) Six month (6) Pumping & W.T.P. machinery 1 year (6)(a) Repairs to above works (6) Six month

Clause 21 :- The contractor shall supply at his own cost

Contractors to supply plant,

all materials (except such special mateials, if any as may ladders scaffoldings, etc.

be supplied from the TMC stores in accordance with the contract), plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and any temporary works which may be required for the proper execution of the work, in the original, altered or substituted form, and whether included in the specifications; or other documents forming part of the contract or referred to in these conditions or not and which may be necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-charge as to any matter on which under these conditions he is entitled to be satisfied or which he is entitled to require together with carriage therefor, to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or materials. Failing this the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses may be deducted from any money due to the contractor under the contract and or from his security deposit or the proceeds of sale thereof or of a sufficient portion thereof.

The contractor shall provide all necessary fencing and lights required to protect the public from accident and shall also be bound to bear the expenses of defence of

72

every suit, action or other legal proceedings at law, that may be brought by any person for injury sustained owing to neglect of the above precautions, and to pay damages and costs which may be awarded in any such suit, action, or proceedings to any such person, or which And is liable for damages may with the consent of the contractor be paid for arising from nonprovision compromising any claim by any such person. of lights, fencing etc.

Clause 21 A :- The contractor shall provide suitable scaffolds and working platforms, gangways and stairways and shall comply with the following regulations in connection therewith :- a) Suitable scaffolds be provided for workmen for all work that cannot be safely done from a ladder or by other means. b) A scaffold shall not be constructed, taken down, or substantially altered except. i) under the supervision of a competent and responsible person; and ii) as far as possible by competent workers possessing adequate experience in this kind of work. c) All scaffolds and appliances connected therewith and all 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 overloaded and so far as practicable the load shall be evenly distributed. f) Before installing lifting gear on scaffolds special precautions shall be taken to ensure the stability of the scaffolds.

73

g) Scaffolds be periodically inspected by a competent person. h) Before allowing a scaffold to be used by his workman 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 platforms, gangways and stairways shall -

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

ii) be so constructed and maintained, having regard to the prevailing conditions as to reduce as far as practicable risks of persons tripping or slipping; and iii)be kept free from any unnecessary obstruction. j) In the case of working platforms, gangways, working places and stairways at a height exceeding (To be specified) i) every working platform and every gangway shall have to be closeby boarded unless other adequate measures are taken to ensure safety; ii) every working platform and gangway shall have adequate width; and iii) every working platform, platform, gangway, working place and stairway shall be suitably fenced. k) Every opening in the floor of a building or in a working platform shall except for the time and to the extent required to allow the access or persons or the transport or shifting of material, be provided with suitable means to prevent the fall of persons or material. l) When persons are employed on a roof where there is a

74

danger of falling from a height exceeding (To be prescribed) suitable precautions shall be taken to prevent the fall of persons or material. m) Suitable precautions shall be taken to prevent persons being struck articles which might fall from scaffolds or other places. n) Safe means of access shall be provided to all working platforms and other working places.

Clause 21 B :- The contractor shall comply with the following regulations as regards the Hoisting Applicances to be used by him. a) Hoisting machines and tackle, including their attachments, anchorages and supports shall – i) be of good mechanical construction, sound material and adequate strength and free from patent defect; and ii) be kept in good repair and in good working order. b) Every rope used in hoisting or lowering material or as a means of suspension shall be of suitable quality and adequate strength and free from patent defect. c) Hoisting machines and tackle shall be examined and adequately tested after erection on the site and before use and be re-examined in portion at intervals to be prescribed by the TMC. d) Every chain, ring, hook, shackle, swivel and pully block used in hoisting or lowering material or as a means of suspension shall be ascertained by adequate means. e) Every crane driver or hoisting appliance operator shall be properly qualified. f) No person who is below the age of 18 years shall be in control of any hoisting machine, including any scaffold which give signals to the operator.

75

g) In case of every hoisting machine and every chain, ring, hook, shackle, swivel and pulley blocks used in hoisting or lowering as a means of suspension, the safe working load shall be ascertained by adequate means. h) Every hoisting machine and all gear referred to in the preceding regulation shall be plainly marked with the safe working load. i) In the case of a 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 of any gear referred to in regulation “g” above shall be loaded beyond the safe working load except for the purpose of testing. k) Motors, gearing, transmissions, electric wiring and other dangerous parts of hoisting appliances shall be provided with efficient safeguards. l) Hoisting applicances shall be provided with such means as will reduce to a minimum risk of the accident of the load. m) Adequate precautions shall be taken to reduce to a minimum the risk of any of a suspended load becoming accidently displaced.

Clause 22 :- The contractor shall not set fire to any standing jungle, trees, brushwood or grass without a written permit from the Executive Engineer.

When such permit is given, and also in all cases when destroying cut or dug up trees, brushwood, grass etc. by fire, the contractor shall take necessary measures to prevent such fire spreading to or otherwise damaging surrounding property.

76

The contractor shall make his own arrangements for drinking water for the labour employed by him.

Clause 23 :- Compensation for all damages done intentionally or unintentionally by contractor’s labours whether in or beyond the limits of TMC property including Liability of contractors any damage caused by spreading of fire mentioned in for any damage done in clause 21 shall be estimated by the Engineer-in-charge or or outside workarea. such other officer as he may appoint and the estimate of the Engineer-in-charge subject to the decision of the

Superintending Engineer on appeal shall be final and the contractor shall be bound to pay the amount of the assessed compensation on demand failing which the same will be recovered from the contractor as damages in the manner prescribed in clause 1 or deduced by the

Engineer-in-charge from any sums that may be due to or become due from TMC to the contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal proceeding that may be brought by any person for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall also pay any damages and cost that may be awarded by the Court in consequence.

Clause 24 :- The employment of female labourers on works in the neighbourhood of soldier’s barracks should be avoided as far as possible. Employment of Clause 25 :- No work shall be done on a sunday without female labour. the sanction in writing of the Engineer-in-charge.

Clause 26 :- The contract shall not be assigned or sublet Work on sunday. without the written approval of the Engineer-in-charge and if the contractor shall assign or sublet his contract, or Work not to be sublet. attempt so to do or become insolvent or commence any

77

Proceedings to be adjudicated and in solvent or make any composition with his creditors or attempt so to do the

Engineer-in-charge may by notice in writing, rescind the Contract may be rescinded contract. Also if any bribe, gratuity, gift, loan, perquisite and security deposit reward or advantage, pecuniary or otherwise, shall either forfeited for subletting it without approval or for directly or indirectly be given, promised, or offered by the bribing a public officer or if contractor or any of his servants or agents to any public contractor becomes insolvent. officer or person in the employ of TMC in any way relating to his office or employment, or if any such officer or person shall become in any way directly or indirectly interested in the contract, the Engineer-in-charge may by notice in writing rescind the contract. In the event of a contract being rescinded the security deposit of the contractor shall thereupon stand forefeited and be absolutely at the disposal of TMC and same consequences shall ensure as if the contractor had been rescinded under clause 3 hereof and in addition the contractor shall not be entitled to recover or to be paid for any work therefore actually performed under the contract.

Clause 27 :- All sums payable by a contractor by way of compensation under any of these conditions shall be considered as a reasonable compensation to be applied to the use of TMC without reference to the actual loss or Sum payable by way of compensation to be damage sustained and whether any damage has or has considered as reasonable not been sustained. compensation without reference to actual loss.

Clause 28 :- In the case of a tender by a partnership firm any change in the constitution of the firm shall be forth with notified by the contractor to the Engineer- incharge for his information. Changes in the constitution of firm to be notified. Clause 29 :- All work to be executed under the contract shall be executed under the direction and subject to the approval in all respects of the City Engineer of the TMC for the time being, who shall be entitled to direct at what point or points and in what manner they are to be

78

commenced, and from time to time carried on.

Clause 30 :- Except where otherwise specified in the contract and subject to the powers delegated to him by TMC under the code rules then in force, the decision of the City Engineer of the TMC for the time being shall be final, Works to be under direction and control of conclusive and binding on all parties to the contract upon City Engineer. all questions relating to the meaning of the specifications, designs, drawings and instruction herein before mentioned and as to the quality of workmanship or material, used on the work, or as to any other question, claim, right, matter, or things whatsoever,in any way arising out of, or relating to the contract designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concering the works, or the execution or failure to execute the same whether arising, during the progress of the work or after the completion or abandonment thereof.

Clause 31 :- The contractor may, within thirty days of receipt by him of any order passed by City Engineer of the TMC as aforesaid, appeal against it to the Commissioner of TMC concerned with the contract, work or project provided that - a) The accepted value of the contract exceeds Rs. 10 lakhs (Rupees Ten lakhs)

b) Amount of claim is not less than Rs. 1.00 lakh (Rupees One lakh)

Clause 32 :- When the estimate on which a tender is made includes lumpsums in respect of parts of the work the contractor shall be entitled to payment in respect of Lump sums in estimates. items of work involved or the part of the work in question at the same rates as are payable under this contract for such items, or if the part of the work in question is not in the opinion of the Engineer-in-charge capable of

79

measurement the lump sum amount entered in the estimate, and the certificate in writing of the Engineer- incharge shall be final and conclusive against the contractor with regard to any 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 such specification as is mentioned in rule 1 of form B-1 such work shall be carried out in accordance with the Corporation/Maharashtra Jeeven Pradhikaran Action where no specifications, and in the event of there being no specification.

Corporation/MJP specification, then in such case the work shall be carried out in all respects in accordance with the instructions and requirements of the Engineer- in-charge.

Clause 34 :- The expression ‘works’ or ‘work’ where used in these conditions shall, unless there be something in the subject or context repugnant to such construction be construed to mean the work or the Definition of work. works contracted to be executed under or in virtue of the contract, whether temporary or permanent and whether original, altered, substituted or additional.

Clause 35 :- The percentage referred to in the tender shall be deducted from/added to the gross amount of the bill before deducting the value of any stock/issued. Contractors percentage Clause 36 :- All quarry fees, royalties and ground rent whether applied to net or gross amount of bill. for stacking materials, if any, should be paid by the contractor, who will, however, be entitled to a refund of Refund of quarry fees such on obtaining a certificate from the Engineer- and royalties. incharge that the materials were required for use on

Government work.

Clause 37 :- The contractor shall be responsible for and Compensation under shall pay compensation to his workmen payable under Workman’s Compensation Act. the Workman’s Compensation Act, 1923 (VIII of 1923)

80

hereinafter called the said Act) for injuries caused to the workmen. If such compensation is payable and or paid by TMC as principal under sub section (1) of section 12 of the said act on behalf of the contractor, this shall be recoverable byTMC from the contractor under subsection (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 expense of providing medical aid to any workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred by TMC the same shall be recoverable from the contractor forthwith and deducted wihout predjudice to any other remedy of TMC from any amount due or that may become due to the contractor.

Clause 37B :- The contractor shall provide all necessary personal safety equipment and first-aid apparatus available for the use of the persons employed on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with the following regulations in connection therewith :- a) The worker shall be required to use the equipment so provided by the contractor and the contractor shall take adequate steps to ensure proper use of the equipement by those concerned. b) When work is carried on in proximity to any place where there is a risk of drowning, all necessary equipment shall be provided and kept ready for use and all necessary steps shall be taken for the prompt rescue of any person in danger. c) Adequate provision shall be made for prompt first-aid treatment of all injuries likely to be sustained during the course of the work.

81 Clause 37C :- The contractor shall duly comply with the provisions of “The Apprentices Act, 1961 (III of 1961), the rules made there under 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 subject to all the liabilities and penalties provided by the said Act and said Rules”.

Clause 38 :- (1) Quantities shown in the tender are approximate and no claim shall be entertained for quantities of work executed being either more or less than those entered in the tender or estimate.

(2) Quantities in respect of the several items shown in the tender are approximate and no revision in the tendered rates shall be permitted in respect of any of the items so long as, subject to any special provision Claims for quantities of contained in the specifications prescribing a different works entered in the tender or estimates. percentage of permissible variation, the quantity of the items does not exceed the tender quantity by more than 25 percent and so long as the value of the excess quantity beyond this limit, at the rate of the items specified in the tender, is not more than Rs. 5,000/-

(3) The contractor shall, if ordered in writing by the Engineer, to do so also carry out any quantities in excess of the limit mentioned in Sub clause (1) hereof on the same conditions as and in accordance with the specification in the tender and at the rates (i) derived from the rates entered in the current schedule of rates and in the absence of such rates (ii) at the rate prevailing in the market, the said rates being increased or decreased as the case may by the percentage which the total tendered amount bears to the estimated cost of the work as put to tender based upon the schedule of rates applicable to the year in which the tenders were invited (for the purpose of operation of this clause this cost shall be taken to be Rs. 6,94,17,212/- (Six Crore Ninety Four Lakhs Seventeen Thousand Two Hundred Twelve Only.)

82 (4) Claims arising out of reduction in the tendered quantity of any item beyond 25 percent will be governed by the provisions of clause 15 only when the amount of such reduction beyond 25 percent at the rate of item specified in the tender is more than Rs. 5,000/-

(5) There shall be no change in the rate if the excess is less than or equal to 25%. Also there shall be no change in the rate if the quantity of work done is more than 25% of the tendered quantity, but the value of the excess work at the tender rate does not exceed Rs. 5,000/-

(6) The quantities to be paid at the tender rates shall include a) tendered quantity plus b) 25 % excess of tendered quantity or the excess quantity of the value of Rs. 5,000/- at tendered rate which ever is more.

While therefore working out the quantity to be paid at tendered rate Division should work out 25 % quantity put to the tender (say - x) and also work out the quantity at tendered rate which will amount Rs. 5,000/- (say ———). The quantity that should be paid at tendered rate will be either 1. Quantity put to the tender plus quantity x (25 % of the tendered quantity) or 2. Quantity put to the tender plus quantity (quantity which amounts to Rs.5,000/- at tendered rate) whichever is more.

3. In respect of B-1 agreement rate should be worked out by adding or deducting percentage above or below as per tender finalised and the balance quantity should be paid at D.S.R. rate under clause 37/38 of B-2 and B- 1 agreement after allowing procedure laid down under circular dated 8/8/1984).

83 Clause 39 :- The contractor shall employ any femine, convict or other labour of a particular kind of class if ordered in writing to do so by the Engineer-in-charge. Employment of female or other labour. Clause 40 :- No compensation shall be allowed for any delay caused in the starting of the work on account of any acquitition of land and in the case of the clearance works, for any delay in according sanction to estimates. Claim for compensation for delayin starting the work.

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

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

Clause 43:- i) No contractor shall employ any person Minimum age of persons who is under the age of 12 years. employed, the employment of donkeys and or other ii) No contract shall employ donkeys or other animals with animals and the payment breeching of string or thin rope. The breeching must be at of fair wages. 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 authorised to remove from the work any person or animal found working which does not satisfy these conditions and no responsibility shall be accepted by TMC for any delay caused in the completion of the work by such removal.

84

v) The contractor shall pay fair and reasonable wages to the workman employed by him in the contract undertaken by him. In the event of any dispute arising between the contractor and his workman on the grounds that the wages paid are not fair and reasonable, the dispute shall be referred without delay to the Executive Engineer who shall decide the same. The decision of the Executive Engineer, shall be conclusive and binding on the contractor, but such decision shall not in any way affect the condition in the contract regarding the payment to be made by TMC at the sanctioned tender rates. vi) The contractor shall provide drinking water facilities to the workers similar amenities shall be provided to the workers engaged on large work in urban a reas.

vii) The contractor shall take precautions against accidents which take place on account of labour using loose garments while working near machinery.

Clause 44 :- Payment to contractors shall be made by cheques drawn on any treasury within the TMC limits, convenient to them, provided the amount exceeds Rs.10 Amount not exceeding Rs. 10 will be paid in cash. Method of payment.

Clause 45 :- Any contractor who does not accept these conditions shall not be allowed to tender for works.

Clause 46 :- If GOM declares a state of scarcity or famine Acceptance of conditions to exist in any village situated within 10 miles of work, the compulsory before endering for work. contractor shall employ upon such parts of the work as suitable for unskilled labour any person certified to him by Employment of the Executive Engineer, or by any person to whom the scarcity labour. Executive Engineer may have delegated this duty in writing to be in need of relief and shall be bound to pay to such person wages not below minimum which TMC may have fixed in this behalf. Any disputes which may arise in connection with the implementation of this clause shall be decided by the Executive Engineer whose decision shall be final and binding on the Contractor.

85

Clause 47 :- The price quoted by the contractors shall not in any case exceed the control price, if any, fixed by TMC or reasonable price which is permissible to him to charge as private purchaser for the same class and description of goods under the provisions of Hording and Profiteering Prevention Ordinance, 1984 as amended from time to time. If the price quoted exceeds the controlled price or the price permissible under Hoarding and Profiteering Prevention Ordinance the contractor will specifically mention this fact in the tender along with reasons for quoting such higher price. The purchaser at his discretion will in such case exercise the right of revising the price at any stage so as to conform with the controlled price as permissible under the Hoarding and Profiteering Prevention Ordiance. This discretion will be exercised without prejudice to any other action that may be taken against the Contractor.

Clause 48 :- The rates to be quoted by the contractor must be inclusive of sales tax. No extra payment on this account will be made to the contractor.

Clause 49 :- The contractors are bound to pay to the labourers, wages according to the minimum Wages Act 1948 applicable to the Zone in accordance with the order issued in Government P.W.D. Circular No. MWA/1063, dated 7.12.1968.

Clause 50 :- In case of materials that remain surplus with the contractor from those issued for the work contracted from the date of ascertainment of the materials being surplus will be taken as the date of sale for the purpose of sales tax and the sales tax will be recovered on such sale.

Clause 51 :- The contractor shall employ at least 80 percent of the total number of unskilled labour to be

86 employed by him on the said work from out of the persons ordinarily residing in the district in which site of the said work is located.

Provided; however, that if the required number of unskilled labour from that district is not available, the contractor shall in the first instance employ such number of persons as is available and thereafter may with the previous permission in writing of the Executive Engineer, in charge of the said work, obtain the rest of his requirement of unskilled labour from outside the district.

Clause 52 :- The contractor shall have to furnish Income Tax clearance certificate before his tender is accepted and Income Tax assessment number and date on which he is/they are assessed.

Clause 53 :- All amounts whatsoever which the contractor is liable to pay to the TMC in connection with the execution of the work including the amount payable in respect of (i) materials and or stores supplied/issued here under by TMC to the contractor (ii) Hire charges in respect of heavy plant, machinery and equipment given on hire by TMC to the contractor, for execution by him of the work and/or on which advance have been paid by the TMC to the contractor shall be deemed to be arrears of the land revenue and the TMC may without prejudice to any other rights and remedies of the TMC recover the same from the Contractor as arrears of land revenue.

Clause 54 :- The contractor shall duly comply with all the provisions of the Contract labour (Regulation and Abolition) Act, 1970 (37 of 1970 and The Maharashtra Contract Labour (Regulation and Abolition) Rules 1971 as amended from time to time and all other relevant statutory provisions concerning payment of wages particularly to workmen employed by the contractor and working on the site of the work. In particular the

87

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 neglects to pay wages at the said rates or makes short payment and TMC makes such payment of wages in full or the part thereof less paid by the contractor as the case may be, the amount so paid by the TMC to such workers shall be deemed to be arrears of land revenue and the TMC shall be entitled to recover the same as such from the Contractor or deduct the same from the amount payable by the TMC to the contractor here under or from any other amount/s payable to him by the TMC.

Clause 55 :- In view of the difficult position regarding the availability of the foreign exchange, no foreign exchange will be released by the department for the purchase of the plant and machinery required for the execution of the work concerned.

Clause 56 :- The tendered rates shall be inclusive of all taxes, duties and cess and shall also be inclusive of the tax leviable in respect of the works contract under the provisions of Maharashtra Sales Tax as Transfer of Property in Goods involved in the execution and Works Contract Tax 1985 ( Mah Act No. XIX of 1985).

Clause 57 :- (A) The anti-malaria health measures shall be taken as directed by the Joint Director (Malaria and Filaria), Health Services, Pune. (B) Contractor shall see that mosquitogenic conditions are not created so as to keep vector population to minimum level. (C) Contractor shall carry out anti malarial measures in the area as per guidelines prescribed under National Malaria Eradication Programme and as directed by the Joint Director (M and F), Health Services, Pune. (D) In case of default in carrying out prescribed antimalaria measures resulting in increase in malaria inci dence, contractor shall be liable to pay to TMC the amount.

88

Clause 58 :- Successful tenderer will have to enter into an agreement in the form specified by the Corporation on a stamp paper of required amount as per the rules in force. Stamp charges shall be borne by the Contractor.

Clause 59 :- The sucessful contractor will have to enter into agreement in form specified by T.M.C. on a stamp of required amount as per rules in force. The stamp charges shall be borned by the contractor.

Clause 60 :- Price Variation Clause –

The Price variation is allowed for all items Part-I, Part-II & Part-III of Schedule-B)

I. If during the Operative Period of the contract as defined in condition (i) below, there shall be any variation in the Consumer Price Index (New Series) for industrial workers for Thane / Mumbai centre as per the Minimum Wages Labour Gazette published by the Commissioner of Labour, Government of Maharashtra (for Item No.1 of Part – I of Schedule - B) and/or in the wholesale Price Index for all commodities prepared by the Office of Economic Adviser, Ministry of Industry, Government of India, as compared to the respective figure therefore, on the date 30 days before the last date prescribed for receipt of tender and/or in the prices of Petrol, Oil and lubricants, then, subject to other conditions mentioned below, price adjustment on account of (i) Labour component (ii) Material component, and (iii) POL components, which respectively are 65%, 30% and 5% of the total cost of work put to tender, calculated as per the formula herein after appearing, shall be made (Total of all these three components will be 100).

B) Formula for Labour Component:

89 V1 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K1/100) x (C1 - C0) / C0]

Where = V1 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K1 = Percentage of Labour Component as indicated above. CO = Basic Consumer Price Index for Mumbai Centre ascertained as above on the date of 30 days preceding the last date prescribed for receipt of tender. C1 = Average Consumer Price Index for Centre ascertained as above during the period under consideration.

C) Formula for Materials Component:

V2 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K2/100) x (I1 - I0) / I0]

Where = V2 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K2 = Percentage of Material Component as indicated above. IO = Basic Wholesale Price Index ascertained as above on the date of 30 days preceding the last date prescribed for receipt of tender. I1 = Average Wholesale Price Index ascertained as above during the period under consideration.

D) Formula for petrol, oil, lubricant component:

V3 = 0.85 (P - Cost Schedule 'A' Materials used.) x [(K3/100) x (P1 - P0) / P0]

90

Where = V3 = Amount of price variation in Rupees to be allowed. P = Cost of work done during the period under consideration. K3 = Percentage of Petrol, Oil and Lubricant Component. P1 = Average price of H.S.D. for Mumbai during the period under consideration. PO = Average price of H.S.D. for Mumbai on the date 30 days preceding the last date prescribed for receipt of tender.

(II) Condition referred to in Paragraphs - I ii) The operation Period of the contract shall mean the period commencing from the date of the work order issued to the Contractor and ending on the date when the time allowed for the work specified in the Memorandum under Tender for works expires, taking into consideration the extension of time, if any, for completion of the work granted by Engineer-in charge under relevant clause of the conditions of contract in cases other than those where such extension is necessitated on account of default of the contractor. The decision of the Engineer- in-charge as regards the Operative Period of the contract shall be final and binding on the contractor. Where comperisation for liquidated damages is levied on the contractor on account of delay in completion or inadequate progress under the relevant contract provision the escalation amount for the balance work from the adate of levy of such compensation shall be worked out by

91 pegging the indices C1, I1, and P1 to levels corresponding to the date from which compensation is levied. ii) This Price Variation clause shall be applicable to all contracts in B-1, B-2 and C forms but shall not apply for piece works. iii) Price variation shall be calculated, in accordance with the formulas mentioned above, separately for labour, material and POL components. iv) The price variation under this clause shall not be payable for the extra items required to be executed during the completion of the work and also on the excess quantities payable under the provisions of clause 38 of the contract form B1 respectively, since rates payable for the extra items or the extra quantities under Clause 38 are to be fixed as per the current 82 DSR or as mutually agreed subject to yearly revision till completion of such work. In other words, when the completion or execution of extra items as well as extra quantities under Clause 38 of the contract form B-1 extends beyond the Operative date of the then DSR The rates payable for the same beyond that date shall be revised with reference to the next current D.S.R. prevalent at the time, on year to year basis or revised in accordance with mutual agreement thereon, as provided for in the contract, whichever is less.

92

v) This clause is operative both ways, i.e., if price variation in the said Whole sale Price Index (New series) or price of HSD for Mumbai is on the plus side, payment on a account of the price variation shall be allowed to the Contractor and if it is on the negative side, the Government shall be entitled to recover the same from the contractor and the amount shall be deductable from the Contractor's bill for the respective period in which there are fluctuations.

Part-I of Schedule-B It will be paid at an actual as per publication of Minimum Wages & Allowances from Labour Department (For Category Road Construction, Building O & M taking base rates at the time of submission of tender.

Clause 61 :- Insurance

Contractors shall take out necessary Insurance Policy/ Policies so as to provide adequate insurance cover for execution of the awarded contract work from the Director of Insurance, Maharashtra State, Mumbai – 51 only. Its st postal address for correspondence is “264, 1 Floor, MHADA, Opp. Kalanagar, Bandra (East), Mumbai- 400 051. Tel. No.6438403/ Fax: 6438461 / 6438690). Insurance however, if the contractor desire to effect insurance with the local office of any insurance company,

93

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 Director of Insurance will be recovered directly from the amount payable to the contractors for the executed contract work which may be noted.

a) Loss of or damage to the Civil and Mechanical equipment’s supplied/ installed including the materials such as pipes, valves specials etc. brought on site.

b) Loss of or damage to contractors equipment’s including his vehicles.

c) Loss of or damage to property (except the works, Plant Material and equipment) in connection with the contractor. 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 personal or to the stem staff or to any other person not connected with MJP/ contractor.

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 currencies required to rectify the loss or damage incurred.

2. If the contractor does not produce any of the policies and certificates required, the engineer may effect the insurance for which the contractor

94

should have produced the policies and certificates and recover the premiums it has paid from payments otherwise due to the contractor or, if no payment is due, the payment of the premiums shall be of debt due.

3. Alterations to the terms of an insurance shall not be made without the approval of the engineer.

4. The minimum insurance cover for loss and damages to physical, injury and death shall be 10% of the contract cost per occurrence with number of occurrences as 4 (four). After each occurrence the contractor shall pay additional premium necessary so as to keep the insurance policy valid always till the defect liability period is over.

5. No payment will be released to the contractor until the insurance coverage with 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.

95

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

Schedule showing the materials to be supplied by TMC for work contracted to be exectued preliminary and ancillary and rate at which they will be charged for

MATERIAL SCHEDULE 'A'

Sr. Description Qty. Rate at which the Unit Place of Delivery No. material will be charged to the contract or @ Rate.

1 2 3 4 5 6

1. Spare parts for As Free of cost cost each store at Pise Head mechanical required works, Temghar repairs Treatment plant or excluding Thane Office. expansion Joints

2. Spare parts for As Free of cost cost each store at pise Head electrical required works Temghar repairs Treatment plant or excluding Thane Office. transformar oil & graase.

96

1 2 3 4 5 6

3. Poly Aluminium As Free of cost cost each store at pise Head Chloride (PAC) required works Temghar Treatment plant or Thane Office.

4. Liquid chlorine As Free of cost cost each store at pise Head in 900 kg required works Temghar Tonner. Treatment plant or Thane Office.

97

THANE MUNICIPAL CORPORATION THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

CONDITION FOR MATERIAL SCHEDULE 'A'

1. Material indicated in Schedule above will only be supplied by the Department at the issue rate shown against them and only production of receipt thereof.

2. Material will be issued at the place of delivery indicated in the Schedule 'A' from 8.00 a.m. to 8.00 p.m. carting of material from departmental store at site of work will have to be done by the contractor at his cost. In case of emergency the delivery will be made round the clock as per instructions of Engineer-in-charge.

3. Contractor shall maintain account of materials received from department and its consumption. The account shall be produced for review to the Inspecting officer monthly along with R.A. Bill & also as and when demanded.

4. Contractor shall store the material in a store shed with proper double locking arrangement to store materials issued by the department.

5. If after completion of work, material issued by the department is found surplus and unused, such surplus, in good conditions only shall be returned to the TMC, at the place directed by the Engineer-in-charge by the Contractor at hisown cost.

6. If, surplus material is misused or is not returned by the Contractor, recovery at double the DSR rate or market whichever is higher will be made.

7. The contractor should intimate and demand the materials well in advance such that at least for a fortnights times should pull on. If or any reasons supply

98

of Schedule 'A' Material is not made, Contractor shall make his own arrangement which shall be paid for at tender rate for which taken provision is already made in the tender for tackling such situation.

8. The sundry Material such as rubber packing for pump sets and cotton waste shall be brought by the Contractor., If it is noticed that the work is held up for want of sundry material, the same will be brought up by the Department and the cost at an actual will be recovered from the contractor.

99

THANE MUNICIPAL CORPORATION (THANE)

Name of Work :- "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

'SCHEDULE – B' FOR 'B-1' TENDER

Sr. Item QTY Rate Rs. Per Amount Rs. No Part I - Operation Of Various Parts 1 Operation & maintenance of Pise head works with Raw Water pumping Station, Temghar Pure Water Pumping Station & Raw /Pure water 36 2977068.00 Month 107174448.00 rising main/gravity main up to majiwada junction including security staff with all labour cost etc. as per detailed specifications. 2 Providing Two 4-wheeler and Two 2- wheelers vehicles for maintenance of plant pipe line, Air valve, including 36 41558.00 Month 1496088.00 BPT & MBR for staff & office work etc. complete Total for Part-I Total Rs. 108670536.00

Part II - AMC, Repairs & Spares.

1 AMC For lift 1 39600.00 Year 39600.00 2 AMC For Chlorinators 1 60000.00 Year 60000.00 3 Sefty Audit for 210 MLD WTP 1 200000.00 Job 200000.00 4 Supplying, Erecting, Commissioning

& Testing of projector. (Market Rate) i) RGB liquid crystal shutter projection system (3LCD), Native Resolution SVGA (1024 X 768), Lamp Life (Normal / Eco)*15000 hours / 6000 1 61687.00 No 61687.00 hours, color light outpur 2700lm, Network Wireless Optional (ELPA07), Wireless Lan Security,

100

Start-Up period about 5 seconds, warm-up period: 30 seconds, weight 2.4kg

ii) Projector Screen (8 X 6) 1 11686.00 No 11686.00 5 Annual Maintenance of Deskstop, Laptops & Allied equipments. i) Providing Non-Comprehensive Annual Maintenance for Desktop / 1 4928.00 No. 4928.00 Laptops. ii) Providing Non-Comprehensive Anuual Maintenance for Laserjet 1 3100.00 No. 3100.00 Printers. iii) Providing Non-Comprehensive Anuual Maintenance for All-in-One 1 5000.00 No. 5000.00 Laserjet Printers. iv) Providing Non-Comprehensive Annual Maintenance for Dell Server. 1 10000.00 No. 10000.00 v) Dell Server Repairing & Servicing 1 25000.00 No. 25000.00 Charge. vi) Providing services for software 1 597.00 No. 597.00 support ( Man Day) 6 Stationary for office use i) Providing 90 GSM A4 size Plain Paper (210mm X297mm) 1 148.00 Rim 148.00 (As per TMC's approved rate) ii) Providing 90 GSM Legal size Plain Paper (215mm X345mm) (As per 1 164.00 Rim 164.00 TMC's approved rate) iii) Providing HP Deskjet F4488 Printer Ink Cartridge 1 850.00 No. 850.00 : HP 818 Color (As per TMC's approved rate) iv) Providing HP Deskjet F4488 Printer Ink Cartridge 1 648.00 No. 648.00 : HP 818 Black (As per TMC's approved rate) v) Providing HP Laserjet 1020 (12A) Printer Toner 1 2995.00 No. 2995.00 (As per TMC's approved rate) vi) Providing Samsung SCX 4300 Printer Toner 1 2990.00 No. 2990.00 (As per TMC's approved rate) vii) Supplying Approved Brand UPS. (As per TMC's approved rate) 1 2300.00 No. 2300.00 viii) Supplying Computer Mouse Optical Scroll 1 210.00 No. 210.00 (As per TMC's approved rate) ix) Supplying Computer Key-Board (As per TMC's approved rate) 1 295.00 No. 295.00 x) Approved Brand Antivirus (As Per Lowest Quotation Rate) 1 2200.00 No. 2200.00

101

7 Yearly testing / maintenance of Relay, Submision of reports & 1 371868.00 Year 371868.00 Electrical Inspector Fees for three installation etc. 8 Rewinding of Motor/including minor repair, transportation & guarantee for 1 year. i) Submersible motor upto 15 HP 3 PH 1 1829.00 No. 1829.00 ii) Motor upto 1 H.P. 3 phase 1 1507.00 No. 1507.00 iii) Motor upto 3 H.P. (Allum) 1 2180.00 No. 2180.00 iv) Motor upto 5 H.P. (Vaccum pump) 1 3459.00 No. 3459.00 v) Motor upto 7.5 H.P. (Booster) 1 4122.00 No. 4122.00 vi) Motor upto 12.5 H.P. (Flash Mixer) 1 5302.00 No. 5302.00 vii) Motor upto 15 H.P. 1 6116.00 No. 6116.00 viii) Motor upto 20 H.P. 1 7340.00 No. 7340.00 ix) Motor upto 75 H.P. (Blower) 1 26100.00 No. 26100.00 x) Motor upto 180 H.P. (Back wash) 1 69600.00 No. 69600.00 xi) Rewinding of Motor / including minor repair, transportation & guarantee for 1 1296000.00 No. 1296000.00 1 year. For 900 H.P. 3.3 KV, 1000 rpm, 3ph. xii) Rewinding of Motor/including minor repair, transportation & guarantee for 1 840000.00 No. 840000.00 1 year. For 600 H.P. 3.3 KV, 1000 rpm, 3ph. (Rate as per PWD DSR 13-14 It.17.1.8 to 17.1.16 Pg. 202 & Approved tender rate) 9 Overhauling heating & warnishing of Motor including painting. a) For Temghar 900 HP. 1 179375.00 No. 179375.00 b) For Pise Head works 600 HP. 1 161500.00 No. 161500.00 10 Supply & erection of 3.3 kV cable end terminations 1 5901.00 No. 5901.00 ( Approved tender rate) 11 Removing, Dismantling, Assembling, Re-erection of Verticle Turbine Pump. (MJP DSR 13-14 It. PM 8-5, LB 1-7a & b Page 7 & 87) i) 600 HP ( above 6 stages & up to 12 1 63360.00 No. 63360.00 stages ) ii) 900 HP ( up to 6 stages ) 1 84240.00 No. 84240.00 12 Spares for 600 HP pump set at A Pise Head Works. Make M & P 1 Flex coupling pump half + motor half 1 63723.00 No. 63723.00 2 Fasterners below water level 1 396419.00 No. 396419.00 3 Fasterners above water level 1 100765.00 No. 100765.00 4 O ring Stuffing box 1 1152.00 No. 1152.00

