Nothing Special   »   [go: up one dir, main page]

Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 126

NIT No-23/EE/PHED/2021-22/Gwalior Dated-18.05.

21

Government of Madhya Pradesh


Public Health Engineering Department
Appendix 2.10

(Works Department Manual 1983)


(For Percentage Rates Only in Works Department and Other
Department similar to Works Department)

Tender ID – 2021_PHED_142802_1
Design and Construction of Retrofitting Piped Water Supply Scheme under Jal Jeevan
Mission at Village (1) Barahana (2) Dangora Block GHATIGAON Distt.Gwalior based
on T.W.including installation of electric submersible water motor pump, laying & jointing
of rising main, feeder main and distribution pipe line system, household tap
connections, construction of pump house, construction of RCC sumpwell (As Per BOQ)
electric power connections at tubewell including cost of all material & labour with 90
Days After completion of construction/ Execution of work with Sucessful testing and
comissioning period of entire scheme.

A) Probable Amount of Contract - Rs.66.96 lakh


B) Earnest Money - Rs. 66960.00
C) Cost of Bid Document - Rs.10000.00

1|Page
GOVERNMENT OF MADHYA PRADESH
Public Health Engineering Department

Appendix 2.10
Tender Document
For Percentage Rate only in P.H.E. Departments(Effective from 03/07/2018 to upto date
amendment) and other Works Departments similar to Works Departments(Effective from
01/01/2014 to upto date amendment)

Office of the : Executive Engineer P.H.E Division Gwalior

NIT Number and Date : NIT No-23/EE/PHED/2021-22/Gwalior


Dated-18.05.21
Agreement Number and Date : -----------------------------------------------

Name of Work : Design and Construction of Retrofitting


Piped Water Supply Scheme under Jal
Jeevan Mission at Village (1) Barahana (2)
Dangora Block GHATIGAON Distt.Gwalior
based on T.W.including installation of
electric submersible water motor pump,
laying & jointing of rising main, feeder main
and distribution pipe line system, household
tap connections, construction of pump
house, construction of RCC sumpwell (As
Per BOQ) electric power connections at
tubewell including cost of all material &
labour with 90 Days After completion of
construction/ Execution of work with
Sucessful testing and comissioning period of
entire scheme.

Name Of The Contractor : ------------------------------------------------------


-
Probable Amount of Contract
(Rs. in Figure) : 66.96 lakh
(Rs in Words) : Sixty Six Lakh Ninty Six Thousand Only
Contract Amount
(Rs. in Figure) : -----------------------------------------------
(Rs in Words) : -----------------------------------------------
Stipulated Period of Completion : 06 Months including rainy season,thereafter
90 days after Completion of construction
/Execution of work with successful testing
and commissioning.

2|Page
Appendix 2.10

Tender Document (Table of Contents)

Section No Particular Page


Section 1 NIT 4-6
Section 2 Instruction to Bidders (ITB) 7 - 12
Bid Data Sheet. 13 - 15
AnnexureA to M 16 - 63
Section 3 Table of Clauses 64
Part- 1 General Conditions of Contract (GCC) 65 - 83
Contract Data 84 - 87
Annexure – N to Y 88 - 108
Part-II Special Conditions of Contract (SCC) 109 - 119
Section 4 Bill of Quantities (BOQ) 120 - 128
Section 5 Agreement Form 129
Tender Acceptance Letter (Annexure – Z) 130

3|Page
SECTION 1
Notice Inviting e-Tenders
Government of MADHYA PRADESH
Executive Engineer
Public Health Engineering Division Gwalior

NIT No-23/EE/PHED/2021-22/Gwalior Dated-18.05.21

Online percentage rate bids for the following works are invited from registered
contractors and firms of repute fulfilling registration criteria:
Tender Name of Work District(s) Probable Completion
ID Amount Period (months)
(Rs.)
2021_PH Design and Construction of Gwalior 66.96 lakh 06 Months including
Retrofitting Piped Water Supply rainy
ED_1428 Scheme under Jal Jeevan Mission season,thereafter
at Village (1) Barahana (2) 90 days after
02_1 Dangora Block GHATIGAON Distt. Completion of
Gwalior based on T.W.including construction
installation of electric submersible /Execution of work
water motor pump, laying & jointing with successful
of rising main, feeder main and testing and
distribution pipe line system, commissioning.
household tap connections,
construction of pump house,
construction of RCC sumpwell (As
Per BOQ) electric power
connections at tubewell including
cost of all material & labour with 90
Days After completion of
construction/ Execution of work with
Sucessful testing and comissioning
period of entire scheme.
1. Interested bidders can view the NIT on website https://www.mptenders.gov.in
2. The Bid Document can be purchased only online as per the Critical Date Sheet
mentioned in the online NIT on portal https://www.mptenders.gov.in
3. Amendments to NIT, if any, would be published on website
https://www.mptenders.gov.in only, and not in newspapers.

Member Secretary DWSM and


Executive Engineer
PHE Division Gwalior (M.P.)

4|Page
Notice Inviting Tender
Government of Madhya Pradesh
Public Health Engineering Department
Divison-Gwalior
NIT No-23/EE/PHED/2021-22/Gwalior Dated-18.05.21
Online percentage rate bids for the following works are invited from registered
contractors and firms of repute fulfilling registration criteria:
Tend Name of Work District Probable Earnest Cost of Category of Period of
er ID Amount of Money Bid Contractor Completion
Contract Deposit Docume (in Months)
(Rs.) (EMD) nt (In
(In Rupees)
Rupees)
2021 Design and Construction of Gwalior 66.96 lakh 66960.00 10000.00 Contractor 06 Months
Retrofitting Piped Water registered including rainy
_PH Supply Scheme under Jal under new season,thereaft
ED_ Jeevan Mission at Village (1) centralized er 90 days after
Barahana (2) Dangora single Completion of
1428 Block GHATIGAON Distt. registration construction
02_1 Gwalior based on system in /Execution of
T.W.including installation of M.P. Govt. work with
electric submersible water successful
motor pump, laying & jointing testing and
of rising main, feeder main commissioning.
and distribution pipe line
system, household tap
connections, construction of
pump house, construction of
RCC sumpwell (As Per BOQ)
electric power connections at
tubewell including cost of all
material & labour with 90
Days After completion of
construction/ Execution of
work with Sucessful testing
and comissioning period of
entire scheme.

1. All details relating to the Bid Document(s) can be viewed and downloaded free of cost
on the websitehttps://www.mptenders.gov.in
2. Bid Document can be purchased after making online payment of portal fees through
Credit/Debit/Cash Card/internet banking.
3. At the time of submission of the Bid the eligible bidder shall be required to:
i)pay the cost of Bid Document;
ii)deposit the Earnest Money;
iii)Submit a check list; and
iv)Submit an affidavit.
v) Registration number or proof of application for registration and
v) a-in case of partnership firm certified copy of partnership deed shall have to be
enclosed.Organizational details in format given in the Bid Data Sheet
v) b-in case of limited company certified copy of articleas of association and
memorandum of association along with registration certificate of the company
5|Page
shall have to be enclosed.Organizational details in format given in the Bid Data
Sheet
v) c-in case of joint venture agreement should be required as per condition of
anexxure-G and joint venture agreement should be mase on Rs. 1000/- non
judicial stamp paper, duly notrised / registration. Each partner of joint venture
shall be individually registerd in the appropriate class required power of attorney
shall be prepared separately on Rs. 500 non judicial stamp paper duly notrised
and should be submitted originally in envelope A (and uploaded online scanned
copy) along with joint venture agreement.
. vi) Organizational details in format given in the Bid Data Sheet.
vii) Tender Acceptance Letter. (As Per Annexure-Z)
(Details can be seen in the Bid Data Sheet.)
4. ELIGIBILITY FOR BIDDERS:
(a) At the time of submission of the Bid the bidder should have valid registration with the
Government of Madhya Pradesh, PWD in appropriate class. However, such bidders
who are not registered with the Government of Madhya Pradesh and are eligible for
registration can also submit their bids after having applied for registration with
appropriate authority.
(b) The bidder would be required to have valid registration at the time of signing of the
Contract.
(c) Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in
forfeiture of the earnest money deposit.
5. Pre-qualification – Prequalification conditions, wherever applicable, are given in the Bid
Data Sheet.
6. Special Eligibility – Special Eligibility Conditions, if any, are given in the Bid Data Sheet.
7. The Bid Document can be purchased only online as per Critical Date Sheet mentioned
in online NIT. Other key dates may be seen in bid data sheet.

8. Amendments to NIT, if any, would be published on website


https://www.mptenders.gov.inonly, and not in newspaper.

Member Secretary DWSM and


Executive Engineer
PHE Division Gwalior (M.P.)

6|Page
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
GENERAL
1. SCOPE OF BID

The detailed description of work, hereinafter referred as ‘work’, is given in the Bid
Data Sheet.

2. General Quality of Work:

The work shall have to be executed in accordance with the technical


specifications specified in the Bid Data sheet/ Contract Data, and shall have to
meet high standards of workmanship, safety and security of workmen and works.

3. PROCEDURE FOR PARTICIPATION IN E-TENDERING

The procedure for participation in e-tendering is given in the Bid Data Sheet.

4. ONE BID PER BIDDER

4.1The bidder can be an individual entity or a joint venture (if permitted as per
Bid Data Sheet). In case the J.V. is permitted, the requirement of joint venture
shall be as per the Bid Data Sheet.

4.2No bidder shall be entitled to submit more than one bid whether jointly or
severally. If he does so, all bids wherein the bidder has participated shall stand
disqualified.

5. Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of
his bid, and no claim whatsoever for the same shall lie on the Government.

6. Site Visit and examination of works

The bidder is advised to visit and inspect the Site of Works and its surroundings
and obtain for itself on its own responsibility all information that may be
necessary for preparing the bid and entering into a contract for construction of
the work. All costs in this respect shall have to be borne by the bidder.

B.Bid Documents

7. CONTENT OF BID DOCUMENTS


The Bid Document comprises of the following documents:
1.NIT with all amendments.
2.Instructions to Bidders,Bid Data Sheet with all Annexures
3.Conditions of Contract:
i.Part I General Conditions of Contract and the Contract Data with all
Annexures; and
ii.Part II Special Conditions of Contract.
4.Specifications
5.Drawings
7|Page
6.Priced Bill of Quantities
7.Technical and Financial Bid
8.Letter of Acceptance
9.Agreement, and
10.Any other document(s), as specified.