102

5 O ring RM pipes 1 2224.00 No. 2224.00 6 O ring casing & suction bell mouth 1 2185.00 No. 2185.00 7 Thrust block key 1 946.00 No. 946.00 8 Key (Solid muff coupling) 1 2271.00 No. 2271.00 9 Coupling key 1 1718.00 No. 1718.00 10 Key (Impeller) 1 2584.00 No. 2584.00 11 Sleeve lock nut 1 3350.00 No. 3350.00 12 Thrust brg lock nut 1 10188.00 No. 10188.00 13 Int brg sleeve 1 16793.00 No. 16793.00 14 Pump brg sleeve 1 25802.00 No. 25802.00 15 Pump brg bush 1 67885.00 No. 67885.00 16 Oil retainer bush 1 8417.00 No. 8417.00 17 Int brg bush 1 79417.00 No. 79417.00 18 Logging ring 1 3137.00 No. 3137.00 19 Gland sleeve 1 13864.00 No. 13864.00 20 Solid Muff coupling 1 33114.00 No. 33114.00 21 Split collar 1 5594.00 No. 5594.00 Int. shaft SS410 with duly fitted 22 1 125641.00 No. 125641.00 SS410 Int. brg. Sleeve Int shaft bottom SS410 with duly 23 1 117538.00 No. 117538.00 fitted SS410 int brg sleeve Top shaft SS410 with duly fitted 24 1 149479.00 No. 149479.00 SS410 gland sleeve Pump shaft SS410 with duly fitted 25 1 174056.00 No. 174056.00 SS410 Pump brg sleeve 26 Impeller wear ring DE & NDE 1 111731.00 No. 111731.00 27 Rising main pipe int 1 275313.00 No. 275313.00 28 Rising main pipe bottom 1 244630.00 No. 244630.00 29 Rising main pipe int smaller 1 237812.00 No. 237812.00 C.I. Diffuser with duly fitted neck ring 30 1 492515.00 No. 492515.00 CF8M 31 Suction strainer 1 490651.00 No. 490651.00 32 Oil level indicator 1 3823.00 No. 3823.00 33 Thrust block 1 24431.00 No. 24431.00 34 Oil retainer plate 1 3443.00 No. 3443.00 35 Int bearing bush carrier 1 13464.00 No. 13464.00 36 Cooling coil 1 31755.00 No. 31755.00 37 Sph. Roller thrust bearing 1 81695.00 No. 81695.00 38 Gland packing 1 5594.00 No. 5594.00 39 Gland (Split) 1 7238.00 No. 7238.00 40 Water thrower 1 1998.00 No. 1998.00 41 Combined sleeve & nut 1 38793.00 No. 38793.00 42 Ratchet bush 1 1565.00 No. 1565.00 43 Ratchet pin 1 893.00 No. 893.00 44 Ratchet mounting plate 1 45405.00 No. 45405.00

103

45 Ratchet plate 1 24504.00 No. 24504.00 46 Adjusting ring 1 3190.00 No. 3190.00 ( As per RA on ratelist provided by

manufacturer of pumpset ) 12 Spares for 900 HP pump set at

B Temghar Make M & P 1 Flex coupling pump half + motor half 1 63723.00 No. 63723.00 2 Fasterners below water level 1 396419.00 No. 396419.00 3 Fasterners above water level 1 100765.00 No. 100765.00 4 O ring Stuffing box 1 1152.00 No. 1152.00 5 O ring RM pipes 1 2224.00 No. 2224.00 6 O ring casing & suction bell mouth 1 2185.00 No. 2185.00 7 Thrust block key 1 946.00 No. 946.00 8 Key (Solid muff coupling) 1 2271.00 No. 2271.00 9 Coupling key 1 1718.00 No. 1718.00 10 Key (Impeller) 1 2584.00 No. 2584.00 11 Sleeve lock nut 1 3350.00 No. 3350.00 12 Thrust brg lock nut 1 10188.00 No. 10188.00 13 Int brg sleeve 1 16793.00 No. 16793.00 14 Pump brg sleeve 1 25802.00 No. 25802.00 15 Pump brg bush 1 67885.00 No. 67885.00 16 Oil retainer bush 1 8417.00 No. 8417.00 17 Int brg bush 1 79417.00 No. 79417.00 18 Logging ring 1 3137.00 No. 3137.00 19 Gland sleeve 1 13864.00 No. 13864.00 20 Solid Muff coupling 1 33114.00 No. 33114.00 21 Split collar 1 5594.00 No. 5594.00 Int. shaft SS410 with duly fitted 22 1 125641.00 No. 125641.00 SS410 Int. brg. Sleeve Int shaft bottom SS410 with duly 23 1 117538.00 No. 117538.00 fitted SS410 int brg sleeve Top shaft SS410 with duly fitted 24 1 149479.00 No. 149479.00 SS410 gland sleeve Pump shaft SS410 with duly fitted 25 1 174056.00 No. 174056.00 SS410 Pump brg sleeve 26 Impeller wear ring DE & NDE 1 111731.00 No. 111731.00 27 Rising main pipe int 1 275313.00 No. 275313.00 28 Rising main pipe bottom 1 244630.00 No. 244630.00 29 Rising main pipe int smaller 1 237812.00 No. 237812.00 C.I. Diffuser with duly fitted neck ring 30 1 492515.00 No. 492515.00 CF8M 31 Suction strainer 1 490651.00 No. 490651.00 32 Oil level indicator 1 3823.00 No. 3823.00 33 Thrust block 1 24431.00 No. 24431.00 34 Oil retainer plate 1 3443.00 No. 3443.00

104

35 Int bearing bush carrier 1 13464.00 No. 13464.00 36 Cooling coil 1 31755.00 No. 31755.00 37 Sph. Roller thrust bearing 1 81695.00 No. 81695.00 38 Gland packing 1 5594.00 No. 5594.00 39 Gland (Split) 1 7238.00 No. 7238.00 40 Water thrower 1 1998.00 No. 1998.00 41 Combined sleeve & nut 1 38793.00 No. 38793.00 42 Ratchet bush 1 1565.00 No. 1565.00 43 Ratchet pin 1 893.00 No. 893.00 44 Ratchet mounting plate 1 45405.00 No. 45405.00 45 Ratchet plate 1 24504.00 No. 24504.00 46 Adjusting ring 1 3190.00 No. 3190.00 ( As per RA on ratelist provided by

manufacturer of pumpset ) 12 Spares for 900 HP pump set at

C Temghar Jyoti Make 1 Pump Shaft S.S. 410 1 271625.00 No. 271625.00 2 Pump Shaft Sleeve Long S.S. 410 1 55350.00 No. 55350.00 3 Pump Shaft Aleeve shoft S.S. 410 1 31860.00 No. 31860.00 4 Bowl Casing Wearing Ring 1 63037.00 No. 63037.00 5 Impeller Seal Ring 1 67650.00 No. 67650.00 6 Bowl Bush 1 43050.00 No. 43050.00 7 Line shaft Sleeve S.S.410 1 46125.00 No. 46125.00 8 M.S. Spider 1 64800.00 No. 64800.00 9 Spider Rubber Bush 1 26650.00 No. 26650.00 10 Head Shaft S.S.410 1 271625.00 No. 271625.00 11 Head Shaft Sleeve 1 55350.00 No. 55350.00 12 Stuffing Box Bush 1 26650.00 No. 26650.00 13 Thrust Bearing Oil 1 246.00 Liter 246.00 14 Gland Packing 1 2050.00 Set 2050.00 15 Column Nut-Bolts S.S. 315 1 615.00 No. 615.00 16 Shaft Coupling Allen key Bolts S.S. 1 378.00 No. 378.00 17 Column Joint Packing Champion 1 6662.00 No. 6662.00 12 Modification in thrust bearing D chamber to suit impeller of Pise pump fully designed housing for adequate size thrust bearing to 1 333125.00 Job 333125.00 sustain the thrust of improved thrust coller, oil level indicator, bearing cover, NRR plate etc. 12 Painting of Pumpset 1 9180.00 Job 9180.00 E 13 LT. Switchger and Protection i) DOL Strater a) up to 7.5 HP 1 1766.00 No. 1766.00 b) up to 10 HP 1 2910.00 No. 2910.00

105

ii) Fully Automatic Star Delta Starter a) 12.5 HP to 20 HP 1 8315.00 No. 8315.00 b) 20 HP to 25 HP 1 9666.00 No. 9666.00 iii) Auto Tranformer Starter with

airbreak contanctor a) 80 HP ( size 1.25 m x 0.75 m x 1 142988.00 No. 142988.00 0.45 m) b) 180 HP ( size 1.5 m x 0.9 m x 0.5 1 288408.00 No. 288408.00 m) ( MJP DSR 13-14 It. LG 1-1/2, LG 3- 2/3 LG 5-3/7, Page 57, 59) 14 Filtration of Transformer oil on site and giving satisfactory results as directed by Engineer-In-Charge. 1 21.00 Lit. 21.00 ( PWD DSR 13-14 It 17-3-1 Page 203) 15 Transportation of oil filtering

machine. i) For first 10 Km 1 968.00 L.S. 968.00 ii) For 11 Km. and onward 1 10.00 Km 10.00 ( MJP DSR 13-14 It. TR-12A & TR-

13 Page 41) 16 Over hauling of cranes i) 10 Tonne EOT crane - 2 Nos 1 7500.00 No. 7500.00 ii) 3 Tonne - 3 Nos 1 3000.00 No. 3000.00 iii) 1 Tonne - 1 No 1 1000.00 No. 1000.00 17 Spares for 10 Tonne EOT crane. i) Brake Liner for Hoist 1 2502.00 No. 2502.00 ii) Brake Liner for cross travel 1 1669.00 No. 1669.00 iii) Brake Liner for long travel 1 1668.00 No. 1668.00 iv) Brake Coil for hoist 1 3336.00 No. 3336.00 v) Brake Coil for cross Travel 1 2502.00 No. 2502.00 vi) Brake coil for long travel 1 2502.00 No. 2502.00 vii) Wire rope 1 full length 1 16680.00 No. 16680.00 viii) Contactor for Hoist 1 5838.00 No. 5838.00 ix) Contractor for cross travel 1 4170.00 No. 4170.00 x) Contractor for long travel 1 4170.00 No. 4170.00 xi) Bearing 2 Nos 1 1668.00 No. 1668.00 xii) Clutch 1 20850.00 No. 20850.00 18 Repairs to 180 H.P. Back wash pump motor set. (As per sample) i) Impeller (C.I.) 1 126806.00 No. 126806.00 ii) Shaft (C-no) 1 44631.00 No. 44631.00 iii) Shoulder Ring (C.I.) 1 1906.00 No. 1906.00 iv) Gland (C.I.) 1 2732.00 No. 2732.00 v) Lantern Ring 1 1387.00 No. 1387.00

106

vi) Bearing housing 1 81880.00 No. 81880.00 vii) Shaft sleeve pump side 1 18715.00 No. 18715.00 19 Replacing pendant switch for alum 1 1500.00 No. 1500.00 lifting crane & gantry 20 S/E/T/C Automatic Gas Chlorination System Complete As per detailed specification 1 1556055.00 No. 1556055.00 (MJP DSR 13-14 It.GC 16-2 page 96 ) 21 Repair/overhauling of air blower with Spares and labour charges etc. i) Providing fixing rotor 1 202500.00 Set 202500.00 ii) Providing fixing Retainer 1 8437.00 No. 8437.00 iii) Providing fixing R.B. sleeve 1 10125.00 No. 10125.00 iv) Providing fixing B.B. sleeve 1 6975.00 No. 6975.00 v) Providing fixing Gear retainer 1 17212.00 No. 17212.00 vi) Providing fixing Gear spacer 1 1350.00 No. 1350.00 vii) Providing fixing Gear 1 84375.00 No. 84375.00 viii) Providing fixing Ball bearing 1 19125.00 No. 19125.00 ix) Providing fixing Roller bearing 1 16875.00 No. 16875.00 x) Providing fixingPTFE Strip 1 10687.00 Set 10687.00 xi) Providing fixing Oil Seal 1 1125.00 Set 1125.00 xii) Providing fixing Belt 1 19125.00 Set 19125.00 xiii) Providing fixing Anti vibration flex 1 16875.00 Set 16875.00 connection xiv Providing fixing Filters 1 40500.00 Set 40500.00 ) xv) Labour charges for overhauling & 1 12500.00 Job 12500.00 repairs (As per Approved Tender Rate) 0.00 22 Supplying & stacking in position following chemicals& oil lubricants at WTP Temghar/Head work Pise as per required IS, used for treatment of water with their schedule of delivery & other terms etc. as per detailed specifications. A Alum or Alumina ferric (Grade I) 1 10486.00 MT. 10486.00 (As per MJP DSR 2013-14 Pg. No. 7 / It. No. 1) & Transportation Pg.

No. 16 { 8200 + (22856.14)/10 ( for 300Km Lead) i.e. Rs.2286/- Per MT} B Poly Aluminium Chloride (PAC) 1 11500.00 MT. 11500.00 ( Rate as per accepted tender in

TMC ) C Liquid Chlorine in 900 KG Dept. Tonne 1 16000.00 16000.00 Tonners. r (MJP DSR 13-14 Sect. A,It.18 page

8 )

107

D Oil & Lubricants of Standard make as & when required etc. as per detailed specifications. i) Lubricant oil (MJP DSR 13-14 Sect. A,It.19 page 1 249.55 Litre 249.55 8 ) ii) Wheel bearing grease 1 205.00 Kg. 205.00 iii) Multipurpose Grease 1 205.00 Kg. 205.00 Transformer Oil iv) (PWD DSR 13-14.It.17-3-2, page 1 137.00 LIt. 137.00 203) Supplying HRC Fuse Links 3600 V 23 (As per RA) i) 16 Amp 1 6897.00 No. 6897.00 ii) 32 Amp 1 6897.00 No. 6897.00 iii) 63 Amp 1 6897.00 No. 6897.00 iv) 80 Amp 1 6897.00 No. 6897.00 v) 100 Amp 1 12101.00 No. 12101.00 vi) 160 Amp 1 12241.00 No. 12241.00 vii) 200 Amp 1 12998.00 No. 12998.00 viii) 250 Amp 1 16140.00 No. 16140.00 24 Supplying H.C. pattern porcelain fuse bridges with base & HC type fuse links (PWD DSR 13-14. It.5-10-6 & 7, page 92) i) 16 Amp 250V 1 53.00 No. 53.00 ii) 32 Amp 250V 1 99.00 No. 99.00 25 Supplying H.C. fuse bridges with base 16A

(PWD DSR 13-14. It.5-10-8 & 9, page 92) i) 16 Amp 250V 1 53.00 No. 53.00 ii) 63 Amp 250V 1 143.00 No. 143.00 26 Supplying ISI marked HRC fuse cartridge.

(PWD DSR 13-14. It.5-10-16 & 17, page 93) i) 32 Amp 500V 1 59.00 No. 59.00 ii) 63 Amp 500V 1 74.00 No. 74.00 27 Supplying porcelain base neutral link. (PWD DSR 13-14. It.5-10-16 & 17, page 93) i) 16 Amp 500V 46 59.00 No. 2714.00 ii) 32 Amp 500V 54 74.00 No. 3996.00 iii) 63 Amp 500V 75 74.00 No. 5550.00 Supplying Lightening Arrestor for 22 28 5712.00 Set 5712.00 kV Supply 1 (MJP DSR 13-14 It.SS 5-2, Pg.24) 29 Supplying Disc Insulator for 22 kV 1 1914.00 No. 1914.00

108

Line (MJP DSR 13-14 It.SS 6-2, Pg.25) 30 Supplying Pin Insulator 22 kV Line 1 853.00 No. 853.00 (MJP DSR 13-14 It.SS 7-2, Pg.25) Supplying Drop Out Fuse (Channel 31 15219.00 Set 15219.00 Moulded) for 22 kV Line 1 (MJP DSR 13-14 It.SS 10-2, Pg.26) 32 Supplying Ammeter 50 Hz, 440 Volts 1 1624.00 No. 1624.00 (PWD CSR 13-14 It.6.3.8 Pg 100) 33 Supplying Voltmeter 50 Hz, 0 to 500 847.00 No. 847.00 Volts 1 (PWD CSR 13-14 It.6.3.6 Pg 100) 34 Supplying Selector Switch 50 Hz, 252.00 No. 252.00 500 Volts 1 (PWD CSR 13-14 It.6.5.1 Pg 102) 35 Supplying HT all poly propylene 627.00 kVAR 627.00 Capacitor 1 (PWD CSR 13-14 It.6.5.5 Pg 102) 36 Supplying set of 3 pioit lamps all bakelite with colour with miniature 713.00 No. 713.00 lamps. 1 (PWD CSR 13-14 It.6.5.6 Pg 103) 37 Supplying Power Factor Meter 50 Hz 4947.00 No. 4947.00 400 Volt 1 (PWD CSR 13-14 It.6.3.10 Pg 101) 38 Supplying Timer for Motor Starter i) Thermal Timer for Star Delta Starter 1820.00 No. 1820.00 (5-18 Sec) 1 ii) Electronic Timer (9-30 Sec) 1 2400.00 No. 2400.00 (As per Approved Tender Rate) 39 Supplying 40 W Tube light fitting 1 799.00 No 799.00 (PWD CSR 13-14 It 2.2.12 page 46) 40 Supplying HPSV Lamp 230V 250W 1 667.00 No 667.00 (PWD CSR 13-14 It 2.1.42 page 41) 41 Supplying MV Lamp 230V 250W 1 367.00 No 367.00 (PWD CSR 13-14 It 2.1.34 page 40) 42 Supplying Metal Halide Lamp 230V 1071.00 No 1071.00 250W 1 (PWD CSR 13-14 It 2.1.46 page 41) 43 Supplying Halogen Lamp 230V i) 500 W 1 75.00 No 75.00 ii) 1000 W 1 99.00 No 99.00 (PWD CSR 13-14 It 2.1.48 & 2-1-49

page 41) 44 Supplying of Coupling for Pump i) 20 HP 1 3900.00 No 3900.00 ii) 25 HP 1 4550.00 No 4550.00 iii) 40 HP KBL Make 1 5850.00 No 5850.00

109

iv) 60 HP KBL / Voltas Make 1 5850.00 No 5850.00 v) 75 HP KBL / M&P Make 1 5850.00 No 5850.00 vi) 80 - 100 HP M&P Make 1 5850.00 No 5850.00 vii) up to 125 HP M&P Make 1 5850.00 No 5850.00 viii) up to 150 HP M&P Make 1 5850.00 No 5850.00 ix) (As per Approved Tender Rate) 45 Supplying fluorescent tube day light 1200mm, 36W. 53.00 No 53.00 (PWD CSR 13-14 It. No. 2-1-10 Pg.39) 1 46 Supplying MV lamp 3 pin BC / Screwed cap head / pin type 230 V, 250 W. 367.00 No. 367.00 (PWD CSR 13-14 It. No. 2-1-34 Pg.40) 1 47 Supplying H.P.S.V. lamp threaded type 230V, 150W 579.00 No 579.00 (PWD CSR 13-14 It. No. 2-1-37 Pg.40) 1 48 Supplying H.P.S.V. lamp threaded type 230V, 250W (SON-T type). 643.00 No 643.00 (PWD CSR 13-14 It. No. 2-1-38 Pg.40) 1 49 Supplying Metal Halide lamp, double ended, 230V, 150W. (PWD CSR 13- 719.00 No 719.00 14 It. No. 2-1-45 Pg.41) 1 50 Supplying Metal Halide lamp 230V, 250W double ended. (PWD CSR 13- 1071.00 No 1071.00 14 It. No. 2-1-46 Pg.41) 1 51 Supplying Halogen lamp 230V, 1000 W. 99.00 No 99.00 (PWD CSR 13-14 It. No. 2-1-49 Pg.41) 1 52 Supplying condensor for M.V. lamp 250W, 367.00 No. 367.00 (PWD CSR 13-14 It. No. 2-1-34 Pg.40) 1 53 Supplying ignitor suitable for 230V, H.P.S.V. lamps. (PWD CSR 13-14 It. No. 2-1- 40 to 43 Pg.41) i) 70 W 1 396.00 No. 396.00 ii) 150 W 1 602.00 No. 602.00 iii) 250 W 1 667.00 No. 667.00 iv) 400 W 1 801.00 No. 801.00 54 Supplying & erecting 3 ltr. Instant type water heater (PWD CSR 13-14 3688.00 No. 3688.00 It. No. 3-1-8 Pg.63) 1 55 Supplying & erecting window AC 1 TR 3 star 230v (PWD CSR 13-14 It. 29233.00 No. 29233.00 No. 3-2-1 Pg.64) 1

110

56 Supplying approved make domestic type refrigerator 185 ltrs. 11299.00 No. 11299.00 (PWD CSR 13-14 It. No. 3-3-1 Pg.66) 1 57 Supplying & erecting UV storage type water purifier. (PWD CSR 13-14 20883.00 No. 20883.00 It. No. 3-5-1 Pg.67) 1 58 Supplying, installing testing commsioning of solar water heating system. (Complete) 49360.00 No. 49360.00 (PWD CSR 13-14 It. No. 4-1-2 Pg.71) 1 59 Supplying & erecting TPN fuse & switch 415/500v. (PWD CSR 13-14 It. No. 5-1-11 to 15 Pg.77) i) 16A 1 1118.00 No. 1118.00 ii 32A 1 1458.00 No. 1458.00 iii 63A 1 2872.00 No. 2872.00 iv 100A 1 5889.00 No. 5889.00 v 200A 1 10597.00 No. 10597.00 60 Supplying & erecting TPN HRC fuse & switch 415/500v.

(PWD CSR 13-14 It. No. 5-1-16 to 18,20,23 Pg.78) i) 63A 1 4810.00 No. 4810.00 ii 100A 1 6889.00 No. 6889.00 iii 200A 1 9379.00 No. 9379.00 iv 400A 1 16971.00 No. 16971.00 v 800A 1 34601.00 No. 34601.00 61 Supplying & erecting SP MCB. (PWD CSR 13-14 It. No. 5-3-2 & 4 Pg.81) i) 6A to 32A (C series) 1 173.00 No. 173.00 ii 40A to 63A (C series) 1 346.00 No. 346.00 62 Supplying & erecting Ceiling fan 1200mm sweef. (PWD CSR 13-14 It. 1794.00 No. 1794.00 No. 2-13-3 Pg.60) 1 63 Supplying pedestal fan 400mm. (PWD CSR 13-14 It. No. 2-13-8 2455.00 No. 2455.00 Pg.60) 1 64 Supplying & erecting exhaust fan heavy duty 450mm/1400rpm. 4814.00 No. 4814.00 (PWD CSR 13-14 It. No. 2-13-19 Pg.61) 1 65 Supplying & erecting exhaust fan heavy duty 450mm/1400rpm. 4814.00 No. 4814.00 (PWD CSR 13-14 It. No. 2-13-19 Pg.61) 1 66 Provinding & fixing CRCA mental sheet. 177.00 Per Kg 177.00 (PWD CSR 13-14 It. No. 6-1-1 Pg.97) 1

111

67 Provinding, installing and giving satisfactory test & trial of CCTV security system as per detailed specification. (Market Rate) i) 32 channel DS-7732NI NVR, 32 ip camera input, up to 5 megapixel camera recording, HDMI & VGA video output at 1920 X 1810 76308.00 No. 76308.00 resulation, HDD quota & group management up to 4TB HDD capacity for each HDD. 1 ii) DS-2DF1-718 IR Network High Speed Dome, 1/4" Sony Super HAD CCD, H.264 video compression, True day/night, Digital WDR, 3D 77182.00 No. 77182.00 DNR,23x/30x/26x Optical Zoom, 3D intelligent positioning function, 80m IR distanc, OP66 Weatherproof. 1 iii) DS-2CD2032-I 3MP IR Mini Bullet Camera, 3 Megapixel High Resolution, Full HD1080p Video 18403.00 No. 18403.00 Output, 3D DNR & DWDR & BLC, IP66 Rating, IR Range: up to 30m. 1 iv) DS-2CD2132F-I(S)(W), 3MP high resolution, HD real-time video, 3D 19077.00 No. 19077.00 DNR & DWDR & BLC, IR LEDs: up to 30m, IP66. 1 v) 24 port POE switch 1 39548.00 No. 39548.00 vi) 4 TB Hard Disk 1 13354.00 No. 13354.00 vii) 42" LED display monitor 1 60000.00 No. 60000.00 viii) Cat 6 cable 1 120.00 Mtr. 120.00 ix) Hardware required ( Connectors, 5000.00 Job 5000.00 Fitting etc.) (Lumpsum) 1 x) Installation, Commissioning, Testing, 25000.00 Job 25000.00 Training charges. (Lumpsum) 1 xi) 12 U Rack for install NVR 1 27000.00 No 27000.00 68 Supplying and erecting aluminium conductor three core, XLPE/PVC insulated & armoured cable. ( MJP DSR 13-14 It. CB4-1 to 10 Page 68) i) 3 Core 2.5 sq. mm 1 109.00 Mtr. 109.00 ii) 3 Core 4 sq. mm 1 130.00 Mtr. 130.00 iii) 3 Core 6 sq. mm 1 145.00 Mtr. 145.00 iv) 3 Core 10 sq. mm 1 175.00 Mtr. 175.00 v) 3 Core 16 sq. mm 1 215.00 Mtr. 215.00 vi) 3 Core 25 sq. mm 1 258.00 Mtr. 258.00 vii) 3 Core 35 sq. mm 1 279.00 Mtr. 279.00 viii) 3 Core 50 sq. mm 1 382.00 Mtr. 382.00 ix) 3 Core 70 sq. mm 1 516.00 Mtr. 516.00

112

x) 3 Core 95 sq. mm 1 650.00 Mtr. 650.00 69 Supplying and erecting 15 HP submersible pump 150 mm dia (with bronze impeller) up to 12 stages 1 55914.00 No 55914.00 ( MJP DSR 13-14 It. PM-1-2-13 Page 2) 70 Supplying and erecting centrifugal monoblock pump set (Single Stage)

( MJP DSR 13-14 It. PM-2-1-1 to 7 Page 4) i) 2.0 HP 1 13813.00 No 13813.00 ii) 3.0 HP 1 16311.00 No 16311.00 iii) 5.0 HP 1 20126.00 No 20126.00 iv) 7.5 HP 1 23935.00 No 23935.00 v) 10.0 HP 1 30835.00 No 30835.00 vi) 12.5 HP 1 37653.00 No 37653.00 vii) 15.0 HP 1 40788.00 No 40788.00 71 Supplying and erecting vaccum pump set (Monoblock)

( MJP DSR 13-14 It. PM-5-1 to 2 Page 6) i) 1 HP, single ph (Type kV 20) 1 23672.00 No 23672.00 ii) 3 HP, three ph (Type kV 30) 1 42602.00 No 42602.00 72 Supplying and erecting vaccum pump set (Coupled)

( MJP DSR 13-14 It. PM-6-1 to 2 Page 6) i) 5 HP, three ph (Type DV 40) 1 78488.00 No 78488.00 ii) 10 HP, three ph (Type DV 50) 1 96618.00 No 96618.00 73 Revamping of instrumentation & Automation System of TMC's 210MLD Water Supply Scheme. A Site survey for revamping of 1 500000.00 No. 500000.00 Automation System of of 220 MLDWater Supply Scheme B Charges for conducting site survey at Pise pumping station / Clear water Pumping / 220 MLDWater Treatment Plant / MBR / TMC Main Control Room & various ERS spread across Thane city. i) Raw Water Head Works Pise 1 500000.00 No. 500000.00 PC replacement PLC power supply replacement PLC battery backup replacement PLC upgradation and software development. Supply of new Broadband network system for Data communication . All input and out checking. Testing of Energy meter and

113

temperature scanner & software programming. HT & LT Panel wiring and cabling checking. UPS checking .We will check theworking status of UPS. SCADA redeveloping .TMC to give original CD's of Wonderware software. checking of Level Transmitter . ii) Pure Water Pumping Station 1 50000.00 No. 50000.00 Temghar Checking of CPU power supply Checking of PLC battery backup Testing of PLC upgradation and software development, SCADA development and screen developing. Communication cable rerouting Communication rechecking. Checking of HT,LT,Relay, & Capacitor panel,and actuators. All instrument calibration. Indicator replacement and calibration. All panel wring rechecking and looping checking All panel actuator and transmitters loop checking. Testing of Scanner and energy meter and software developing. Testing of Analytical instrument checking and calibration. iii) WTP Temghar 1 900000.00 No. 900000.00 Testing of Level Transmitters calibration. Testing of DPTransmitters & calibration Testing of Filter bed PLC FB-PLC to panel communication upgradation. FB-PLC to SCADA upgradation. FB-PLC to router communication. PLC software upgradation. PLC module replacement. PLC Panel wiring, rechecking. PLC panel hardware replacement . PLC panel communication hardware replacement UPS checking SCADA development.

114

Supply & installation of new Broadband communication system for data communication between Pise , TMC control room & WTP control room . Testing of Main PLC to server communication. Testing of all PLC Panels & FB Panels. Testing of Analytical instruments. Testing & Repairing of Actuators. iv) ESR / MBR 1 80000.00 No. 80000.00 Level Transmitter bracket replacement. Testing of PLC panels PLC router programing. PLC software upgradation Supply of Broad band communication system for data communication between ESR /MBR & HO control room . v) Main Control room 1 300000.00 No. 300000.00 Supply & installation of new broadband communicationsystem for data communication between Main Control Room & WTP & Various ESR. checking of Functioning of Server. Checking of UPS SCADA Software upgradation vi) Charges for monthly running of 1 60000.00 Month 60000.00 system with communication charges, wireless charges etc. including engg. Staff

115

PART III - Repairs/Spares/consumable (CIVIL) 1 A)Rectification of leakages through Expansion joints of pipeline. The item includes cleaning removing the rust,old grease with diesel/turpentine filling fresh grease including cost of all cleaning materials like cotton waste,scrappers etc. and providing safty belt and insurance of labours etc. The item also includes providing

and fixing rubber seals,nut bolts,suitable for Expansion jointand labour providing scaffolding,labour required for the work,necessary co- ordination for operation of valves for closing and restarting of water supply and complete the work within the stipulated shut down period only etc. for- i) 1244/1250mm. dia RWRM/RWGM 1 43875.00 No. 43875.00 ii) 2044/2052 mm. dia PWGM/PWRM 1 45907.00 No. 45907.00 B) Providing installation of one number welding genarator set,Gas cutter set,Truck for transportation of material& machinery,arrangement of 1 23650.00 Job 23650.00 Jacks including dismentaling and realignment including transportation of crane with all labour,material etc. (As per Approved Tender Rate) 2 Repairs to Alum tank including changing necessary parts such as S.S.Flange, pipe Nylon bush cross 1 7200.00 No. 7200.00 for joint concrete block etc. complee. Including arranging welding. 3 Repairs to flash mixer including replacing nylon bush 90 dia. S & S. pipe S.S. Plate welding on site, epoxy painting etc. complete 1 7200.00 No. 7200.00 including all material & labour for breaking old concrete block etc, complete with spare bush. 4 Providing & fabricating M.S. flang of required size and thickness with both side machined. i) Up to 300mm.NB 1 141.00 Kg 141.00 ii) Above 300mm. NB 1 132.00 Kg. 132.00 ( MJP DSR 13-14 It. PW 10-1 &2

Page 17) 5 Providing S.S. spindles & check nut including all material etc. complete. i) 150 mm dia. 1 4000.00 No. 4000.00 ii) 200 mm dia. 1 4500.00 No. 4500.00

116

iii) 300 mm dia. 1 7200.00 No. 7200.00 iv) 350 mm dia. 1 9000.00 No. 9000.00 v) 400 mm dia. 1 9500.00 No. 9500.00 vi) 500 mm dia. 1 10500.00 No. 10500.00 vii) 600 mm dia. 1 12000.00 No. 12000.00 viii) 700 mm dia. 1 15000.00 No. 15000.00 (As per Approved Tender Rate) 6 Excavation for foundation/pipe trenches in earth, soils of all types, sand, gravels and soft murum, including removing the excavated material up to a distance of 50 meters and lift from 0 to 1.5M, 1 134.00 cum 134.00 stacking and spreading as directed, normal dewatering, preparing the bed for foundation and excluding backfiling etc. complete. (MJP DSR 13-14 Sect. E,It.1 pg .37 ) Spec. No.:Bd-A -1/259 7 Excavation for foundation/pipe trenches in hard murum, including removing the excavated material up to a distance of 50 meters and lift from 0 to 1.5M, stacking and spreading as directed, normal 1 156.00 cum 156.00 dewatering, preparing the bed for foundation and excluding backfiling etc. complete. (MJP DSR 13-14 Sect. E,It.2 pg .37 ) Spec. No.:Bd-A -2/259 8 Excavation for foundation /pipe trenches in soft rock and concrete road by chiselling, wedging, line 1 443.00 443.00 drilling, by machnial means. (MJP DSR 13-14 Sect. E,It.5 pg .37 ) Spec. No.:Bd-A -4/259 9 Filling in plinth and floors with contractor's murum in 15 cm to 20 cm layers including watering, 1 641.00 cum 641.00 compaction etc. complete. (MJP DSR 13-14 Sect. E,It.19 pg .41) Spec. No.:Bd-A-11/263 10 Providing soling using 80mm size trap metal in layers of 15 cm each including filling voids with sand, ramming, watering etc. complete. 1 633.00 cum 633.00 (PWD DSR 13-14 ,It.5 pg .7 ) Spec. No.:Bd-A-14 Page No. 20/2012

117

11 Providing dry trap/rubble stone soling 15 cm to 20 cm thick including hand packing and compacting etc. 1 899.00 cum 899.00 complete. (MJP DSR 13-14 Sect. E,It.20 pg .41) Spec. No.:Bd-A- 12/ 264 12 Providing uncoarsed rubble masonry of trap stones in cement mortar 1:6 in foundations and Plinth of inner wall , including racking out joints when plastering is to be done / striking out 1 2473.00 cum 2473.00 joints, watering and scaffolding etc. complete. (PWD DSR 13-14 , It.1 pg .24 ) Spec. No.:BdH -1 Page No. 293/2012 13 Providing uncoarsed rubble masonry of trap stones in cement mortar 1:6 in superstructure, including racking out joints when plastering is to be done / striking out joints, watering and 1 2669.00 cum 2669.00 scaffolding etc. complete. (PWD DSR 13-14 , It.2 pg .24 ) Spec. No.:BdH -1 Page No. 296/2012 14 Providing and applying Polysafe-EC for external walls, slopping R.C.C. roofs, in three coats to avoid water penetration, ultra-violet effects of Sun-rays, fungus development and to protect the reinforcement from corrosion in atmospheric effects. Cleaning the surface of concrete by brushing with solvent and applying Polysafe-EC chemical coating with 1 298.00 SQ.M 298.00 primer and after 24 hour interval applying 1st coat, and after 24 hour interval applying second, third & final coat of approved shade, colour, avoid smoking while painting including necessary scaffolding etc. complete. (with the permission of S. E.) (PWD DSR 13-14 It.13 pg. 29) As directed by Engineer-in-charge 15 Providing flush grooved pointing with cement mortar 1:3 to brick masonry including scaffolding and curing etc. complete. (PWD DSR 13-14 ,It.12 pg 1 86.00 SQ.M 86.00 .41 ) Spec. No.:BdL -15 Page No. 371/2012

118

16 Providing and laying in position polished Shahabad Stone flooring------of approved quality 25mm to 30mm thick in plain/diamond pattern on a bed of cement mortar 1:6 including cement float, filling joints 1 555.00 SQ.M 555.00 with neat cement slurry, curing, polishing and cleaning etc. complete. (PWD DSR 13-14 , It.3 pg .43 ) Spec. No.:BdM -3 Page No. 383/2012 17 Providing and laying in position polished Kota Stone flooring------of approved quality 25mm to 30mm thick in plain/diamond pattern on a bed of cement mortar 1:6 including cement float, filling joints with neat 1 866.00 SQ.M 866.00 cement slurry, curing, polishing and cleaning etc. complete. (PWD DSR 13-14 , It.5 pg .44 ) Spec. No.:BdM -3 Page No. 383/2012 18 Providing and fixing ceramic tiles of IS Std. and approved quality 30x30cm. size for flooring in required position laid on bed of cement mortar 1:4 including cement 1 1292.00 SQ.M 1292.00 float, filling joint with white/colour cement slurry, cleaning, curing, etc. complete. (PWD DSR 13-14 , It.14 pg .46 ) Spec. No.:BdM -13 Page No. 388/2012 19 Providing and applying _____ of aluminium paint of approved make to new and old structural steel work in buildings and workshops, including scaffolding, cleaning the surface 1 56.00 SQ.M 56.00 (excluding primer coat) etc. complete. (PWD DSR 13-14 , It.4 pg .55 ) Spec. No.:BdO -3 Page No. 414/2012 20 Providing and applying Two coat of synthetic enamel paint of approved colour and quality to new and old structural steel work and wood work in buildings, including scaffolding if necessary and preparing the surface 1 71.00 SQ.M 71.00 by solvent degreasing and de-rusting by manual methods, preparing the surface (excluding primer coat) etc. complete. (PWD DSR 13-14 , It.5 pg .56) Spec. No.:BdO -5 Page No. 415/2012

119

21 Providing and applying one priming coat of approved quality, over steel and other metal surfaces, including preparing the surface by thoroughly cleaning oil, grease, dirt and other foreign matter with wire brush, fine 1 16.00 SQ.M 16.00 steel wool and sand paper, scaffolding etc. complete. (PWD DSR 13-14 ,It.10 page 57) Spec.As directed by Engineer-in- charge. 22 Providing and applying _____ of flat oil paint of approved colour, shade and quality to the old structural steel work and iron work (previously painted) in building, including scaffolding if necessary, cleaning the 1 70.00 SQ.M 70.00 surface (excluding primer coat) etc. complete. (PWD DSR 13-14 , It.6 pg .56 ) Spec. No.:BdO -5 Page No. 415/2012 23 Providing and applying white wash of approved quality in two coats on old/new plastered or masonry surfaces & asbestos cement sheets, including scaffolding and preparing 1 17.00 SQ.M 17.00 the surface by brushing and brooming down etc. complete. (PWD DSR 13-14 ,It.12page 57) Spec.As directed by Engineer-in-charge. 24 Providing and applying washable oil bound distemper of approved colour, shade and quality to old/new surface, in ______including scaffolding, preparing the surfaces (excluding 1 48.00 SQ.M 48.00 primer coat) etc. complete. (PWD DSR 13-14 ,It.3 page 58 ) Spec. No.:BdO -2 Page No. 428/2012 25 Providing and applying plastic emulsion paint of approved colour, shade and quality to old/new surfaces in ______, including scaffolding, preparing the surfaces 1 68.00 SQ.M 68.00 (excluding primer coat) etc. complete. (PWD DSR 13-14 ,It.4 page 58 ) Spec. No.:BdO -2 Page No. 428/2012

120

26 Providing and fixing C.C.T.W. single leaf shutter for second class partly paneled partly glazed door without ventilator adopting sections and sizes as given in the standard specifications Volume II (2012) or as per detailed drawing, including Iron oxidized/ alluminium with powder 1 3196.00 SQ.M 3196.00 coating fixtures and fastenings and finishing the wood work with one coat of primer etc. complete. (Without frame) (PWD DSR 13-14 ,It.16 page 72) Spec. No.:BdT -12 Page No. 482/2012 27 Scraping old paint from steel and other metal surface with hand scrapping, cleaning and making the surface even and scaffolding etc. 1 23.00 SQ.M 23.00 complete. (PWD DSR 13-14 ,It.56 page 122 ) Spec. No.:BdW -8 Page No. 716/2012 28 Cleaning steel and concrete surface of columns, beams, ceiling etc. including washing with pressured water including machinary, all lead 1 60.00 SQ.M 60.00 ,labour, scaffolding etc. complete. (PWD DSR 13-14 ,It.53 page 122) Spec.As directed by Engineer-in- charge 29 Providing and erecting chain link fencing 1.6 M. height with G.I.chain link of size 50 x 50 mm 8 guage thick and fixed 75 mm above Ground level vertical M.S. Angle of 40 x 40 x 6 mm size embedded in C.C.M-15 block of size 45 x 45 x 67 cms at 1.75 M. c/c with iron bar 16 mm dia as hold fast including welding link with angle frame at 30 cm c/c nuts and bolts and horizontal M.S. angles at top and bottom of 25 x 25x 5 mm size and 1 1356.00 SQ.M 1356.00 vertical M.S. flat 35 x 5 mm and 25 x 5 mm horizontal including cross support of 40 x 40 x 6 mm angles both sides at every corner or bends embedded in C.C.M-15 block of size 45 x 45 x 67 cms including 3 coats of oil painting etc.complete. (Prior permission of S.E.'s is necessary ) (PWD DSR 13-14 ,It.62 page 123 ) Spec.As directed by Engineer-in- charge

121

30 Providing and applying epoxy paint of approved make (Shalimar, Cona or Mahindra & Mahindra) to concrete surface of RCC ESR or GSR or any other structure including cleaning the surface by scrapping and air blowers

to the satisfaction of Engineer- incharge, necessary scaffolding, etc complete with all leads and lifts and giving satisfactory hydraulic test for water tightness, film test as per I.S. codes. For old surfaces -Two coats. b) (MJP DSR 13-14 Sect.K,It.6 page 1 642.00 SQ.M 642.00 322 ) 31 Providing & fixing in position steel bar reinforcement of various diameters for RCC piles, caps, footing, foundation, slabs, beams, columns, canopies, staricase, newels, chajjas, lintels, pardies, copings, fins, arches, etc. as per detailed designs, drawings and 1 61422.50 M.T. 61422.50 schedules; including cutting bending, hooking the bars, hinding with wires of tack welding and supporting as required, etc. complete. (including cost of binding wire) for Mild Steel. (PWD DSR 13-14 ,It.11 page 20) Spec.no.BdF -17 Page No. 98/2012 32 Providing & laying in situ,M-150 grade of C.C. of trap granite/quartzite/gneiss metal for foundation and bedding including 1 4505.00 Cum. 4505.00 dewatering,form work,compacting and curing,finishing etc.complete. ( MJP DSR 13-14 sect G it.1b, page 45) 33 Providing and casting in situ C.C. of trap/granite/quartzite/gneiss metal of approved quality for RCC work as per detailed drawing and design or as directed by Engineer in charge including normal dewatering,centering,plywood work,bully/steel prop- 1 7770.00 Cum. 7770.00 ps,compaction,finishing the formed surfaces with CM 1:3 of sufficient minimum thickness to give smooth and even surface wherever necessary or roughening if special finish is to be provided and curing etc. complete ( excluding M.S. or Tor reinforcement ) For RCC M-200

122

Grade ( MJP DSR 13-14 sect G it.5a, page 48) 34 Providing Second Class Burnt Brick masonry with conventional / I.S. type bricks in cement mortar 1:6 in Superstructure, including striking 1 3898.00 Cumt. 3898.00 joints, racking out joints, watering and scaffolding complete. ( PWD DSR 13-14 It.2 page 22 spec.no.BdG-5, page 268/2012 . ) 35 Providing and fixing rolling steel shutter fabricated from 18/19 gauges steel laths with side guides, bottom rail, brackets, door suspension shaft, including rolling springs, locking 1 2033.00 Sqmt. 2033.00 arrangement and mechanical gear operation arrangement and one coat of red lead primer etc. complete. ( PWD DSR 13-14 It.29 page 76 spec.no.BdT-57, page 515/2012 . ) 36 Providing and fixing collapsible steel gate in two leaves with channel pickets, pivoted flat bars, including top and bottom guide rollers, stoppers, handles, all fittings and 1 1977.00 Sqmt. 1977.00 accessories,locking arrangement and applying one coat of red lead primer etc. complete. ( PWD DSR 13-14 It.32 page 77 spec.no.BdT-57, page 515/2012 . ) 37 Providing and fixing mild steel grill work for windows, ventilators weighing 20 kg per sq.m as per drawing, including necessary fixtures, welding and painting with 1 1761.00 Sqmt. 1761.00 one coat of anti-corrosive paint etc. complete. ( MJP DSR 13-14,Sect. F It.1 page 43. ) 38 Providing & fixing GI pipe railing having 1.0M height consisting 50x50x6mm thick M.S. anglesas verticals at 1.5 M c/c, and additional post at every corner bends to curved shape horizontal and painting 3 coats of oil paint over 1 coat of 1 927.00 RMT. 927.00 anticorrosive paint of approved color and shade including cost of all labour,transport,bends to curved shape, etc. complete. ( MJP DSR 13-14Sect. H It.1 Page 56 )

123

39 Providing pressure grouting at a pressure of 0.56 kg/sqcm. In required raw/Zigzag fashion as specified at 1.5 m. interval as per site conditions to stop leakages thorugh water retaining structurers to the entire satisfaction of the Engineer-in-charge 1 858.00 Bag 858.00 including material compound hardening material, compressor equipment including scaffolding smooth finishing, etc. complete.for concrete structure. (MJP DSR 13-14 Sect. H, It. 6 (ii) Page 57) 40 Repairs to 1000 mm dia P.S.C. pipe & 1200 mm dia to 2000 mm dia M.S. 1 33469.00 Job 33469.00 line by taking shut down) 41 Providing & Supplying ISI mark CI D/F reflux valves (non return

valves),Sluice valves,Butterfly valve of folllowing dia. i) Non return valve PN-1, 700 mm Dia. 1 709220.00 No 709220.00 ii) Non return valve PN-1.6, 600 mm 1 311049.00 No 311049.00 Dia. iii) Sluice Valve - PN-1, 700 mm Dia. 1 310617.00 No 310617.00 iv) Sluice Valve - PN-1.6, 600 mm Dia. 1 251533.00 No 251533.00 v) Sluice Valve - PN-1.6 500 mm Dia. 1 167602.00 No 167602.00 vi) Sluice Valve - PN-1.6 400 mm Dia. 1 105441.00 No 105441.00 vii) Sluice Valve - PN-1.6 300 mm Dia. 1 53299.00 No 53299.00 viii) Sluice Valve - PN-1.6 200 mm Dia. 1 26755.00 No 26755.00 ix) Butterfly Valve PN-1 700 mm 1 159784.00 No 159784.00 x) Butterfly Valve PN-1.6 600 mm 1 113537.00 No 113537.00 xi) Butterfly Valve PN-1.6 500 mm 1 91939.00 No 91939.00 xii) Butterfly Valve PN-1.6 400 mm 1 72476.00 No 72476.00 xiii) Repairs to filter gates 1 10000.00 No 10000.00 xiv Repairs to filter valve 1 15000.00 No 15000.00 ) xv) Repairs to filter actuators 1 25000.00 No 25000.00 ( MJP DSR,13-14, Sect I, It No 1b(xiii),2b,c(xiii),3a,b(xiii), page 171 to 181.) 42 Providing & supplying kinetic Double Orifice type 200 mm dia Air Valve 1 56659.00 No 56659.00 Flnaged type PN-1 43 Supply rubber gasket set for kinetic Air Valve (As per RA) i) 80 mm dia 1 663.00 No. 663.00 ii) 100 mm dia 1 845.00 No. 845.00 iii) 150 mm dia 1 1091.00 No. 1091.00 iv) 200 mm dia 1 1234.00 No. 1234.00

124

44 Supplying rubber ball for 200mm dia

air valve i) Large orifice 1 5133.00 No. 5133.00 ii) Small orifice 1 2664.00 No. 2664.00 (As per RA) 45 Supplying rubber packing sheet 3mm/6mm thick 1 260.00 No. 260.00 (As per RA) 46 Supplying gland packing 1 845.00 No. 845.00 16mm/18mm (As per RA) 47 A) Under water vidiography by under water camera along with CC TV cable,monitor,recording system along with under water expert diving 1 45000.00 Shift 45000.00 team,diving equipments,machineries,tools,tackel s,safety kits etc complete. B) Desilting of RCC intake chanel and cleaning of intake pipe line removing under water obstructions bushes grass mud/silt etc. garbage including diving services with equipments and machineries like Per 1 2350.00 2350.00 compressor,sludge pump,breathing CUM apparatus,pontoon,pnumatic chipper and chissal chain pulley block wire rope etc. including all charges for skilled divers helpers etc. complete. (Rate approved in TMC) 48 Rent for welding set with Generator ( MJP DSR,13-14, Sect B, It No 8, 1 2400.00 Day 2400.00 page 13) 49 Rent for poclain ( MJP DSR,13-14, Sect B, It No 11, 1 2625.00 Day 2625.00 page 13) 50 Rent for Crane 1 1733.00 Day 1733.00 ( MJP DSR,13-14, Sect B, It No 12,

page 13) 51 Rent for JCB 1 1155.00 Day 1155.00 ( MJP DSR,13-14, Sect B, It No 13,

page 13) 52 Dewatering on BHP basis by using water pump---i/ii/iii---including diversion of streams, providing earthen bunds coffer dam etc. complete as may be necessary for foundation and other parts of the BHP / 1 60.00 60.00 work and bailing out and pumping Hr out water, during and after excavation as required. ( MJP DSR,13-14, Sect E, It No 16, page 40 ) Spec. No. Bd-A-9/261

125

53 Providing cement plaster 25mm thick in two coat, in cement mortar 1:4 without neeru finish to concrete brick or stone surface in all positions including racking out joints, 1 274.00 Sq. M. 274.00 scaffolding and curing etc. complete. (PWD DSR,13-14, It No 5, page 40 ) (Spec. No.:BdL.-5 Page No.367) 54 Providing water proofing treatment as per IS 1346-1966 to generally inaccessible sloping R.C.C. terrace slab with bitumen filler in all positions in five coarse consisting of applying cold bitumen primer coat at the rate of 2.50 litre/10 sq.m. hot bitumen layer at the rate of 14.50 kg/ 10 sq.m. and over the same layer of bitumen feit of type III grade as per IS 1332- 1965 across slope with 10 cm overlap commencing at the lowest 1 168.00 Sq. M. 168.00 level and again applying hot bitumen coarse at the rate of 14.50 kg/10 sq m. and finally spreading over it grit at the rate of 14.50 kg / 10 sq.m. including all lifts. leads and scaffoldings whenever necessary complete as directed with five year guarantee etc. complete. (PWD DSR,13-14, It No 14, page 29 ) (Spec. As directed by Engineer-In- Charge) 55 Providing and fixing in position after hoisting precast 1:2 cement mortar reinforced jali 50 mm thick of approved design in cement mortar 1:3 and curing etc. complete. 1 512.00 Sq. M. 512.00 (including 6 mm dia. mild steel bar reinforcement) (PWD DSR,13-14, It No 12, page 21 ) (Spec. No.:BdF -20 Page No. 100) 56 Providing neeru finish to plaster surface in all position including scaffolding and curing etc. complete. 1 32.00 Sq. M. 32.00 (PWD DSR,13-14, It No 9, page 41 ) (Spec. No.:BdL.-10 Page No.369)

126

57 Providing structural steel work in rolled sections like joists, channels angles, tees, etc. as per detailed designs and drawings including fixing in position without connecting plates, braces, etc. and one coat of 1 63141.00 MT 63141.00 anticorrosive paint and over it two coats of oil painting, of approved quality and shade, etc, complete. (MJP DSR,13-14, Sect F, It. No. 5 page 44 ) (Spec. No.:Bd-C-2/275) 58 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 fabricating the plate to the required square or rounding shape, making 1 4633.00 Sq.m. 4633.00 holes in the plate, including providing and applying 3 coates of anticorrosive paint, etc. complete as directed by Engineer-in-charge. (MJP DSR,13-14, Sect J, It. No.6 page 318 ) 59 Providing at site of works ISI standard RCC slotted pipes of NP-3 class including cost of all central and local taxes, octroi, inspection, transportation, etc. complete including cost of RCC collar, etc. complete. (MJP DSR,13-14, Sect J, It. No.7 page 318 ) a) 450 mm dia 1 3623.00 RMT 3623.00 b) 600 mm dia 1 4633.00 RMT 4633.00 60 Suppying electro magnetic stove. 1 3500.00 No. 3500.00 (Market Rate) 61 Suppying cup board. (Market Rate) 1 3500.00 No. 3500.00 62 Supplying Godrej make cupboard slimline 4S 1 15285.00 No. 15285.00 (As per RA) 63 Supplying Godrej make storage multibox (As per RA) 1 8836.00 No. 8836.00 64 Providing PVC chairs for staff at various sites. 1 550.00 No. 550.00 (Market Rate)

127

65 Providingand installing mercury water level indicator for RCC EXR and wash wter tank site as per instructions or Engneer-in-charge at ground level of the rank or nearing pump house or room for RCC ESR having 15 mtrs. stage height and 5 mtrs. water storage height with indication of water height in storage 1 17496.00 No. 17496.00 tank in metre and 1/10th of meter including providning and installing 15mm dia class 'B' G.I. piping with necessary accessories from bottom of the tank upto the instrument as per instructions of Engineer-in-charge. (MJP DSR,13-14, Sect K, It. No.9 page 323 ) For extra stage height over 15 mtrs. 1 864.00 Mtr. 864.00 66 Providing & fixing water level indicator upto 5M height including M.S. enamelled gauge plate 300mm wide 3mm thick., copper float, providing and fixing required

accessories such as pointer, pulleys, nylon thread including cost of all material, labour, etc. complete. (MJP DSR,13-14, Sect K, It. No.11 page 324 ) i) MS enable gauge plate 300mm wide 1 8748.00 No. 8748.00 ii) MS enable gauge plate 150mm wide 1 5249.00 No. 5249.00 67 Manufacturing, supplying & commisioning with erection of 1 4200000.00 No. 4200000.00 clarifocculator bridge etc. complete (As per market rate ) 68 Dismantling, repairing & refitting of butterfly valve at site as per instruction, (Scope of work : removing of vlave by gas cutting, gear box repairing, replaceing new 1 47000.00 No. 47000.00 gears & spareparts, bearing etc. if required & refitting with welding on the same place.) (As per market rate ) 69 Modification of actuator as per instruction i.e. shifting from top to 1 8000.00 No. 8000.00 bottom (As per market rate ) 70 Provinding, installing and giving satisfactory test & trial of ultrasonic clamp on protable type flow meter. 1 383472.00 No. 383472.00 (MJP DSR,13-14, It No WM2-C-1 & D-2, page 104 & 111)

128

71 Provinding, installing and giving satisfactory test & trial of ultrasonic insertion type flow meter. 1 357500.00 No. 357500.00 (MJP DSR,13-14, It No WM2-C-3 & D-2, page 105 & 111) 72 Provinding, installing and giving satisfactory test & trial of full bore electro magnetic type flow meter. (MJP DSR,13-14, It No WM4-16, B- 3 page 105 & 116) i) 400 mm dia. 1 339057.00 No. 339057.00 ii) 1000 mm dia 1 768663.00 No. 768663.00 iii) 14" LCD Laptop with core 2 duo, 2GB RAM, 256GB HDD, DVD wrihter 1 30000.00 No. 30000.00 web cam with carrying case, window XP professional. 73 Calibration of existing electromagnetic/ultrasonic flow meter 1 35000.00 No. 35000.00 (Market Rate) 74 Supply of filter media sand for rapid sand filters as per specifications and as directed by Engineer-in-charge. 1 8727.15 CUM 8727.15 (As per Rate Analysis based on MJP DSR 13-14) 75 Overhauling and Recharging of filter media sand by removing it out and drazing by freeing from dust,washing by acid & alkali,wash removal of clay.mica,silt,loam,organic matter,adhessive material & other impurities,water soluble iron & manganes deposits etc. re arranging the filter media bed by laying the 1 1060.51 CUM 1060.51 sand in layers including making up loss of sand from the stock and supplied in appropriate proportion for uniformity and supplied in appropriate proportion for uniformity co-efficient for effective size as specified in the specifications. (As per Rate Analysis based on MJP DSR13-14) 76 Providing and applying 3 Coat of waterproof cement paint of approved manufacture and colour to the plastered surface, including scaffolding preparing the surface, 1 38.00 Sq. M. 38.00 watering for two days etc. complete. (PWD DSR 13-14 It. No.8 Page No.56) Spec. No.:BdO.-8. Page No.406

129

NOTE :- Considered Rs.20,00,000/- per month expenditure for nesesary 36 2000000.00 Months 72000000.00 repairs for items under Part -II / III above.

Grand Total ( Part-I +Part-II + Total 180670536.00 Part III ) Rs.

(In Words Rs. Eighteen Crores Six Lacs Seventy Thousand Five Hundred Thirty Six Only).

I / We ready to carry out the above said work % above / below / at par the estimated cost.

Contractor No. of Corrections Executive Engineer (M.)

130

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

ADDITIONAL GENERAL CONDITIONS

ACQUAINTANCE WITH SITE & WORK CONDITIONS ETC. :

(a) The tenderer at his own expenses and prior to submitting the tender shall visit the sites and installations and determine the extent characteristics and quality of the work required to be performed. The specifications, descriptions and drawing attached to the tender are indicative and for guidance only. All items, matters and things omitted but are required during operation and maintenance are deemed to be included in scope of contract for operation, maintenance and routine rectifications. In case of doubt about any item or data included in the tender or otherwise shall be got clarified by applying in writing to the Executive Engineer prior to date of pre-bid conference. The tenderer shall also examine the local conditions and problems, facilities in the locality, prevailing wages and other factors affecting cost and performance of work. It is presumed that the tenderer has considered all these factors including current ongoing wages & allowances & facilities provided / enjoyed by contract labours, while quoting his rates. No extra claim of any kind, except in case of variation of statutory tax & duties, will be entertained.

(b) At his own expenses and prior to submitting Tender, Each tenderer shall (a) examine the contract documents, (b) visit the site and determine the local conditions which in any way affect the performance of the work including the prevailing wages and other partient cost factors, (c) familiarise himself with all Central, State and Local Laws, ordinance, rules, regulations and other codes affecting the performance of the work including the cost of permits and licenses required for the work, (d) make such investigations including

131

investigations of sub-surface of latest physical conditions at the site where the work is to be performed as he may deem necessary for performance of the contract documents, (e) determine the character, quality and quantities of the work to be performed and the materials and equipments to be provided and (f) correlate his observations, investigations and determinations with the requirements of the contract documents.

(c) The contract document show and describe the existing conditions as they are believed to exist, and the investigations, and other data works, Engineer- in-charge shall not be liable for any loss sustained by the Contractor resulting from any variation between the conditions and design, data given in Contract Documents and the actual conditions revealed during progress of the work. The submission of the Tender shall be incontrovertible evidence that the Tenderer has complied with all the requirements of this clause.

(d) Prices, wordings and notations must be in ink or typewriter. No erasures will be permitted. Mistakes may be crossed out and corrections typed or written in ink adjacent thereto and must be initialed in ink by the person or persons signing the tender. All extensions of prices and arithmetic shall be checked before submission of the tender.

(e) The Automation work of entire water supply system from Pise Head Work, Water Treatment Plant, MBR & distribution net work in Thane City is being executed under separate contract and will be completed shortly. The scheme will be automaker by installing different instruments, SCADA software, Broadband connectivity etc. The Water Supply Process will be monitored for quantity / quality wise with the help of reports generation and data analysis by means of Automation System.

The field staff of successful contractor for operation & maintenance of water supply system shall co-operate Automation contractor for compulsion work. Also the field staff shall get acquainted with the automation system and instrumentation in the plant. The field staff shall work under guidance of Automation contractor for handling of automation system. Engineers of automation contractor will train the operation & maintenance staff for handling of machineries with the help of Automation System.

Technical details of all Automation system will be made available after handling over of Automation System to Thane Municipal Corporation.

132

MATERIALS, TOOLS & TEST EQUIPMENTS :

All materials shall be new and of best quality and suitable for the purpose intended. These shall be get approved from the Engineer-incharge before use. Unapproved material shall be removed from the site immediately.

MACHINERY REQUIRED :

(A) Vehicles such as Motor Cycles/Rickshaw/Cycles etc. besides Jeep are also required for maintenance and repairs of various components or conveyance of messages in respect of power or machinery failures or routine instructions etc. shall be arranged by the Contractor to attend the site immediately for not to hamper the water supply indefinately. (One two wheeler and two Jeep). No extra payment shall be made for transportation required for maintenance and repairs from one site to another.

The vehicles shall be in the charge of the Resident Engineer of the Contractor and shall be ready for 24 hours of day to day maintenance and operation. The agency should appoint such Resident Engineers, who will stay in the premises of W.T.P. the accomodation for the same will be arranged by STEM WATER DISTRIBUTION & INFRASTRUCTURE CO. PVT. LTD. (S.W.I. & D.C.P.L.) if possible on rental basis.The rent shall have to be paid directly to STEM authorised by contractor.

ELECTRICITY SUPPLY :

Electricity power supply required by the Contractor to maintain the treatment plant shall be provided free of cost by the Department Contractor should keep good liason with the power utility (M/s. Torrent power at present) for power supply incase of power failure/breakdowns/planned shutdown on behalf of Power utility & MAHATRANCO.

BREAK DOWN / SHUT DOWN :

In case of (Breakdown/Shutdown) it will be the responsibility of the agency to inform all the concerns Local Bodies & T.M.C. as well as to restore water supply on war footing basis. The vehicle kept at site by agency shall be provided for this purpose alongwith for use of Operation & Maintenance staff in case of requirement as per direction of Engineer-in-charge or his representative without any claims.

133 POWER OF ATTORNEY:

In case of the tenderer is a firm or a company, it shall in its forwarding letter mention the names of partners and of the persons who would hold the power of attorney, authorising him to conduct the transactions on behalf of the firm or company and shall produce certified true copy of power of attorney and partnership deed along with the tender and original shall be produced for verification on demand.

INDENT OF MATERIALS TO BE SUPPLIED BY T.M.C. :

(A) The Contractor shall have to maintain a register at the plant showing there in chemicals & materials used per day for each unit operation, break-down occurred and repairs completed etc.

(B) Within 10 days from the date of letter of work order the Contractor shall submit in triplicate monthwise requirement of materials which the department is supposed to supply as per Schedule "A".

TENDER TO BE STRICTLY ACCORDING TO TENDER CONDITIONS AND SPECIFICATIONS :

It should be clearly noted that the Contractor has to strictly comply with the conditions and specifications laid down in the tender and no variation or deviations are permissible. Deviations made by the tenderer in submitting the tender without following above instructions would result in treating the tender as conditional and it would not be binding on the T.M.C. to consider such conditional tender. In case the conditional tender is accepted due to oversight or any other reasons, it shall be treated as unconditional and all the conditions/ deviations from NIT and minutes of prebid conference shall be treated as null and void for all purpose.

WORK ORDER BOOK :

A bound half sheet size work order book shall be provided by the Contractor and handed over to the T.M.C. for maintaining at the work site. This shall be a permanent record. The Contractor or his Resident Engineer shall sign below the orders recorded by the Engineer-in-charge in token of having received them. He may take out a copy thereof if necessary. He will not record any remarks in the work order book but may take up the matter recorded therein. He shall carry out the orders promptly and report compliance.

ELECTRICAL INSTALLATIONS :

All electrical work shall be carried out as per the provisions of Indian Electricity Act, Indian Electricity Rules, Instructions and requirements of statutory authorities i.e.

134 Electrical Inspector and the power Utility M/s. Torrent power or MAHATRANCO.

GOVERNING OF LABOUR LAWS :

The Contractor shall be fully responsible for making arrangements entirely at his cost for housing all labour employed by him and make necessary satisfactory arrangements for the same as may be required under the rules and laws of the Central Government, State Government or local boyd. T.M.C. quarters if available may be given on rental basis, but it is not binding on the T.M.C. All the rules regarding workman's compensation etc. shall be binding on the Contractor without any claim on T.M.C. No guarantee shall be given by the T.M.C. to provide quarters to all the staff employed by the agency. So also food grains for the labour shall be arranged by the Contractor where it is not available in the open market.

ACCIDENTS ON THE WORKS :

The Contractors shall be fully responsible for any accident that may occur to the labour on his work on duty and report the same to the Engineer-in-charge and concerned Government labour department authority and shall pay all necessary compensation as per rules, failing which it may be paid by TMC from the amount payable to him. Contractor shall also be fully responsible for any loss to any individual or public property occured due to him or his workers under the scope of this contract.

MODE OF PAYMENT :

The payment towards operation & maintenance items i.e. PART-I of schedule 'B' shall be made fully on monthly basis i.e. in every month as per the rates entered in schedule 'B' with permissible price variation and subject to the recoveries as per Annexure I and checking & inspection by Dy.Engineer (M.) & Ex. Engineer (M.) before release of monthwise payments.The agency shall submit his bill before fifth of every month & will be paid during the month. However it is the responsibility of the contractor to make timely payment to his staff, irrepective of payment from TMC to the contractor.

The payment towards material supplied i.e. Part II of schedule 'B' will be made as per actual quantities supplied subject to its acceptance by the Engineer-in-charge i.e. Dy. Engineer (Mech.) and Executive Engineer (mech.) as per the rates entered in the schedule 'B' with permissible price variation.

Similarly payment towards Section - B items will be made as per actual execution on site and decided by Engineer-In-Charge i.e. Dy. Engineer (Mech.) and Executive Engineer (mech.) His decision for the work been executed and payment

135 to be made will be final and binding on the contractor.

NO INTEREST ON DUES :

No interest shall be payable by the department on the amounts due to Contractors pending final settlement of the claims.

USE OF SITE :

The Contractor shall not unreasonably encumber the site with material and equipment. The Contractor should not use land for his private purpose. Use of T.M.C. or STEM'S land for the purpose of housing of the labours may be permitted by Department but it is not binding on T.M.C.

COMPLIANCE :

The Contractor shall be bound by all ordinance acts, codes, rules, regulations, orders and decrees of which in any way affects conduct of works, or workmen engaged for the works. The Contractor shall protect and indemnify compensation the T.M.C. against any claim or liability arising from violation of above.

HANDLING OF CHEMICALS :

Safety and facilities to the staff for handling of chemicals and equipment is an important consideration. Handling of chemicals needs Special attention. Following instructions are for guidance of the Contractor and observing them strictly at his cost.

COAGULANT AID :

For use of a coagulant aid, contractor has to follow the instructions displayed on its drum by the manufacturer.

PAC :

PAC i.e. Poly Aluminum Chloride in liquid form shall be used. PAC, though is in neutral form needs to follow manufacturer’s instruction for use. The contractor shall get acquainted by himself with local arrangement for dosing & if finds unsuitable, he shall make his own arrangement to get desired results.

CHLORINE :

Chlorine vapour is extremely hazardous. Avoid prolonged breathing. Suitable gas mask may be used. Anticloro solution shall be ready for quick relief.

Special precaution for keeping store room well ventilated be seen before entering, smoke test be carried out.

136

As chlorine is a dangerous gas and above certain levels inhalation of this gas is fatal. Therefore, it is essential that all operators working with chlorine are considered to be familiar with dangers of the gas. It is imperative to have protection equipments always readily available at site at the Contractor's cost. Contractor has to follow the instructions displayed in Chemical house for handling the chlorine.

ACCOMODATION FOR STAFF :

Contractor will have to make his own arrangement for residence, electricity and water for his staff. However TMC may reommend (if available) staff quarters at Water Treatment Plant, Temghar of Stem Water Distribution & Infrastructure Co. Pvt. Ltd. (SWD & ICPL) for Resident Engineer and Supervisor or other staff. The rent etc. shall be decided by the contractor with SWD & ICPL & shall be paid to them directly.

TRANSPORTATION :

Contractor will have to make his own arrangement for conveyance of his staff at his cost. No facility will be provided by the TMC.

MEDICAL :

Contractor has to provide medical facility to his staff at his cost. No resident medical practitioner is available within premises.

CONTRACTOR'S STAFF & THEIR CONDUCT ETC. :

At present TMC has deployed the some employees the various category of staff as listed in Anexure – I A (LABOUR DETAILS). TMC will not make the payment of these employees to the contractor. The procedure to deploy to some more employees listed in Anexure – I A (LABOUR DETAILS) is under process. The salary of these employees is to be paid by the contractor as his own employees. This payment will be reimbursed to the contractor at an actual plus taxes along with overheads, after report to Engg-in- charge. Their salary is to be done by contractor as per minimum wages act inclusive of all the benefits line bonus, ESI/PF/Leave Salary etc & the charges are suppose to be included in quoted rates. After considering the present number of staff the balance staff is suppose to be employed by agency as per requirement & as directed by Engg-in-charge. As per the requirement on the plant, the Engg-in-charge will have the authority to increase or decrease the employees of the contractor. In accordance with this the TMC will make the payment to the contractor.

137

(A) NATIONALITY AND ADDRESS :

All employees should be Indian Nationality and it will be Contractor's responsibility to give temporary and permanent addresses. Convicted or penalised person should not be employed.

(B) SALARY TO EMPLOYEES :

Contractor should strictly follow labour laws and should also ensure regular monthly salary payment to his staff. The T.M.C. will not take any liability of any of his employees appointed for operation and maintenance under this contract. Contractor should submit monthly certificate for full payment to his staff on or before 10th of every month. TMC reserves the right to confirm the contents of the certificate from Contractor's employees for their last pay. The TMC will not be responsible for any delayed payment/compensatin/overtime or any other claims by employees of Contractor during the tender period and even after the tender period.

(C) IDENTIFICATION BADGE WITH IDENTITY CARD :

Contractor will have to provide Identification Badge with title name plate strip to be displayed on shoulder or front pocket to each staff as approved by Engineer-incharge alongwith identity card etc.

(D) HOLIDAYS AND LEAVES :

Holidays and leaves should be given to staff as per relevant labour rules. During holidays/casual leaves/earned leaves etc. and Contractor shall arrange for the substitute the Board shall not make any separate payment or overtime for these substitutes provided by the Contractor during above periods.

(E) CONDUCT :

All employees of the Contractor should follow the instructions of Engineer- incharge. If any employee misbehaves with Engineer-incharge he/she should be immediately removed from duty and substitute for that should be employed by the Contractor. If Contractor fails to do so as non-refundable penalty of Rs.500/- (Rupees Five Hundred only) per day per such case will be recovered from the bill.

138

SAFETY OF CONTRACTOR'S STAFF & LOSS TO CONTRACTOR BY TERRORIST :

The works under this contractor are in the proximity of Bombay, where the activities of terrorist is increasing day-by-day. The safety of contractor’s staff is his sole responsibility and any loss due to above, if occur to Contractor that will not be entertained by TMC as Security Guards deployed by Contractors & his responsibility is for protection of TMC assets and for uninterrupted protected water supply only.

SPECIAL ATTENTION : i) There are local problems in this area. It is the responsibility of the Contractor to solve these problems and if required the help of Police shall be taken by Contractor with due information to Department for further action, if required. ii) The duration of the contract is thirty six months. However the contractor’s performance will be judged annually & further annual extension will be granted based on the performance of past year. Even after 36 months of original time limit the time limit will be extended till finalisation of New Agency. The Contractor has to continue during extended period with the same terms and conditions & on the same rates without any extra claims. iii) There will be a separate agency for Annual maintenance contract for H.T. breakers in order to run the entire water supply system. Necessary co- operation should be given by Contractor without any reservation especially during the period of shut-downs etc. iv) Operation and maintenance work covered under this contract is an essential service hence water supply should be maintained un-interrupted even on holiday as per the instructions of Engineer-incharge. v) If Contractor shows negligence / lithargy / unattendance of works under the contract, a notice of 8 days will be given and the work shall be get done at risk and cost of the Contractor as per Clause 3 of the B-1 tender form. vi) As per the Labour act TMC has applied for registration to concerned department. The agency has to produce the labour licence from labour department and its timely renewal is to be got done. Also agency has to pay to his labours as per labour act and should protect the interest of labour. The agency has to maintain various labour registers as necessary as per labour act and should produce on demand. Other facilities like leave with pay,

139 overtime are to be paid to labours without any extra claim. The agency is bound to comply the remarks raised by concerned labour authority for the tenure of contract. vii) The W.T.P. at Temghar is a factory premises and hence all aspects of factory act are applicable to work. The agency has to maintain various registers as per factory act and shall produce on demand. Periodic visits & approvals to the registers, mock drills etc. required as per guidelines of the Director Industrial Safely, shall be arranged by the contractor. viii) For the various other maintenance work some other agencies will be engaged as per directions of Engineer-in-charge. The contractor should co-operate with the person of these agencies without any reservations & without any claims. ix) The retiring room & conference hall is provided at the Administrative room for T.M.C.’s use only. However contractor is responsible for necessary House keeping of the same, as directed by Engineer-in-charge. x) The work of Automation of entire system is under progress through other agency. However contractor must co-operate with automation agency & also get coresent with the job as same will further supposed to be done through contractor’s field staff. The necessary training will be given to the contractor’s field staff by Automation agency. This work is supposed to start once entire automation job is handed over to TMC & the decision of Engineer-in-charge is final in this regards.