8. The bidder is expected to examine carefully all instructions, conditions of


contract, the contract data, forms, terms and specifications, bill of quantities,
forms and drawings in the Bid Document. Bidder shall be solely responsible for
his failure to do so.

9. Pre-Bid Meeting (where applicable)Wherever the Bid Data Sheet provides


for pre-bid meeting:

9.1 Details of venue, date and time would be mentioned in the Bid Data
Sheet. Any change in the schedule of pre-bid meeting would be
communicated on the website only, and intimation to bidders would not be
given separately.

9.2 Any prospective bidder may raise his queries and/or seek clarifications in
writing before or during the pre-bid meeting. The purpose of such meeting
is to clarify issues and answer questions on any matter that may be raised
at that stage. The Employer may, at his option, give such clarifications as
are felt necessary.

9.3 Minutes of the pre-bid meeting including the gist of the questions raised
and the responses given together with any response prepared after the
meeting will be hosted on the website.

9.4 Pursuant to the pre-bid meeting if the Employer deems it necessary to


amend the Bid Document, it shall be done by issuing amendment to the
online NIT.

10. Amendment of Bid Documents

10.1 Before the deadline for submission of bids, the Employer may amend or
modify the Bid Documents by publication of the same on the website.

10.2 All amendments shall form part of the Bid Document.

10.3 The Employer may, at its discretion, extend the last date for submission of
bids by publication of the same on the website.

C.Preparation of Bid

11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid
Forms and submit Bid Seals (Hashes) of all the envelopes and documents
related to the Bid required to be uploaded as per the time schedule mentioned in
the key dates of theNotice Inviting e-Tenders after signing of the same by the
Digital Signature of theirauthorized representative.

12. DOCUMENTS COMPRISING THE BID

The bid submitted online by the bidder shall be in the following parts:
8|Page
Part 1 – This shall be known as Online Envelope A and would apply for all bids.
Online Envelop A shall contain the following as per details given in the Bid Data
Sheet:

i) Registration number or proof of application for registration and


organizational details in format given in the Bid Data Sheet.
i) a-in case of partnership firm certified copy of partnership deed shall have to
be enclosed.Organizational details in format given in the Bid Data Sheet
i) b-in case of limited company certified copy of articleas of association and
memorandum of association along with registration certificate of the
company shall have to be enclosed.Organizational details in format given
in the Bid Data Sheet
i) c-in case of joint venture agreement should be required as per condition of
anexxure-G and joint venture agreement should be mase on Rs. 1000/-
non judicial stamp paper, duly notrised / registration. Each partner of joint
venture shall be individually registerd in the appropriate class required
power of attorney shall be prepared separately on Rs. 500 non judicial
stamp paper duly notrised and should be submitted originally in envelope
A (and uploaded online scanned copy) along with joint venture
agreement.
ii) Payment of the cost of Bid Document;
iii) Earnest Money; and
iv) An affidavit (self signed declration).
v) Organizational details in format given in the Bid Data Sheet
vi) Submit a check list.
vii) Tender Acceptance Letter. (As Per Annexure-Z)
Part 2 – This shall be known as Online Envelope B and required to be
submitted only in works where pre-qualification conditions and/or special
eligibility conditions are stipulated in the Bid Data Sheet. Online Envelop B shall
contain a self-certified sheet duly supported by documents to demonstrate
fulfillment of pre-qualificationconditions.

Part 3 – This shall be known as Online Envelope C and would apply to all bids.

Envelop C shall contain financial offer in the prescribed format enclosed with the
BidData Sheet.

13. Language

The bid as well as all correspondence and documents relating to the bid
exchanged by the Bidder and the Employer shall be in English or Hindi.
Supporting documents and printed literature that are part of the Bid may be in
another language provided they are accompanied by an accurate translation of
the relevant passages in English.

In such case, for the purposes of interpretation of the bid, such translation shall
govern.

9|Page
14. TECHNICAL PROPOSAL

14.1 Only, in case of bids with pre-qualification conditions defined in the Bid Data
Sheet, the Technical Proposal shall comprise of formats and requirements
given in the Bid Data Sheet.

14.2 All the documents/ information enclosed with the Technical Proposal should
be self- attested and certified by the bidder. The Bidder shall be liable for
forfeiture of his earnest money deposit, if any document / information are
found false/ fake/ untrue before acceptance of bid. If it is found after
acceptance of the bid, the bidsanctioning authority may at his discretion forfeit
his performance security/guarantee, security deposit,
enlistment deposit and take any other suitable action.

15. FINANCIAL BID

i. The bidder shall have to quote rates in format referred in Bid Data Sheet, in
overall percentage, and not item wise. If the bid is in absolute amount, overall
percentage would be arrived at in relation to the probable amount of contract
given in NIT. The overall percentage rate would apply for all items of work.
ii. Percentage shall be quoted in figures as well as in words. If any difference in
figures and words is found, lower of the two shall be taken as valid and
correct.
iii. The bidder shall have to quote rates inclusive of all duties, taxes, royalties
and other levies; and the Employer shall not be liable for the same.
iv.The material along with the units and rates, which shall be issued, if any, by
the department to the contractor, is mentioned in the Bid Data Sheet.
16. PERIOD OF VALIDITY OF BIDS

The bids shall remain valid for a period specified in the Bid Data Sheet after the
date of “close for biding” as prescribed by the Employer. The validity of the bid
can be extended by mutual consent in writing.

17. EARNEST MONEY DEPOSIT (EMD)

17.1 The Bidder shall furnish, as part of the Bid, Earnest Money Deposit
(EMD), in the amount specified in the Bid Data Sheet.

17.2 The EMD shall be in the form of Fixed Deposit Receipt of a scheduled
commercial bank, issued in favour of the name given in the Bid Data
Sheet. The Fixed Deposit Receipt shall be valid for six months or more
after the last date of receipt of bids. However, other form(s) of EMD may
be allowed by the Employer by mentioning it in the Bid Data Sheet.

17.3 Bid not accompanied by EMD shall be liable for rejection as non-
responsive.

17.4 EMD of bidders whose bids are not accepted will be returned within ten
workingdays of the decision on the bid.

10 | P a g e
17.5 EMD of the successful Bidder will be discharged when the Bidder has
signed the Agreement after furnishing the required Performance
Security.

17.6 Failure to sign the contract by the selected bidder, within the specified
period, for whatsoever reason, shall result in forfeiture of the earnest
money deposit.

D.Submission of Bid
18. The bidder is required to submit online bid duly signed digitally.
E. Opening and Evaluation of Bid
19 PROCEDURE
19.1 Envelope ‘A’ shall be opened first online at the time and date notified and
its contents shall be checked. In cases whereEnvelop ‘A’ does not contain
all requisite documents, such bid shall be treated asnon-responsive, and
Envelop B and/or C of such bid shall not be opened.

19.2 Wherever Envelop ‘B’ (Technical Bid) is required to be submitted, the


same shall be opened online at the time and date notified in the Bid Data
Sheet. The bidder shall have freedom to witness opening of the Envelop
‘B’. Envelop ‘C’ (Financial Bid) of bidders who are not qualified in
Technical Bid (Envelop ‘B’) shall not be opened.

19.3 Envelope ‘C’ (Financial Bid) shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the Envelop
‘C’.

19.4 After opening Envelop ‘C’ all responsive bids shall be compared to
determine the lowest evaluated bid.

19.5 The Employer reserves the right to accept or reject any bid, and to annul
the bidding process and reject all the bids at any time prior to contract
award, without incurring any liability. In all such cases reasons shall be
recorded.

19.6 The Employer reserves the right of accepting the bid for the whole work or
for a distinct part of it.

20. Confidentiality
20.1 Information relating to examination, evaluation, comparison and
recommendation of contract award shall not be disclosed to bidders or
any other person not officially concerned with such process until final
decision on the bid.
20.2 Any attempt by a bidder to influence the Employer in the evaluation of the
bids or contract award decisions may result in the rejection of his bid.
F. Award of Contract
21. Award of Contract

11 | P a g e
The Employer shall notify the successful bidder by issuing a ‘Letter of
Acceptance’ (LOA) that his bid has been accepted.
22. Performance Security
22.1 Prior to signing of the Contract the bidder to whom LOA has been issued
shall have to furnish performance security of the amount in the form and
for the duration, etc. as specified in the Bid Data Sheet.

22.2 Additional performance security, if applicable, is mentioned in the Bid


Data Sheet and shall be in the form and for the duration ,etc. similar to
performance security.

23. Signing of Contract Agreement

23.1 The successful bidder shall have to furnish Performance security and
Additional Performance Security, if any and sign the contract agreement
within 15 days of issue of LOA.
23.2 The signing of contract agreement shall be reckoned as intimation to
commencement of work. No separate work order shall be issued by the
Employer to the contractor for commencement of work.
23.3 In the event of failure of the successful bidder to submit Performance
Security and Additional Performance Security, if any or sign the Contract
Agreement, his EMD shall stand forfeited without prejudice to the right of
the employer for taking any other action against the bidder.
24. CORRUPT PRACTICES

The Employer requires that bidders observe the highest standard of ethics during the
procurement and execution of contracts. In pursuance of this policy, the Employer:

i. may reject the bid for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or
coercive practices in competing for the Contract; and
ii. may debar the bidder declaring ineligible, either indefinitely or for a stated period of
time, to participate in bids, if it at any time determines that the bidder has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for, or in executing, a contract.
For the purposes of this provision, the terms set forth above are defined as follows:
a. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party;
b. “fraudulent practice” means any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
c. “coercive practice” means impairing or harming, or threatening to impairor harm,
directly or indirectly, any party or the property of the party toinfluence improperly the
actions of a party;
d. “collusive practice” means an arrangement between two or more parties designed
to achieve an improper purpose, including influencing improperly the actions of
another party.
[End of ITB]

12 | P a g e
Appendix 2.10
Bid Data Sheet
For Jal Jeevan Mission PWS Scheme
GENERAL
SR. No. PARTICULARS DATA
1 Office Inviting Tender Member Secetary, District
Water and Sanitation
Mission and Executive
Engineer PHE Division
Gwalior
District Gwalior
2 NIT No. As per NIT
3 Date of NIT As per NIT
4 Bid document download available from date As per NIT
& time
5 Website link https://
www.mptenders.gov.in

SECTION 1 - NIT
CLAUSE
PARTICULARS DATA
REFERENCE
2 Portal Fees As per service provider
3 Cost of Bid Document Rs 10000/-As Per NIT
Cost of Bid Document Payable at As per Website
Cost of Bid Document In favor of As per Website
4 Affidavit Format Self Attested Affidavit
(Notarized Not Required)
As per 'Annexure- B'
5 Pre-qualifications required As Per NIT
If Yes, details Annexure C
6 Special Eligibility As Per NIT No
(if yes, prior permission of E-in-C required)
If Yes, Details As per 'Annexure -D'
7 Key dates As per 'Annexure -A'

13 | P a g e
Bid Data Sheet
SECTION 2 - ITB1
CLAUSE
REFERENCE
PARTICULARS DATA
1 Name of the ‘Work’ Design and Construction of Retrofitting
Piped Water Supply Scheme under Jal
Jeevan Mission at Village (1) Barahana
(2) Dangora Block GHATIGAON
Distt.Gwalior based on T.W.including
installation of electric submersible water
motor pump, laying & jointing of rising
main, feeder main and distribution pipe
line system, household tap connections,
construction of pump house, construction
of RCC sumpwell (As Per BOQ) electric
power connections at tubewell including
cost of all material & labour with 90 Days
After completion of construction/
Execution of work with Sucessful testing
and comissioning period of entire scheme.
2 Specifications As per 'Annexure – E'
3 Procedure for participation in e-tendering As per 'Annexure – F'
Whether Joint Venture is allowed Yes, for PAC more than
4
Rs 1 crore
If Yes, requirement for joint Venture As per 'Annexure – G'
Pre bid meeting to be held No
9
If Yes, Date, Time & place -
Envelope- (Cover) A containing : Should Be submitted only through
i. Registration number or proof of Online
application for registration and athttp://www.mptenders.gov.in/nicgep/a
ii. e-EMD & Tender Fee pp
12 iii. Self Attested Affidavit 'Annexure- B'
iv.Tender Acceptance Letter As per Key Dates provided in Annexure –
v. organization details as per 'Annexure H' A or as amended

14 Envelope- (Cover) B Technical As per 'Annexure - I' (Format I-1 to I-5),


Proposal
As per 'Annexure - J '/ BOQ bid
Envelope- (Cover) C Financial Bid
15 Template
Materials to be issued by the department As per 'Annexure - K'
16 Period of Validity of Bid 120 Days from the date of
submission of Tender.

1
Section 2 – Bid Data Sheet

14 | P a g e
Bid Data Sheet

CLAUSE PARTICULARS DATA


REFERENCE
17 Earnest Money Deposit Rs 66960.00 As Per NIT
Forms of Earnest Money Deposit Electronic (e-EMD) To be
submitted through e-tender
portal
EMD valid for a period of Not Applicable (Online)
FDR must be drawn in favour of Not Applicable (Online)
21 Letter of Acceptance (LoA) As per 'Annexure - L'
22 Amount of Performance Security 5% of Contract Amount
Additional Performance Security, if As per SCC Clauses
any
Performance Security in the As per 'Annexure- M'
format
Performance Security in favour of Executive Engineer PHE Division
Gwalior
Performance Security valid up to Performance Guarantee (Security)
for works shall be valid upto 03
months beyond the completion of
Defect Liability period. Performance
Guarantee (Security) shall be
released after Sucessful trial run of
entire scheme.
Additional Performance Security Additional Performance Guarantee
valid up to (Security) shall be valid upto valid
execution/construction period plus
03 months.

Additional Performance Guarantee


(Security) shall be released after
construction /execution of work.

15 | P a g e
Annexure – A
(See clause 1,7 of Section 1 -NIT )
Critical Date sheet

S. Works Bidder's Stage Start Expiry Envelopes


No. Department Date Time Date Time
Stage
1. Publishing Date 19.05.2021 11.00 AM 05.06.2021 5.30 PM
2. Document 19.05.2021 11.30 AM 05.06.2021 5.30 PM
Download/Sale-
Online
3. Bid Submission 19.05.2021 12.00 PM 05.06.2021 5.30 PM Mandatory Documents
- Online May Only Be submitted
Online at
http://www.mptenders.
gov.in/nicegp/app
4. Pre Bid 1.00 PM
Meeting
5. Bid Opening 07.06.2021 1.00 PM Envelope-A

All Mandatory documents and e-EMD should be submitted online as prescribed in bid data
sheet on or before the above key dates.

16 | P a g e
Annexure – B
(See clause 3 of Section 1 -NIT )

|| AFFIDAVIT ||
(To be contained in Envelope A)
(Self Signed Declarance)
I/we _______________________________________________________ who
is/ are _______________________ (status in the firm/ company) and competent for
submission of the affidavit on behalf of M/S ______________________ (contractor) do
solemnly affirm an oath and state that:
I/we am/are fully satisfied for the correctness of the certificates/records
submitted in support of the following information in bid documents which are being
submitted in response to notice inviting e-tender No. ______________ for
__________________________ (name of work) dated _______ issued by the
________________ (name of the department).
I/we am/ are fully responsible for the correctness of following self-certified
information/ documents and certificates:
1 That the self-certified information given in the bid document is fully true and
authentic.
2 That:
a. Term deposit receipt deposited as earnest money, demand draft for cost of bid
document and other relevant documents provided by the Bank are authentic.
b. Information regarding financial qualification and annual turnover is correct.
c. Information regarding various technical qualifications is correct.
3 No close relative of the undersigned and our firm/company is working in the
department.
OR
Following close relatives are working in the department:
Name _______________ Post ____________________ Present Posting
___________
4. I understand that I will be liable to get prosecuted under relevant sections of the
Law, if the information/documents/certificates submitted by me are found false or
forged.

Signature with Seal of the Deponent (bidder)

I/ We, _____________________ above deponent do hereby certify that the facts


mentioned in above paras 1 to 4 are correct to the best of my knowledge and belief.
Verified today _____________ (dated) at ______________ (place).

Signature with Seal of the Deponent (bidder)

17 | P a g e
Annexure – C
(See clause 5 of Section 1 -NIT )

PRE-QUALIFICATIONS CRITERIA

The bidder should have:

A. Financial

i. Average annual turnover of the bidder during the last 03 financial years should not be less
than 33% of the Probable Amount of Contract (PAC)
ii. Bid Capacity – Bidder shall be allotted work up to his available Bid Capacity, which shall be
worked out as given in format I-2 of Annexure I.
B. Physical
If the NIT has the work of construction of Intake well/Anicut/Treatment Plant/Over Head Tanks
then Pre-Qualification will be required. The bidder should have executed similar items of work
during the last Three financial years, which should individually not be less than 33% of the
quantity/capacity of the items included in the BOQ.
In addition to the above, as per the requirement of the work, the concerned Chief
Engineer may include any other pre-qualification criterion in the NIT.

Note :-
If interested bidder has not executed these works (Intake well, Anicut, Treatment Plant
and Over Head Tanks), then he can submit an agreement should havealso mention the NIT No.
/Tender I.D. & Name of Work (on Rs. 1000 non judicial stamp paper duly notarized) with an
experienced contractor to execute this work (as proposed in the NIT) on his behalf at the time of
bid submission, stating that he will assist/guide the bidder to design and execute this work,
if work is awarded., This experienced contractor should also have a valid registration in
MPPWD centralized registration system at the time of agreement between the department and
the qualifying bidder. This experienced contractor should have an experience certificate of
execution of these works (as proposed in the NIT) issued by an officer not below the rank of
Executive Engineer.
The total value of the work to be executed by such experienced contractor (s) shall not
exceed 25 percent of the Probable Amount of contract (PAC).
If any bidder/contractor has constructed these items (Intake well/Anicut/ Treatment
Plant/Over Head Tank) in private sector in Madhya Pradesh during the last 03 years, he can
also participate in the bid process. Such bidder/contractor should request the EE PHED of the
concerned District where he has completed such construction works (as proposed in the NIT) to
issue an experience certificate. The concerned E.E. will verify the said works and issue a
certificate stating therein the year of construction, capacity, cost and quality of work etc.

Physical qualifications for the work shall be as below :

S. No. Particulars Quantity Period

1 Physical qualification required Yes

2 Any other (Specify) :


Construction of Overhead tank of capacity
33% of the tank capacity proposed in the
NIT.

18 | P a g e
Annexure – D
(See clause 6 of Section 1 -NIT )

SPECIAL ELIGIBILITY CRITERIA

NIL

19 | P a g e
ANNEXURE - E
(See clause 2 of Section 2 –ITB&
Clause 10 of GCC)
Specifications
TECHENICAL SPECIFICATIONS
Name of Work :-Design and Construction of Retrofitting Piped Water Supply Scheme under
Jal Jeevan Mission at Village (1) Barahana (2) Dangora Block GHATIGAON Distt. Gwalior
based on T.W. including installation of electric submersible water motor pump, laying & jointing
of rising main, feeder main and distribution pipe line system, household tap connections,
construction of pump house,CONSTRUCTION OF RCC OHT (As Per BOQ) and construction
of RCC sumpwell (As Per BOQ) electric power connections at tubewell including cost of all
material & labour with 90 Days After completion of construction/ Execution of work with
Sucessful testing and comissioning period of entire scheme.