VISITORS :

The plant is one of it's own kind. Visitors from abroad and inland are visiting. It is expected that all staff and Engineers be present and follow the directives of Engineer-in-charge, without reservations, during such visits.

PLANT MONITORING :

The source of the scheme is Bhatsa River, in which normally no random fashion pollution occurs. However it is responsibility of contractor to have round the clock monitoring in case of any pollution in river water agency should inform to all the concerned department and in no case polluted water should be supplied. In case of failure agency will be fully responsible in this matter.

140

Tests to be carried out at plant by the contractor :-

No. Parameter / Test Raw Water Clarifical Filtered Pure Water Water Water 01. PH Hourly Hourly Hourly Hourly 02. Temperature Hourly Hourly Hourly Hourly 03. Turbidity Hourly Hourly Hourly Hourly 04. Residual Chlorine ------Hourly 05. Colour Hourly Hourly Hourly Hourly 06. Odour Hourly Hourly Hourly Hourly 07. Alkalinity Once daily Once daily Once daily Once daily 08. Chloride Once daily Once daily Once daily Once daily 09. Hardness Once daily Once daily Once daily Once daily 10. D.O. Once daily Once daily Once daily Once daily 11. T.D.S. Once daily Once daily Once daily Once daily 12. T.S.S. Once daily Once daily Once daily Once daily 13. Conductivity Once daily Once daily Once daily Once daily 14. C.O.D. Once daily Once daily Once daily Once daily 15. Jar Test Once daily and when ------turbidity varies 16 Bacteriological Test Once daily --- Once daily Once daily

Additional test, if any, are to be conducted as per instruction of Engineer-in-charge. Routine tests should be performed and recorded to control the operation. All testing and sampling procedures should be carried out in accordance with standard menthods for the examination of water and waste water published by the American Public Health Association. All analysis should be recorded in the registers as per predetermined formats based on guidelines given in CPHEEO Manual on water supply.

In addition to the testing at plant laboratory agency has to carryout third party testing at District Public Health Laboratory, at Thane for Bacteriological Analysis once in a month, as well as for chemical Analysis. Also the Bacteriological analysis shall be carried out in T.M.C.’s Pollution Control Lab at Thane twice a weak & the chemical analysis in the same lab once in a month. The same samples to be taken to both the labs for bacteriological as well as for chemical analysis, once in every month. The test reports collected shall be submitted to Engineer in charge in original with one copy at plant for records The charges required for testing to public health laboratory & for taking sample to TMC’s Pollution control laboratory & collecting the reports shall be borned by the contractor.

141

Emergency Repairs & Other Conditions.

If any breakdown, which do not cover under routine & preventive maintenance, it will be the responsibility of the Contractor to attend the same after instructions from Engineer-in-charge and will be paid seperately as an extra item to the existing tender as and when required and as directed by Engineer-In-Charge i.e. Executive Engineer (M.) and Deputy Engineer (M.) The mode of payment for extra work will be as under.

Repairs will be paid for the items if available in current schedule of rates. If the rates are not available in CSR then in this case market rate based on rate analysis/quotation shall be submitted with adding 15% towards contractor overheads & profits and the payment will be done after sanctioning from competent authority, i.e. the City Engineer, T.M.C., Thane.

1) Minor repair works upto Rs. 5000/- shall be borne by the contractor. For the works costing more than Rs. 5000/- the contractor has to carryout the work with prior intimation to the Engineer-in-charge and shall be paid by following the office procedure. The payment will be done on the basis as mentioned above.

2) The Contractor has to carry out annual maintenance as and when required for full bore Megnetic/ultrasonic flow meters for measuring water quantity lifted with raw water pump at Pise and with pure water pumps at Temghar. It is his responsibility to get the work done from the concern meter manuafacturer in case of failure of meter for faulty readings, with in 24 Hours. TMC has one portable ultrasonic flow meter at Temghar. It is the responsibility of agency to get it calibrated from F.C.R.I., Palghat, Kerala, once in every year and compare the readings of fixed flow meters with it & submit the report accordingly. The manufacturer’s manuals for these meters are available with Engg.-in-charge.

3) The renewal fees in respect of explosive department factory act fee pollution control board fees etc. whatever applicable shall be borne by the contractor initially and after submission of receipts the same shall be reimbursed by T.M.C.

4) Regarding theft of water for raw as well as pure and also for illegal connections found the contractor has to take immediate action by reporting to the concern T.M.C. officer in charge and also lodge FIR with near by police station. Any negligency in the above said work which results in loss of water shall be penalised to the contractor as per Tender condition.

142

5) Presently Poly Alluminium Chloride (PAC) is being used as a coagulant. In case if for use of solid / liquid alum the token provision for rate is made in the schedule-B. However this is to be executed only in case of failure of supply of PAC. Considering arrangements in plant the priority shall be given for use of liquid alum & if it is not available then solid alum, both of grade-I.

6) At present T.M.C. is out sourcing chemicals viz PAC & liquid chlorine from the other suppliers & agency is not suppose to supply the same. However token provision for these chemicals, at CSR rates made in the tender so as to ensure smooth running of plant, in case if any supplier fails to deliver. In such case though there is token provision the contractor has to procure the required quality for smooth running of plant and the payment will be made as per tender rates and as per the provision available. In case of excess in the provision the payment will be made after the approval from the City Engineer, T.M.C, Thane. However these provisions shall be used in case of emmeraency occured due to non supply from supplier & shall be brought to the notice of Engineer- in-charge immediately, in writing.

7) The Contractor has to pay as per minimum wages act to the staff and labour employees working at their respective places and submit the pay sheet to T.M.C.

8) At present the staff is employed through old contract for various categories at various places & the same is suppose to be continued. The Contractor has to utilised the all existing staff and if required additional staff shall be employed with intimation to TMC. The tender rates are all inclusive considering requirment of additonal staff & no extra claim will be given on this ground.

9) In future if additional pumping machinery installed at raw and pure water pumping station and also in WTP the contractor has to run the plant at the same rates accepted as per Schedule-B of B-1 tender.

10) It is the responsibility of the contractor to make arrangements on part of security at prime places such as pump house, WTP, substation, flash mixer etc. of costly materials such as pump spares, panel spares etc. and other important materials in W.T.P. to keep in safe custody. in case of theft of material from site found will be recover from running bills. The decision given by City Engineer, in this regard will be final & will be binding on the contractor.

11) The contractor has to follow all the factory acts & norms for chlorine and all other works and necessary repairs/improvements should be made in plant as and when required and as directed by Ex.Engineer / City Engineer.

143

12) All technical decisions regardingal works, quantity, quality and bills etc. will be made by Engineer-In-Charge i.e.Ex.Engineer (Mech.)/ Dy.Engineer (Mech.) and there decision will be final and binding on the contractor.

13) TMC has undertaken the automation of entire system right from pumping upto chemical dosing, as described previously. The agency’s staff must get them selves acquainted & trained from automation contractor & operate the system as directed by Engineer-in-charge. No extra payment in this, regards will be payable & it is supposed to be the part of contract.

144

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

A) GENERAL :-

Thane Municipal Corporation posess 210 ML /Day capacity water supply scheme provideing drinking water to Thane Municipal areas. The main features of the scheme are as follows :-

a) Description of facilities available :-

- One out door H.T. substation comprising 2 Nos. (1 working + 1 standby) 22 KV/3.3 KV, 2000 KVA, 2 Nos. of power transformer & 2 Nos. (1 working + 1 standby) 22 KV/0.415 KV 100 KVA power transformers. Surge vessel one no. each for 1244 mm. dia. Raw Water rising main.

- Two nos. of Mikamachi make full bore electromagnetic flow meters on each rising main & one no. IVC make 1200 mm NRV.

- 1244 mm. dia. Raw Water M.S. rising main 10418 mtr. long from Raw Water pumping station 2 Nos. upto Break Pressure tank, 0.74 ML capacity B.P.T. at village Sonale, 1000 mm. dia. PSC gravity main (10 kg/cm2) of 5880 mtr. long upto Temghar & 1300 mm M.S. gravity main 5880mtr long upto Temgher with road crossings, including pipe line bridges on Bhatsa River at Pise & one at Amme nalla.

- 280 ML /Day capacity water treatment plant at and the pure water pumping station at Temghar. It is a conventional water treatment plant with clarification & filteration of attempts to remove the suspended & collidal impurities from Raw Water.

- The master balancing reservoir of 12 ML capacity near village Mankoli off National Highway.

145 - M.S. pipe lines upto Majiwade alongside the National haighway No. 3 from Kalyan/ Junction upto Mankili junction & from Kharegaon, TMC upto Majiwade Junction, TMC, including pipe line bridge at saket complex.

This is being the essential service, water is to be processed daily even on sundays, holidays & public holidays supply should be uninterrupted. b) Location & Access –

1. Raw Water pumping station is situated on banks of river Bhatsa at weir near village Pise opposite to M.C.G.B.'s Pise head works. Access to the site is by asphalted Road off National Highway No. 3 from M.C.G.B.'s Panjrapose Treatment Plant upto the M.C.G.B.'s head works & thereafter from the pipeline bridge upto the head works.

2. The B.P.T. at Sonale is accessible from Pise head works by M.C.G.B.'s asphalted road and on Savad Bapgaon Route. The pipe lines are also laid across the road sides.

3. Temghar water treatment plant & pure water pumping station are located adjacent to the STEM Water Distribution & Infrastructure Co. Pvt. Ltd.’s Temghar water treatment plant (in same premises at Temghar) in B.N.M.C. area, opp. Sai Mandir, Off. Kalyan Bhiwandi Road.

4. Pure water pumping station at Temghar housing 4 Nos. of old & 4 Nos. of new V.T. pumpsets of which ared rated to deliver 52 ML /Day at total head of 79.2 mtrs. with four working sets and remaining four as standby units.

5. Two outdoor H.T. substation each comprising 4 Nos. (1 working + 1 standby) 22 KV/3.3 KV, 3000 KVA 2 Nos. of power transformer & 2 Nos. (1 working + 1 standby) 22 KV/415 V 750 KVA power transformers. Surge vessel for 2052 mm. pure water rising main.

6. 2052 mm.dia.M.S. pure water rising main & 2044 mm.dia.M.S. pure water gravity main & MBR near village mankoli are alongside the National highway No. 3 from Kalyan - Bhiwandi Junction upto Majiwade. As described previously.

7. It is the sole responsibility of contractor to get himself well conversent with the locations & accesses & various sites under the contract before quoting the tender & T.M.C. does not take any responsibility towards the same.

146

B) SCOPE OF WORK :-

I) Head Works & Raw Water Pumping Station :- The contract shall include operation, periodical maintenance and check up, routine rectification civil, mechanical and electrical repairs jobs of the following units with all components of the equipment at raw water pumping station at Pise head works.

i) 5 Nos. V.T. Pumps Head - 34 mtr. (each) Discharge - 648 lps. (each)

ii) 5 Nos. 3300 V, 440 KW, H.T. V.S.S. motors for above pumpsets.

iii) All pipe work upto and including branch connections to Surge Vessel.

iv) 5 Nos. refluxe valves and 5 Nos. of Kinetic Air Valves with isolating S.V. on above pipe work.

iv) 5 Nos. Sluice Valves with actuqators.

v) 5 Nos. of Butterfly Valves

vi) 5 Nos. Dismantelling joints.

vii) 1 No. 1200 mm. dia. Zero velocity valve.

viii) H.T. relay and metering panels.

ix) P.F. Improving capacitors for motors.

x) Power & Control Cables (indoor and outdoor)

xi) Sub-station inlcuidng 2 Transformers, V.C.B. all equipments and accessories in switchyard includng all equipments like GOD's, DO units etc. completye.

xii) Earthing system.

xiii) Ventilation system in pump house.

xiv) 10 Ton SWL E.O.T. Crane.

xv) Surge Vessel with accessories.

xvi) Cleaning and sweeping the pump house, toilet operateing floors, sub floors daily.

147

xvii) Operation and Maintenance of Gate for Inlet of Raw Water from sump side occasionally.

xviii) Removing the sludge & garbage from sump as well as inlet screen which is floating. The contractor shall remove the floating matters like grass at the screens etc. in the sump and shall keep the sump clean, including cleaning of floating material at the inlet channel. He shall occasionally operate the desilling pump as directed in order to remove sludge formed surrounding the bowl assembly.

xix) Report to Temghar & Shahad for pumping as per requirement to avoid the overflows including coordination with MSEB, Irrigation Department, M.C.G.B. (B.M.C.) and T.M.C.

xx) Watch and Ward of the equipment in the sump and pump house.

xxi) Watering the trees, grass cutting, removal of shrubs, weeds around the trees, remaking pond around the trees after loosening soil with necessary earth work (only manure, trees and red earth will be supplied by TMC).

xxii) All materials items, auxillaries, components etc. omitted from above but are provided on the listed equipment & system shall be deemed to be included in the scope for operation and maintenance and routine rectification.

II) M.S. /P.S.C. PIPE LINE :-

The contract includes attending for maintenance, check up, routine rectification of pipe lines, BPT, Valves, MBR etc.

(a) 1244 mm. Raw Water Rising Main (2 Nos.) :-

1244 mm. dia. 10 mm. thick M.S. pipe line is laid along side the road from Pise head works to Sawad (4007 mtr.), Sawad to Bapgaon (2873 mtr.) & Bapgaon to Sonale BPT (3518 mtr.) totalling 10418 mtrs. Some of the portion is above ground (Where it is, running adjascent to MCGB's pipelines) & rest is below ground). The entire portion of pipeline is inlined with cement mortor lining.

At two places, one at Pise on Bhatsa river (473 mtr.) & other on Amne nalla (142 mtr.), the line is taken on bridge, provided specifically for pipe line.

148 Old RWRM for the entire region from Pise upto BPT at Sonale there are total 41 Air Valves of 200 mm. dia., 2 butterfly valves of 900 mm. dia. for isolation & 14 Nos. of scour valves each of 300 mm. dia. In all, for the portion of RWRM, total 13 Nos. of expansion joints are provided & 32 Nos. of 600 mm. dia. manholes. The chainagewise list of accessories provided is given seperately. Simillar details for real RWRM 1250mm dia will be made available seperatly.

(b) B.P.T. at Sonale Village :-

A 74000 lit. or 0.74 ML capacity Break Pressure Tank (BPT) is provided to break pressure of RWRM, near village Sonale. The principal features are given seperately. The pumping of Raw Water pumps shall be so adjusted that there shall not be overflow situation at BPT. The Watch & ward of BPT comes under the scope of contract.

(c) 1000 mm. Raw Water Gravity Main :-

1000 mm. dia. prestressed concrete (PSC) pipe line (10 kg/cm2) is laid under ground along the road side, from B.P.T. @ Sonale upto the Temghar W.T.P. out of the entire length of 5836 mtrs. P.S.C. pipe line constitutes 4320 mtr. & rest is 1244 mm. M.S. pipe line / specials.

For the entire region from BPT to Temghar there are in all 24 Nos. of 200 mm. dia. Air Valves, 2 butterfly valves of 900 mm. dia. for isolation, and 6 Nos. of 300 mm. dia. scour valves. For maintenance purpose 9 manholes each of 600 mm. dia. are provided. There is one expansion joint of 1000 mm. dia. provided on pipe line. The chainagewise list of accessories & the details of road crossing are provided seperately.

Utmost care shall be taken for charging PSC pipe line after shut downs / breakdowns / major power failures etc. The pipe line shall be charged, in a phased manner, with checking all air valves in proper operating condition & scour valve in opened condition before charging. Thereafter by putting one Raw Water pump operational, closure of one by one scour valves shall be done & after reaching of water at Temghar another pump shall be started. d) 1350 mm. M.S. Raw Water Cravity Main :-

The new 1300 mm dia. M.S. Gravity main having total length of 6.2 km is laid from BPT at Sonale to WTP at Temghar under additional 100 MLD

149 JnNURM water supply scheme. The details of valve, scour valve, Butterfly valves etc. along the new gravity main will be made seperatly.

III) TEMGHAR WATER TREATMENT PLANT & PURE WATER PUMPING STATION :-

The contract shall include operation, periodical maintenance & check-up, routine rectification of civil, mechanical & electrical jobs of the following units with all components of the equipments at water Treatment plant & purewater pumping station.

(a) Inlet works :-

The raw water is received by stilling chamber and 45 meter long R.C.C. Channel. Here prechlorination is done through diffusers provided at bottom. The optimum dose is to be achieved. In absence of Chlorine gas, Bleaching powder is to be feed with proper dose calculated. Provision for lime slurry dose for PH correction is also made (if necessary). Coagulant (PAC/Alum) dose is also to be adjusted from alum stock tank before flash mixer after ascertaining optimum dose.

Quantity of raw water is to be measured by the help of ultrasonic open chanel flow meter, suitable to measure flow of average 4166.67 m3/hr. and upto maximum flow 11700 m3/hr.

OPERATION

1. Before feeding raw water, adjust the float and wire connection of indicator to read zero, when there is no flow.

2. Channel and inlet mesh should be free from deposition and if any should be removed manually.

3. As certain the PAC/Alum dose required and adjust flow of alum before raw water enter flash mixer in place of alum if any other substitute is used the same to be adjusted and dosing to be carried out by calculating actual requirements.

4. Ensure that entire gravity main is under positive pressure. Fortnightly check up of all equipments provided is a must, to keep up under smooth operation.

150 (b) Flash Mixer :-

1. A flash mixer of 5 M dia. and 5.0 M depth and having volumetric capacity of 280 MLD (30 seconds flow of stage). It is having 4 baffles radially. The water is evenly divided to & clarifier over walls. Bypass to filter is also provided (to be operated once in a while as & when such need arises)

2. Pitched blade turbine 100 RPM coupled to 12.5 HP electric motor through a reduction gear box is provided in flash mixing chamber 2 tonnes chain pulley block on monorail is provided, suitable panel board is provided.

OPERATION

1. Ensure that the C.I. penstock gate for bye-passing into filter bed is closed.

2. Open the penstock gate leading the flow to the clariflocculator.

3. Run the flocculator paddles as and when required as directed by the Engineerincharge. 4. Ensure optimum coagulat dose before water reaches flash mixer by carrying out jar test at required intervals in rainy season and at least once in a day in fair reason. The record fot the same shall be kept in laboratory. (c) Clariflocculator :-

The object is to make distinct settleable flock during flocculation and their removal by gravitational settling in clarifying zone. The clear water having less than 8 NTU turbidity overflow at clarifier weirs for outlet leaving behind the settled solid.

Number - 4 Construction - R.C.C. Diameter - 54.50 M. with protruded peripheral launders. Flocculator Zone - 21.75 M dia. Inlet - 1000 mm. dia. M.S. Pipe Detention Time - 3 Hrs. Sludge Draw off pipe - Hydrostatic 250 mm. pipe Telescopic Valve - 100 mm. dia. 1 No.

Frequency :-

2 to 3 time in a day in rainy season & once in a day in fair season with provided Constant sludge bleed arrangement. The details can be had from office.

15 1

CLARIFLOCCULATOR OPERATIONS :

1. Start the flocculator paddles as soon as the water level reaches the paddles.

2. Keep the constant bleed arrangement of sludge line open for the constant bleeding of sludge. Telescopic arrangement be adjusted and consistency be evaluated.

3. If the sludge consistency increase beyond 1.5 to 2% range, the sludge blow down is to be carried out.

4. Optimize frequency of sludge drawal.

5. Wastage of water should be avoided excessive wastage more than 0.3% in monsoon and 0.27% in fair season will be charged and recovered at Rs. 1.00 per 1000 lits. Engineers decision will be final, in any case.

EQUIPMENT WHICH ARE TO BE OPERATED ARE :

1. 5 HP Motor bridge drive.

2. Gear box for same.

3. 3 HP motor for flocculator paddle (4 for each) and gear box.

4. Central bearing.

5. Rail track and carriage drive.

6. The launder carrying settled water should be kept clean.

7. Overflow provided is to be operated occassionally.

(d) Filters :-

There are 22 beds of filter under operation which removes residual suspended solids from the clarified water.

The normal output of each filter unit is 8.68 cum./min. or 12.5 ML /Day. Back washing is to be done with air (5 min.) and only water wash for 8 minutes. This schedule is merely indicative. The changes in operation schedule may be done as directed by Engineer-incharge.

Water tank (100 CUM) is provided for storing filter water to meet the water requirement, of plant, rest house and residential area. The pumps required

152 for the purpose of back washing is of capacity 53000 litres per min. and of 180 HP (1 + 1 units).

NOTES :

Percentage of water used not be more than 1.5% of filtered water quantity. Otherwise Contractor will be penalised for the quantity in excess. Recovery at Rs. 1.00 per 1000 litres would be effected.

Other details and procedure can be had from the office, with help of O & M manual.

OPERATIONS :

1. Ensure that all valves i.e. inlet, outlet, wash water inlet and waste drain are closed.

2. Set the rate setter to zero flow and lower the filter float to its lowest position.

3. Open the filter inlet valve to allow the clarified water to enter into the filter beds.

4. Allow the water level in the filter beds to reach the top water level.

5. Open the outlet valve slightly and allow the controller float to rise up and close the outlet control valve, when this happen the outlet is to be opened fully.

6. Set the rate settler to designed flow through the filters.

7. Open the outlet valves completely.

8. When the head loss reaches 1.8 m., individual filter should be taken for backwashing. Loss of head can be ascertained loss of head indicator provided for each filter.

BACK WASHING :

The bed is expected no expansion.

(a) Close the filter inlet valve of the filter bed to be washed and allow the water to drop down to about 10 cm. above the media. It is to be done by lifting the filter float. Close the main outlet valve.

(b) Start the air blower :

Open the air delivery valve and air inlet valve and introduce the air to the filter bed to be washed for 3 minutes.

153

(c) Start the wash water pump and waste water drain.

(d) Open the wash water inlet, and waste water drain valves slowly. While washing ensure that sand is not escaping out of bed. Continue air water wash for further 5 minutes. Stop the air blower and continue water wash for further 6-8 minutes or till streaks of filter bed becomes apparently visible. Close the wash water inlet valve.

When wash water is fully drained close the drain valve and adopt the procedure for operating filter.

NOTES

1. While keeping any filter bed idle, it is to be washed and kept ready for future use.

2. Ensure that mudballs, or cracking of beds, air binding dose not occur.

3. Up keep of all filter bed clean, by manually continuously removing agglomerations and ugly settling substances. All channel through which filter water flows be kept clean and free from algal growth.

(e) Chemical House :-

Chemical works comprises of storage, preparation of solution for alum./PAC, lime and coagulant including mixing, measuring/metering devices and its conveyance to inlet works and chlorine contact tank.

One seperate room for storing chlorine containers/tonners and feeding arrangement of liquid chlorine to the chlorinators.

PAC/Alum stock tank and saturation tank are provided.

6 Nos. elevated stock tank are located at first floor. Alum mixing is ensured by 5 HP motor Constant head tanks are provided with float mechanism.

Feeding at inlet is by P.V.C. pipes.

OPERATIONS :-

1. Ensure that the drain and outlet valves of each tanks are closed.

2. Place the calculated quantity of coagulant (PAC or Alum) of proper strength in the tank and open the feed water inlet valve for solutions preparation.

3. In order to homogensied the solution, recirculate the solution by Alum

154 agitator continuously.

4. The rate of Coagulant dosing essential to be done as per laboratory jar test.

5. Once the solution is ready in stock tank, adjust the dose as required at inlet channel.

6. Ensure plastic P.V.C. feeding line and chlorine dosing lines for cleanliness and tidiness.

(f) Chlorinators :-

All chlorinators of make Industrial Devices, Delhi (4 nos each of 25 kg/hr. capacity) are installed in chlorinator and are connected to gas line. These are vacuum feed type. Flow through rotometer is controlled by control valve. For detailed operation and maintenance, the manufacturers manual can be seen with Engineer-incharge. Four pumpsets, each of 7.5 H.P. are provided for prechlorinators and post chlorinators respectively.

(g) Quality :-

Average raw water quality during fair monsoon seasons are as under :-

Parameter Fair Season Rainy Season Turbidity 3-4 NTU 100 NTU (Peak 400 NTU) S.S. 10 mg/l 60 mg/l (peal 250 mg/l) Ammoniacal Nitrogen LTO 002 mg/l LTO 002 mg/l Albuminoid Nitrogen 0.06 mg/litre 0.6 mg/l Colour 10 60 Crome (Total) 0.3 mg/l 0.5 mg/l Iron (Dissolved) 0.2 mg/l 0.3 mg/l Maganese (Total) LT 0.5 mg/l LT 0.05 mg/l Alkalinity 44 mg/l (CaCO3) (60 mg/l CaCO3) PH 7.35 to 8.05 6.95 to 8.20 Total Coliform LT 500/100 ml LT 2500 /100 Ml. Filter water expected qualities : Turbidity Clarified water 8 NTU Filtered water 1.0 NTU

(h) Routine Tests :- Following tests shall be carried out for Raw Clarified and filtered water :- Frequency Frequency Frequency PH Once a day Once a day Once a day Turbidity Every two Every four Every four hours or as hours hours required

155 Chlorine demand N.A. N.A. Once a day Jar Tests Once a day N.A. N.A. when water turbidity changeable Residual Chlorine N.A. N.A. Every four hours Bacteriological N.A. N.A. Twice a day tests

(i) Occasional Tests :-

All chemical tests are per CPHEEO Manual should be carried once a month for raw water and filtered water. Standard method of examination of water A.W.W.A. and CPHEEO Manual be adopted. A systematic records should be kept as a ready reckoner. Close co-ordination between staff of laboratory and operational wing is utmost necessary.

The laboratory with latest equipments to carry all relevent tests is provided at Temghar. However it is responsibility of agency to maintain the equipment & glassware in good condition during the period of contract.

The various costly instruments like Spectohotometer, Analog & digital Turbidity meters (HACH make), Jar testing apparatus, Digital PH Meter, Pentium-II Computer System with Printer etc. are kept in laboratory. Also some new instruments like incubator etc are proposed to be added in near future. The Contractors responsible Staff shall get themselves well conservent with all these instruments and use them in proper fashion and also follow the instruction manuals etc.

Also some furniture is abailable at site, of which some will be utilisex by TMC’s Engineers. As such the furniture is sufficient of day to day activity. However it is responsibility of agency to procure the excess furniture required from its point of view.

(j) Material & Reagents :-

Materials required for routine test will be supplied by the T.M.C. Sufficient glassware and laboratory equipments are provided. Upkeep and proper care is to be taken by Contractor. Material required such as PAC/Alum, Lime, co- ogulant and gaseous chlorine etc. will have to be supplied by agency at his cost as per relevant I.S. as directed by Engineer-incharge. The test certificate from reputed Govt. Institute shall have to be produced at places mentioned below. The glass wares if found broken due to bad handling shall

156 have to be replaced by the agency immediately or same will be recovered at an actual cost.

PAC/Alum & Lime : Godowns provided in premises.

Chlorine : Chlorine storage room.

Polyelectrolyte co-ogulant Aid) : Godowns provied in premises.

The labour required to transport these daily or as and when required will be the responsibility of the contractor including carting from stores to Alum solution tank and its loading/unloading etc., replacement of toner and ensuring proper connection. The cost of the same is included in the contract & no seperate payment will be made.

Doses of PAC/Alum Coagulant aid, Lime and Chlorine and its application shall be confirmed everyday before starting. Less or excessive dosing of chemicals so as to deteriorate the quality of water is not desired. Control of valves, cleanliness of piping to get proper dose, will be the sole responsibility of the Contractor.

Contractor should ensure that sufficient stock is available of all the materials at least 15 days in advance by timely indenting of materials, from the supplier. In any case the water quality shall have to be maintained by operator carrying laid down in CPHEEO manual as per the standards.

(k) Other Monitoring Instruments and Alarm :-

General monitoring devices and alarm features are provided as under :-

i) Ultrasonic open chanel flow meter at inlet channel with indicator, integrator and Disply installed at flash mixer room.

ii) Digital level indicators in all chemical tanks.

iii) Digital & Analog level indicator in pure water reservoir with level indication.

iv) Flow meter is installed in wash water rising main to measure wash water flow to filters with local indications.

v) Level indicator of digital type (with also analog indication) for levels in service water tank.

157 (l) Service Water Pumps :-

2 numbers (1 duty + 1 stand by) 10 HP submerssible pump set each rated for 267 litre/s at 18 M. head are installed on filter water sump. The pumps are for lifting filtered water, in filtered water channel to service water tank, located above chemical house. The water level indicator for ovehead service reservoir is placed in the laboratory. In any case the overflow shall be avoided.

(m) Waste Water Channel :-

All waste, overflow etc. are collected in waste water channel running through the plant and finally discharges wastes to Nalla. The last collecting chamber of the system shall be cleaned within three months.

(n) Electric Works :-

The contract shall include operation, routine check up and maintenance of entire electrical system as listed below :-

The electric supply is tapped from 415 V panel located in pure water pump house. Panel and treatment are located as under :-

i) Inlet works panel in flash mixer house feeding auxiliary panels to clariflocculator.

ii) Filteration works panel located in machinery hall at chemical house feeding auxillary panel in filter house & chemical house.

iii) Chemical house panel.

All above panels also feed distribution/lighting panels including street lights, and internal illumination & ventilations.

The cables from main panel in pure water pump house to the panels in inlet works are as under :-

a) Inlet work panel : 31/2 x 300 sq.mm. x 1 run b) Field work panel : 31/2 x 25 sq.mm. x 2 run

c) Chemical work panel : 31/2 x 50 sq.mm. x 1 run

Number of tube lights and street lights are installed in following areas. It is responsibility of the contractor to replace same as & when required. However the inventory will be provided by TMC.

1) Flash Mixer

158

2) Filter house

3) Chemical works

4) Pure water pump house

5) Rest house

6) Area lighting

(o) Earth Pits :-

12 number of earth pits are provided around the plant treatment earth leads electric motor driver equipments in the treatment plant are as under :-

i) Flash Mixer 1 No. 12.5 H.P. ii) Floculators (8 Nos.) 4 x 8 3 H.P. iii) End driver for clarifier bridge 1 x 1 5 H.P. iv) Wash Water Pumps 1 + 1 180 H.P. v) Air blowers 1 + 1 75 H.P. vi) Service water pump 1 + 1 10 H.P. vii) Pre- chlorination booster pumps 1 + 1 7.5 H.P. viii) Pre-chlorination post pumps 1 + 1 7.5 H.P. ix) Alum Mixer 6 Nos. 5 H.P. x) Sampling pumps 4 Nos. 0.5 H.P. xi) Vacuum pumps 2 Nos. 7.5 H.P.

(p) Pure Water Sump & Pump House :-

The contract shall include operation, periodical maintenance and check-up, routine rectification and repair jobs of the following with all components of the equipments at pure water pumping station at Temghar.

i) 8 Nos. V.T. Pumps for M.B.R. of 900 H.P.

ii) 8 Nos. 3.3 KV 667 KW Motors for above.

iii) All pipe work upto and including branch connections to two air vessels.

iv) 4 NRVs and 2 air valves on above pipe work.

v) 8 Sluice valves with actuators.

vi) 8 Butterfly valves for isolation on individual delivery of pump.

159

vii) 3.3 KV Switchgear including V.C.B.'s and vacuum contactors.

viii) 415 V Switchgear and other small panels in pumps house.

ix) Scanner, Relay & Metering panels.

x) P.F. improving capacitors for motors.

xi) Power and control cables, (indoor and outdoor)

xii) Two seperate Sub-stations including 4 transformer, 6 MOCB, all equipments and accessories in switchyard.

xiii) Earthing system with NGR at substation.

xiv) Ventilation system in pump house.

xv) 10 ton SWL, EOT Crane.

xvi) Surge Vessel.

xvii) 2 Nos. zero velocity of dia. 1200 mm. each.

All materials, items, auxillaries, components etc. omitted from above but are provided on listed equipment and system shall be deemed to be included in the scope for operation, maintenance and routine rectification.

The nature of work, involved in the scope of tender specification, is being for essential services, contractor has to attend all the work stipulated in the tender immediately after happening of the event. If contractor fails to attended any repair/ rectification work within 24 (twenty four) hours of its happening, the same will be carried out at contractors risk and cost and the expenses incurred will be recovered from the contractor as per actual expenditure at market rates.

IV) PURE WATER RISING MAIN, M.B.R. & PURE WATER GRAVITY MAIN.

2052 mm, 14mm thick M.S. pure water rising main from W.T.P. Temgher to MBR at Mankoli & 2044 mm, 14mm thick M.S. pure water gravity main from MBR to Mankoli junction & from M.I.D.C. pipe line bridge near saket upto Majiwade also comes under the scope of work. The routine check up, minor repairs & day to day watch & ward of this pipe line also comes under the scope of contract. Of the entier length of pure water main the portion upto MBR is rising main. The M.B.R. valves shall be operated round the clocke as when the need arises, in consulation with operating staff at Temgher & of STEM. The existing wireless system of STEM can be utilised for communication purpose. However it is the responsibility to contractor to send special massanger in case of fault in communication and by making

160 arrangement of Vehicle. In any case communication gap should be avoided.

(C) BRIEF DESCRIPTION OF EQUIPMENTS & PRINCIPAL FEATURES

(A) HEAD WORK AT PISE & RAW WATER PUMPING STATION :-

Intake Works

1) Intake channel of 35.50 m. length & 3.50 wide with M.S. screen 2 Nos. 1.4 m. x 1.4 each with lifting arrangement. The inlet gates, 2 Nos. M.S. & size 1.2 m. x 1.2 with penstock arrangement.

2) Sump as jack well size of 19.70 mtr. x 9.80 m. x 13 m. (high), RCC construction.

3) Pump house above sump & of size 19.70 m. x 9.80 m. x 9.00 m. (high) with A.C. roof & purlins, with Truck turning platform & loading, unloading bay of size 3.50 m. x 10.50 (RCC). Two inlet gates inside the jackwell each of size (C.I.) 1.2 m x 1.2 m. with penstock arrangement.

Raw Water Pumping Machinery

1) V.T. Pumps

Make :- Malhar & Platt

Type :- 600 VMF C/T

Qty. :- 5 Nos. (3 Nos. working + 2 Nos.

Standby)

Discharge :- 9358 LPS

Head :- 33.32 M.

Speed :- 965 rpm

Frequency :- 49 Hz.

No. Stages :- 1

Efficiency :- 84%

Sr. No. :-

Shut off head :- 50 M

161

Thrust bearing No. :- SKP 29324 E

Ball bearing No. :-

Column Pipe :- 600 MM.

Impellar :- Stainless steel CF8M ASTM A743

Line Shaft :- S.S.

2) a) Sluice Valve 600 mm. dia.

Make :- I.V.C. Nashik

Size :- 700 mm.

PN rating :- 1.0

Gear :- Spurgear

Qty. :- 5 Nos.

Sr. No. :-

Actuator

Make :- AUMA

Type :- Semipact

No. of turns :- 244

KW :- 1.1

Volt :- 415

Rpm :- 2800

Current :- 4.6A

Reduction gear :- 355.1

Qty. :- 4 Nos.