The work includes following items :-


I. Supply and installation of motor pumps :-
a) well centrifugalpump of 1380-450LPM discharge with 06-33meter head.
b) BHP Submersible pump With 13-14 stages,, Disscharge & H=129 to 52 M,
LPM 60-270) For Tube well.
II. Providing, laying, jointing, testing and commissioning of pumping, feeder and
distribution pipe line:-
(a) 110 MM HDPE 10 kg/Sqmm meter, AS RISING MAIN
(b) DI K-7 ---------- mm ------------ meter
(b) G.I. ---------- mm Medium class----------- M
(c) G.I. ---------- mm Medium class ------------ M,
(d) HDPE Pipe 6 kg/Sqmm 90 mm M
(e) HDPE Pipe --------6kg/Sqmm 110 mm ------------ M
(f) HDPE Pipe -------- kg/Sqmm 125 mm -------------- M
(g) HDPE Pipe -------6- kg/Sqmm 140 mm -300------------ M
(h) HDPE Pipe ----------- kg/Sqmm 160 mm ------------ M
(i) HDPE Pipe ------------- kg/Sqmm 180 mm ------------ M
III. construction of RCC Over Head Tank (OHT) kLcapacity with stagingcomplete
(turnkey job work) .

IV. construction of KL capacity sumpwell. (turnkey job work)


V. Providing Nos house hold connections .
VI. Electrification work .
VII. Construction/Installation of pump house.
VIII. Installation of dry-run sensor.
IX. Installation of auto level controller for OHT connected to motor pump.

WORK WISE DETAILED SPECIFICATIONS ARE AS UNDER-


I. Supply and installation of submersible/Open wellsubmersible pump :-
ISI Marked BEE 5-star rated energy efficient 3-Phase Submersible/centrifugal
motor pump of required head and dischagre as per design requirement or
mention in BOQ. Make/brand shall be as per list of Empanelled recommended
make/brand in PHE Department. It shall be suitable to install in -----mm or ---------
--- mm or -----------mm dia tubewell/openwell/sumpwell (as the case may be)

20 | P a g e
including suitable control panel and electric cable (minimum ------- Sq.mm copper)
including electric service line (ISI marked armoured cable) from electric pole to
control panel with oil immersed starter. Material of construction shall be as per IS:
8034: 2002. The pump set will be tested by third party as nominated by the
department. The fee and all related cost of the testing shall be borne by the
contractor. 50 mm G.I. Pipes medium class (as per IS-1239) shall also be used
for lowering the pump sets.
II. Providing laying jointing testing and commissioning ofand D.I. K-7 --------------- meter
pipe line .

Type Dia in mm Length in Meter Remark


D.I. K-7 ------- MM
D.I. K-7 ---------- MM
G.I. class medium --------- MM
G.I. class medium ---------- MM

TECHNICAL SPECIFICATION FOR PIPE LINE WORK


PART (A) D.I. Pipe
1.0 (i) Centrifugally cast (spun) Dutice Iron pressure pipes shall conform pressure
pipes shall conform to IS 8329-2000 duly inspected and tested and having BIS
certification mark.
(ii) The Cement Mortar lining in the pipe shall be as IS – 11906 - 1986
2.0 Ductile Iron fittings for pressure pipes shall conform to IS 9523-2000 dully
inspected and tested and having BIS certification mark.
3.0 Rubber sealing rings shall conform to IS 5382-2000 duly inspected and tested
having BIS certificate mark.
4.0 The laying of D.I. Pipe shall conform to IS 1288-1987.
5.0 Marking on Pipes :
Each pipe shall have as cast of stamped or legibly and indelibly painted on it with
the following appropriate marks.
a) Indication of the source of manufacture.
b) The nominal diameter
c) Class reference
d) The last two digit of the year of manufacture
e) The non-standard length of the pipe of specially ordered
f) Where applicable, an indication of length over which the pipe is suitable for
cutting on site and
g) A short white line at the spigot end of the Pipe with push-on joint in sizes DN
700 and above, to indicate the major axis of the spigot.
h) On the socket faces of pipe centrifugally cast in metal mould, and

21 | P a g e
i) On the out side of the socket or on the barrel of pipe centrifugally cast in sand
mould.
6.0 Marking on Fittings :
Each fittings shall have as cast, stamped or indelibly painted on it with the
following appropriate marks.
a) Indication of the source of manufacture.
b) The nominal diameter
c) Class reference
d) PN rating of flanges when applicable, and
e) Any other mark required by the purchaser.
f) Marking may be done on the barrel of casting or on the outside of the
sockets.
g) The fitting may also be marked with the Standard Mark.
7.0 Laying of DI Pipes :
Laying of pipes and fitting/specials i/c all precautions to guard against possible
damage to the existing structure /pipes lines, cable etc, taking precautions to
prevent dirt from entering the pipe ends, lowering and laying pipes and specials
in the trenches with specials arrangement such as cranes, tripods with chain
pulley block , use of slings of canvas etc. to fit the ends of pipes and fittings /
specials to lift and lower the same. Inspection of pipes & fittings for defect by
striking with a light hammer while suspended. Laying of pipes perfectly true in
alignment and to gradient etc.
8.0 Tolerance o Length :
The Tolerance on length of pipes shall be as follows.
Type of Casting Tolerance (mm)
Socket and spigot and plain ended pipes + 100
(ii) Flanged pipes + 10
9.0 Rubber gasket :
9.1 The material of rubber gasket for use with mechanical joints and push-on joints
shall conform to IS : 5382, Unless otherwise agreed between the manufacturer
and the purchaser.
9.2 In the case of push-on-joints for sizes “DN 600” and above the sockets may be
with or without centering rings.
9.3 Marking – Each sealing ring or packing or both shall be marked indelibly with :
a) The manufactures name or trade-mark, if any
b) The month and year of manufacture : and
c) The type followed by a word, “Water”.
10.0 Tyton Joints (Rubber Ring Joints) :
10.1 Tyton Joint is sturdy push on type joint. The sockets of the pipes to receive tyton
joints are specially designed to contain elongated grooved gasket. The inside
contour of the socket bell provides a seat for the circular rubber ring in modified

22 | P a g e
bulb shaped gasket. An internal ridge in the socket fits in to the groove of the
gasket. A slight taper on the plain end (chamfer) of the pipe facilitates assembly.
10.2 Flange Joints :
Flanged cast iron pipes, screwed / welded flanged cast iron pipes and flanged
specials are joint by means of flanges. The jointing material used between
flanges shall be rubber insertion 3 mm thick. Each bolt should be tyton a little at
a time taking care to tighten diametrically opposite bolts alternatively. The
practice of fully tightening the bolts one after another is highly undesirable.

PART (B) G.I. pipes


1. The G.I. pipes shall be confirming to IS - 1239:2004 (Part II)
2. The hot dip Zinc coating on M.S. tubes shall be confirming to IS - 4736: 1986
3. The Copper alloy Gate valves, Globe wheel valves, Check valves shall be
confirming to IS - 778: 1984 (Reaffirmed 2005)
4. All measurement shall be of the finished work.
5. Work shall be executed in accordance with the Indian Standards

PART (C) HDPE Pipe


This specification covers the requirements for successfully designing,
manufacturing, supplying, laying, jointing and testing at works and site of Hight
Density Polyethelene Pipes used for water supply. Use of HDPE Pipes shall be
of pressure class of minimum PN 6 or above.
Applicable Codes
The manufacturing, testing, supplying, laying, jointing and testing at work
sites of HDPE pipes shall comply with IS : 4984-1995 all currently applicable
statues, regulations, standards and amendments and others as follows.
Code No. Title / Specification
IS 4984 High Density Polyethylene Pipes for Water Supply
IS 2530 Methods of test for polyethylene molding materials and polyethylene
compounds GRP Pipes, Joints and Fittings for use for Potable
Water Supply
IS 5382 Rubber sealing rings for gas mains, water mains and sewers.
IS 4905 Methods for random sampling
IS 7328 High density polyethylene materials for molding and extrusion
IS 7634 Laying & Jointing of Polyethylene (PE) Pipes
IS 9845 Method of analysis for the determination of specific and / or overall
migration of constituents of plastics material and articles
intended to come into contact with foodstuffs.
IS 10141 Positive list of constituents of Polyethylene in contact with food
stuffs, pharmaceuticals and drinking water.
IS 10146 Polyethylene for its safe use in contact with foodstuff,

23 | P a g e
Pharmaceuticals and drinking water.
Color
The color of the pipe shall be black.
Materials
The materials used for the manufacturer of pipes should not constitute toxicity
hazard, should not support microbial growth, should not give rise to unpleasant taste or
odour, cloudiness or discoloration of water. Pipe manufacturers shall obtain a certificate
to this effect from the manufacturer or raw material by any internationally reputed
organization as per the satisfaction of the Engineer-in-Charge.
Raw Materials
(a) Resin used to manufacturer the HDPE pipes shall be 100% virgin PE Black pre-
compounded confirming to IS : 4984, IS: 7328 and ISO : 4427-2007 ( Latest
version). The resin proposed to be used for manufacturering of the pipes should
also comply with the following norms as per ISO 9080-2003 ( latest version)
(b) The resin should also have been certified by an independent laboratory of
international repute like Bodycote / Slevan / Advantica for having passed 10,000
hour long term hydrostatic strength ( LTHS) test extrapolated to 50 years to show
that the resin has a minimum MRS of over 10 MPa. There should not be any
brittle knee at 80oC before 5000 hours. Self certificate of any resin manufacturer
will not be acceptable.
(c) Certificate from reputed organization OR Raw material supplier for having passed
the full scale repid crack propagation test as per ISO 13478. High density
Polyethylene (HDPE) used for the manufacturer of pipes shall conform to
designation PEEWA-50-T-003 of IS 7328. HDPE conforming to designation
PEEWA-50-T-003 of IS: 7328 may also be used. Melt Flow Rate (MFR) of the
specific base density material shall also conform to clause of IS: 7328.
(d) The resin shall be compounded with carbon black. The carbon black content in
the material shall be within 2.5+0.5% and the dispersion of carbon black shall be
satisfactory when tested as per IS: 2530.
Anti-oxidant
The percentage of anti-oxidant used shall not be more than 0.3 percent by mass
of finished resin. The anti-oxidant used shall be physiologically harmless and shall be
selected from the list given in IS : 10141
Reworked Material
No addition of Reworked / Recycled Material from the manufacturer's own rework
material resulting from the manufacturer of pipes is permissible and the vendor is
required to use only 100% virgin resin compound.
Maximum Ovality of Pipe
The outside diameter of pipes, tolerance on the same and ovality of pipe shall be
as given in table 2 of IS 4984.
Detectability
HDPE Pipes shall be detectable when buried underground, by providing an
insulated copper wire having minimum diameter of 1.20 mm, firmly attached along the
entire length of pipe.