Sr. No. :- 685991355 - 01

685991355 - 02

685991355 - 03

685991355 - 04

162

b) Sluice Valve 200 mm. dia (For Scouring)

Make :- IVI, Nashik

Size :- 200 mm.

PN rating :- 1.0

Sr. No. :- 1671

3) a) Reflux Valve

Make :- IVC, Nashik

Size :- 600 mm.

P.N. rating :- 1.0

Qty. :- 4 Nos.

Sr. No. :- 7010

7011

7014

8016 b) Zero Velocity Valve (1200 mm. dia.)

Make :- Delta Systems, Pune.

Size :- 1200 mm.

P.N. rating :- 1.6

Type :- M.S. Fabricated

Qty. :- 1 No.

Sr. No. :- NRV 25J

C) Non Return valve 1200 mm dia :- make PNI 6 Rating

4) Butterfly Valve

Make :- IVC, Nashik

Size :- 700 mm.

Rating :- PN 1.0

163

Qty. :- 5 Nos.

Sr. No. :- 5) Kinetic Air Valve

Make :- IVC, Nashik

Size :- 200 mm.

P.N. :- 1.0

Qty. :- 4 Nos.

Sr. No. :- 6105

6106

6120

6121

6) Pipe Work

Material :- M.S.

Delivery Pipe :- 700 mm. dia. 10 mm. thick

Manifold common

delivery pipe :- 1200 mm. dia., 10 mm. thick

Scour pipe :- 200 mm. dia. 6 mm. thick

7) Dismantelling Joints

Size :- 600 mm.

Type :- M.S. Fabricated

Qty. :- 4 Nos.

8) E.O.T. Crane

Make :- Hercules mechanical works

Capacity :- 10 Tonne

Span :- 9140 mm.

Travel :- 15 M.

164

Main Girder :- 580 x 400

Travel Girder :- 260 x 250

580 x 400

Hoist Motor :- 10 Hp

C.T. Motor :- 1 H.P.

L.T. Motor :- 1.5 HP - 2 Nos.

Sr. No. :- 513

9) H.T. Sub-Station a) Pole :- 4 Nos.

139.7 x 114.3 x 88.9 [5M + 2M + 2m] b) A.B. Switch :- Make - Pactil c) D.O. Fuse :- Make - Pactil d) Lightening Arrestor :- Make - Elpro e) Fencing :- Frame 2450 mm. x 1200 mm. with 50 x

25 wire mesh erected on angle 50 x 50

x 6 mm. f) Gate :- 3 M x 1.85 M - 3 Nos.

1 M x 1.85 M - 1 No. g) Substation :- 23 M x 15 M at RL 16 M h) V.C.B. Room :- 7.5 M x 12 x 3.5 M With R.C.C. structure and slab,

Alluminium window, Grill, Doors,

MSEB Room, Electrification etc.

2 Nos. Exhaust Fan.

i) Substation lighting :- 4 Nos. 250 W HPMV

on poles with cable and timer

arrangement.

165

10) 22 KV VCB Panel (Indoor) - 5 Nos. a) Incomer :- 1 No.

Make :- Jyoti

Capacitor :- 22 KV

Current :- 630 A

CT ratio :- 60/5 A

PT ratio :- 22 KV / V 3/110 V

With CDG61, VAJH, VAGM 22 relays and accessories. b) Outgoing to 2000 KVA Transformer - 2 Nos.

CT Ratio :- 60/5 A

With CDG61 and VAJH trip relay. c) Outgoing to 100 KVA Transformer - 2 Nos.

CT Ratio :- 20/5 A

With CDG61 and VAGH relay.

11) Power Transformer a) 22 KV, 3.3 KV, 2000 KVA.

Make :- Crompton Greaves

Impedence :- 6.31%

Rated KV HV :- 22

LV :- 3.3

Rated Amp. HV :- 52.5

LV :- 349.9

Total Weight :- 9540 Kg.

Oil :- 2660 Lit.

Tappings :- +5% to -15% insteps 1.25%

On load tap changer with automatic

166

voltage regulation. Remote tap

changing arrangement.

NGR :- Makes - Pioneer Electrical Works,

Mumbai.

Resistance - 2.72 Ohm.

Relay :- Rated current - 525 Amp.

Marshalling box, Temp. gauge &

bucohlz relay provided.

Sr. No. :- V - 9329/1

V - 9323/2 b) 22 KV/433 V, 100 KVA

Make :- Western Electricals

Voltage HV :- 22000 V

LV :- 433 V

Current HV :- 2.62A

LV :- 133.34A

Tapping :- (-) 12.5% to +2.5% insteps 2.5%

Impedence :- 4.36

Total Weight :- 810 Kg.

Oil :- 265 Lit.

Sr. No. :- 426

427

12) Relay Metering Panel

Make :- Pratibha Electro - Control, Pune.

Qty. :- 1 No. for Incommer

167

2 Nos. for 22 KV breaker (2000 KVA)

Relay :- CDG 61, ABB, Alsthom

Annuniciator-Pratibha Electro - Control

Scanner - KANHA

Voltmeter Ammetor, indicator, TNC

switch etc. complete control wiring.

13) 3.3 KV Switchgear Panel

Make :- Jyoti, Baroda

Panel :- Incoming feeder - 2 Nos.

Motor Feeder - 4 Nos.

Bus Coupler - 1 No.

168

Dummy Panel - 1 No.

Incoming panel :- Breaker 630 A with VAJH 13 relay

CDG61, VAG M 22, scanner PF

voltmeter. Ammeter Push Button etc.

Bus Coupler Panel :- Breaker with TNC switch and

Motor feeder panel :- lamps Vacuum contactor 400A.

With CTMFM, VAGM VAJH relay,

Ammeter power analyser P.B.

indicating lamps.

Mechanical interlock provided.

14) 415 LT Panel

Make :- Local

MCCB :- 1 No. 200 A for incommer, WTP, Bus

coupler

Busbar :- 1 set 200 Amp. TPN.

Starter :- 5 Nos. DOL Starter for actuator.

Switches :- 4 Nos. 32A for capacitor & H.T. Panel

4 Nos. 63A lighting and spare

5 Nos. 32A for actuators.

6 Nos. 32A for VCB room, Crane and

two spare

4 Nos. 25A for space heater

2 Nos. Voltmeter and PF meter

169 3 Nos. Ammeter

Indicating lamps.

15) 3.3 KV V.S.S. Motor

Make :- Jyoti, Baroda

Type :- SPDP (CUD - 400)

KW :- 440 KW (600 HP)

Current :- 99 Amp.

Speed :- 982 rpm.

No. load amp. :- 40

Total weight :- 2450 Kg.

Insulation :- F

Bearing :- DE - 6322

NDE - 7322 BEM

Qty. :- 4 Nos.

Sr. No. :- N - 26179

N - 26180

N - 26181

N - 26182

16) Capacitor a) H.T. Capacitor

Make :- Kap Sales Electricals

KVAR :- 225 KVAR

(75 KVAR x 3 Nos.)

170 Fuses :- 125 Amp. and 63 Amp.

Voltage :- 3.3 KV

Qty. :- 12 Nos.

Sr. No. :- 205 El - 09 to

205 E - 20

Current :- 47.24 Amp. b) H.T. breaker panel for Capacitor Bank

Make :- Pratibha Electro Controls

Amp. :- 200A

CT Ratio :- 75/5 A

Details :- CDG 31, VAG 11, VAJH 13 relay with

ammeter PB, I lamps

Sr. No. :- PECP 752 to PECP 755

17) Cables

1) From 22 KV substation :- 3 core, 95 sq.mm. allum gloster make

22 KV incomer panel

2) From 22 KV panel to :- 3 core, 95 sq.mm. allum gloster make

2000 KV Trnasformer &

100 KVA transformer

3) 2000 KVA transformer :- 6.6 KV, 3 core, 300 sq.mm. cable, 2

3.3 KV side to 3.3 KV run per phase gloster make

VCB panel

4)100 KVA transformer to LT panel :- 1.1 KV 3.5 core, 185 sq.mm. polycab

make

5) 3.3 KV VCB panel to :- 6.6 KV, 3 core - 120 sq.mm. allum.

171

Motor CCI make cable

6) 3.3 KV VCB panel to :- 3 core, 120 sq.mm. cable CCI make

H.T. Capacitor

7) L.T. Panel to VCB room :- 1.1 KV, 3.5 core, 25 sq.mm. cable

polycab make

8) L.T. panel to Actuator, :- 1.1 KV, 3 core, 10 sq.mm. allum cable

3.3 KV panel motor space polycab make heater ventilation

18) Termination Kit

Make :- Raychem

For 22 KV and 3.3 KV voltage only

19) Area Lighting a) Electrification of pump house i) Fluorescent fittings

2 x 40 W. :- 30 Nos. ii) 250 W.M.V. lamp fitting

(indoor) :- 6 Nos. iii) 250 S.V. lamps fitting

(Outdoor) :- 6 Nos. iv) Flood light luminare :- 4 Nos.

with halogen lamp 500 W

(Jackwell) b) Electrification of VCB room i) Fluorescent fittings

172

2 x 40 W :- 8 Nos. c) Road side :- 23 Nos. poles

with Sodium Vapour Lamps mounted

on individual poles

20) Ventilation to Pump House

Ex. Fan :- Intake 450 mm. dia. 1400 rpm - 4 Nos.

Outlet 450 mm. dia. 900 rpm. - 6 Nos.

Make :- Crompton

21) Earthing

Substation :- 28 Nos.

3.3 KV system :- 6 Nos.

415 V system :- 4 Nos.

22) Surge Vessel

Make :- Vijay Enterprise, Pune.

Dia. :- 2700 mm. OD, 14 mm.

Length :- 16 M

Capacity :- 91 Cum.

Pressure :- 15.5 kg/cm2

Accessories

Air Valve with S.V. :- 2 Nos.

Drain Valve :- 1 No.

Pressure relief valve :- 1 No.

Safety valve :- 1 No.

Sluice valve :- 2 Nos.

N.R.V. :- 2 Nos.

173

Manhole :- 600 mm. dia.

The connection force main 600 mm. dia. pipe 23)

Butterfly Valve - 600 mm. (for Surge Vessel)

Make :- IVC, Nashik

Rating :- PN 1.0

Sr. No. :- 9024

(B) RAW WATER RISING MAIN & GRAVITY MAIN WITH B.P.T.

1244 MM DIA. RAW WATER RISING MAIN a) Type / Dia. :- 1244 mm. M.S. Pipes (10 mm. thick) b) Total Length :- 10418.00 Rmt. i) Pise to Sawad Ch. 0.00 to 4007.00 m. -- 4007.00 Rmt. ii) Sawad to Bapgaon 4007.00 m. to Ch. 6900.00 m. -- 2873.00 Rmt. iii) Bapgaon to BPT at Sonale Ch. 6900.00 m. to 1041.00 m. --- 3518.00 Rmt. iv) Pipe line on Rig Girder support - a) on TMC Bridge - 473.00 Rmt. b) on Amne Bridge - 142.00 Rmt. c)Internal Motor lining - 10418.00 Rmt.

- 12 mm. thick in cm. 1:1 mix. d) Valves and Accessories i) Air valves 200 mm. dia. :- 41 Nos. ii) Butterfly valves 900 mm. dia. :- 2 Nos. iii) Scour valves 300 mm. dia. :- 14 Nos. iv) Man holes 600 mm. dia. :- 32 Nos. v) Expansion Joints :- 13 Nos. e) Bridge on Amne Nalla i) Type :- R.C.C. in M-200 & structural steel

174 ii) Length of Bridge :- 128.90 Rmt. iii) Total width of Bridge :- 9.30 Rmt. iv) Width of carriageway :- 4.00 Rmt. v) No. of span :- 11.00 Nos. vi) Lenght of span :- 11.75 Rmt. 10 Nos.

11.40 Rmt. 1 No. vii) Top slab R.L. :- 13.819 M. viii) Pier protection provided :- M-100 plumb concrete ix) River Training :- M-200 mix in one span x) Epoxy Painting :- To complete R.C.C. & steel structure.

1000 MM. DIA. PSC GRAVITY MAIN FROM BPT TO WTP @ TEMGHAR a) Type / Dia. :- 1000 mm. dia. PSC (10 kg/cm2) b) Total Length :- 5836.00 Rmt.

175

a) 1244 mm. dia. M.S. pipe :- 116.00 Rmt. (Mortar lining from inside)

b) 1000 mm. dia. PSC pipe :- 4320.00 Rmt.

c) 1244 mm. dia. M.S. pipes :- 1391.00 Rmt. (Epoxy painting from and

specials inside)

d) Length of Sections

i) BPT to National Highway :- Ch. 0 to Ch. 1346 - length 1346.00 M

crossing

ii) National Highway :- Ch. 1346 to Ch. 4909.00, L= 3503 M.

crossing to Temghar

premises

iii) Temghar premises :- Ch. 4909.00 to Ch. 5836,

boundary to stilliing L = 927.00

M. chamber c) Road Crossing a) Bapgaon Sawad Road Crossing i) Length of crossing Ch. 6875 M. to 6900 M --- 25.00 M. ii) Type of crossing --- R.C.C. M-150 b) National Highway Crossing i) Length of crossing Ch. 1364.50 m. to 1402.00 m. --- 37.50 M. ii) Type of crossing --- 1300 mm. dia. R.C.C. NP-4 (encasing pipe along with concreting in R.C.C. M-200) c) Kalyan Bhiwandi Road Crossing i) Length of crossing Cmt. 4239.82 M. to 4264.82 M --- 25.00 M.

ii) Type of crossing --- 1800 mm. dia. R.C.C. NP-4 encasing pipe along with concreting in R.C.C. M-200)

176 d) BMC Road Crossing

i) Length of crossing - 4858.23 m. to 4871.23 m. --- 13.00 m.

ii) Type of crossing - M-200 Mix R.C.C. Encasing

d) Valves and Accessories

a) Air Valves 200 mm. dia. :- 24 Nos.

b) Butterfly Valves 900 mm. dia. :- 2 Nos.

c) Scour Valves 300 mm. dia. :- 6 Nos.

d) Manholes :- 9 Nos.

e) Expansion Joints 1000 mm. dia. :- 1 No.

List of Accessories provided on 1244 mm. dia. MS Raw Water Rising Main

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

01. 56.78 ------1 No.

02. 59.38 ------1 No. --

03. 129.34 1 No. ------

04. 292.84 ------1 No.

05. 294.44 ------1 No. --

06. 390.47 1 No. ------

07. 469.08 1 No. ------

08. 483.18 ------1 No.

09. 484.18 -- 1 No. ------

10. 509.00 1 No. ------

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

11. 628.87 1 No. ------

12. 851.00 1 No. ------

13. 995.53 1 No. ------

177 14. 996.53 ------1 No.

15. 1102.53 ------1 No.

16. 1104.53 ------1 No. --

17. 1356.71 1 No. ------

18. 1359.53 ------1 No.

19. 1361.81 ------1 No. --

20. 1667.41 ------1 No.

21. 1671.01 ------1 No. --

22. 1715.81 1 No. ------

23. 1781.13 -- 1 No. ------

24. 2001.11 1 No. ------

25. 2106.66 ------1 No.

26. 2109.36 ------1 No. --

27. 2241.86 ------1 No.

28. 2243.46 1 No. ------

29. 2280.82 1 No. ------

30. 2283.72 ------1 No.

31. 2385.80 ------1 No.

32. 2387.40 ------1 No. --

33. 2464.01 1 No. ------

34. 2524.31 ------1 No.

35. 2527.33 ------1 No. --

36. 2565.94 -- 1 No. ------

37. 2652.03 ------1 No.

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

38. 2652.91 ------1 No. --

39. 2731.64 1 No. ------

40. 2837.54 ------1 No.

41. 2838.84 ------1 No. --

42. 2942.64 ------1 No.

43. 2945.04 1 No. ------

178 44. 3012.84 1 No. ------

45. 3015.19 ------1 No.

46. 3150.69 -- 1 No. ------

47. 3217.67 ------1 No.

48. 3219.17 ------1 No. --

49. 3429.63 1 No. ------

50. 3430.63 ------1 No.

51. 3500.84 1 No. ------

52. 3502.04 ------1 No.

53. 3578.28 ------1 No.

54. 3579.58 ------1 No. --

55. 3869.63 ------1 No.

56. 3871.03 ------1 No. --

57. 3911.83 -- 1 No. ------

58. 3991.06 ------1 No.

59. 3993.21 ------1 No. -- --

60. 3993.46 -- -- 1 No. ------

61. 3995.71 1 No. ------

62. 4218.59 -- 1 No. ------

63. 4498.18 1 No. ------

64. 4857.18 1 No. ------

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

65. 4935.18 ------1 No.

66. 5083.18 -- 1 No. ------

67. 5344.18 ------1 No.

68. 5395.18 1 No. ------

69. 5544.68 1 No. ------

70. 5667.28 ------1 No.

71. 5724.18 1 No. ------

72. 5889.18 ------1 No.

73. 6064.18 1 No. ------

74. 6279.18 -- 1 No. ------

179

75. 6286.68 ------1 No.

76. 6479.68 1 No. ------

77. 6534.28 ------1 No.

78. 6580.68 -- 1 No. ------

79. 6804.18 1 No. ------

80. 6897.06 ------1 No. -- --

81. 6897.31 -- -- 1 No. ------

82. 7130 1 No. ------

83. 7519 1 No. ------

84. 7735 -- 1 No. ------

85. 7736 ------1 No.

86. 7805 1 No. ------

87. 7824 -- 1 No. ------

88. 8097 1 No. ------

89. 8386 1 No. ------

90. 8539 1 No. ------

91. 8764 1 No. ------

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

92. 8989 1No. ------

93. 9171 -- 1 No. ------

94. 9179 1No. ------

95. 9529 1No. ------

96. 9566 1No. ------

97. 9650 -- 1 No. ------

98. 9664 1No. ------

99. 9665 ------1 No.

100. 9710 -- 1 No. ------

101. 9919 1No. ------

102. 10245 1No. ------

103. 10246 ------1 No.

Total 41Nos. 14 Nos. 2 Nos. 2 Nos. 13 Nos. 31 Nos.

180

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

01. 151.92 1No. ------

02. 442.77 1No. ------

03. 735.92 -- 1 No. ------

04. 739.92 1No. ------

05. 938.42 1No. ------

06. 1047.22 -- 1 No. ------

07. 1053.22 1No. ------

08. 1058.52 -- 1 No. ------

09. 1346.58 ------1 No.

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

10. 1356.72 1 No. ------

11. 1403.55 ------1 No.

12. 1415.90 1 No. ------

13. 1609.29 1 No. ------

14. 1985.12 1 No. ------

15. 2390.71 1 No. ------

16. 2425.71 -- 1 No. ------

17. 2802.71 1 No. ------

18. 3086.10 1 No. ------

19. 3151.74 ------1 No.

20. 3152.55 ------1 No. -- --

21. 3153.55 -- -- 1 No. ------

22. 3154.54 ------1 No.

23. 3337.95 1 No. ------

24. 3678.78 -- 1 No. ------

25. 3744.82 1 No. ------

181 26. 4066.76 1 No. ------

27. 4228.72 ------1 No.

28. 4265.22 1 No. ------

29. 4420.72 1 No. ------

30. 4421.72 ------1 No.

31. 4514.22 ------1 No.

32. 4515.09 ------1 No. --

33. 4616.75 1 No. ------

34. 4624.25 -- 1 No. ------

35. 4856.53 1 No. ------

36. 4857.05 ------1 No.

Sr. Chainage Kinetic Scour Butterfly Disman- Expansion Manholes No. Air Valve Valve taling Joint Valve Joint

37. 5019.55 1No. ------

38. 5151.85 1No. ------

39. 5316.55 ------1 No.

40. 5317.05 1No. ------

41. 5447.75 1No. ------

42. 5734.85 1No. ------

43. 5822.35 ------1 No.

44. 5823.33 ------1 No. -- --

45. 5824.33 -- -- 1 No. ------

Total 24Nos. 6 Nos. 2 Nos. 2 Nos. 1 No. 10Nos.

182

PRINCIPAL FEATURES

B.P.T. (74000 Lit. Capacity)

1) Av. Ground level :- 33.50 M.

2) Bottom Slab R.L. :- 32.50 M.

3) F.S.L. :- 37.60 M.

4) Top Slab R.L. :- 38.80 M.

5) Diameter of B.P.T. :- 4.00 M.

6) Total Height of B.P.T. :- 6.10 M.

7) Free Board of B.P.T. :- 1.00 M.

8) Inlet R.L. :- 33.50 M.

9) Outlet R.L. :- 33.50 M.

10) Inlet pipe :- 1244 mm. dia. M.S. 10 mm. thick

11) Outlet pipe :- 1244 mm. dia. M.S. 10 mm. thick

12) Wash Water Valve :- C.I.D.F. 150 mm. dia.

280 ML /DAY CAPACITY W.T.P. & PURE WATER PUMPING STATION

1) 140 MLD Capacity Water Treatment Plant @ Temghar a) Stilling Chamber :

1) Detention Period :- 11 Sec.

2) Normal Flow :- 3.24 M3 /sec.

3) Size of Chamber :- 2.5 m x 2.5 m x 6.00 m.

4) Bottom Slab R.L. :- 11.10 M.

5) F.S.L. :- 17.10 M.

6) Top R.L. :- 17.40 M. b) Raw Water Channel & Venturi Flume :

183

1) Design Capacity :- 280 MLD

2) Size of Channel :- 2.5 m x 2.80 / 1.6 m (swd)

3) Length of channel :- 45 m

4) F.S.L. :- 17.00 / 15.80 m.

5) Over flow weir :- 3.50 m. c) Flash Mixer :

1) Design Capacity :- 280 MLD

2) Detention Period :- 30.73 Sec.

3) Inlet R.L. :- 10.50 M.

4) F.S.L. :- 15.50 M.

5) Diameter :- 5.25 M. with 5.00 M. (swd)

: 6) Bottom Slab R.L. - 10.50 M. : 7) Free Board - 0.30 M. : 8) Outlet Weir lip R.L. - 16.00 M. : 9) Side Water Depth - 5.00 M. d) Clariflocculator (70 MLD Capacity) : : 1) No. of unit - Four

2) Flow Rating :- 48.61 M3 / minute

3) Detention Period : i) Flocculator - 30.57 Minutes : ii) Clarifier - 2.68 hours : 4) Side Water Depth - 4.00 M. : 5) Free Board - 0.50 M.

184

6) Floor Slope :- 12 towards sludge collection pit

7) Diameter : i) Flocculator Zone - 21.75 M. : ii) Clarifier - 54.50 M.

8) Launder Size :- 1.00 m x 1.60 m : 9) F.S.L. - 14.90 m. : 10) Outlet weir lip - R.L. 14.80 m. : 11) Launder Bottom R.L. - 13.70 m.

12) Collecting system :- M.S. Weir 72 Nos.

13) Sludge draw off :- 350 mm. dia. pipe under hydrostatic pressure with telescopic valve 100 mm. dia. f) Settled Water Channel :

1) Design Capacity :- 280 MLD

2) Size of Channel :- 2.5 x 1.60 (swd)

3) Water Depth :- 1.60 m.

4) Bottom RL :- 12.40 m.

5) F.S.L. :- 14.00 m.

6) Length of Channel :- 82.00 m.

7) Walk way with both side railing :- 1.15 m. wide. g) Rapid Sand Gravity Filter :

1) No. of Unit :- 22 Nos.

2) Filter Bed Size :- 11.85 m x 7.6 m = 90.06 m2

3) Rate of Flow :- 520.84 M3 /hour (12.5 MLD)

4) Bottom R.L. :- 11.40 m.

185

5) F.S.L. :- 13.75 m.

6) S.W. Channel :- 1.00 m x 0.70 m.

7) Filter Media

Sand :- 0.7 m.

Gravel :- 2 mm. to 5 mm. - 0.07 m.

5 mm. to 12 mm. - 0.08 m.

12 mm. to 20 mm. - 0.10 m.

20 mm. to 40 mm. - 0.10 m.

40 mm. to 50 mm. - 0.10 m.

8) Water Req. Back Wash :- 52.686 m3/min.

(526860 lit) per bed (for 10 min.)

9) Filter inlet Gate :- 0.45 m x 0.45 m

Manifold :- 0.80 m x 0.80 m

Troughs :- 1.25 m x 0.45 m

10) Under drain system

Laterals :- 80 mm. dia. A.C. pipe

300 mm. c/c No. 36

Perforation :- 10 mm. dia. 190 mm. c/c

Filter Water Valves :- 450 mm. dia. B.F. valve

Fouress make 8 Nos.

11) Levels

Inlet channel RL :- 13.15 m.

Drain channel RL :- 10.65 m.

Side water trough RL :- 12.90 m.

186

Pipe Gallery RL :- 10.25 m. wide

Pure Water Channel

bottom RL :- 10.25 m.

Pure Water Channel FSL :- 11.45 m.

Filter House 1st floor level :- R.L. 14.25 m.

Filter House Top Slab R.L. :- 18.25 m.

12) Pure Water Channel Size :- 1.20 m x 1.20 m

13) Back Water Wash Pipe Line :- MS 650 mm dia. (10 mm. thick) B.F. Valve Fouress make 650 mm. dia.

14) Air Wash Pipe Line :- MS 219 mm. dia. (10 mm. thick) C.I.D.F. Sluice valves 200 mm. dia.

15) Drain Chamber :- 1.50 m. x 1.50 m. B.F. Valve Fouress make 700 mm. dia.

16) Wash Water Sump :- 5.00 m x 3.16 x 4.00 m (SWD)

Bottom RL - 7.45 m.

F.S.L. - 11.45 m.

Top R.L. - 12.00 m.

17) Wash Water Pump :- Kirloskar Make - 180 HP - 2 Nos.

18) Air Blower :- Kulkarni Engg. - 75 HP - 2 Nos.

19) Pure Water Channel :- 2.15 m x 2.20 m. h) Chemical House : Area - 1000 M2

1) Ground Floor :- 20.70 m x 21.00 m

a) Chemical Store :- 10.21 m x 21.00 m

b) Blower Room & Pump House :- 10.21 m x 13.37 m c) Sanitary Block :- 3.14 m x 3.30 m

187

2) First Floor :- 20.70 m x 21.00 m a) Alum Tank :- 8 Nos.

3.26 x 3.46 x 2.40 m size. b) T.C.L. Tank :- 2 Nos. c) Office :- 10.21 m x 6.59 m d) Laboratory :- 10.21 m x 9.96 m e) Sanitary Block :- 3.14 m x 3.30 m

3) Levels

Plinth RL :- 11.00 m

Lintel RL :- 13.50 m

1st Floor RL :- 15.50 m

Lintel RL :- 18.00 m

Roof RL :- 20.90 m

Alum tank bottom RL :- 17.00 m

4) Service Water Tank :- 100000 Lit

(6.65 m x 6.74 m x 2.20 m)

5) Chlorine Tonner Room :- (20.64 m x 10.25 m)

Area - 210.53 sqm.

Plinth R.L. - 11.00 m.

Top R.L. - 17.00 m.

6) TCL Tank @ Chlorine Room :- 3.345 m x 3.30 m x 1.60 m (2 Nos.)

7) Chlorine Defusing Tank :- For neutralization of leaking tonner.

188 8) Chlolrine Tonners :- 10 Nos. of 900 Kg. Each.

2) Sluice Gate -

Make :- Flowman India, Pune.

Clariflocceulator :- 900 mm x 900 mm - 4 Nos. :-

By Pass - Raw 1050 mm x 1400 mm - 2 Nos. :-

Water Filter bypass 1200 mm x 1200 mm - 2 Nos. :-

Flash Mixer 1050 mm x 1400 mm - 2 Nos.

3) Sump & Pump House -

1) Capacity :- 21.60 ML

2) Area

Sump (15.80 ML) :- 56.27 m x 56.91 m :-

C.C.T. (5.80 ML) 56.27 m x 23.25 m

3) Base Slab R.L.

i) Sump :- 6.10 m :-

ii) C.C.T. 6.80 m

4) F.S.L.

i) Sump :- 11.10 m :-

ii) C.C.T. 11.30 m

5) Top R.L.

i) Sump :- 12.15 m :-

ii) C.C.T. 12.40 m

189

Pump House -

Size :- 15.40 m x 39.20 m

Bottom RL :- 6.10 m

Sub Floor RL :- 12.80 m

Motor Floor :- 15.30 m

Gantry :- 20.80 m

Top Slab :- 23.75 m

Provision for pumps installation :- 13 Nos.

Truck (loading/unloading) bay :- 6.05 m x 15.17 m

Reciculation pumping station :-

ELECTRIFICATION AT TEMGHAR WTP

A) L.T. Panels

Sr. No. Description with Major Component Quantity Location

01. Main L.T. Panel 1 No. Gr. Floor Chemical

ACB 800A - 3 Nos. House

SFU 400A - 1 No. etc.

Voltmeter, Ammetre

02. Wash water pump panel 1 No. Gr. Floor Chemical

Star Delta Starters - 2 Nos.

For S.W. Pump

MCCB 400A - 1 No. Voltmeter

Ammeter

03. Clariflocculator Panels 2 Nos. At Clari. Bridge

190

DBI Starters - 6 Nos.

SFV 63A - 1 No.

04. Booster Pump Panel 1 No. At Chlorination

SFU 63a - 1 No. DOL Starters Room

2 Nos. Stardelta Starters - 2 Nos.

05. Flash Mixer Panel 1 No. At Flash Mixer

Stardelta Starter - 2 Nos. Room

SFU 63A

06. Alum Mix Panel 1 No. 1st Floor Chemical

DOL starters - 10 Nos. Room

07. Auto Transformer Starter Gr. Floor Chemical

House

For Wash Water Pump 180 HP 2 Nos.

For Air Blower Motor 80 HP 2 Nos

08. Vacuum Pump Panel 1 No. Gr. Floor Chemical

For Vacuum Pump - 7.5 HP

Star Delta Starters - 2 Nos.

B) Internal Electrification

Sr. No. Description Location Make

01. 1 x 40 W FL. TL. Chemical House Gr. Floor - 47 Nos. Crompton

2 x 40 W FL. TL. Chlorination Room - 21 Nos.

Filter House Gr. Floor - 14 Nos.

Filter House 1st Floor - 14 Nos.

Office/Lab. & Alum Mix - 48 Nos.

191

room

Pump House - 37 Nos.

Total - 181 Nos.

02. Ceiling Fan 56" Chemical House Gr. Floor - 16 Nos. Crompton

Chlorination Room - 4 Nos.

Filter House 1st Floor - 10 Nos.

Office/Lab. - 15 Nos.

Pump House - 2 Nos.

Total - 47 Nos.

03. Exhaust Fan 18" Chemical House Gr. Floor - 6 Nos. Crompton

Chlorination Room - 1 No.

Alum Mix room & Lab. - 4 Nos.

Pump House - 6 Nos.

Total - 17 Nos.

C) External Electrification

Sr. No. Description Location Qty. Make/Type

01. Street Light Street 36 Nos.

Poles 8.5 M

02. 250 W HPMV Street light poles 36 Nos. Crompton

fittings with lamp MSS –

1.125 m.

Lab 2925m

03. 250 W Flood light Filter bed Area - 4 Nos. 20 Nos. Crompton

Flocculator Area - 4 Nos. EMD

192

Chem. House Building - 4 Nos.

Flash Mix. Room Top - 6 Nos.

Pure Water Pump - 2 Nos.

House

04. Post Lantern Gate 4 Nos. Crompton

Fitting 80 W SP 11071

L/W1

05. Street light Clariflocculator 2 Nos. Crompton

Fitting 2 x 40 W bridge SEF 2411

L.T. Power Cables (AY FY) Polycab Make

Sr. No. Description Quantity

01. 3.5 C x 300 sq.mm. - 350 Mtrs.

02. 3 C x 300 sq.mm. - 80 Mtrs.

03. 3 C x 95 sq.mm. - 110 Mtrs.

04. 3.5 C x 50 sq.mm. - 170 Mtrs.

05. 4 C x 35 sq.mm. - 25 Mtrs.

06. 4 C x 25 sq.mm. - 250 Mtrs.

07. 3,5 C x 25 sq.mm. - 50 Mtrs.

08. 3 C x 16 sq.mm. - 370 Mtrs.

09. 3 C x 6 sq.mm. - 50 Mtrs.

10. 2 C x 6 sq.mm. - 2100 Mtrs.

11. 3 C x 4 sq.mm. - 900 Mtrs.

Seperate cable layout drawing can be had from the Engineer-incharge incase of fault finding.

193

UNITWISE LIST OF ELECTRICAL MOTORS GEAR BOXES &

PUMPS AT WTP TEMGHAR

Sr. Elec. Specification No. Location Specification Remarks

No. Motors

1 12.50 Make - Crompton 1 Flash For G. Box Model For Raw

H.P. RPM - 1440 Mixer - FV 5 S.No. Water

92817 Ratio 15:1 Foot Mounted

Framesize

- ND - 160 M

S.S. Shaft Dia - 50

NBXSCH 40

Sr. No. - ZCAM0697

2 5.00 At Site : 4 C L F Gear Box For Main

H.P. Make - Crompton Shanti Make Bridge

S. No. 1732 J/7A 2326

1732 J/7A 3455

3 3.00 At Site : 16 C L F Gear Box For

H.P. Make - Crompton Shanti Make Flocculator

Paddles

4 180 Ele. Motor SPDP 2 Chemical Pumps 2 No. For Back

H.P. Induction House for Make - Kirloskar Wash

Motor 415, 50 Hz Wash Bros. Kirloskar

3 Phase Water Wadi, Model No.

RPM - 750/8 pole MF50-50 Sr. No.

Make - Kirloskar 180-10-00001 &

Elect. 00002

Bangalore

Machine No. 20011002-01

& 02

Frame Size - SCX 355-X

194

Sr. Elec. Specification No. Location Specification Remarks

No. Motors

5 75 H.P. Make - Kulkarni 2 Chemical Blower Pumps - For Air

Engg. House 2 No. Wash

Asso. Sangli. Model S.No.

SPDP Motor Driven 0295

Twon Blower - 2510,

lobe air scour 2511

blowers, V FAD - 3200 M3/

belt

hr.

RPM - 1500 /4 pole

Pressure 0.40

Sr. No. 20010060- Kg/Cm2

01/02

6 7.50 Make - Vijay, Vapi 2 Chemical Pump - 2 Nos. Vacuum

H.P. RPM - 2880 House Model - WR-75 Pump

CFM - 75 S.No. 010402

010403

Discharge - 14

LPM

7 10.00 Make - Shakti 2 Chemical Pumps - 2 Nos. For IInd

H.P. Ichalkaranji House Model - SM1040 Pump - At

Make - Kirloskar (Under S.No. 103569 Site Subm

KDS 844 Ground 103570 e r s i b l e

Sump) Discharge 1600 pumps for

LPM service

Head 18.00 M over head tank.

8 7.5 S. No. AIC - 3300829 2 Chlorinato B o o s t e r

H.P. 3300831 r pumps for

Head - 40.00 M Room pre and

Discharge - 25.50 post M3/hr. chlolrination

system

195 Sr. Elec. Specification No. Location Specification Remarks

No. Motors

9 5.00 Make - Crompton 6 Alum & Gear Box For Alum

H.P. Framesize - ND-112 TCL Ratio 15:1 Solution

Sr. Nos. ZC 5204, Tanks Model : FV 3"

5208, Sr.No. 91408,

5200, 5207, 4034, 91822, 91823,

6072 93066, 9558,

9584 with S.S.

Shaft

Make - Shanti (Gear Box)

UNITWISE LIST OF VALVES AT TEMGHAR

Sr. Valve Size Make No. Location Specification Remarks No.

1. 125 mm. At Site 1 Flash Mixer At Site For Drainage dia. S.V.