24 | P a g e
To avoid theft or dislocation during handling / laying or earth refilling in trench, the
insulated Copper wire shall be firmly fixed on the outer surface of HDPE pipe at Pipe
manufacturer's works through external adhesion or co-extrusion or any other
appropriate method.
Length of Straight Pipe
The length of straight pipe used shall be more than 6 m or as agreed by
Engineer-in-Charge. Short lengths of 3 meter (minimum) up to a maximum of 10% of
the total supply may be permitted.
Coiling
The pipes supplied in coils shall be coiled on drums of minimum diameter of 25
times the nominal diameter of the pipe ensuring that kinking of pipe is prevented. Pipe
beyond 110 mm dia shall be supplied in straight length not less than 6.00 m.
Fittings & Specials
All HDPE fittings specials shall be of minimum PN 6 or above Pressure class,
fabricated in accordance with IS: 8360 (Part I & III) PE Inexction molded fittings shall be
as per IS: 8008 ( Part I to IX). All fittings / specials sall be fabricated or molded at
factory only. No fabrication or molding will be allowed at site, unless specially permitted
by the Engineer-in-Charge. Fittings will be welded to the pipes or other fittings by use of
Electro-fusion process. Recommended makes for PE / Compression fittings / specials
are Kimplas, Georg-Fischer. Glynwed, GF,Trustlene, Astore, Magnum and GPS.
Bends
HDPE bends shall be plain square ended conforming to IS: 8360 Part I & III
Specifications. Bends shall be molded.
Tees
HDPE Tees shall be plain square ended conforming to IS: 8360 Part I & III
Specifications. Tees may be equal tees or reduced take off tees. Tees shall be molded.
Reducers
HDPE Reducers shall be plain square ended conforming to IS: 8008 Part I & VII
Specifications. Reducers must be molded.
Flanged HDPE Pipe Ends
HDPE Stub ends shall be square ended conforming to IS: 8008 Part I & VI
Specifications. Stub ends will be welded on the pipe. Flange will be of slip on flange
type as described below.
Slip-On Flanges
Slip-on flanges shall be metallic flanges covered by epoxy coating or plastic
power coating. Slip-on-flanges shall be conforming to standard maching relevant flange
of valves, pipes etc. Nominal pressure rating of flanges will be PN 10.
Electro Fusion Tapping Saddle, Branch Saddle & Electro Fusion fittings :
a. All the Electro fusion fittings should be manufactured with top quality virgin pre-
compounded PE 100 resin which should be compatible with the distribution
mains.
b. The products shall comply with the requirements of EN 12201-3, EN 1555-3 or
ISO 8085-3.

25 | P a g e
c. All the fittings shall be of SDR- II rating.
d. The fittings shall bave the approval from any there Agencies like KIWA, DVGW,
WRC-NSF, U.K. CIPET etc.
e. All the products shall be manufactured by injection molding using virgin
compounded PE 100 polymer having a melt flow rate between 0.2- 1.4 grams/10
minutes and shall be compatible for fusing on PE 100 distribution mains
manufactured according to the relevant national or international standards. The
polymer used should comply with the requirements of EN 12201-1. Process
voltage of all saddles must not exceed a maximum of 40 volts.
(e) Compression Fitting.
Compression fitting used for House service connection should comply as per ISO
14236 with Threaded metal inserts - SS 304 with BSP Threads.
(f)Pressure Testing
The Pressure rating of compression fittings should be as per clause 8 of ISO
14236 which shall be PN 16
(g)Dimensions
The Dimension of compression fittings shall be as per clause 7.1 of ISO 14236
Performed.
 Leak tightness under internal pressure.
 Leak tightness under internal Vacuum.
 Long term Pressure Test for Leak tightness for assembled joint
 MRS Value as per ISO 9080
 Resistance to Internal Pressure
(h) Effects on Quality of Water
The compression fitting for intended for conveyance of potable water for Human
consumption to be tested to comply with BS 6920 specifications in any of the
laboratories like DVGW / KIWA / SPGN / WRC - NSF and certificate of compliance to
be produced for the following parameters :
a. Odor & Flavor of Water.
b. Appearance of Water
c. Growth of Micro Organism
d. Extraction of Metals.
All fittings with threaded ends should be with BSP threads.
EXCAVATION OF TRENCHES FOR LAYING AND JOINTING OF PIPELINES:-
01 Preliminary:- Before laying the pipes, the detailed map of the area showing the
alignment, sluice valves, scour valves, air valves. The pipeline may be laid on
the side of the street where the population is dense. Pipes are laid underground
with a minimum cover of 0.90m on the top of the pipe. Before starting the
excavation of trenches for laying of pipeline the work of pegging out, clearing
and disposal of all shrubs, grass, large and small bushes, trees, hedges, fences,
gates, portions of old masonry and debris from the route shall be done.

26 | P a g e
02 Excavation and preparation of trenches for laving underground pipeline;-
The trench shall be so dug that the pipe may be laid to the required alignment
and at required depth. When the pipeline is under a roadway, a minimum cover
of 1.0 m shall be provided, in other cases the minimum cover of 0.90m above the
crown of the pipe shall be provided. The trench shall be shored, wherever
necessary and kept dry so that the workman may work there in safely and
efficiently.
03 Dewatering;- The contractor shall carry out dewatering, wherever necessary.
The discharge of the trench dewatering pumps shall be conveyed either to
drainage channels or natural drains and shall not be allowed to spread over in
the vicinity of work place.
04 The excavation of trenches shall be carried out by hand or machines. The width of
trench shall be kept to a minimum consistent with the working space required. At
the bottom, between the faces, it shall be minimum 200 mm clearance on either
side of the pipe. Additional width shall be provided at positions of sockets and
flanges for jointing. Depth of pit at such places shall also be sufficient to permit
finishing of joints. However this is for the safety of the trench the method of
laying and jointing the pipe and the need to avoid damage to pipe coating.
05 Preparation of bottom of trench;- The bottom of the trench shall be properly
trimmed to permit even bedding of the pipeline. The curvature of the bottom of
the trench should match the curvature of the pipe as far as possible, subtending
an angle of 360º at the center of the pipe. Where rock or boulders are
encountered, the trench shall be trimmed to a depth of at least 100 mm below
the level at which the bottom of the pipe is to be laid and filled to a like depth with
non compressible material like sand or crusher dust or moorum of adequate
depth to gave the curved seating. Bedding of the pipe trench should be as per
IS: 12288- 1987 code of use and Laying of Ductile Iron Pipes.
06 Special foundation in poor soil;- Where the bottom of the trench at sub grade
is found to consist of material, which is unstable to such a degree that in the
opinion of Engineer-in-charge it cannot be removed and replaced with an
approved material thoroughly compacted in place to support the pipe properly, a
suitable foundation for the pipe, consisting of piling, timbers or other materials, in
accordance with the direction of the Engineer-in-charge, shall be constructed.
07 Excavation in hard rock by blasting;- Blasting for excavation shall be done
only when the contractor obtains the license for the same and only when proper
precautions are taken for the protection of persons and property. The hours of
blasting shall be fixed by the Engineer-in-Charge, the procedure of blasting shall
conform to the requirement of licensing authority. The excess excavation
blasting shall be filled up by 1:4:8 cement concrete. The contractor shall have to
make his own arrangement for procurement for procurement and storing of
explosives of required for blasting.
08 Care of surface material for reuse;- All surface material which, in the opinion
of the Engineer-in-charge are suitable for reuse in restoring the surface shall be
kept separate from the general excavation material as directed by Engineer-in-
charge.
09 Stacking of excavated and safety provisions:- All excavated materials shall
be stacked in such a manner that it does not endanger the work and avoids
obstructing footpaths and roads, hydrants under pressure, surface boxes, fire or
other utility controls shall be left unobstructed and accessible until the work is
27 | P a g e
completed. Gutters shall be kept clear or other satisfactory provisions made for
street drainage & natural water courses shall not be obstructed.
10 Barricades, guards and safety provisions:- To protect persons from injury and
to avoid damage to property, adequate barricades, construction signs, torches,
red lanterns and guards, as required, shall be placed and maintained during the
progress of the construction work and until it is safe for traffic to use the
roadway. All materials, piles, equipments and pipes, which may obstruct traffic
shall be enclosed by fences or barricades and shall be protected by proper lights
when visibility is poor. The rules and regulations of the local authorities regarding
safety provisions shall be observed.
11 Maintenance of traffic and closing of streets;- The work shall be carried out in
such manner that it cause the least interruption to traffic, and the road/street may
be closed in such a manner that it causes the least interruption to the traffic.
Where it is necessary for traffic to cross open trenches, suitable bridges shall be
provided. Suitable signs indicating that a street is closed shall be placed and
necessary detour/diversion signs for the proper maintenance of traffic shall be
provided.
12 Structure protection;- Temporary support, adequate protection & maintenance
of the underground & surface structures, drains, sewers & other obstructions
encountered in the progress of the work shall be furnished under the direction of
the Engineer-in- charge. The structures, which may have been disturbed, shall
be restored upon completion of the work.
13 Protection of property and surface structures:- Trees, shrubbery fences,
poles and all other property and surface structure shall be protected unless their
removal is shown on the drawings or authorized by the Engineer-in-charge.
When it is necessary to cut roots and tree branches such cutting shall be done
under the supervision and direction of the Engineer-in-charge.
14 Preparation of Formation for Sections of pipe line to be laid above
Ground;- Working survey of the pipeline alignment shall be carried out by the
contractor before start of the excavation work. The contractor shall provide all
the instruments such as leveling instruments, steel tape, ranging rods, strings,
pegs etc for carrying out the survey. Based on the working survey, the
alignment, L-section and location of specials, valves and chambers shall be
finalized and got approved from the engineer in charge. The gradient and
alignment shall be such that minimum horizontal and vertical bends shall be
required. Formation should be prepared by cutting high grounds and filling in low
areas. Care has to be taken while fixing the alignment and gradient of the
pipeline, to balance the cutting and filling quantities, as far as possible, with
minimum of lead. Care should also be taken to ensure that pipe rests fully either
on cutting or on bank. Where so ever the line is laid on G.L. or above G.L., the
pipe line should be properly protected by any suitable means.
15 Disposal of surplus material; - Excavated material in excess than required for
backfilling the trenches, shall be disposed off as per the directions of Engineer-
in-charge. Surplus excavated stuff available at one section shall be used for
back filling at other reaches, wherever required.
16 Extra material required for back filling;- If in any case, it is required to bring
the soil for back filling from outside, it should be of good quality and should not
have chemicals e.g. sulphates, chlorides,conductivity etc., which may cause
corrosion to pipes, specials and other structures, beyond the permissible limits.
28 | P a g e
Note:- All types of pipes shall be inspected by a third party as nominated by the
department and all fee and other incidental expenses related to these
inspection shall be borne by the contractor.
LAYING AND JOINTING OF PIPE LINE:-
01 Lowering of Pipes and fittings
All pipes, fittings, and valves shall be lowered into the trench, by means of
derricks, ropes or other suitable tools and equipment to prevent damage to pipe
materials and protective coatings and lining.
The pipe should be lowered progressively with the help of shear legs or cranes
using wide belts or sling. In case of coated pipes, extra care shall be taken to
preserve the coating while lowering. Slings may be removed progressively
without the necessity of digging under the pipe. Where the trench is sheeted, the
pipes shall be lowered into the trench by removing at a time, one or two struts
only, care being taken to see that no part of the shoring is disturbed or damaged.
If necessary, additional struts may be fixed during lowering. After the pipe is
lowered, it shall be laid in correct line and level by use of leveling instruments,
sight rails, the theodolites etc.
02 Cleaning of pipes and fittings
All lump, blisters and excess coating material shall be removed from socket and spigot
end of each pipe and outside of the spigot and inside of the socket shall be wire-
brushed and wiped clean and dry and free from oil and grease before the pipe is
laid.
After placing a length of pipe in the trench, the spigot end shall be centered in
the socket and the pipe forced home and aligned to gradient.
The pipe shall be secured in place with approved back fill material packed on
both sides except at socket.
The socket end should face the upstream while laying the pipeline on level
ground, when the pipeline runs uphill, the socket ends should face the up
gradient. When the pipes run beneath the heavy loads, suitable, size of casing
pipes or culverts may be provided to protect the casing of the pipe. High
pressure mains need anchorage at dead ends and bends as appreciable thrust
occurs which tend to cause draw and even blow out joints. Where thrust is
appreciable concrete blocks should be installed at all points where movement
may occur. Anchorages are necessary to resist the tendency of the pipes to pull
apart at bends or other joints of unbalanced pressure, or when they are laid on
steep gradients and the resistance of their joints to longitudinal or shear stresses
is either exceeded or inadequate. Anchor or thrust blocks shall be designed in
accordance with IS: 5330 – 1984.
Backfilling:-
Backfilling should closely follow jointing of the pipe so that the protective
coating will not be subsequently damaged. Material harmful to the pipeline shall
not be used for backfilling. Refilling shall be done in layers not exceeding 30 cm.
Each layer shall be consolidated by watering, ramming, care being taken to
prevent damage to the pipeline. The filling on the two sides of the pipeline shall
be carried out simultaneously. Where timbers are placed under the pipeline to
aid alignment, these timbers shall be removed before backfilling. For further