2 350 mm. At Site 2 C L F (Both) At Site Drainage S.V. dia.

3 650 mm. Fouress Engg. 8 Filter gallery S.No. 7584 Butterfly valve dia. Bangalore Wash Water 266701 to with Line 7584-266708 dismantalling joints

4 450 mm. Fouress Engg. 8 Filter gallery S.No. 7584- Butterfly valve dia. Bangalore Filter Water 266601 to with Outlet 7584- 266608 dismantalling joints

5 700 mm. Fouress Engg. 8 Filter beds S.No. 7584- Butterfly valve dia. Bangalore 266801 to for Wash 7584-266808 Water Drains S.V. as per IS-

6 200 mm.dia. IVI Nashik 8 Filter Gallery At Site 780 on Air Line Butterfly valve

7 750 mm. Bharatmata 2 Chemical At Site for back wash dia. Kolkatta House on of filter wash water Dismantalling suction line joints for new

196 8 500 mm. ---do--- 2 Chemical At Site butterfly valve dia. House on wash water suction line

9 500 mm. Durga Engg. 2 Chemical S.No. S-01, S.V. dia. Co. Kolkatta House on S- Delivery line 02

10 500 mm. ---do--- 2 Chemical S.No. T-01, T- N.R.V. dia. House on 02 Delivery line

11 300 mm. At Site 1 Pure Water At Site For Drain S.V. dia. Sump (CCT) CCT

12 200 mm. At Site 1 Over Head At Site Outlet S.V. dia. Service Tank

EQUIPMENT AT WTP TEMGHAR

A) i) Open Channel Flow Recorder & Totaliser

Location :- Raw Water Channel

Make :- Mark Instruments & Systems (P) Ltd.

Model :- MIF-052 with flow sensor

ii) Flow Meter Indicator

Make :- Mark Instruments & Systems (P) Ltd.

Av. Flow :- 4166.67 m3/hr.

Max. Flow :- 11700 m3/hr.

(with 20% overloading)

B) Water Level Indicators

Make :- Mark Instruments & Systems (P) Ltd.

i) Level Indicator :- Mechanical 1 No.

Electronic 1 No.

Location :- Pure Water Sump

197

Range :- For 5.00 M Depth

ii) Level Indicator :- Mechanical 1 No.

Electronic 1 No.

Location :- Laboratory / Chemical House (For overhead service water tank)

Range :- For 3.00 M Depth

FOR R.O.F & L.O.H. FOR FILTER AT WTP TEMGHAR

I) Make :- Reliable Equipment, Kolkatta.

- Rate of Flow Indicator & Controllers - 8 Nos.

- Loss of Head Indicators - 8 Nos.

- Rate of Flow Range - 200 to 750 m3/hr.

- Indicators Range - 250 to 750 m3/hr.

- L.O.H. Indicator's Range - 2.00 M

II) Chlorination System (At Chlorinator Room)

Chlorinator - 1 No. for pre-chlorination

- 1 No. for pre-chlorination Standby

- 1 No. for post-chlorination

- 1 No. for post-chlorination Standby

Make - Industrial Devices (P) Ltd., New Delhi.

Model - VF 25

Capacity - 25 Kgs.

198

UNITWISE LIST OF GATES AT WTP TEMGHAR

Sr. Make Size No. Location Remarks No.

1. Flowman 1050 x 1400 mm 2 Nos. Flash Mixer Inlet Gates India

2. --- do --- 1200 x 1200 mm 2 Nos. --- do --- By Pass

3. --- do --- 900 x 900 mm 4 Nos. --- do --- CLF Control Gates

4. --- do --- 450 x 450 mm 8 Nos. Filter Beds Inlet Gates

5. --- do --- 1050 x 1400 mm 2 Nos. Filters Filter Bypass Gates

6. --- do --- 1200 x 1200 mm 2 Nos. Pure Water For CCT Drain Sump

199

OTHER EQUIPMENTS/MACHINERY AT CHEMICAL HOUSE/CHLORINE ROOM

TONNER ROOM

A) Chlorine Tonners : 10 Nos.

Capacity : 900 Kgs.

Make : "Meenakshi" Asso. (P). Ltd. New Delhi.

Sr. Nos. : PCB - 004 / 152

PCB - 004 / 146

PCB - 004 / 144

PCB - 004 / 129

PCB - 004 / 151

PCB - 004 / 142

PCB - 004 / 153

PCB - 004 / 139

PCB - 004 / 134

PCB - 004 / 140

B) EOT Gantry Crane

Location : Chlorine Tonner Room

Make : Excel Engineering & Contractors, Pune.

Capacity : 3.00 M.t.

C) Monorail : For Alum Lifting

Location : Alum Godown at Tanks

Capacity : 1.00 M.T.

Make : Excel Engineering & Contractors, Pune.

200

D) Chemical House

i) Constant Head Tank : 1 No.

E) Telescopic Sludge Device

Quantity : 2 Nos.

Location : C.L.F.

Make : V.Y. Jawdekar & Const. Co. (P). Ltd., Pune.

LIST OF GLASS WARE FOR LABORATORY

Sr.No. Particulars Size Qty.in Nos.

1 Stainless steel tongs 200 mm 2

2 Crucible silica with lid 25 ml 10

3 Test tube 15 x 125 mm 12

18 x 150 mm 4

4 Volumetric pipe 1 ml 5

2 ml 5

5 ml 4

10 ml 10

20 ml 5

5 Measuring flasks 200 ml 2

250 ml 2

500 ml 3

1000 ml 2

6 Beakers 250 ml 1

1000 ml 0

7 Funnels 75 mm 0

15 mm 2

8 Weighing bottles 15 ml x 24 x 60 2

9 Wash Bottles (plastic) 1000 cc 1

10 Burettes 25 cc 6

11 Reagent Bottles 125 ml 5

250 ml 4

500 ml 9

201

12 Conical flasks 250 ml 20

13 Procelein crucible 25 cc 17

14 Measuring Cylinders 100 ml 1

250 ml 4

Sr.No. Particulars Size Qty.in Nos.

500 ml 5

15 Distillation Flasks 1000 cc 6

16 Rubber corks 3

17 Pipette stand for 6 4

18 Test tube stand for 6 12

19 Cylinder 1000 cc 2

20 D.O.Bottle 300 ml 4

21 Glass Rod 2

22 Crucible Silica with lid 10

23 Petridish with lid 6

24 Plastic Jars 9

Note :-

1) Any damages to above mentioned Glass wares shall be borne by the contractor.

2) Contractor shall provide without any extra cost 300 lit. capacity (LG/Videcon/ Godrej) Refrigerator for the Lab. & same shall be property of TMC after the end of contract period.

LIST OF FURNITURES AT W.T.P.

FURNITURES : 1.Office Tables (Godrej make) :- 1 No. 1.Godrej Large size cupboard (Almari) :- 2 Nos.

3.Godrej Book Case :- 2 Nos. 4.Godrej clock room lockers

Containing 18 Lockers :- 1 No. 5.Chairs (Godrej make) :- 5 Bis.

202

6.Laboratory Table Wooden 0.75x2.45 :- 1No. 1.5x0.79 :- 2 Nos.

1.6x0.8 :- 2 Nos. 7. Wooden Table 3.8 x 0.8 :- 2 Nos.

1.5 x 0.8 :- 2 Nos. 8. Notice Board : :- 1 No.

(White Write & Rebmagnetic Bulletin Board Size (60” x 48”)

Note :-

1) Contractor shall provide 25 No. of Good Qaulity Plastic Chairs (Neelkamal) for office/lab/pump house etc. without any extra cost & shall be property of TMC after the end of contract period.

2) Contractor shall provide without any extra cost with AMC branded computer with H.P. Deskjet laser colour printer with pentium 4(P-4) Processor inside TFT tube monitor & latest configuration computer must be provided with internet & fax modern. Detailed requiremnt will be given later.

PURE WATER PUMPING STATION As per old scheme As per New scheme under Jnnurm a) V.T. Pumps : Make : Jyoti Mather & Plott Type : 750 T 20 VMF Qty. : 4 Nos. 4 Nos Discharge : 591 LPS 591 LPS Head : 79.2 M 79 M Speed : 965 rpm 986 RPM Frequency : 49 Hz. 50 Hz No.Stages : 2 2 Efficiency : 89% 89% Sr.No. : 26183 81208403/20/1 26184 81208403/20/2 26185 81208403/20/3 26186 81208403/20/4 Shut off head : 93.4 M 93 m

203 Thrust bearing No.: 29426 E 29324 E Column Pipe : 600MM 600MM Impeller Bronze Bronze Line Shaft S.S. SS. b) Sluice Valve 600 mm. dia : Sluice Valve / Butterfly valve Make : I.V.C. I.V.C. Size : 600 mm 600 mm PN rating : 1.6 1.6 Gear : S pur gear S pur gear Qty. : 4 Nos. 8 Nos. Sr.No. : 5026 8005001 : 5027 80030066 8003067 8003068

: 5028 8003062 : 6005 8003063 8003064 8003065 Make : AUMA Tupe : Semipact A G motar No.of turns : 244 Make Marsh Engg. KW : 2.2 Type-M1/90/E Volt : 415 Sr.No. M0781068 RPM : 2800 M0781069 Current : 4.6A M0781070 Reduction Gear : 355.1 M0781071 Qty. : 4 Nos. Sr.No. : 68991356-1 : 68991356-2 : 68991356-3 : 68991356-4 Sluice Valve 200 mm. dia : Make : IVC Size : 200mm PN rating : 1.6

204 Sr.No. : 3128 C) Reflux Valve Make : IVC IVC Size : 600mm 600 mm dia. P.N.rating : 1.6 1.6 Qty. : 8 Nos Sr.No. : 5021 : 5022

: 6001 : 6002

Zero Velocity Valve (1200 mm.dia):

Make : Delta Systems Size : 1200 mm P.N. Rating : 1.6 Type : M.S.Fabricated Qty. : 2 Nos. Sr.No. : 89 J 90J d) Butterfly Valve Make : IVC Size : 600mm Rating : PN 1.6 Qty. : 8Nos Sr.No. : 8013 9012 9005

9014 e) Air valve with Sluice Valve:

Make : Mayur Size : 200mm. Rating : PN 1.6 Sr.No. : A2K06073 A2KO674 f) Pipe Work: Material : M.S.2062 MS 2062

205 Delivery Pipe : 600, dia. 14 mm thick 600 mm dia 144 mm thick. Manifold commoon delivery pipe : 2000mm dia. 14mm thick 2000mm dia.14mm thk. Scour pipe : 200mm. dia.6mm.thick

g) Dismantalling Joints: Size : 600mm. 600 mm Type : M.S. Fabricated M.S. Fabricated Qty. : 4 Nos. 4 Nos.

h) E.O.T. Crane

Make : Power lift

Capacity : 10 tonne

Span : 10.7 mtr.

Travel : 40M.

Main girder : 600 x 210

Travel Girder : 450 x 150 for 4.8 span

: 500 xx 180 for 5.94 span

Hoest Motor : 10HP

C.T.Motor : 1.5 HP

L.T. Motor : 3 HP – 2 Nos.

Sr.No. : 1391

i) H.T. Substation Pole : 6 Nps. 170x 95 A.B. Switch : Make – Atlas D.O. Fuse : Make – Atlas Lightening Arrester : Make – Elpro Frenching : Frame 2450mm x 1200 mm with 50 x 25 mesh erected on angle 50 x 50 x 6 mm. Gate : 3m X 1.856 m-3 Nos. 1 M x 1.85 M – 1No. Substation : 30 M x 20 M at RL 9.80 M V.C.B.Room : 16 M x 8 x 3.5 M with R.C.C. structure and slab. Alluminium window, grill, doors, MSEB Room, Electrification etc.

206 4 Nos. Exhaust Fan

Substation lighting : 4 Nos. 250 W HPMV on poles with cable and timer arrangement J) 22 KV VCB Panel (Indoor) -5 Nos: 22 KV VCB Panel (Indoor) -5 Nos: Incomer -1 No. For new scheme 1 No Make : Siemens Jyoti Ltd. Capacity : 22 KV 1250A 22Kv, 800A Current : 630A 800A CT Ratio : 100/5A 200/5A PT Ratio : 22Kv/3.3kv/110v 22kv/3.3.kv/110V with CDG61, PQB.VAGM with CDG61, PQB.VAGM 22 relays and accessories 22 relays and accessories Outgoing to 3000 KVA Transformer - 2 Nos 2 No CT Ratio : 100/5 100/5A with CDG61 and PQB trip relay : with CDG61.Relay Outgoing to 500 KVA Transformer : 2 Nos 2 Nos CT Ratio : 20/5 150/5A with CDG61 and PQB trip relay with CDG 61 relay k) Power Transformer For old Schme For New scheme 22 KV.3.3 kv.3000 KVA 22Kv 13.3kv,3000 KVA Make : Alstom Kirloskar Impedance : 6.025 5.76 Rate Kv HV : 22 22 LV : 3.3 3.3 Rated Amp HV : 78.7 78.7A LV. : 524.9 . 524.87A Total weight : 7900 kg 8900 kg Oil : 1900 Lit 2600 Lit Tappinghs. : +5% to 15% +5% to 15% in step 1.25% insteps 1.25% 5%to

On load tap changer with automatic voltage regulation. Remote tap changing arrangement.

207 NGR : Makes : SR Narkhede Makes : SR Narkhede Engg. Ltd., Pune Engg. Ltd., Pune Resistance : 3.63 Ohm 3.63 Ohm Relasy : Rated current 525 Amp. 525 Amp. Marshalling box, Temp. gauge & buchohlx relay provided. Sr.No. : D - 2605 OTPQF0051/1 D - 2605 OTPQF0051/2

22 KV/433 V 750 KVA Make : Vivekanand. Trans Delta Voltage HV : 2200 V 2200 V LV : 433 V 433 V Current HV : 13.12 A 19.68 A LV : 667 A. 1000.06 A Tapping : (-)7.5%to+2.5% (-)7.5%to+2.5% insteps 2.5% insteps 2.5% Impedaance : 4.36 3.31 Total weight : 2100 kg. 3100kg Oil : 620 Lit. 730 Lit Sr.No. : 5002/46 D.T. 1801 5002/47 & DT 1802

l) Relay metering panel Make : Siecmen BMC Enterprise (Popular switchgear Nashik) Qty. : 1 No. for Incommer 1 No. for incommer 2 Nos for 22 KV breaker 2 Nos for 22 KV (3000 KVA) Breaker (3000 KVA)

Relay : CDG 61, ABB. Alsthom CGD 61 master trip Annuiciator – proton Scanner - Ambetronics Voltmeter Ammetor, Indicator, TNC switch etc. complete control wiring. Sr.No. : 273/1 SBM/TMC/BME/01/08

208 m) 3.3. KV switchgear panel Make : Alstom Joyti Ltd. Panel : Incoming feeder – 2 Nos. 2 No. Motor Feeder – 5 Nos 5 No. Bus Coupler – 1 No. 1 No. Dumy panel – 1 No 1 No. Incoming Panel : Breaker 630 A with VAJH 13 relay CDG 61, VAG M22, scanner PF voltmenter Ammeter, Push Button etc. Bus coupler Panel : Breaker with TNC Switch and Lamps. Motor Feeder Panel : Vacuum contactor 400A. With CTMFM, VAGM VAJH relay, Ammunciator, Ammeter power analyser P.B. indicating lamps Mechanical interlock provided. n) 415 V LT Panel Make : BM Entp. MCCB : 2 No. 800 A Busbar : 1000 Amp. TPN Starter : 9 No. FaAct Switches : Breaker 3 No. main MCCB 800 A – 2 No.

250 A – 10 No.

125 A – 1 No

400 a – 1 No.

63 A – 2 No.

32 A – 12 No.

25 A – 4 No.

Voltmeter APF

Meter – 2 No. Ammeter – 4 No. Indicating lamps push button

209 o) 3.3 KV V.S.S. Motor Make : Jyoti Insulation & Narashore :F Type : SPDP (CUD-450) Rs.Bering : KW : 660 KW (900HP) DE : NU324 NU324 Current : 145 Ampt.146A. NDE : 7322 BEM NDE QJ320 Speed : 985 rpm Qty. : 4 Nos 4 Nos. No load amp : 52 Sr.No. : 132230 Up182070/1 Total weight : 3450Kg/4500 kg. : 132266 Up182070/2 : 132267 Up182070/3 : 132268 Up182070/4 p) Capacitor H.T. Capacitor Make : Kalp sales Electricals Qty : 4Nos / 4 No. & B.M. Enterprises KVAR : 270 KVAR Sr.No.:207F-73 to 80 BME/TMC 5 MB/07 to 10 (1100 KVAR x 2Nos.) 208F-65 to 72 (35 KvAR x 2No + 60 KVARX 1 No. + 30 kv AR 1 No.

Fuses : 45 Amp. and 16 Amp /63 A Voltage : 3.3 KV current : 47.24 Amp

H.T. breaker panel for Capacitor Bank Make : Alsthom Make – BM Enterprises Amp. : 400A. 400 A.

CT Ratio : 75/5A 75 / 5 + 5A Details : CDG31,VAG 11, VAJH 13 CDG 31 with Ammeter relay with ammeter PB.1 lamps Sr.No. : 45 5691,UP-1 to UP-4 BMC/TMC/SBM/02 to 05 L.T.Capacitor Panel Make : ABAK Electrofab B.M. Enterprises KVAR : 1000 KVAR 100 KVAR (20KVAR x 5 Nos) (20KVAR x 5 Nos) Contactor : MN 32 with ON OFF MP x 21, 63A fuge push button 50A Fuse

210 CT : 200/5A 200 / 5A Sr. No. : 528 BMC/TMC/SBM/011/08

q) Cables

From 22KV substation GOD to : 3 core, 300 sq.mm allum kiost To 22 KV incomer panel polycab make

From 22 KV panel to 3000 KV : 3 Core, 70sq.mm allum Transformer & 500 KVA transformer polycable make

3000 KVA transformer 3.3 KV : 6.6 KV,3 core, 300 sq.mm cable

side to 3.3 KV VCB Panel 3 run per phase polycab make

750 KVA transformer to LT panel : 1.1 KV single core, 400 sq.mm

3 run per phase + 2 run per neutral Polycab make.

3.3KV VCB Panel to Motor : 6.6 KV, 3 core- 150 sq.mm allum cable polycab make.

3.3KV VCB Panel to H.T. capacitor : 3 core, 150sq.mm cable polycable make.

211

L.T. Panel to VCB room : 1.1 KV. 3.5 core. 25 sq.mm cable Polycab make

L.T. Panel to Actuator, 3.3 KV : 1.1 KV.3 core 10sq.mm allum panel motor space heater ventilation cable,polycab make r) Termination kit Make : Raychem For 22 KV and 3.3 KV voltage only.

s) Ventialtion to pump house.

Ex.Gan - Intake 450 mm dia 1400 rpm- 10 Nos Outlet 450 mm dia 900 rpm- 14 Nos Make – Crompoton.

t) Earthing

Substation : 28 Nos + 2 Nos. 3.3 KV system : 6 Nos + 8 Nos. 415 V System : 4 Nos Kiosk : 10 Nos. 22 kv Paner : 4 Nos. Transformers & NGR : 13 Nos. Fencing : 2 No.

212

213

Signature of Contractor No. of Corrections City Engineer T.M.C., Thane

214

215

216

217

(D) CATEGORYWISE REQUIREMENT OF STAFF AND THEIR DUTIES :-

All operation & maintenance of Raw Water pumping station, pure water pumping station & treatment plant along with pipe line & meter rooms to be carried out by agency with required no. of staff of various categories as detailed in Annexure – I A (LABOUR DETAILS). At present TMC has deployed some employees in Annexure – I A. TMC will not make the payment of these employees to the contractor. The procedure to deploy some more employees in Annexure – I A is under process. The salary of these employees is to be paid by the contractor as his own employees. This payment will be reimbursed to the contractor at an actual plus taxes along with overheads after report to Engg-in-charge. As per the requirement of the plant the Engineer-in-charge will have the authority to increase or decrease the employees of the contractor. In accordance with this the TMC will make payment of the workers to the contractor. If they get absorbed in TMC even during the contract, there after their services will be governed by TMC rules, though they work under contractor & contractor has to report to Engg-in-charge regarding their performance besides there is an additional requirement generated due to augmentation of existing scheme for which some category of staff at some places is deployed as mentioned in Annexure – I A (LABOUR DETAILS). However contractor has to ensure the sufficiency of category wise requirement of staff & employ the additional staff accordingly with permission of the Engg-in-charge in order to have smooth running of plant. The contractor may have his own arrangement of additional staff, in order to facilitate proper and round O'clock working of the installations of the W.S. schemes components.

The duties to be done by the staff of respective categories in each shift is narrated as below :-

I) GENERAL :-

SENIOR RESIDENT ENGINEER

The Senior Resident Engineer shall be responsible for all activities happening in water treatment plant during 24 hours. He shall have over all control over the process of water lifting treatment & supply by quality and quantity. He shall have close co-ordination with Deputy Engineer (M), Sectional Engineer-incharge, Contractor and all working staff in plant. The probable position of incoming raw

218 water in plant shall be collected by knowing weir level at raw water pump house at Pise. The information regarding availability of power supply i.e. frequency voltage etc. shall be collected from MAHATRANCO EHV sub-station in premises of Temghar water treatment plant as well as at Padgha, Bhiwandi.

The Resident Engineer must remain present in the plant before 1 hour and after one hour during every shift change. He should mark the presenty of worker during shift and arrange the substitute in the place of absent workers as and when required. He shall communicate the collective information of absent staff and substitute arrangement to T.M.C.’s Engineer on very next day. In any case no post shall be keep vacant. Further the electricians shall not perform any duty for continuously more than 8 hours. Normally the routine repair and maintenance works are to be done in general shift. Hence Sr. Resident Engineer shall remain present at the start of shift & arrange the work in the general shift as directed by Engineer-incharge and as per the maintenance Schedule. He shall inform the Engineer-incharge regarding completion of work assigned during general shifts. In case if any person of above category doesn't attend the plant during his shift duty, the resident Engineer shall have to arrange the person, in the respective shift, of the same category.

During the weekly off of Senior Resident Engineer, the Asst. Resident Engineer (Elect.) shall bear all the responsbility of Sr. Residents Engineer, at Pise headworks as well as Temghar. In any case the weekly offs shall not coinside with each others.

Senior Resident Engineer should supervise all the maintenance / repair work in plant and keep notings in the register from time to time either he or Asst. Resident Elect. Engg. shall remain opresent during recording or meter readings by power utility M/s Torrent Power The necessary spare parts & luminaries required for repair work will be made available from department after demanding in writing well in advance from Engineer-in-charge. The weekly account of spares used and balance shall be given to the engineer-incharge, one every monday.

The fluctuation of voltage, frequency, shall be maintained time to time in co- ordination with power utility M/s Torrent Power The electrical fault in substation must be attended urgently in order to minimise the hampering of water supply. The event shall be communicated to Engineer-in-charge immediately at any time in day bY means of wireless, Mobile phone, Telephone, by sending messenger using Jeep or two wheeler under this contract or by any available means. The necessary premission of power utility M/s Torrent Power in case of emergency situation shall be saught immediately. The daily diary, in prescribed proforma, shall be fill up completely after 6.00 a.m. in the concluding day and shall be handed over immediately to the Engineer-

219 in-charge. During any breakdown shutdown or maintenance works the Asst. Res. Engr. (Elect) shall remain present & at site and he will be the fully responsible for the work.As mentioned in Co-ordination the Mobile Telephones provided for Sr. Resident Engineerf & two Asst. Resident Engr. (Elec.) shall be under control of Senior Resident Engineer & shall be made available at site during the emergencies, breakdown, shutdowns.

Senior Resident Engineer will be responsible for observing Routine & Preventive maintenance schedules givben Annexure IV and should submit subsequently the reports in prescribed format to Engineer-in-charge.

II) At Pise Head works & Raw Water Pumping Station :- a) Assistant Resident Engineer (Electrical)

Assistant Resident Engineer (Elec.) shall have over all control on different activities like operation of pumping machinaries and allied electrical & mechanical equipments, co-ordination, cleaning sweeping & gardening etc. and daily record keeping. He shall fix up the duties of all pump operators and helpers,and arrange for relieving duty of resident Electrician cum pump operator. He shall daily take the position of wier level. He shall have close co-ordination with power utility M/s Torrent Power offices, at Padghe, & Bhiwandi for proper & uninterrupted power supply. He shall inform the total hours of pumping done in 24 hours, power failures or any other brake down period,weir level, inlet level power factor to Engineer-In-Charge and at Temghgar Water works. He shall keep the record of daily power factor in prescribed format and submit weekly P.F. report to Engineer-In-Charge.The register in prescribed form for receipt & issue of material shall be maintenance work being done time to time shall be noted down in a separate register. The register for recording incoming and outgoing telephone calls shall be checked up by Assistant Resident Engineer (Elec.) and he shall daily sign in token of acceptance.

He shall observe the maintenance schedule. The transformer oil level at Pise & Temghar shall be checked once in a week & shall be top up if necessary. The transformer oil sarplus shall be taken uo & checked up regularyl as per schedule given. At the time of fault in sub station he should remain present & he will be respoonsible for maintainging P.F. at Pise & Temghar.

He shall work in General shift from 9.00 hrs to 17.00 hrs however he shall be present for every shift change and emergency work as and when arised, He shall take one weekly off,excluding Saturday Sunday and Government holidays in consultation with Engineer-In-Charge & Senior Resident Engineer. He shall observe the maintenance schedule. The transformer oil levels, at pise & Temghar, shall be checked once in a week & shall be top up if necessary, The transformer oil

220 samples shall be taken up & checked up regularly as per schedule given. At the time of fault in substation be should remain present & he will be responsible for maintaing P.f at pise & Temghar.

He should necessarily possess a valid electrical supervisors license and shall necessarily remain present during electrical faults/breakdown, at the time of readings by power utility M/s Torrent Power & during Electrical Inspector's visits, even though it fall on his weekly off. The weekly off can these suitably adjusted in exchange.

b) Electrician cum pump operator (skilled) :-

Electrician shall be working as a pump operator.He shall operate pumping machinaries, along with their panel board, starter, transformers, GODS, DO'S VCBS, Valves, Compressor,air vessels, crane etc. The pumps shall be operated with close delivery with sluice valve. The valve shall be got operated with actuator & during its non working with the help of helpers. The capacitors shall be taken in circuits as and when required and maintain the power factor. The circuit of capacitor shall be checked regularly. The electrical connections shall be checked regularly and make tight. The electrical contacts shall be clamped regularly. The electrical fault shall be traced out and rectified from electrical circuits. During the power failure he shall immediately report to Asst. Resi Engineer (Ele) Sr. Resi Engineer & communicate with power utility & do necessary follow up in reinstaining of power supply. During break down / shutdown it is his responsibility to carry out the works carefully with help of helpers.

The readings of current of all running motors, voltage, P.F.meter, wier level, inlet level, pressure gauge reading & flow meter readings shall be taken hourly and noted in logbook supplied by department in prescribed form.It is the responsibility of operator to record the data in correct manner and also to inform the happenings during his shift. The operator shall not be relieved from his shift unless the operator from the next shift attends the pumphouse with written instructions on the log book regarding happening of the events in his shift with noting of the operator in the next shift recording the events read & noted. The operator’s job is changeable & he has to work any where at Pise/Temghar Pumping Stations or Temghar WTP as per directions of Engg-in.charge. c) Helpers (unskilled) :-

Helpers in pump house shall work in shift. He shall assist the pump operator for operation of sluice valves, and other maintenance work as per instructions of Assistant Resident Engineer (Elec.). He shall daily clean the Pannel boards, motors, valves, piping etc.

221 d) Fitter (Semi skilled):-

Fitter is expected to be remain present at pump house and in a general shift. The work of dismantling and re erection of pump motor set, valves, replacing/checknut spindle of sluice valves, leakages through valve & (pump glands dismantling and erection of EOT crane etc. comes under scope of work assigned for fitter.

Fitter shall work directly under joint control of Senior Resident Engineer/Asst. Resident Engineer (Elec.) and Engg-in charge and follow the instructions, of both. In case of disputes the instructions given by the Engg-incharge are final and binding. e) Sweeper Cum Gardner (unskilled) :-

A Sweeper shall work under joint control of resident engineer & Engineer-In- Charge. The sweeper is expected to carryout cleaning, sweeping and washing of toilets, all floors of pump house and sump, walls, ceilings of sump as well as pump hpuse and staircases. All the operating/non operating floors shall be cleaned and washed daily.The sweeping of approach roads shall be carried out daily.

In any case sweeper shall not be assigned any other duties than cleaning, sweeping, washing and gardening.

The dusting of pumping machinery panels, starters and valves is expected to be done by pump house helpers and not by the sweeper.

The small garden & plantation is maintained around the pump house. It is responsibility of the sweeper to maintain the garden by watering the plants, removing unwanted vegetations, mawing of the lawn & other such necessary activities suitable for garden & plantation.

III) Temghar Pure water pumping station:-

a) Electrician cum pump operator (skilled) :-

Electrician shall be working as a pump operator.He shall operate pumping machinaries, along with their panel board, starter, transformers, GODS, DO'S VCBS, Valves, Compressor,air vessels, crane etc. The pumps shall be operated with close delivery with sluice valve. The valve shall be got operated with actuator & during its non working with the help of helpers. The capacitors shall be taken in circuits as and when required and maintain the power factor. The circuit of capacitor shall be checked regularly. The electrical connections shall be checked regularly and make tight. The electrical contacts shall be clamped regularly. The

222 electrical fault shall be traced out and rectified from electrical circuits. During the power failure he shall immediately report to Asst. Resi Engineer (Ele) Sr. Resi Engineer & communicate with power utility & do necessary follow up in reinstaining of power supply. During break down / shutdown it is his responsibility carry out the works carefully with help of helpers.

The readings of current of all running motors, voltage, P.F.meter, wier level, inlet level, pressure gauge reading & flow meter readings shall be taken hourly and noted in logbook supplied by department in prescribed form.It is the responsibility of operator to record the data in correct manner and also to inform the happenings during his shift. The operator shall not be relieved from his shift unless the operator from the next shift attends of the pumphouse with written instructions on the log book regarding happening the events in his shift with noting of the operator in the next shift recording the events read & noted. The operator’s job is changeable & he has to work any where at Pise/Temghar Pumping Stations or Temghar WTP as per directions of Engg-in.charge. b) Fitter (Semi skilled):-

Fitter is expected to be remain present at pump house and in a general shift. The work of dismantling and re erection of pump motor set, valves, replacing/checknut spindle of sluice valves, leakages through valve & (pump glands dismantling and erection of EOT crane etc. comes under scope of work assigned for fitter.

Fitter shall work directly under joint control of Senior Resident Engineer/Asst. Resident Engineer (Elec.) and Engg-in charge and follow the instructions, of both. In case of disputes the instructions given by the Engg-incharge are final and binding. c) Helpers (unskilled) :-

Helpers in pump house shall work in shift. He shall assist the pump operator for operation of sluice valves, and other maintenance work as per instructions of Assistant Resident Engineer (Elec.). He shall daily clean the Pannel boards, motors, valves, piping etc. d) Substation Helpers (unskilled) :-

There are two substations at Temghar. Hence the substation helper should always stay at substation no.2 (new substation) & record hourly readings of panel boards. Besides it is his duty to make hourly visits inside the substation for any unfamiliar noise in connection, transformers, daily observe the oil level in transformers & bring to the notice of pump operator Ass. Engg immediately.

223 IV) For Pipe line maintenance from Pise up to Temghar :- a) Civil Mestri (skilled) :-

Civil Mestri shall have sufficient knowledge of pipe line mainttenance, making concrete works etc, and shall have a caliber essentially above the fitter's grade. He shall have valid license to drive a two wheeler. He is supposed to make daily round from Pise head works upto BPT and from BPT up to Temghar from Temghar to MBR & MBR upto Majiwade Junction, making enroute proper checks on accessories on pipe line for leakages, tempering etc. He shall be held responsible for any leakages and wastage on pipe line. He shall be able to command & get done the routine & preventive maintenance works from pipeline fitters & helpers. He shall work under joint control of Sr.Resident Engineer & Engineer-In-Charge. However incase of disputes the instructions given by the Engineer-incharge are final and binding. b) Pipe line fitter (semi skilled) :-

He shall posses a good knowledge of making all sorts of pipe/flange joints.It is his responsibility to move with Civil Mestri or his own and attend the minor leakages if any. He shall make arrangement to carry necessary tools along with him for leakage rectification.He shall get the job done with the help of pipe line helpers. The routine & preventive maintenance like greasing etc. is totally his responsibility. c) Pipe Line Helpers (un skilled) :-

Watch & ward from the point of Security, damages or leakages & reporting the same to the Maistri or Fitter is his responsibility. Of the total length equal part shall be allotted to each helpers & their section of watch shall be interchangable during each fortnight.Any irregularity if observed shall be immediately brought to the notice of Civil Maistri/Fitter & they shall work as per requirements of Civil Maistri / Fitter.

V) Water Treatment Plant & Pure Water Pumping Station at Temghar

:-a) Assistant Resident Engineer (Civil)

He shall work under dual control of Sr. Resident Engineer and Engineer-In- Charge. He shall have over all control on proper functioning of all equipments in the WTP.He shall assist to plan daily and periodic manitenance of all structures including clearing and get it done as per schedules. He shall be responsible for general up keep & housekeeping at Pise, Temghar & MBR & Meter rooms along with pipeline & BPT.

He shall take one weekly off excluding Saturday, Sunday & Govt. Holiday & not coinsiding with Sr. Resident Engineer or Asst. Resi. Engr (Elec)

224

b) Chemist

The duties of chemist are as follows. The Chemist will be fully responsible for the quality of treated water. He should do the tesitng of raw, settled, filtered and reservoir water for physical, chemical, bacteriological analysis and investigations as per given schedule or directives. The fixing of dose of chemicals used for treating the water, tests for fixing the doses, their consumption, recording the results of the same will be done by the chemist. He will also maintain the account for all these chemicals in consultation with the filter operators and Sr. Resident Engineer. Studies of application of various new coagulant aids or new chemicals in portable water treatment may frequently carried out in the plant. The chemists shall assist in tesing, carryig out performance tests and recording the data of the same. He shall be under dual control of Engineer-in-charge and Sr. Residents Engineer and shall follow the instrucitons given by either or both of them. However in case of disputes the instructions given by the Engineer-incharge will be final and binding.

The chemist shall be resonsible for making proper coordination with raw & Pure water pumping stations & M.B.R. in addition to W.T.P. activities. He shall record the daily data in the prescribed proforma & also enter the data into the computer provided. The chemist shall have fair knowledge of computer operations, the operating system & standard packages like Windows, M.S.office etc. If not he shall get himself aquainted within three months time otherwise his services will be terminated. The charges for training existing plant personal are supposed to be borned by the person or the Tenderer & will not be boned by T.M.C.

c) Lab Assistant (unskilled) :-

He shall be assisting the chemist for collection of samples, taking samples to various laboratories & collecting reports & handing over them to chemist & T.M.C. officers. Besides he shall work under chemist & will be responsible for keeping / filing reports. He will work in General shift & will have weekly off on every Sunday.

d) Plant Supervisor (skilled) :-

The supervisor shall manage the handling of chemicals from store to stock tanks, cleaning & sweeping of office building & structures, premises, toilets etc. & maintaining the garden & plantation around the plant.