29 | P a g e
precautions and use of material in backfilling, reference should be made to IS:
3114-1994.
03 Laying of Pipe above Ground;
The procedure for handling the pipes as described in and for lowering and
assembling the pipes underground as described above should be followed for
lifting and laying the pipes on supports or on ground. The pipeline may be
allowed as to rest on ground if the soil is non-aggressive. The ground, however,
be dressed to match the curvature of the pipe.
04 Road, rail and river crossings;-
The mode of laying the pipeline, crossing road, railway or river shall be determined so
as to satisfy the requirement of the authority concerned.
05 Blank Flanges:-
Blank flanges shall be used at all ends left unattended at the temporary closure of work.
Blank flanges may also be necessary for commissioning a section of pipeline or
for testing the pipeline laid. For temporary closures, Non-pressure blank flanges
at the pipe ends may be used. for pipes subject to pressures at the blank flanges
should be suitably designed.
INSPECTION OF PIPE BEFORE LAYING;-
The pipes shall be inspected visually at the site before lying of pipe in the trench
and the defects noticed any shall be repaired or rectified if in the opinion of
Engineer-in-charge the defect is repairable. If the defect or damage is not
repairable then the contractor shall replace the entire pipe with the new pipe.
The pipes and fitting shall be inspected for defects and be rung with a light
hammer preferably while suspended, to detect cracks. Smearing the outside with
chalk dust helps in the location of cracks. If doubt persists further confirmation
may be obtained by pouring a little kerosene on the inside of the pipe at the
suspected spot. If a crack is present the kerosene seeps through and appears on
the outer surface. Any pipe found unsuitable after inspection before laying shall
be rejected.
CIVIL WORKS:
All the allied civil works necessary for provided, laying, jointing, testing, commissioning
of pipeline are the parts of this contract, therefore contractor shall design and
carry out the necessary civil works such as thrust blocks, anchor blocks,
supporting pillars, supporting bridges, culverts, waterways, chambers for
appurtenances and necessary earth work. All the civil works shall be designed
and carried out as per the relevant Indian Standard codes of practice. All the
materials used for civil works should be of quality approved by Engineer-in-
charge. Rejected material shall be removed from the site immediately at the cost
of contractor.
TESTING OF MAINS:
Before putting it into commission, the pipeline shall be tested for the leakage.
Each valve section of the pipe shall be slowly filled with clean water and all air
shall be expelled from the pipeline through hydrants, air valves and blow-offs
fixed on the pipeline. The pressure in the line should then be raised @ 0.1 N/mm²
per minute and maintained by means of pump to the specified test pressure

30 | P a g e
based on the elevation of the lowest point on the line or section under test. The
field test pressure should not be less than the greatest of the following-
1.5 times the maximum sustained operating pressure
1.5 times the maximum pipeline static pressure
Sum of the maximum sustained operating pressure and the maximum surge
pressure and Sum of the maximum pipeline static pressure and maximum surge
pressure, subject to a maximum equal to the work test pressure for any pipe
fitting incorporated. The field test pressure should wherever possible be not less
than 2/3 work test pressure approximate to the class of pipe except in the case of
spun iron pipes and should be applied and maintained for at least four hours. If
the visual inspection satisfies that there is no leakage, the test can be passed.
Where the field test pressure is less than the two-thirds the test pressure, the
period of test should be least 24 hours. In case of Gravity pipes, maximum
working pressure shall be 2/3 work test pressure. The test pressure of DI pipe
shall be as per IS 8329-2000 with up to date amendments. If The pressure
measurements are at the lowest points of the section, an allowance should be
made for the static head between the lowest points and the points of
measurement to ensure that the maximum pressure is not exceeded at the point.
If a drop in pressure occurs, the quantity of water added in order to re-establish
the test pressure should be carefully measured. This should not exceeded 0.1 lit
per mm of pipe diameter per KM of pipeline per day each 30 m head of pressure
applied. Under the test pressure no leak or sweating shall be visible at all section
of pipes, fittings, valves & hydrants. Any defective pipes, fittings, valves or
hydrants discovered in consequence of this pressure test shall be removed and
replaced by sound material and the test shall be repeated until satisfactory to the
Engineer-in-charge.

DISINFECTION OF MAIN BEFORE COMMISSIONING:-


Pipe lines carrying waters for drinking purpose shall be disinfected before
commissioning as per IS: 5822-1994.
REMOVALS, RESTORATION AND MAINTENANCE OF PAVED FOOTPATHS, ETC.
AFTER LAYING OF PIPE:
01 Allowable removal of pavement:
Pavement and road surfaces may be removed as a part of the trench
excavation, and the amount removed shall depend upon the width of trench
specified for the installation of the pipe and the width and length of the pavement
area required to be removed for the installation of gate valves, specials, man
holes or other structure. The width of pavement removed along the normal
trench for the installation of gate valves, specials, manholes or other structures
shall not exceed the maximum linear dimensions of such structures by more
than 15cm. on each side. Wherever, in the opinion of authority existing
conditions make it necessary or advisable to remove additional pavement, it
shall be removed as directed by the authority.
02 Replacement of pavements and structure:-
All pavements, paved footpaths, cubing, gutters, shrubbery, fences, poles, sides
or other property and surfaces structure removed or, disturbed as a part of the

31 | P a g e
work shall be restored to a condition similar to that before it was, furnishing all
labor and materials incidental thereto.
COMMISSIONING OF PIPE LINE AND TRIAL RUN:
After completing the job of laying and jointing of pipeline including testing, the
pipeline shall be commissioned and trial run of the pipe line shall be taken. During
the trial run the contractor shall depute the technical staff for its maintenance. Any
defect, noticed during the trial run of the pipeline, should immediately be attended
and rectified by the contractor free of cost.
SPARE PIPES-
Five spare pipes of each class & diameter along with one set of each valve and
specials, of specified length shall be handed over extra while handing over the
project to thepanchayat.
III. construction of RCC Over Head Tank (OHT) KL capacity with m staging(As Per
BOQ) each complete (turnkey job work) .
RCC Over Head Tank:-Design, construction, testing and commissioning of RCC over
head tank KL(As per schedule enclosed) capacity over m stagingAt Village(As Per
BOQ)GwaliorDistrict of Madhya Pradesh including providing and fixing of double
flanged C.I. pipes for inlet, outlet, Scour and overflow delivering up to 2.50 meters away
from R.C.C. outer columns of reservoir, C.I. double flanged heavy duty specials and
duck foot bends conforming to Is 1538:1993 and C.I. double flanged I.S.I. marked
sluice valves (Class–II) etc. and providing and fixing of all accessories such as
lightening conductor, water level indicator, R.C.C. stairs from ground level to tank floor
level, steel ladders from balcony to roof and Aluminium ladder from roof to inside floor
level of tank, ventilating cowls, manhole covers with frame and G.I. pipe railing with
RCC post for stairs and balcony tank floor level all complete as per detailed
specifications. Survey and investigation of soil will be done by the contractor and got
tested from the reputed materials testing lab. Based on the bearing capacity of the soil,
contractor will submit the design and drawing duly checked by any Governement
Enginering Collegeand approved by the department.After the approval of design and
drawing of the OHT by the department, contractor will start the work at site. Item of
Construction of OHT included in the BOQ is the Lumpsum item (Turn key job) and
contractor shall be fully responsible for its design life.
Detail of OHT
1. The overhead tank shall be supported on circular columns only and the top water
container should be preferably cylindrical. Shaft for support shall not be
permitted. The foundation, columns, bearings etc. shall be so designed and
constructed so as to have a provision for the construction of a single story
building between the G.L. bracing and first bracing with R.C.C. Roof and brick
walls for store accommodation. The position of the bracing shall be so fixed, that
the height of floor is approximately 3.5 M. and the top of ground level bracing is
0.6 M above general ground level to provide for plinth. The construction of room
on the plinth of OHT is not included in the turn-key job but the foundation and all
other members shall be designed and constructed taking into consideration this
room load, so that this room may be constructed in future whenever required.
Detailed specification for item of OHT :-

32 | P a g e
 A cast iron, suitably designed and painted grate of 20mm20mm with frame shall
be fixed in concrete over the supply outlet and scour outlet inside the water
container to cover the entire opening when dia of pipe is more than 200 mm.
 The overflow outlet shall not be connected to any other pipe of the distribution
system.
 The specification issued by the E-in-C PHED vide tech. Circular no. 236 Dt.
21.5.97 from S.No. 2.0 to 5.0 (2.0 to 2.8, 3.0, 4.0 to 4.4 and 5.5) shall be
followed strictly for this work.. All the specifications shall be rigidly followed.
 Protection work for drainage shall be carried out as part of this turnkey work. At
G.L. cement concrete pavement shall be provided for the entire GL area which
shall be extended 1.50 mts. beyond the outer edge of the columns of the tank on
all side. The area shall be prepared by filling and compacting hard moorum in a
depth of at least 20 cms for making sub base. If BC or other soil is there it shall
be removed and replaced by hard moorum. A base course of minimum 10 cms
thick M-10 concrete shall be given over this moorum base in a slope of 1:60 from
the center and a minimum of 75 mm thick M-15 concrete with nominal
reinforcement to the outside edge all around. A drain of 30 cms25 cms section
shall be details given shall also be done and a gate shall also be fixed as per
specifications.
1 GENERAL:-
1.1.1 The work of construction of R.C.C. Over Head/Ground Service Reservoir
involves specialized workmanship, hence requirements of higher standard than
general concrete work is essential. The height of staging will be reckoned from
an assumed ground level nearest to the site, i.e. the ground level at the site or
road level whichever is higher shall be treated as the base level for
determination of staging height.
1.2 The bidders submitting their offer for this item onturnkey basis. They will be
required to submit detailed design, drawing and calculation within 15 days of
agreement for approval by the department. The responsibility for design,
construction structural stability and water tightness will, however rest solely with
contractor and he shall have to make good, any damage or loss to the
Government due to defect if any, of the above mentioned work. The contractor
shall have to make the tank chlorine resistant as heavy dose of chlorination is
expected to be given in water. Any change/modification in the submitted drawing
or design suggested by the deptt. shall have to be carried out by the contractor
without any change in the lump sum cost.
1.3 The offer shall include provision for 1.0 meter wide R.C.C. balcony at bottom
slab level and railing to balcony, lightening conductor, water level indicator, 1.0
meter wide R.C.C. stairs form ground level to tank floor with railing, ladders and
all pipes and fitting (including puddle collars up to and including duck foot bends
and form duck foot bend up to 2.50 meters outside the supporting structures i.e.
R.C.C. column including C.I. valves etc. including their painting and architectural
treatment protection and drainage work and all as mentioned in this tender
document.
1.4 A tentative trial pit section taken at site of construction is attached for guidance.
The tenderer should himself verify this before submitting tender for the design of
foundation of R.C.C. Over-Head/ground Service Reservoir. The contractor shall
be required to conduct proper investigations with full field tests for finding

33 | P a g e
bearing capacity & other details at his own cost. The investigation reports shall
be furnished to the engineer-in-charge for verification and record. No payment
shall be made to contractor for carrying out the test or on account of any
variation in the soil bearing capacity that is indicated and change in design due
to strata variation.
1.5 The contractor shall have to arrange himself the entire quantity of steel required
for the completion of the work under contract, no steel shall be supplied by the
department. No extension of time will be granted by the department for non
availability or non procurement of steel or any other material in time or late
supply of steel or for any other reasons what-so-ever.
1.6 The R.C.C. stairs of a 1.0 metre width from ground level to the gallery shall be
provided.
1.7 G.I. pipe railing of 20 mm dia, medium class, in three rows both side of staircase
shall be provided from GL to balc , for R.C.C. stairs, all around the gallery.
1.8 The Railing shall be provided as per point No. 11 as given below .
1.9 An Aluminium ladder shall be provided from the manhole to the inside floor of the
tank as per norms of the department.
1.10 M.S. ladder, 600 mm wide, from gallery to the top of roof shall comprise of two
stringers of size 50505 mm and foot rests of two M.S. bars of 16 mm dia each
at 300 mm c/c. the railing parallel to stringers shall be of 20 mm G.I. pipe
medium class, in three rows connected to stringers by 50505 mm angles at
1.50 metre c/c. This ladder shall start from the end of the entry, cut out on
gallery. All iron works railing shall be applied with 2 coats of approved quality
and make enamel paint over a primer red oxide paint coat.
1.11 To avoid any unauthorized person climbing the over head tank, the entry at the
bottom of the stair case shall be closed with suitable arrangements consisting of
one gate with locking arrangement of size 0.90m2.0 mt to overfull width of
stairs made of MS angle and plates with suitable MS angle iron posts for fixing
the gate. The design of the gate shall be got approved by the PHED.
1.12 R.C.C. chamber cover shall be provided.
1.13 To avoid any accident at the time of cleaning or maintenance of the tank the
opening of the out let and scour pipes shall be covered with CI grate as
mentioned in this NIT, when dia of pipe is more than 200 mm .
2 WORKMANSHIP:
2.1 The depth of excavation will generally be guided by the underground strata and
the safe bearing capacity of the foundation soil and as directed by the Engineer-
In-Charge. Strata chart of trial pit section is made available just for guidance for
the purpose of preliminary design consideration only. Safe B.C. shall have to be
verified by contractor by actual site investigation at his own cost. Test results of
soils, foundation shall be submitted to the PHED for approval, before start of
work along with the detailed structural design. No payment shall be made to the
contractor for carrying out these tests or on account of any variation in the soil
bearing capacity and design change due to strata. No dewatering shall be
payable under any circumstances whether natural, artificial or manmade.
2.2 FILLING FOUNDATION WITH BED CONCRETE : (Levelling course): The
foundation shall be laid over bed concrete (i.e. leveling course) of at least 75 mm

34 | P a g e
thick or more, with at least 1:3:6 (M-10) concrete with 40 mm gauge grade or the
prescribed mix as per instruction of Engineer-In-Charge and as per relevant I.S.
Code.
2.3 REINFORCED CONCRETE WORK : It shall be strictly as per IS 456-2000 and
other relevantIS codes. The concrete mix and minimum Cement specified shall
be rigidly followed. Where the concrete has not fully hardened all laitance shall
be removed by scrubbing the wet surface with wire or bristle brushes, care being
taken to avoid dislodgement of particle of aggregate. The surface shall be
thoroughly wetted and all free water removed. The surface shall then be coated
with neat cement grout. The first layer of concrete to be placed on this surface
shall not exceed 15 cms in thickness, and shall be rammed against old work
particular attention to be paid to corners and close spots. Concrete shall be
thoroughly compacted and fully worked around the reinforcement around
embedded fixtures and into corner of the form work.
2.4 MEASURING :- (Concrete Mix Proportioning) The quantity of cement shall be
determined by weight. Ordinary Portland cement conforming to IS:8112-1989
shall weigh 50 Kg/bag. The quantities of fine and course aggregates shall be
determined either by volume or by weight. The proportion of fine and course
aggregate shall be in accordance to IS:456-2000.
2.5 MIXING:- Concrete shall always be mixed in a mechanical mixer. Mixing shall
be continued till there is a uniform distribution of the ingredients the mass is
uniform in colour and consistency, but in no case the mixing shall be done for
less than two minutes.
2.6 TRANSPORTION: Concrete shall be handled from the place of mixing to the
place of final deposit as rapidly as practicable by methods which will prevent
segregation or loss of any ingredients and maintaining the required workability.
2.7 PLACING AND COMPACTING: The concrete shall be placed and compacted
before setting commence and should not be subsequently disturbed. Methods of
placing shall be such that there is no segregation concreting shall be carried out
continuously up to construction joints, the position and arrangement of which
shall be determined by the designer. When the work has to be resumed on
swept clean, then roughly wetted and covered with a 12 mm layer of mortar
which shall be freshly mixed and placed immediately before the placing of the
concrete.
2.8 MECHANICAL VIBRATION: mechanical vibration for compacting concrete shall
always be used and reduced water content should be adopted. Over vibration is
harmful, and should be avoided, when –ever vibration has to be applied
externally the design of form work and the disposition of vibrators should receive
special consideration to ensure efficient compaction and to avoid surface
blemishing.
2.9 CURING: The concrete shall be covered with a layer of old gunny or canvas or
similar absorbent material and kept constantly wet for at-least twenty eight days
from the days of placing of concrete.
2.10 All the iron duck foot bends puddle collers, bell mouths and other specials, shall
be of class medium and as per I.S.S. pipes required for inlet, outlet, overflow and
scour shall be of C.I.D.F. and shall be supplied and fixed in position by the
contractor from desired inside level of the tank to duck foot bend, one meter
below G.L and further providing and fixing all double flanged C.I. pipes and