The Supervisor shall daily distribute the work to his staff an shall supervise the same. He shall keep all the material and tools and plants, supplied by the contractor in his custody. The gardening includes maintainance of lawns, decorative plants, providing fertilizeer insecticides, taking out an wanted vegetations from the lawn, and around the plants, watering of the plants, plantation of new plants supplied by

225 department and any other miscllenious works directed by the Engineer-in- Charge. He shall get the above works done with the help of the helpers provided for gardening. He shall inform the Sr. Resident Engineer/Engg-in-charge in advance about the requirement of material for gadening like, pickaxes, spades, koytas, villaas, plant cutting scissors, sprays etc. No work shall hamper for want of material or due to sharpening of the edges of tool and plants. The same shall be brought to the notice of the Sr. Resident Engineer by the supervisor and the work shall be got doen through Sr. Resident Engineer.

He shall observe overall cleaning, of the plant which includes washing & sweeping of the floors, walls, ceilings of the structures, cleaning of the railings, removing unwanted vegetation of the roads and road edges, cleaning all the windows, door glass panels. He shall also observe removing all unwanted vegetations upto 3 mtrs aroung all important structures and all roads. The cleaning also includes cleaning of toilest in plant, premises. He shall inform in advance about the requirement of clening material such as washing powders, brooms, phynil, odonils, bamboos, dusters, cane buckets for collected dried leaves etc. No work shall hamper for requirement of material, tools or any other accessories.

The alum cakes & coagulant aid carbuoys are kept at the godown at the ground floor & chemical house. A lifting anangement is provided with monorial & trolly from alum stock tank floor to the godown. The Supervisor shall arrange the helpers, in required nos for loading unloading & alum & coagulant aid from godowns to struck tank. He shall also arrange loading unloading of lime & TCl as and when required as per need. He shall work jointly under control ofSr Resident Engineer & Engineer-in- charge & follow the instructions of both. Incase of contradictory instructions the instructions given by the Engineer-incharge are final and binding.

e) Typist & Office Attendent (unskilled) :

Typist, having knowledge of English as well as Marathi typing & must have sufficient knowledge of computer (MS-CIT Passed), Shall work in general shift, with weekly off on Sunday. One typist at Temghar plant office & one typist at Ex. Engr. (m), Jail Tank office, with their duties inter changeable. Typist shall work under Joint control of Engineer-in-charge & Senior resident Engineer. The office attendant shall work in general shift with weekly off on Sunday. He will work at Temghar plant office or as directed by Engineer-in-charge.

f) Store Keeper (Skilled)

th The store keeper must have at least 12 pass with MS-CIT. He will work in general shift weekly off on Sunday and will be responsible for indenting the material at plant & will submit weekly report to Sr. Res. Engr & Engg-in-Charge. All the material

226 either procured by tendere or supplied by Dept. will be in his Custody & He will be responsible for its Safety.

g) Filter Supervisor (Skilled)

Filter Supervisor is suppose to be the incharge of filter operations. All the filter operators are suppose to work under his instruction. He is responsible for Supervision of all activities right from inlet channel to the inlet of chlorine tank. He shall observe the flow, the proper recording of the filter bed parameters taken & recorded by filter operator, back washing operations clariflocualator de sludging operations etc. He shall also observe the working of chlorinators’ installed in chlorinator room making connection & operation of chlorine tonners, cranes in chlorine room etc. If any machinery is found defective, he shall immediately inform the same to the chemist in writing in the message book kept at chemist at laboratory & convey the same to Asst. Resi. Engr.(Civil) in writing simultaneously. He shall work under Asst. Resi. Engineer (Civil)

h) Filter operator (semi skilled)

He shall carefully record the log book of treatment plant in consultation with the Filter Supervisor and Chemist. He shall get the work done as per following with the help of the helpers and note the details of the same in the logbook.

i. The working of raw water local flow indicator and recording the readings of flowmeter.

ii. Operations of flash mixer wheather operating continuously or not. If not working, communicating the same to the Sr. Resident Engineer / Asst. Resident Engineer (Civil)

iii. Desludging of clarrifiers at given schedule as per directives.

iv. Operating the flocculators at given schedules asper directives.

v. The opertion of filters including back washing of filters and maintaining log book in the prescribed proforma.

vi. Operation of all machinery like service water, wash water pumps. air blower etc. noting necessary readings in the log books. He shall work under the filter supervisor and it is his responsibility to get readings noted verified from filter supersior. The routine operations of the machinery shall be done by the filter operator. If any machinery in the plant is found defective, he shall immediately inform, the same to the Filter Supervisor. In case of failure of any machine the standbye shall be immediately

227 operated. There are two sets of filter beds at old & new plant Every plant shall have a separate filter operator & he shall remain present at filter bed in provided place all the times, otherwise he will be marked absent & the same will be deducted from his Salary. It is the responsibility & the filter operator to maintain cleanliness with the help of clearing / sweeping helpers.

. i) Helpers (unskilled)

i. At Flash mixer : The helper provided at flash mixer will actually operate various gates to the flash mixer, clarrifiers, desludging bridge, flocfulators etc. as per directives given by the filter operator/Sr. Resident Engineer or the Engineer in charge. He shall inform any abnormal change in the routine quality of water or operation of various units of flash mixer or clarrifflocurator to the filter operators. He shall also do the frequent cleaning of the various machineries or structures during the day shift. In addition to this removing of algal growth, garbage or unwanted vegitations from clarfier, inlet channel etc comes under his duty. He shall collect and deliver the samples of raw and settled water timely as per the requirement of the chemist to the laboratory, in case of failure of pumpset.

ii. At Chemical house : The helper at chemical house is expected to do following works & will work under filter supervisor / plant supervisor.

a) actual operation of various pumps, valves etc. for prepartion, handling and dosing of chemicals.

b) Handling chlorine tonners, conneciton and dis connection of tonners under the guidance of Filter Operator.

c) Operating the chlorinator.

d Informing any abnormal changes in the routine operations in the chemical and chlorine house, especially the leakage of chlorine, alum, shortage of chemical solutions, etc, any damage to the machinery, pipe line or valve etc. to the filter supervisor immediately.

j) Electrician (Skilled)

The electrician is suppose to present at WTP office in 3 shifts and work under Sr. Resident Engineer as well as Asst. Resi. Engr. (Elec.) He shall remain Present at machine room while observing back wash operation of filter beds. He shall keep a separate register with him for daily checks of electrical operations /

228 faults of all plant machinery right from Inlet channel, flash mixer upto WTP machine room. He is not suppose to attend any faults at pure water pump house or Recirculation pump house.

He will be responsible for all internal & external illumination in the plant. He shall also observe the condition of Automation Panels, their indicators, operations of valve actuators for filter beds & CLF’s

He will daily note the requirement of illuminaries / electrical spares and the person working in general shift, i.e. reliever, shall give indent to the Sr. Resident Engineer.

k) Fitter (Semi Skilled)

Fitter shall attend all the type of electrical and mechanical assembly work, mechanical repair work, plumbing connections, pump assembly work, maintenance & overhauling of crane, routine maintenance and repairs of all types of valves and all such types of work required for daily maintenance of machineries as per directives of Sr. Resident Engineer and Engineer-in-charge. He shall lubricate the machinery parts, Gates, spindles etc. by grease or oil etc., as recommended, for respective machinery. He shall carry out the work assigned by Sr. Resident Engineer and inform the position of work done daily to Sr. Resident Engineer.

l) Sweeper (Un skilled)

The sweeper shall work under joint control of plant suppervisor and Sr.Resident Engineer. The cleaning and sweeping shall be done properly and as desired by Engineer-in-charge with sufficient use of cleaning material. The sweeper shall clean all the toilets, operating floors and other the roads and premises. The work shall be done to the satisfaction of Engineer-in-charge.

m) Gardner (Un skilled)

Gardner shall work under plant supervisor & in his absence under Asst. Resi. Engr(Civil). He shall keep garden all along the plant area up to the satisfaction of Engg-in-charge. The provision for sprinkler is made by TMC & gardener & plant supervisor are suppose to water the lawn & plantation with the help of it However in case of failure of sprinkler system it is the responsibility of gardner to water the lawn/plantation manually. The required garden implements, pipes for watering, manure pestisides are supposed to be brought by the contractor. It is the responsibility of gardner to bring this to the notice plant supervisor & in turn to the Sr. Resident Engineer. The plant supervisor shall arrange the duties of gardner in such a fashion that there shall be one man in one command area & he will be responsible for the up

229 keep of that area. During the rainy season, when watering requirement is low, the gardner shall work as general purpose helper without any complaint.

(n) Khansama (Semi skilled)

T.M.C. has created an administrative building W.T.P. which houses a retiring room & an office of Engineer-in-charge. One Dining hall is also kept for this purpose. The khansama will be the incharge of this arrangement who will be custodian to the furniture of the retiring room as well as dining hall along with kitchen ware & glass ware. It will be his responsibility to up keep these things. During the visit and stay of guests he shall prepare tea / breakfast / lunch / dinner as per the requirement & also do the service. During the stay of guests he will stay at W.T.P. & will work as a room attendant. During all other times he will work in general shift with weekly off on Sunday, During the stay of guest he will have to work overtime which can be compensated only by way of leaves on other days. The material for preparing food & beverages shall be provided by the contractor, for which rates will be decided subsequcutly .

The khansama must be conversant of preparing variety of veg./non veg. Indian delicasies & shall have some experience to do so. His appointment shall be done in consultation with Engineer-in-charge & he shall work under joint control of Sr. Resident Engineer & Engineer-in-charge.

(o) Pump Operator for recirculation (skilled)

T.M.C. has constructed one recirculation pump house which is at far end of plant, at the backside of pure water sump. This is an isolated place & hence there shall be a pump operator round the clock inside the pump house. He shall operate pumping machinery along with their panel board, starter, valves etc. The pumps shall be operated with close delivery of sluice valve. The valve shall be operated manually with the help of actuator. The hourly readings shall be recorded in the log book provided. The electrical connections shall be checked regularly & make light. The electrical faults shall be traced out & rectified from electrical circuits.

Their duty conditions will be same as those for operaters at Raw water & Pure water pumping station & they will work under Asst.Resi.Engr (civil) & sr. Resident Engineer.

230

(E) - ITEMWISE SPECIFICATION

PART I :- OPERATION AND MAINTENANCE

Item No.1:- Head works & Raw Water pumping station at pise.

Under this item the work of operation, periodical, maintenance, cleaning, sweeping, check up, testing for serviceability and routine rectification of the equipments and system under (i) Operation Maintenance schedule (Annexure IV, (A) & (B) is included. The operation of raw water pumping machinery to supply raw water in three shifts and maintenance, routine rectificaiton, check, up testing & repairs will be carried out in general shift.(Except in case of emergencies)

The schedule for cleaning sweeping, washing shall be as below.

Daily i. Cleaning, sweeping all floors, walls, sub floors. ceilings, staricases, and railing. ii. Cleaning and washing of toilets. iii. Washing of Panel floor, pump/valve floor and all staircases iv. Sweeping of approach to pump house. v. Cleaning of H.T.Substation and its approach roads. vi. Removing of floating matter at pump inlets and intake screens.

Weekly a) Washing of external walls of pump house, b) Washing of pipe manifolds outside pumphouse, N.R.V.'s and Air vessel. c) Washing of approach d) Cleaning of A.C, sheet roof and its trusses internally. e) Sweeping of entire premises of intake.

The above works shall be carried out from sweeper and pump house helpers as per the duties assigned given in section (I) above. In no case sweeper shall be deployed to carryout any maintenance and routine rectificaiton works of pumping

231 machinery and allied equipments.

The desilting work for inlet channel shall be done at least every month or as required. The desilting shall be carried out strictly as per schedule given by Engineer-in-charge. The desilting of inlet channel and removing of surrounding grass weeds, shrubs etc. shall be done as directed by Engineer-In-Charge which will be paid seperately.

The gardening work includes planting the trees, lawn, watering, maintaining its freshness by using necessary grass cutting implements, spreading of manure / fertilizer, insectitcides etc, All this work shall be done daily directed by Engineer-in- charge, except the weekly off of gardener. The sweeper-cumgardner is supposed to carryout only sweeping, cleaning & gardening work and no other work except gardening shall be given to him.

The cost of cleaning material such as broom, duster cleaning consumables is includes in the tender rate and no extra payment of this account is admissible. Similarly only plants, for warering, pesticides manner will be provided by the T.M.C. However cost of gardening & sweeping implement is a part & parcel of the tender cost.

It is responsibility of Senior Resident-Engineer or Asst.Engineer supervise and manage the works of cleaning, sweeping, washing and gardening as per the schedule given and upto the satisfaction of Engineer-in-charge. Failing this the penalty will be levied as per Annexure I.

If agency fails to attend any work as required by Engineer-in-charge within a period of one week, the same will be carried out by TMC at risk and cost of contractor and the same will be recovered from his bill at an actual. The written instruction given in log book or otherwise by Engineer-in-charge will be final and no separate notice will be served in such case.

The stationary required for maintaining different register has to be brough by the contractor only.

If overflow occurred at Temghar treatment plant or at B.P.T. the amount against wastage of raw water will be recovered at Rs.3.00 per 1000 liters.

Contractor should provide daily pumping report along with shutdowns, breakdown,

232 power failure to DE(M.) at his residence & at his Office. If he fails to deliver the same, a suitable fine will be levied by Engineer-in-charge as per Annexure I. The facility of Telephone, and other such communication system is already provided by the TMC at various sites, which can be utilised by the contractor during daily communication. However, it is responsibility of the contractor to send a special messenger in case of failure of above communication system. In any case communication gap is avoided. vehicle :-

Annual Visit of Electrical Inspector

As a rule there shall be one visit annually by the electrical inspector from, PWD (Elec.) under Labour Dept. Govt. of Maharashtra. It is the agency’s responsibility to arrange for such visits at Pise & Temghar and bring the electrical inspector at site with consent of Engineer-in-charge. The charges for the visit fee of the Electrical Inspector shall be paid by the agency & will be reimburshed at an actual after the production of documentory evidence / payment receipt. After the it is again the responsibility of contractor to get required visit reports / certificates & hand it over to Engineer-in-charge.

Item No.2:- Operation and maintenance of Water Treatment Plant

Under this item of work routine & periodical maintenance of equipments & the routine rectification of equipments & system under O & M Schedule (Annexure IV-A & B) in included. a) Raw water stilling cham ber and 45 long R.C.C. channel having float

233 operated flow meter to measure raw water quantity. b) Flash mixer of 5 m dia and 4.6 m depth having 280ml/Day capacity. c) Clariaflocculator - 4 Nos R.C.C. circular well type having 54 m dia, 3.00 hours detention period with the rotating bridge with sludge scraper at bottom – most portion. d) Filters - 22 Nos. of filters are in regular operation., Filter floor is having back wash arrangements with water and air. e) Chemical House - It contains alum dosing tanks, and other electrical and mechanical equipments. f) Chlorination - chlorine tonner room with 5 Nos. 25 kg/hr capacity chlorinators, chlorine dosing arrangementt & provision for TCL dosing in case of an emmergency. g) Pure water sump and pump House : : Having 4 Nos. of old & 4 Nos. of New of V.T.Pumps with 667 KW motors for MBR H.T. feeders transformer and all relevant electrical, mechanical equipments, including H.T. sub station at Temghar.

200

The routine check-up testing and minor repairs with maintenance of all electrical and mechanical equipment should be as per maintenance schedule. Separate list of electrical, mechanical equipment is given in Annexure V.

In Annexure IV (A) & (B) various schedules and maintenance are attached which will have to be strictly followed by the contractor.

In order to have smooth running of plant and to have first hand information some record keeping is atmost essential. It is principal responsibility of senior resident Engineer to keep all these timely records in the prescribed forms. Failure of to keep the record attracts penalty as mentioned in Annexure I. h. The records to be maintained are as under :-

1) Daily diary to be submitted to Deputy Engineer (Mech) or Sect.Engineer

234 in prescribed proforma.

2) Inlet channel flow meter record for hourly flow of raw water.

3) Hourly record of filter run, loss of head, filter rate, backwashing of filter, and doses of alum chlorine, polyelectrolyte, lime etc. all in prescribed manner in the log books.

4) All the data as per columns of log book of pumping machinery.

5) Different registers for materials received from the depatment and their uptodate consumption.

6) Register stating results of jar tests for deciding alum dose.

7) Register showing all physical & chemical tests of Raw and Pure water.

8) Daily power factor register.

9) Daily trivector meter readings in prescribed proforma provided by MSEB.

10) Log book for diesel generators at Pise & Temghar.

Apart from above the Sr. resident engineer or Asst. Resisdent Engineer (Elect) shall keep additional records as desired by Engineer-incharge in the proforma as prescribed from time to time. The stationary required for above registers shall be provided by contractor. The formats of different logbooks/registers required shall be got approved from Engineer -in- charge well in advance & shall be brought to the site within 15 days from date of work order, otherwise penalty shall be charged as per Annexure I. i) Routine cleaning, sweeping and gardening the premises of temghar treatment plant :-

This item includes sweeping the layout road, Rest house premises, office building and cleaning the ground around the structures of treatment plant with minor leveling, gardening, planting the trees, watering the plants and maintaining the freshness, greenery of lawn and plants by using necessary grass cutting equipments, sprinkler, fertilizer and chemicals etc. All Plants PVC pipes, fertilizers, pesticides will be supplied by TMC at free of cost.

235

Schedule for cleaning sweeping and washing

Daily i) Cleaning & sweeping of all operating floors of Inlet channel, flash mixer., settle water channel, clarifier, filter beds, filter house, chemical house, Administrative building, machnine room and pump house . Washing of toilet blocks in administrative building at chemical house. ii) Cleaning & sweeping of all roads in the premises of water treatment plant. iii) Cleaning of walls, ceilings and railings at the above areas.

Weekly i. Cleaning of H .T. sub station with removing of grass, shrubs, weeds etc & disposing the same. ii. Washing of all operating floors as mentioned in "A" above. iii. Removing of dust by clothe duster of all windows, doors, ventilators, machinery, piping, panels.

Before cleaning the electrical / mechanical equipments, the concerned operator / electrician/ shift - in-charge shall be informal to avoid any accident. It is duty of Resident Engineer to remain present during such occasions. The Washing of floors in machinery hall, pumphouse, blower room shall be done carefully to avoid any damages.

The material required for above work i.e. phenyel, liquid soap, Brooms, Bushes, Acids and other material required for washing, cleaning & sweeping is required to be provided by the contractor and is included in the item rate.

The schedule is merely indicative. In addition to this any work of cleaning and sweeping as & when asked by Engineer-in-charge will have to be attended. j) Gardening

All the gardening work such as watering the trees, grass cutting, removal of shrubs, weeds around the trees, remakiing the ponds around the trees after loosing soil etc shall be observed daily. The grass cutting is expected to be done. The watering is to be done to the plantation over the entire area of treatment plant.

236 Failing to observed the work of cleaning/sweeping and gardening, the recovery at penal rate prescribed in Annexure I will be done and the work will be get done by the TMC at risk and cost of contractor. k) Co-ordination

Co - ordination between Temghar water treatment plant with Pise head works, M.B.R.and Thane office of Ex.Engr.(M.) central control room (CCR) at TMC H.O. use of Automation System & Reporting to CCR and various balancing storages and pumping staion etc. is to be done as directed. The contractor should make arrangements to keep the co-ordination between Temghar Treatment Plant, head works and M.B.R. as stated above during 3 shifts by sending messages and keeping day to day record of pumping with actual pumping hours so as to avoid overflows and lower water levels hampering water supply during shut downs or regular pumping hours.The responsibility of proper co ordination shall rests with coordinator who will sit at office provided or laboratory & will report to the Asst. Resi Engineer (Civil / Electric) or Sr.Resident Engineer for necessary action.

The contractor shalll also submit daily report to the any failure/defect/difficulty experienced and day to day P.F. obtained along with daily pumping report in writing.

The facility of telephone, & other communication system etc is already provided by the TMC at various site, which can be utilised by the Contractor during daily communication. However it is responsibility of the contractor to send special messenger in case of failure of above communication system. In any case communiation gap is to be avoided. If contractor fails to maintain proper co-ordination, daily reporting to Deputy Engineer(M) at Temghar / Thane office (except on holidays) a fine as per Annexure-I will be recovered from contractors monthly bill. In addition to above contractor should provide mobiles to departmental engineer for effective communication, bills for the same upto the tune of Of.Rs.600 per month for mobile will be borne by the contractor (5 in numbers) In addition to above the contractor shall carryout co-ordination as and when directed by Engineer-in-charge. l) Annual Maintenance contract for Chlorinators.

The T.M.C. has fix up the agency for annual maintenance contract for 4 No. old Chlorinators. The AMC agency shall follow the instructions issued by Engg-in-charge. However it is responsibility of contractor to Co-operate with agency’s engineer durig their work.

237

Under the contract the Service Engineer from AMC Agency shall suppose to visit the plant monthly, at predecided time with En-in-charge. Also during the breakdowns/shutdowns or failure of the System the agencys Engineer shall immediately attend the fault and rectify, if All the works related to Chlorinators tonnes and for entire systems, hall supposed to be looked after by the agency’s engineer. After the routine monthly inspection the findings shall be recorded in a format as decided by the Engg-in-charge, with signatures in token of acceptance from service Engineer of AMC, the Sr. Resident Engineer & TMCs Engineer shall be done.

All the repairs related to Chlorination system, its serviceability & it’s routine rectificaiton comes under the scope of AMC. Any Spares required additionally & finds necessary by Engg-in-charge shall be brought & replaced by the agency.

It is the responsibility of contractor’s engineer to bring into the notice of AMC the defects, shortcomings observed during daily operations.

Item No. 3 :- providing vehicles for daily maintenance

The contractor shall provide one four wheeler diesel vehicle, like Mahindra Utility or equivalent for all the 24 hours (round the clock) at Temghar plant premises. There should be two drivers provided or the driver shall stay in Temghar premises. The necessary fuel, oil, sundry material & maintenance of vehicle including wages for driver are supported be included in cost. The driver shall be in joint control of Sr. Resident Engineer & Engg-in-charge. The vehicle is supposes to be used for communication between various places from Pise up to Thane offices & also up to Bhatsanagar for visit toi Irrigation Dept. Office & Padgha Substation. The vehicle shall be in good condition & available for all the times otherwise penalty will be charged as per Annexure-I Toll charges for vehicle should be borned by the contractor.

Also the contractor should provide another four wheeler latest diesel / petrol vehicle, not older than three years for T.M.C Engineers, in good working condition. The vehicle will be for use of T.M.C. engineers from Thane office to various sites of T.M.C. scheme, including visit upto Bhatsanagar whenever required. The vehicle will be strictly under control of Engineer-in- charge & toll charges if any shall be borned by the contractor.

Also the contractor should arrange for two nos two wheelers (Prefarably motar cycles) for pipeline supervison, one at Pise for round from Pise to Temghar & other at MBR for round from Temgher to MBR & upto Kajiwade meterroom.

238 These vehicles will be under control of Civil mestri & Sr. Rasident Engineer.

The contractor shall make alternate arrangement of vehicle if the vehicle is under repair for more than one day. The non availability of vehicle with driver, for any reason, will be viewed seriously & the penalty shall be recovered as per Annexure –I.

All charges for maintenance of vehicle & two wheelers such as fuel, oil, sundry material, repairs & spares along with wages of driver (& toll charges if any) are deemed to be in the cost of item. No. separate charges for any reason will be borne by TMC.

Item No. 4 : Pipe line from Pise upto Temghar including BPT & from Temghar to MBR and MBR upto Majiwade (T.M.C's Section)

Watching and guarding with routine & periodical maintenance of 2 nos. of the 1244 dia M.S. raw water rising main from pump house to B.P.T.& 1000 mm dia.PSC & 1300 mm M.S. raw water gravity main from BPT upto Temghar, with operation of MBR valves, round the clock. The work & hence the responsibility shall be divided in two parts, (1) From pise to Temghar & (2) From Temghar to Majiwade. Two separate in charge (civil maistri) shall be deployed for these separate works with full responsibility & a two wheeler. The civil maistri for Temghar to majiwade shall also supervise & control the meterrooms. The duties of civil mestries are interchangeable.

The raw water mains are to be inspected from Pise to Temghar daily. The helpers employed for this work shall walk along the road to watch any leakage, tampering leakages to the air-valves, and any type of defect or damage to the pipe line or chairs below pipe line. The lengths of the pipe line shall be distributed to the helpers by the Civil Maistri into sections of equal lengths. The report of the watching i.e. any leakage or defect shall be reported to Civil Maistri and the same will be communicated by them to the Engineer-in-charge. The minor repair such as replacement of Air-valves balls, tightening of nut bolts of the expansion joints in the routine maintenance shall be made good in order by the fitter & helper provided for the watch and guard of the pipeline. The item does not include replacement of rubber seals of the expansions joints, rectification of PSC pipeline leakage or any welding job. Repairs to ex. joint Shall be done in periodic shut downs & will be paid separately. The contractor work also involves clearing site of all grass, shrubs, trees, stems, rubbish etc. from Pise pipe line to Majiwada Junction as directed timely by Engineer-In-Charge.

The Civil Maistri along with the fitter shall make daily trip, on the two wheeler provided for the perpose, jointly along the entire length of pipeline. The weekly off

239 of both the Maistri & fitter shall be so adjusted that at least one of them shall always remains present.

One register stating daily position shall be maintained each at Pise / Temghar / Majiwade meter room & the Civil Maistri shall make daily noting of the observations, defects, rectification or any other observations which may lead to wastage of water, shall be promptly noted & brought to the notice of Senior Resident Engineer & Egnineer-in-charge. The Maistri/fitter shall also have to check daily presency of security personnels at pipeline, bridges & BPT. The fitter will be common to mestries or in case of his requirement for both mestries, another filter from Temghar WTP can be taken.

At Master Balancing Reservoir (MBR) near village Mankoli, off National Highway No. 3, agency has to provide valveman to operate the valves as per the requirements at Temghar & T.M.C.. The Civil Maistri shall exercise his control on the valvemen and see that the post shall not be Vacant at any moment of time.

The weekly offs of the pipeline helpers & valvemen at MBR shall be so arranged that at least one of them shall be availbale at required places round the clock.

The machinery required for routine repairs & refifications with periodical meintenance like generator, welding & dewatering set for raw & pure water pipe line (5 bHP) shall be made available at site for all the time during contract period. The charges for same are included in the scope of work. However charges for welder, gas cutter set & other material required during actual job of welding will be paid as per prevailing CSR at an actual.

The major repairs like replacing expansion joint nutbolts & rubber gaskets (including material) replacing the P.S.C. pipe or rectifying it's leakage, repairs to M.S. pipeline by welding or casting/ jacketing RCC chairs etc. are not included in the scope of contract. However it is the responsibility of the agency to arrange for the same if directed by the Engineer-in-charge for which the charges will be paid extra.

In any case of failure for proper maintenance or watch & ward is observed the agency will be penalised as per penalties mentioned in annexure I.

Also the contractor shall provide two seperate two wheeler for maintaining the pipe line (to be used by Civil Maistri) one from Pise upto Temghar including BPT & other from Temghar up to Majiwade including MBR. Both the vehicles shall be under Joint control of respective Civil Mestri & Sr. Resident Engineer.

In any case the contractor shall make alternate arrangement for vehicle with if the same is unavailable, in case of repairs for more than one day. The non

240 availability of vehicle witrh driver for any other reason will be viewed seriously and the penalty shall be recovered as per Annexure I. All the charges such as Fuel, oil and other maintenance cost is deemed to be included in Scope of item.

Meter Rooms & M.B.R

T.M.C. has provided various meter rooms along the pipeline from M.B.R. at Mankoli, up to the Majiwade. These are (1) Meter room at Mankoli (stem Meter room) (2) Meter room at Mumbra (3) Meter room at Saket (for Kalwa) (4) Meter room at Majiwade (near Rutu Park)& (5) Meter room on 1158 at Hardasnagar. All these meter rooms are provided with power supply and contractor has to provide Staff round the clock who needs to record the readings hourly as directed by Engineer-in-charge. The required stationary for the same is in the scope of agency. As per requirement this staff needs to operate nearby branch valves for which auto / manual arrangements is provided.

All there meter rooms are connected with wireless stations & through broad band connections with Automation Centers, one at Temghar and other at TMC H.Q. The meter room person needs to communicate with as and when required & should tain himself to do so, under the guidance of Engg-in-charge.

The duties of all meter room operators are changeable & will be done by Engg-in-charge as per his review.

The M.B.R. is the vital part of the system and hence the operator shall always be available in the room provided to communicate with all stations. A wireless network for communication is provided. The operator will work under joint control of Engg-in-charge & Sr. Resident Engineer. The civil mestri, responsible for Temghar Majiwade zone will be stationed at M.B.R. & will keep a record book with his daily notings of round from Temghar to Majwade & back.

The civil Mestries will work in general shift with different weekly offs. However their weekly offs shall not be on Saturday/ Sunday or on public holidays.

Item No.5:- Providing security services at various sites:-

The contractor has to provide armed security guards at various sites as per annexure II. The guard must possess weapon (gun) with ammunitiiion & he must possess valid license for the same. His name shall be registered with local police authorities. The armed guards must be in proper uniform, weapon in good working condition & must possess the identification cards.Similarly security guards must be in proper uniform and must posses I.D.Cards issued from Agency. The Licence shall be periodically renewel & shall be kept, upto date.

241

It is the responsibility of the agency to provide tight security & avoid any unauthorise trespassing. The registers for entry & exist at required places shall be maintained by the guards as directed by Engineer-in-Charge & must be produced whenever asked for.

The security arrangement shall be responsible for providing highest security at various places where deployeed and in case of any theft or mishaps, agency will be held fully responsible.

The armed guards must have 12 hours duty, from 7.00 a.m.to 7.00 p.m. in one shift & 7.00 p.m. to 7.00 am in second shift. No guard shall leave his place & duty unless he is relieved by another guard. In any case no guard shall do repeated duty and also in any case no post shall be kept vacant.

The positions shown in annexure are mere tentative, shall be interhangable in every fortnight/ month. The arms license of the guards, duly certified from appropriate authority shall be registered / recorded with local police authority. The TMC will not take any responsibility in this regard. One attested copy of same shall be given to the Engg-in-charge & in no case the guard shall be replaced without prior permission of the Engg-in-charge.

The agency has to observe all labour laws, contribution towards P.F.,E.S.I.whereever applicable & no claim in this regard will be entertained/accepted.

Item No 5 (a) :- Removing Silt at inlet channel & sump

The removing of silt at inlet channel & sump of pise head work shall be carried level out by contractor at the time of low weir level at pise weir & planned shutdown periods including all lifts & lead with required manpower, machinery incluidng necessary guarding etc. complete & as directed by Engineer-in-charge.

As soon as the river level at pise weir starts declining, the agency shall promptly arrange required labour gang, machinery etc. with intimation to Engg 'ncharge within 8 hrs. to clean the inletchannel & sump of head works. The work of desilting shall be done by taking proper precaution by the agency.

The silt removal from inlet channel/ sump of head works shall be disposed off as directed by Engineer in charge & premises shall be kept neat & cleaned after completion of this work.

Since this work requires good anticipation & liason with river authorities. The planned shutdown if any, which may lower the water level at pise weir, shall be

242 known by the agency by keeping liason with river authorities (Irrigation Dept & M.C.G.B.,) well in advance to make necessary public announcement etc.

Item No.5 (b) - Cutting & removing unwanted vegetation

The Contractor shall clear site of work of all grass, shrubs, trees, stems, rubbish etc. at his own cost before the start of the work and after every monsoon, weeds trees etc. shall be disposed off by the contractor as directed by the Engineer-inCharge, and the site shall be cleared properly. The intake channel premises of Pise head works shall be kept neat & clean to the full satisfaction of Engineer-inCharge.

Rules and Regulations of the forest department wherever applicable shall be strictly followed by the contractor.

Item No.5(c) - Dewatering the excavated trenches at WTP and Pise The Contractor should provide and use dewatering set 5 to 9 HP pump for dewatering the excavated trenches & pools of water in the building area by using pumps and other devices including disposing of the water to a safe distance as directed by Engineer-In-Charge dewatering work before and after should be intimated to Engineer-In-Charge. Actual hours of dewatering executed will be decided by the Engineer-in-Charge and his decision will be final and binding on the contractor.

Item No.5 (d) -Repairs to expansion joint for raw water & pure water pipe lines from pise head works to Maiiwade Junction.

This items includes cleaning removing rust, old grease with cost of all cleaning material like cotton, waste scrappers, diesel, grease & providing safety belts. The contractor shall provide & fix suitable nitrile rubber gasket, Nut bolts, of suitable size, transportation of machineries, providing conumables, scaffolding & labour etc. as required for rectification of expansion joint and no extra payment than that mentioned in the item of work will be made towards this item. Necessary co-ordination for operation of valves for empting & refilling, the pipe line & completing the work in stipulated shut down period as directed by Engineer-in-charge shall be done by the contractor.

The agency shall ensure that rectification the expansionjoint shall be made leak proof. The expansion joint with cover shall be aligned & fixed properly by tightening of nut bolls after carrying out rectification work. The work shall be carried to the fullsatisfaction of Engineer-in-charge

243 PART II

ITEM WISE SPECIFICATION FOR CONSUMABLE MATERIALS

Item No.5:- Supplying, Stacking in position at W.T.P.,Temghar/Headworks at Pise the Consumable Chemicals to be used for treatment of water & it's disinfection along with oil and lubricant for routine & preventive maintenance.

GENERAL CONDITIONS

1. The delivery of material shall be made either at W.T.P. Temghar or Pise headworks wherenever required. Certificate of delivery will be obtained from the consignee i.e. Engineer-in-charge by the supplier and such certificate in original should be attached to the bills raised against this contracts by the supplier.

2. The material will be deemed to have been accepted only when the delivery challan has been accepted by the consignees. Quantity will be accepted only after weight made by the consigne, at the time of taking delivery. However the weighing charges will be borne by the agency.

3. Delivery of material shall be completed within specified time from time to time as per the schedule given by the Engg-in-charge, from time to time.

4. It will be the responsibility of the agency to lift the unaccepted material without transportation charges for rejected material and to replace the correct material within the time as specified, from consignee's store without extra charges.

5. The quantity shall be decided by Engineer-in-charge & will be governed as per condition no.6 of emergency repairs & other conditions under Additional General Conditions.

6. In the event of any dispute about suitability of the material the decision of the engineer in charge will be final and binding.

7. In any case if any change in quality is observed, then the contractor has to take back the material at his risk and cost.

8. Rates quoted shall be inclusive of all taxes i.e. excise duty, sales tax, insurance etc. alongwith packing and forwarding charges. Transport and free delivery and stacking at place of destination. The stacking at stores of TMC shall be done as per direction of Engineer-in-charges or his representative.

9. The payment will be made to the extent of 90% against delivery of material

244 with manaufacturer's test certificate and remaining 10% will be released after testing from at agencies cost i.e. IIT/VJTI Mumbai Govt. The sample from supplied material shall conform confirmation the relevent I.S. Standards and after duly testing the same, balance payment will be released. In case if the lab test report obtained by consignee is not confirming to IS relevent and in the mean while of material is conusmed in that case payment for quality will be made at reduced rates as decided by the competant authority. The rejected material shall be taken back by the contractor at his cost. The samples for testing will be taken for alum & TCL. If any test if required for other chemicals and as directed by Engineer-In- Charge the contractor should carry out the same at authorised Govt. Lab. confirming to IS specification without any extra cost.

10. Manufacturer’s test certificate shall be provided alongwith the consignment.,

Item No. 1 :- Alumina ferric (Alum)

Supply of Alumina ferric shall be conforming to IS: 299/1989, Grade II in loose dry slab in the form of prismodial lump.

Sr.No. Characteristic Requirement standard

Gr. I Gr.II Cr.III

01. Insolube matter, percent mass max. 0.5 0.5 0.25

02. Soluble iron compounds percent by 0.7 1.0 0.35

mass max.

03. Water soluble Aluminium compounds 16.0 15.0 7.5

(A12O3) Percentage by Mass Min

04. pH 9of 5 percent aqueous solution) Min 2.7 2.7 2.7

05. Basicity (as A12O3) Percent by mass max 0.5 0.5 0.25

Additional standardes for material required for purification of water.

Leads as (Pb) parts per milion, max 30.0 30.0 15.0

06. Arsenic (as A15O3) parts per million, max 6.0 6.0 3.0

Souble iron Compound as (Fe), percent by mass, Max. permissible for water purification purpose only shall be 1.0 for Grades 1 & 2 0.5 for Grade 3.

245 The material of grade 2 can also be supplied as having free acidity (as H2SO4) of 0.5 percent by mass, Max. If required by the purchaser, the PH in this case shall be not less than 2.3.

Specification of Alumina Feriic

Supply of Alumina Ferric conforming to IS Specification 299/1989 Gr.II in superior quality loose dry slab in the form of prismoidal lumps or latest IS specification in case of further revision in IS Standard.

Marking :

The slabs shall be marked with

A. Name and grade of the material

B. Name of the manufacture & Trade mark if any.

C. Mass of material in Package / Container.

D. Month and year of manufacturing.

E. Bath No.

F. The IS Certification mark if the manufacturer is having Licence.

Special Conditions.

1. Alumina Ferric conforming to IS : 299 : 1989 GR.II in superior quality in loose dry slab in the form of prismodial lumps.

2. Material will be inspected by the consignee and got tested at the neares Govt. Dy. City Laboratory. However, contractor should forward laboratory test cerificate i.e. manufacturer's test report along with each consignment. Executive Engineer (W.S.) or his authorised representative will also take sample for testing from the lot of 50 M.T. of actual supply received and get it tested at Govt. laboratory. The contractor shall deput his representative at the time of collecting and testing of sample. Incase of any dispute regarding testing the samples from the said Batch will be tested at Govt. Lab. The decision of commissioner TMC will be final Binding to the contractor. Test result of sample taken by TMC are strictly binding on the contractor. All materials should be as per ISI specification only. If material supplied will not tally with the IS specification same will be rejected. Consignee will intimate agency about rejection of material. If any damaged during the transit, the TMC will not take responsibility of such rejected material against there or damage etc.

246

3. The price quoted as per offer shall remain firm for the whole contract period and at any case no escalation will be admissible except otherwise stated. 4. Supplier shall supply alumina Ferric of best quality confirming to ISS/299/1989 Grade-II. 5. After receiving the work order contractor shall collect the delivery schedule from the office of the Engineer-in-charge strictly follow the instructs mentioned in delivery shcedule.

6. The contractor has to maintain good relation with office of the Deputy Engineer (M), (WS) TMC, Thane, in order to avoid complications in respect of supply of chemicals.

7. The before dispatch of the alum from the factory, must inform telephonically to Deputy Engineer (M) or his representative.

8. As far as possible material shall be delivered on working days and in working hours at water treatment plant Temghar.

9. At one time approximately minimum 10.00 M.T. of Alum shall be supplied by a truck load. quantity less than 10.00 M.t. in a load will not be accepted.

10. After arriving of the load water treatment plant Temghar, if will be inspected by Deputy Engineer (M), (W.S.) or his representative about its quality in general by visual inspection and if it is O.K. then load will be weighted in presence oif the office representative and then the alum to be unloaded and stacked in the manner as directed by office representative.

It is experienced that normally the Contractors assumes that necessary labour are available at destination station plant or in vicinity and it causes problems at the time of unloading and stacking. Hence it is clerified here that there are no labour available in the plant and in its vicinity for un-loading of alum and hence contractor must arrange the labours for this work at his own. Any delay / dispute on this account will not be entertained by Department. In view of this suppliers are suggested to send their representative with the loads. It will also facilitate the department to issue any instructions regarding quality and taking the samples of alum in his present.

11. Even if the alum is weighed at factory at the time & dispectch then also it will rewighed before unloading at destination station. In presence of office reprentative. The entire cost of transporation, weighing, unloading and stacking charges are to borne by supplier only. Any delay/dispute in this regard will not be ententained.

247 12. Generally a sample from the lot of 50 M.t. is send to the Govt. Lab. but if alum quality received in particular load is doubtful then the TMC has right to collect the sample from such load and send it to Govt. Laboratory for testing. The extra cost for testing etc. is to be borne by supplier. At such crictical junctures if representative of agency is not available then also sample will be collected and send by the TMC to Govt. Lab and supplier is bound to accept such action taken by TMC.

13. If experienced by TMC that Contractor delivers the alums in such a fashion that their is little scope to wait for the lab. test results. This happens particularly in rainy seasons. In this tendancy is obesrved then department is free to purchase alum from open market at the risk and cost of the supplier. In order to avoid such complications contractor is suggested to deliver the material as per delivery schedule only.

14. The alum supplied shall be in equal size loose dry slabs in the form of prismodial lumps. The alum in powder form or broken slabs will not be accepted.

15. In case if the contractor fails to supply alum as per delviery schedule then the TMC is free to take any action as per tender conditions, in order to supply protable and regular water to the public. No correspondance will be made in this regard.

Item No. 2 :- Specifications of Poly Aluminum Chloride (PAC) in Liquid from (Medium Basicity)

Sr. Characteristics Requirement as per Results No. IS:15573:2005 for Poly Obtained Aluminium Chloride (PAC) in liquid form (Medium basicity)

1 Insoluble matter percent by mass, max. 0.5%

2 Viscosity (dynamic) 3-30mpa

3 Water Soluble Aluminium Compounds (as 9.5% A1203) percent by mass, min

4 PH (of 5 percent Aqueous solution) Min 1.8-4.5

5 Basicity percent by mass, Min 35%

6 Chloride as Cl, percent by mass max 12.5%

7 Sulphate as SO4, percent by mass Max. 2.7%

248 0 8 Specific Gravity at 25 C Min 1.16

Test Certificate

Sr. Characteristics Requirement as per Results No. IS:15573:2005 for Poly Obtained Aluminium Chloride (PAC) in liquid form (Medium basicity)

1 Insoluble matter percent by mass, max. 0.5%

2 Viscosity (dynamic) 3-30mpa

3 Water Soluble Aluminium Compounds (as 9.5% A1203) percent by mass, min

4 PH (of 5 percent Aqueous solution) Min 1.8-4.5

5 Basicity percent by mass, Min 35%

6 Chloride as Cl, percent by mass max 12.5%

7 Sulphate as SO4, percent by mass Max. 2.7%

0 8 Specific Gravity at 25 C Min 1.16

9 Lead (as pb), part per million, max 30 ppm

10 Arsenic (AS2 Od) parts per million max 5 ppm

11 Cadmium (as Cd) ppm 6 ppm

12 Mercury (as Hg) ppm 0.2 ppm

13 Chromium (as Cr) 15 ppm

14 Oron (as Fe) ppm and Manganese (as Mg) 100 ppm ppm

Remarks :

The sample test result conforms to IS 15573:2005 in respect of Poly Aluminium Chloride (PAC) in liquid form (medium basicity). Manufacturer must do routine testing of Aresnic, Iron, Cadmium, Manganese, and Chromium once in a month and when ever raw material composition is changed, to insure that PAC manufactured confirms to prescribed limit. Mercury and lead are to be analysed in each batch.

249 Item No. 3 :- Liquid chlorine

Supply of liquid chlorire shall be strictly in 900kg tonner and FOR Temghar and shall be conforming to IS 644/1986. The supply shall only be accepted after manufacturer's delivery challan/test certificate. The quality shown is approximate & likely to very so, however agency has to supply the same at the tendered rates. The supply shall be done on following conditions. f) The contractor shall be reponsible to make arrangement to deliver the filled containers / cylinders and to collect the empty continer cylender from water works including loading / unloading transporation of container / cylinder at his cost only. g) The contractor shall see to ascertain in themselves the fitting and connecting specilities provided at water works for safety point of view. If the manufacture or the firm sugeesting any change or extra arrangment during the executionit shall reported to the Engineer-in-charge & shall be executed accordingly by Agency. h) The agency shall be responisble for compliance if any as per the directives/ obligations from the Department of explosives, the Director Industrial safety etc. as prescribed by Govt./Central Govt. from time to time & it shall be binding on to the contracotr. It is sole responsibility of the contractor to provide requested safty measures for persons working. i) The damages to the container shall be brought to the notice of the engineer- incharge within 3 days from the date of receipt of report from manufacturer alonwith copy of the report from manager. j) The contractor shall have to procure minimum required spare parts i.e. Bonnets valve stainless steel spindles washers & copper tubings, hand gloves, valve cap, nipple & carry out joints of hydralic testing painting of container annualy or as and when required k) The contractor shall give details of manufacturer for all chemicals & their gurantee to supply their product in required qty. of chemicals during the tender period.

The agency shall ensure that ther is sufficient stock i.e. at least fifteen days stock in advance. However in case of emmergency the use of stable Grade-I TCL powder instead of liquid chlorine is permitted. But the use shall be restricted only in case of emmergencys & shall not be more than 24 hours. However no separate payment for use of TCL will be made insted of liquid chlorine & the use will be treated as use of liquid chlorine as per consumption.

250 Item No. 4 :- Coagulant Aid

It is proposed to use Catonic Organic Coagulant Aid (polyelectrolyte) in conjuction with alum for enchanement of plant efficiency & filter run. The contractor has to supply, stack & use the coagulant Aid FOR Temghar. The quantity shown in the tender is approximate & many very 50% for which the payment will be made at tendered rates only.

The specification and condition of supply shall be as below :

a) Likely hazards, if any, in handling and remedial measures.

b) General precautions in handling and using the chemical.

c) Non-toxicity of product (certificate from any of the labs mentioned earlier or a Government lab.) d) Experience with results on using the aid as certified by M.J.P. for use on their plants. e) The acceptable makes are : (i) Rishlyte 80 L from M/s Rishabh metals & chemicals, Mumbai (ii) Indfloc 236 of M/s Ion Exchange India Ltd. (iii) Magnafloc L.T. of M/s Pidilite Industries or any other make used & approved by M.J.P. The chemical shall effect reduction of alum and in number of back washes required for the filters and should be able to reduce the settled water turbidity as below.

Raw Water Turbidity Required Settled Water [N.T.U.] Turbidity [N.T.U.] Temghar W.T.P. Temghar W.T.P. 1. 2. 3. Mansoon when Raw Water Turbidity Ranges between 5 to 300 < 8 Columns [2] Fair Season When Raw Water Turbidity Range between 2.5 to 5.00 < 1.8 - 2.0 Column. [2]. The use of this chemical shall be as per directives of the Engineer-in-charge

251 & it upto him when to start the use of product & when to stop. Agency has to follow the instructions accordingly.

Item No. 5 :- Bleaching Powder (TCL Powder Grade - I)

Use of Bleaching powder instead of liquid chlorine is permitted in case of emergency and in cases when chlorine shortage in market. The contractor should make adequate arrangement for proper mixing of TCL powder in water and should see that adequate and proper supply of TCL powder grade- I is supplied to maintain 1.3' PPM or above in pure water sump at WTP, Temghar.

Item No. 6 :- Oil & Lubricants

Various types of oils & lubricants required for routine & preventive maintenance are to be supplied, stacked & used as & when directed by the Engineer-in-charge. The schedule of supply of oil & lubricants shall be first get approved from the Engineer-incharge so as to save the space & expenses due to stacking. However agency shall ensure that no maintenance work shall get hampered for want of oil & lubricants at site. The use of oil & lubricant shall be done as directed by the Engineer-in-charge during routine & preventive maintenance.

The oil lubricants shall be strictly as per relevent IS specifications & of goods quality & approved make. The transformer oil shall be either of poweroil or Transoil Brand. The other oils & lubricant shall preterably of SERVO or other equivalent brand. In any case the makes shall be first get prior approval from the Engineer-in- charge.

The quantities shown in the tender are approximate & may very as per actual use. However it is the responsibility of the agency to supply the same as per tender rates.

The Gear oil & Bearing oil required for machinery is of different grades. The recommended grades can be had from the Operation & Maintenance Manual Kept at plant. Use of these grades of oil is only expected. However in case of non availability of any perticular grade as recommended by the manufacturer, the decision regarding procurement of different make will be taken by the Engineer-in- charge & will be final & binding on the contractor.

Use of Multipurpose grease & wheel bearing grease shall be made at the places as directed by the Engineer-in-charge. The contractor must first get approved the places & schedule of procurement & use of different grade greases from the Engineer-incharge.

252

Note :- Detailed specification & condition for the items specified in the Schedule-B but not included in the specified tender shall have to be carried out as per Engineer-In-Charge & shall be binding to contractor. No claim shall be entertained in this regards.

Item No. 7:- Spares/Repairs required for maintenance and reppair to TMC's 210 MLD capacity W.S.S. from pise to Temghar.

The quantities mentioned in the tender are unit quantities. As per actual requirement and need arised at site (Pise, Water treatment plant, Temghar etc.) it will be binding on the contractor to execute, the work mentioned under Part- II of Schedule-B. The spares/ repairs executed shall be of best quality and approved makes of MJP/PWD/TMC etc. Delivery period of item taken under repair should be within seven days from the receipt or order given by Engineer-in-charge. If the work/repair is not completed within specified time limit penalty @ Rs.50 per day will be charged. In case of civil item mentioned in Section measurement of item executed will be decided by Engineer-in-charge and his decision will be final and binding on the contractor.

Before taking any repair work in hand same should be intimated to Ex.Engineer (Mech.) & Deputy Engineer (Mech.) and his decision to carry out the repair work and the amount of work to be executed will be final and binding on the contractor.

Price variation is allowed on the quoted rates from the second year onwards. 5% on the quoted rate for every year hereafter is applicable for all items and also for the extended period beyond 36 months.

Annual Maintenance contract of full bore magn etic ultrasonic flow meters at Pise raw water M.S. pipe line and temghar pure water M.S. Pipe line and for lab. apparatus such as spectrophotometer and turbidity meter- MACH/Make and other instruments is to be got done from the agency who have specialization in their respective field. It is recommended to have AMC with such agency to prevent unnecessary breakdown or eleventh hour rush. Also AMC agency should be present in case of breakdown/ failure of their respective items.

Contractor should get the AMC agency approved from Engineer-in-charge before entering in aggrement. Spares replaced/ changed by the AMC agency should be brought to notice of Engineer-in-charge, payment for the respective AMC agency should be made by contractor.

253

Contractor should maintain seperate register for each AMC undertaken and should note each and every visit/emergency visit etc. and should produce the records when demanded.

Detailed specification and conditions of items not specified for Section II will have to be carried out as per sample removed or as per directed by Engineer-In- Charge and his decision for the same will be binding on the contractor without any extra cost and condition.

Repairs/Replacement work executed as mentioned in Scheduled B should have guarantee for a minimum period of one year. If in defect liability period if any repair and rectification work is involved contractor should carry out the same without any extra cost and condition.

For Section II Contractor should quote his rates without considering any rebate towards scrap material. Scrap will be the property of T.M.C. and will be kept in stock at Temghar W.T.P.

Items other than mentioned should be executed by O & M agency as directed by Engineer-In-Charge.

254

THANE MUNICIPAL CORPORATION OF CITY OF THANE

Name of Work : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

ANNEURE – I A (LABOUR DETAILS)

Part – I : Operation & Maintenance Sub Work :- (A) – Pumping Stations at Pise & Temghar

Sr. Category Nos. Technical Skilled Unskilled No 1 Senior Res. Engineer (Civil/Mech) 1 1 Overall in charge of the work. 2 Pise Head Works and Pumping Station a) Asst. Res. Elec. Engineer 1 1 b) Electrician as a Pump Operator 4 4 c) Fitter 1 1 d) Helper Pump m/c & Substation 7 7 e) Sweeper Cum Gardner 4 4 3 Temghar Pure Water Pumping Station a) Asst. Res. Civil + Mech. Engineer 2 2 b) Electrician as a Pump Operator 4 4 c) Fitter 1 1 d) Helper Pump m/c & Substation 7 7 e) Sweeper Cum Gardner 4 4 4 Temghar Recirculation Pumping Station a) Pump Operator 4 4 b) Helper 4 4

255

Sub Work :- (B) – Water Treatment Plant at Temghar

Sr. Category Nos. Technical Skilled Unskilled No 1 Operational Activities a) Chemist 4 4 b) Filter Operator 4 4 c) Co-ordinator cum Wireless Operator 4 4 d) Typist 4 4 e) Electrician 4 4 f) Khansama 1 1 g) Helper i) for Flash Mix & CLF 4 4 ii) for Filterbeds 12 12 iii) for Chlo. & Chemi. 3 3 iv) Relievers for above 3 3 v) Daily Water Testing 1 1 vi) Office Attendent 2 2 2 Material Handling/Cleaning/Gardening a) Overall Supervisor 1 1 b) Store Keeper 1 1 c) Sweeper 4 4 d) Gardner 4 4 e) Helper i) Alum Handling (2 Nos x 3 Shifts) 8 8 ii) Relievers 2 2 f) Driver 4 4

256

Sub Work :- (C) – Raw / Pure Water Rising / Gravity Mains

Sr. Category Nos. Technical Skilled Unskilled No 1 Raw Water Pipeline a) Civil Mestri for Supervision 1 1 b) Fitter 1 1 c) Helper 6 6 2 Pure Water Pipeline from Temghar to Majiwade a) Civil Mestri for Supervision 1 1 b) Fitter 1 1 c) Helper 7 7 3 Operation of MBR Valves 4 4 4 Valve Operator / Meter Readers at Meter Rooms a) Mankoli Meter Room 4 4 b) Majiwada Meter Room 4 4 5 Security Guards 12 12

Salary per month Total Salary Payment For Nos per person per month

Sr.Resident Engineer 1 32650.00 32650.00 Assi.Resident Engineer 3 32412.00 97236.00 Chemist 4 32412.00 129648.00 Skilled Labour 53 17723.00 939319.00 Un-Skilled Labour 94 16038.00 1507572.00

2706425.00 Add Contractors profit @ 10% (+) Rs. 270642.50 TOTAL 2977067.50

Rounded Total 2977068.00

As per the requirement on the plant, the Engg-in-charge will have the authority to increase or decrease the employees in respect to above Categorised employees of the contractor. In accordance with this the TMC will make the payment of the workers to the contractor.

257

ITEM No :- 2. Providing Vehicals for daily maintenance.

Two 2-wheeler required for Resident Engineers for daily routine maintenance, supervision purpose, One 4-wheeler ( Utility Vech.) for maintenance of WTP & pipe line from Pise, BPT, Temghar, MBR, to Majiwada Junction & one 4-wheeler Car Hatchback for office staff to visit the various offices as Bhatasa Irrigation Department, BMC, mantralaya, CE office at mumbai & site work from pise, Temghar up to Majiwada.

4- 2- 4-Wheeler Wheeler Wheeler Car Utility Veh. Cost of Vehicals Rs. 50000.00 700000.00 681594.00 Avarage running per Day Km. 40 40 40 Avarage fuel consumption of vech. Km/Ltr. 40 18 10 Present Rate of Petrol Rs. 75.00 75.00 60.00 Fuel cost per Month Rs. 2250.00 5000.00 7200.00 Maintenance Rs. 1 per Km(2W) & 2 per Km(4W) Rs. 1200.00 2400.00 2400.00 Insurance primium Rs1200/12(2W) & 8000/12 (4W) Rs. 100.00 666.67 666.67 Depriciation 10% of cost of vech. / 12 months. Rs. 416.67 5833.33 5679.95 Total Rs. 3966.67 13900.00 (B) 15946.62 (C) For Two 2-Wheeler Vehicals Rs. 7933.00 … (A) Total For Two 2-wheeler & One 4-Wheeler 37779.62 … (A + B + C) Add 10% towards agency overhead,profit & return on investment. Rs. 3777.96 Total Rs. 41557.58 Say Rs. 41558.00 Per month

258

ANNEXURE – I – B a. Penalty on account of absentee of staff.

i) Senior Resident Engineer Rs. 2000/ day ii) Asst. Resident Engineer (Civil/Elec) Rs. 1000/ day iii) Chemist Rs. 1000/ day iv) Skilled Labour Rs. 500/day v) Semiskilled / unskillled Rs. 400/day vi) Security guard Rs. 500/day b. Non submission of license as per contractor labour Act within one month from date of work, if qpplicable Rs. 5000/ month c. Non submission of GPF/ESIS/

Contribution certificate of within

Two months from date of work

order, if applicable. Rs. 5000/ month/certificate d. For not performing the cleaning Schedule of cleaning and sweeping item. i) Daily cleaning schedule

Item (i) to (iv) Rs. 500/ Cleaning job

ii) Weekly cleaning schedule

Item (i) to (iii) Rs. 1000/ Cleaning job

iii) Watering of the plants Rs. 1000/ day

iv) Grass cutting & removing Rs. 100/ SQ.METER

Unwanted vegetation.

v) The required quantities of chemicals,

cleaning consumables/accessories are

anticiplated in tender rates. Cleaning

consumable if not provided as per

requirement and for the satisfaction

259 of Engineer-in-charge the same will

be purchase from market and the

recovery at double the rate than

purchase cost will be made from

same R.A. bill. e) Over flow of water in the plant Rs. 20/ liter. f) For not providing the Jeep in

working condition with drivers Rs.2000 / day. g) For not providing register within Rs. 500/ day/registar 15 days from work order. h) For not maintaining registers as Rs. 500/ month/register required by Engineer-in-charge. i) For not providing Mobile Telephones to Engineers Rs. 500/ day/phone In absence of above mentioned appropriate recovery will be done from monthly R.A.Bills from Rs. 500/- to 5000/- as per decision of department. j) If it is observed that any breakdown or repair work occurs due to negligence of O & M agency the same will be done by TMC at contractor’s expenses or cost as per DSR or prevailing market whichever is more will be deducted from contractors R.A.bills. Engineer-In-Charge decision for the same will be binding on the contractor and final. k) Any MSEB penalty due to not maintaining power factor or increase in KVA beyond specified limit will be deducted from contractors R.A.bill which is to be noted please. l) Penalty for negilgence in duties shutdowns/breakdowns or in case of worked assigned to contractor by Engg-in-charge in writing will be charged by Engg- in-charge as per the situation & loss to the TMC. However the minium penalty in such cases will be Rs.10,000/- per incidence observed. m) Penalty for non-calibration of flow meter Rs. 2,50,000/- per incidence.

260

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

STATEMENT SHOWING PLACEMENT OF ARMED

SECURITY GUARDS AT VARIOUS SITES

ANNEXEURE - II

Place of work Shift no,required /shift Total

Unarmed Armed UnArmed

1. Pise Head works & Pipe Day 1.no. 1.no. 1

Pipe line bridge & at Pise Night 2.no. 1.no. 1

2. Break Pressure Day 1 - - tank at village sonale night 2 -

3. Reliever for above 1 & 2 1 - -

4. Temghar WPT Premises Day 3 1 1

(3 location) night 3 1 1

Reliever 1 -

5. M.B.R Day 1 -

Night 2 -

6. Saket Bridge Day 1 -

night 2 -

Reliever 2

22 no. s. 4 no. s.

261 SubWork - D

SECURITY

1. Pise head works & pipeline bridge

During day shift Gunman 1 No. During day shift Security Guard 1 No. During Night shift Gunman 2 No. During Night shift Security Guard 1 No. 2. At BPT During day shift Gunman 1 No. Reliever Gunman for pise and BPT 1 No. During Night shift Gunman 2 No.

3. For Temghar Plant & pump house

During day shift Gunman 3 No. During day shift security guard 1 No. During night shift Gunman 3 No. During night shift security guard 1 No. Reliver Gun man MBR 1 No. 4. During day shift Gunman 1 No. During night shift Gunman 2 No.

5. For pipe line bridge at saket

During Day Shift Gunman 1 No. During night shift Gunman 2 No. 6. Reliver for 4 & 5 2 No.

262

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

STATEMENT SHOWING STAFF REQUIREMENT WITH

MINIMUM QUALIFICATION REQUIRED

ANNEXEURE - III

The Contractor shall have the required staff as per qualification and experience stated below.

Sr.No. Post Minimum Qualification

1. Senior Resident Engineer B.E. (Mech/Elect) with minimum 2 year experience

2. Asst. Resident Engineer D.E.E. with one year experience. He must

a) Electrical posses a valid Electrical supervisors licence.

b) Civil D.C.E. with one year experience

3. Chemists B.Sc., with 3 years experience in water quality

analysis.

4. Electricians as a pump I.T.I. or equivalent qualification with minimum

operator S.S.C. base.

5. Fitters I.T.I. or equivalent valid certificate.

6. Cleaning & material H.S.C. with 3 to 5 years experience.

handling supervisor

7. Civil mestri S.S.C. with required Experience

8. Filter operator Minimum SSC & with good knowledge

of fitter operation.

263

1) The agency is responsible to provide 24 hours services of above categories for which overtime etc. shall be considered in the tender rates. No extra charges are to be borne by the TMC.

2) The person appointed by the contractor shall have the identity card with photographs and one copy of 'I' card shall be submitted to the office of the Engineer-in-charge.

3) The persons appointed for this project / tender shall be for contract period only and their services shall be terminated once contract period terminates.

The employee of contractor who will be absent duties fro more than one day, shall be replaced by contractor immediately. The normal shift duties are :-

st 1 shift is from 7am. to 3.30 pm. and IInd is from 3.00 pm. to 11.30 pm. & IIIrd shift is from 11.00 p.m. to 7.30 am. General shift is from 9.00 am. to 5.30 pm.

The leave admissible & other benifits to all the catagory of workers shall be as per the pevailing labour Acts & Minimum Wages Act.

Unless the reliever comes on duty the staff from the earlier shift can not be relieved and has to perform over-time and same is to be paid by the contractor while no payment will be made by the TMC to the Contractor.

All staff needs to be provided with uniform. The safety measures like hand gloves, Rain coats & gumboots for H.T. substation and rain coats & gumboots for persons working on treatment plant is to be provided. Theses items along with the medical facilities shall deemed to be included in the tendered rates & no extra payment will be made to the contactor in this regard.

However, if the admissible leaves or weekly off and holidays of the employees in general shift will not be considered as absentee for recovery and the absentee is admissible. However, such absentee shall not be for more than one day at a time.

The adjoining water treatment plant is being maintained by STEM Authority. The STEM authority has some staff quarters with them. The contractor can had the same for his employees with written request to STEM authority which will be only recommended by TMC & no responsibility of charges towards rent or any other such charges will be taken by TMC. It is the responsbility of contractor to arrange the accomnodation for his staff.

264

During major works carried out by other agency than Operation & Maintenance it is sole responsibility of the agency to co-ordinate, co-operate the other agency and carry out the repair work at earliest.

During any emergency like flood, Major MSEB breakdown or failure it is sole responsibility of agency to maintain normality of complete system and to maintain water supply as required by the department.

265

266

267

268

269

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

B) Schedule of routine checking of pumps, valves & gates,

ANNEXURE IV a) Duty in each shift :

i) Leakage through gland packing and tightenings / loosening to ensure that extent of leakage is in drip form.

ii) Bearing temperature - If high, check up cause and take remedial action.

iii) Presure. - If high or low, check up cause.

v) Oil level for bearing lubricant.

vi) Clean and remove dust from pumps, piping and valves etc.

vi) Checking of space heaters for motors at Pise and Temghar.

viii) Before leaving each shift pump operator/Engineers should intimate all his observations and findings to his reliver of respective shift.

ix) All datas readings should be updately on shift basis and in all shifts. b) Weekly :

i) Greasing to the stuffing boxes.

ii) Greasing to valve actuator gear,

iii) Greasing to gate spindle.

270

iv) Checking of LOH & ROH & manometer tubes at all filters. c) Monthly

i) Checking tightness of all nut bolts & replace necessary.

ii) Check coupling bushes for wear & replace if found necessary.

iii) Checking and replacing gland packing if ncessary (pump valve)

iv) Check oil in air compressor & replace / top-up necessary.

v) Check valve actuator bushes.

vi) Calibration of LOH/ROH indicator at filters.

vii) Cleaning of channel (RW/PW) during shutdown period. d) Quarterly

i) Inspection of gland packing and replacing necessary,

ii) Cleaning and oiling of gland bolts.

iii) Checking and lubrication of all bearings & replaceing oil or top up iffound necessary.

iv) Lubrication of spindles/checknuts of sluice gats.

v) Checking of float operations at filter bed. e) Half Yearly

i) Removing gland packing and checking wear on line shaft at gland portionreplace if found necessary.

ii) Cleaning and examination of all bearings for flaws and checking and play.

iii) Replacing oil/grease of bearing.

iv) Replacing gland packing of Sluice Valves.

v) The condition of guides of sluice gates.

271 c) Routine rectification

Works below and similar minor work shall be included in routine rectification.

i) Toping up of oil/lubricants of bearings, gear boxes, Auto Trans. Power Trans., bearing housing etc.

ii) Replacement of glands and lugs of cables.

iii) Rectifying loose connections at various places in pump house and water treatment plant.

iv) Repairs/replacements of pilot lamps annunciations window.

v) Replacement of fuses including D.O. fuses.

vi) Rewinding, Overhauling Cleaning and replacement of contact, terminal plates of starters & various motors.

vii) Cleaning & replacement of impeller, Shaft, Sleeve, bearings etc. upto 180 HP Pump Motor sets.

viii) Replacement of pressure guages, S.S.Spindle, Shafts, Check nut etc.

ix) Spot welding, brazing, soldering etc.

x) Replacement of coupling pins & bushes of flexible couplings.

xi) Replacement of limit switches of valve actuarators & crane.

xii) Replacement of luminaries & accessories, checking of wiring, routine rectification / minor replacement at pump house, Water Treatment Plant, area lighting, rest house, quarters, substation etc.

xiii) Tightning of nut bolts of expansion joints, dismantling and joint Air Valves/Scour Valves.

xiv) Replacement of Air Valve balls, packing & replacing glands of isolating Sluice Valves.

xv) Minor Welding jobs required on Pipeline (MS), Pumphouse, treatment plant not requiring more than one hour period.

xvi) Rearrangement of filter sand with refilling of departmentally supplied filter sand.

xvii) Replacement of check nut & spindles of sluice valves & gates not run by

272 actuators.

xviii) Replacement of rubber rings for butterfly valves at filter & Rubber rings.

xix) Greasing to the roller bering supports for the pipeline on various bridges.

xx) Overhauling of cranes at pise and temghar, WTP etc.

However any routine maintenance work other than above but required for operation and maintenance of treatment plant, pumping machinery & allied equipment has to be done as directed by Engineer-in-charge.

273

THANE MUNICIPAL CORPORATION OF CITY OF THANE

NAME OF WORK : "Operation, Maintenance & Repairs to TMC’s Own 210 MLD Water Supply Scheme from Pise head works to Majiwade Junction including pumping machinery, Water treatment plant and Pipe line, various meter room along with necessary spare parts and Junction including MBR @ Mankoli & including various meter rooms along with necessary spares".

List of fire fighting equipments & Tools to be handed over to agency and required to be maintioned by the agency.

ANNEXURE V

The following is the list of fire lighting equipments, tools & tackles required for the routine, preventive & breakdown maintenance & repairs for the vairous machineries & components. These are available with T.M.C. at site and will be handed over to the contractor for his safe custody after issuing him the work order and thereafter it will be his responsibility to maintain the listed equipments / tools in good working condition. The list is as below.

A) Pise head works & raw water pumping station :-

a) FIRE FIGHTING EQUIPMENT AND TOOLS

1) Fire Extinguisher - 4.5 Kg. CO2 alloy type - 2 Nos.

Make :- Monark brand

2) Fire Extinguisher - Powder type - 2 Nos.

Make :- Ajit Fire Engineer

3) First Aid Box :- 1 No.

4) Medical instruction chart :- 2 Nos.

5) Sand filled Buckets :- 4 Nos.

274 b) TOOLS

1) Open ended spanner 6.32 mm. :- 2 Set

2) Ring spanner set 6.32 mm. :- 2 Set

3) Box Spanner set 6.32 mm. (14 pieces) :- 1 set

4) Hacksaw frame 300 mm. :- 1 No.

5) Cutting plier 200 mm. :- 1 No.

6) Ball pen hammer 800 gm. :- 1 No.

7) Screw driver :- 4 Nos.

8) Grease gun :- 1 No.

9) Allen Key set - 2-10 mm. :- 1 No.

10) Long nose plier :- 1 No.

11) Pipe wrench 450 mm., 600 mm. :- 2 Nos.

12) Tester :- 1 No.

13) Tool box :- 1 No.

14) Bearing pullr 8", 10", 12" :- 3 Nos.

15) Half round file 300 mm. :- 1 No.

16) Rope wire with dog bolt :- 4 Nos.

17) Hand operated crimpling tool 6 sq.mm. to 185 sq.mm. :- 1 No.

18) Hydrolic crimpliing tool 500 sq.mm. :- 1 No.

19) Megger 1000 V. :- 1 No.

20) Megger 2500 V. :- 1 No.

275

21) Earth tester :- 1 No.

22) Tong tester :- 1 No.

23) Spirit level :- 1 No.

24) Steel rule :- 1 No.

25) Generator Birla Yamaha :- 1 No.

26) Locker 6 x 2 = 12 locker Godrej :- 1 set

27) Cupboard Godrej :- 1 No.

28) Table Godrej :- 1 No.

29) Molded Chairs :- 5 Nos.

30) Air Circulating Fan :- 5 Nos.

B) For Pure Water Pumping Station at Temghar.

1) Fire Extinguisher - 4.5 Kg. CO2 alloy type - 2 Nos.

Make :- M ona rk b ran d 2) Fire Extinguisher - Powder type - 2 Nos.

Make :- Ajit Fire Engineer

3) First Aid Box :- 1No.

4) Medical instruction chart :- 2Nos.

5) Sand filled Buckets :- 4Nos.

b) TOOLS

1) Open ended spanner 6.32 mm. :- 2 Set

2) Ring spanner set 6.32 mm. :- 2 Set

3) Box Spanner set 6.32 mm. (14 pieces) :- 1 set

4) Hacksaw frame 300 mm. :- 1 No.

5) Cutting plier 200 mm. :- 1 No. 6) Ball pen hammer 800 gm. :- 1 No.

276

7) Screw driver :- 4 Nos.

8) Grease gun :- 1 No.

9) Allen Key set - 2-10 mm. :- 1 No.

10) Long nose plier :- 1 No.

11) Pipe wrench 450 mm., 600 mm. :- 2 Nos.

12) Tester :- 1 No.

13) Tool box :- 1 No.

14) Bearing pullr 8", 10", 12" :- 3 Nos.

15) Half round file 300 mm. :- 1 No.

16) Rope wire with dog bolt :- 4 Nos.

17) Hand operated crimpling tool 6 sq.mm. to 185 sq.mm. :- 1 No.

18) Hydrolic crimpliing tool 500 sq.mm. :- 1 No.

19) Megger 1000 V. :- 1 No.

20) Megger 2500 V. :- 1 No.

21) Earth tester :- 1 No.

22) Tong tester :- 1 No.

23) Spirit level :- 1 No.

24) Steel rule :- 1 No.

25) Generator Birla Yamaha :- 1 No.

26) Locker 6 x 2 = 12 locker Godrej :- 1 set

27) Cupboard Godrej :- 1 No.

28) Table Godrej :- 1 No.

29) Molded Chairs :- 5 Nos.

30) Air Circulating Fan :- 5 Nos.

277

DECLARATION BY THE CONTRACTOR

1. I hereby declare that, I have made myself/ourselves throughly conversant with the local conditions regarding the materials and labour on which my / our offer is based for the work.

2. The specifications, clauses and conditions for this work have been carefully studied and understood by me before submitting this tender.

3. I undertake to use only the material approved by the Engineer-in-charge before starting the work and to abide by the decision of the Engineer-in- charge.

4. I undertake to pay the labour engaged in the work as per Minimum Wages Act and its amendments from time to time applicable to the zone concerned.

CONTRACTOR