35 | P a g e
specials from duck foot bend on-ward up to 2.50 M outside the supporting
structure of the tank (i.e. R.C.C. Column) shall also be supplied and fixed to the
contractor including testing of the fittings and joints with cost of the materials and
joints. All the fittings shall be as per I.S. Specifications.
2.11 The arrangements for inlet, outlet, overflow and scour pipes shall be such that all
these pipes are independent of each other and each of these shall have bell
mouths at their ends to be supplied by the contractor. The top of bell mouths of
inlet shall be 15 cm above FTL of the tank. The top of bell mouth of the outlet
pipe shall be 15 cm above floor of the tank.The bell mouth of scour pipe shall be
flushed with floor level. All these vertical CI Double Flanged pipes shall terminate
with flanged duck foot bends bottom fixed one meter below ground level. Further
C.I D.F. pipe shall be provided up to 2.50 M away the supporting structure of the
tank. All these duck foot bends shall all be fixed with heavy class ISI marked
sluice valves. The contract also includes providing and fixing of sluice valves,
construction of valve chambers and providing R.C.C. Chamber covers. All the
pipe and specials required for above shall be fixed during concreting. Specials
which are to be embedded in concrete shall have collars at the centre of
concrete thickness.
2.12 Details of various pipe sizes bell mouth, sluice valve are as follows :-
PIPE SPECIALS AND VALVES
Bell mouth enlarge diameter Sluice valve
Inlet Outlet Scour Over Inlet Outlet Scour Over Inlet Outl Scour
pipe pipe pipe flow pipe pipe pipe flow pipe et pipe
pipe pipe pipe
01. UP TO 100 KL
100 100 80 100 100 100 80 100 100 100 80
02. ABOVE 100 KL TO 150 KL
150 150 100 150 150 150 100 150 150 150 100
03. ABOVE 150 KL TO 200 KL
150 200 100 150 150 200 100 150 150 200 100
04. ABOVE 200 KL TO 300 KL
150 200 150 150 150 200 150 150 150 200 150
05. ABOVE 300 KL TO 450 KL
200 250 200 150 200 250 200 150 200 250 200
06. ABOVE 400 KL TO 650 KL
250 300 250 200 250 300 250 200 300 250 200

Note :- The top of the inlet / outlet scour and overflow pipe shall have bell mouth.
Following valves and special are to be supplied and fixed by the tenderers.
1. C.I. bell mouth of suitable for pipe. 4 Nos
2. C.I. puddle Collar suitable size for pipes. 4 Nos.
3. C.I. Duck foot bend of suitable size for Pipes. 4 Nos.
4. C.I. double flanged sluice valve of suitable size for 4 Nos.
Intel, Outlet and scour pipe of raiting PN-1.0 with operating wheel
5. C.I D.F Distance piece pipe of suitable length and size to extend the pipes 3 Nos.
upto 2.50 mt. Beyond the outlet supporting column.

2.13 The tank shall will have to be tested for the water tightness as per IS: 3370 and it
shall be the responsibility of the contractor to make it water tight. Any defects
shrinkage or other faults which may appear within 12 months from the
36 | P a g e
completion of the tank arising out of defective or improper materials of
workmanship are upon the direction of the Executive Engineer to be amended
and made good by the contractor (s) at his/ their own cost and in case of default,
the governor of M.P may recover from the contactor (s) the cost of making good
the works.
The arrangements of water for construction and testing shall be done by the
contractor at his own cost. For testing purposes, the contractor shall have to give
a test of water tightness of reservoir to the entire satisfaction of the department.
The responsibility of structural stability shall also rest solemnly with the
contractor. The refund of earnest money and security deposit contemplated in
the agreement shall be refunded only after expiry of twelve months after the
satisfactory completion of the work.
2.14 Aluminium/copper Lightening conductor shall be provided & Fixed with proper
earthing arrangements as per relevant I.S. specifications. The earthing plate
shall be of copper.
2.15 Lightening conductor should be provided as per clause No. 17 of this item .
2.16 Supplying and fixing copper earth plate 600600mm3mm size with copper nuts
and bolts complete including digging pit of required size and filling it 10 kg of salt
and 15 kg of charcoal etc. (For lightening conductor)–one no. including testing.
Supplying and laying earth connection for the earthing with 253 mm Aluminium
tape, jointing materials all complete for railing where ever necessary.
2.17 Water level indicator shall comprise of copper float, guide, pulleys with a pointer
on the enamel painted indicator plate which shall be calibrated to read the depth
of water in the tank in meters.
2.18 Painting by exterior water proof emulsion paint like Ace, Apex etc. on the tank
shall be done only after the tank is successfully tested for water tightness. After a
base coat, two coats of colour paint, to be approved by the PHED, shall be
applied to the entire satisfaction of the deptt.
2.19 No charges for the plastering if required for proper finishing of the surface of
structures shall be paid under any circumstances. Amount shall be deducted
from the L.S. cost for improper finishing.
2.20 Construction Joints: Construction joints be treated in accordance with IS:456.
The surface of already laid concrete be cleaned be water jet and cement slurry
be applied. Cement mortar 10 mm. thick of the same proportion as in concrete
be applied and then fresh concrete of the lift be laid. The form work must overlay
100 mm on the already laid concrete.
2.21 If a Dome is provided at the top, the thickness can be limited to 100 mm after
proper designing. Rectangular / Square columns are not allowed. Circular shafts
are also not allowed. In respect of horizontal braces, corners shall be chamfered
by 4040 mm.
2.22 The depth of footing on the face of column shall not be less than 1/3rd of the
spread of footing from the face.
Minimum steel : Design requirement as set out in relevant codes in respect of steel
shall be fully satisfied. However, following minimum steel shall be provided.

37 | P a g e
a) Vertical steel in 0.8% of cross sectional area actually required and 0.3%
columns when section than actually required is provided.

b) Horizontal link on Not less than 8 mm. dia at 200 mm c/c or 10 mm dia not
columns more than 300 mm c/c
c) Exposed R.C.C. On both faces when thickness is 150 mm or more.
surface
2 kg/sqm in perpendicular direction .
The above requirement is satisfied if.
8 mm bars @ 200 mm /c/ or 10 mm bars @ 300 mm c/c are
provided.
Even if design steel is less than above, the above minimum
shall be provided.
d) Steel in tank As per provision steel is I.S. 3370 subject to minimum as set
out in (c) above.

Maximum Spacing Of Reinforcement:-


Maximum spacing of main reinforcement in slab or walls shall not be more than 150
mm center to center. The spacing or secondary bars, such as distribution steel or
vertical bars in columns.
3. SPECIFICATION OF MATERIALS FOR CONSTRUCTION : The material used
for construction shall be governed by the provision of Part-IV of National Building
Code of India and relevant-IS Codes of specifications with upto date
amendments.
3.1 BRICKS : The bricks should be Chimney brick crushing strength not less than
25 kg/cm2 and water absorption shall not be more than 15% Bricks shall
conform to IS 1077 with up to date amendments.
3.2 SAND : The sand should be as per IS 383/1970 (latest edition). The preferable
sand shall be Narmada river sand. The sand for plaster shall be confirming IS
1542 (Latest edition).
3.3 METAL : It shall be confirming to IS 383/1970.
3.4 STEEL FOR REINFORCEMENT: Steel for reinforcement shall be confirming to
BIS specification 1786/2008 with up to date amendments and BIS 1130/1966. All
the steel 8 mm dia and above shall be cold steel twisted deformed bars Fe-415
or TMT steel. The contractor shall be required to produce the test certificate from
manufacturer to the department before use of steel for the work. No untested
steel will be allowed to be used in any circumstances. The department however
reserves the rights to get the steel tested at the cost of contractor.
3.5 CEMENT : The cement to be used in work shall be 43/53 grade ordinary port-
land or cement PPC confirming to BIS 8112/1989, 12269/1987 or IS:1489 or
relevent IS code Ordinary Portland cement, PPC shall be tested for following test
at contractor's cost.
For under water concreting, rapid hardening cement shall be used.

38 | P a g e
S.No. Type of test Frequency
a) Test for initial and final setting One test for 50 Tones or part
time as per I.S. 3536-1966 there of and every change of
make.
b) Test for determination of One test for 50 Tones or part
Compressive strength of cement there of and every change of
as per IS 3536/1966. make.

3.6 WATER: Water for construction shall be as per IS 456 : 2000.


3.7 CONCRETE : In general concrete shall be designed as per IS 456:2000 latest
addition and water-retaining structures shall be designed as per IS 3370 latest
editions. All the components, which are in contact with water, shall be of
minimum Grade M-30,. All other components not in contact with water shall be of
minimum M-25 grade except otherwise mentioned. The cement content per
cubic meter of concrete shall not be less than the provisions of IS 456:2000.
In general, the clear cover to reinforcement shall be as per IS 456:2000
provisions, but additional clear cover shall be provided on all water retaining
faces of the structural members, as per the provisions of IS 3370.
The concrete shall be prepared as per mix design. All ingredients of concrete
shall be weighed and mixed as per the mix design. Weigh batching may be
converted into corresponding volume batching, if desired. All concrete shall be
mixed by concrete mixer and compacted with concrete vibrator only.
All tests shall be carried- out by contractor at his own cost. During concreting,
sample test cube shall be prepared as per the frequency prescribed in IS
456:2000. To assess the strength of cube immediately, accelerated curing
testing may also be conducted as required by the Engineer-in-Charge. If the
results of the tests are not conforming with the required standard and if the
Engineer-in-Charge considers that the structural test is necessary, the same
shall be carried-out by the contractor at this own cost. If the result of this comes
again un-satisfactory then the contractor will be bound to dismantle and
reconstruct the particular portion of work The formwork shall be of steel or fresh
ply to get the smooth finish.
4.0 Design criteria:
(a) Foundation shall be designed as per S.B.C. of soil as ascertained by plate load
test or any other standard test and other soil parameters.
(b) The following load and forces should be considered
(i) Dead Load
(ii) Live Load – static and dynamic load due to flow and falling of water
(iii) Load due to water
(iv) Wind pressure as per IS 875-1987
(v) Pressure due to Earthquake i.e. seismic force
(vi) Any other forces as required in the relevant I.S. Code.
(c) Construction joints

39 | P a g e
It should be as per clause No. 13.4 of IS 456.2000. Previously laid concrete layer
should be first cleaned by water jet and then 10mm thick layer of cement mortar of
same proportion should be laid before casting of next layer of concrete. Formwork
should be 100mm below the previously laid concrete layer.
(d) Steel:- The minimum steel for design purpose shall be as per IS 456:2000 and
3370 (Part I to IV) with up to date amendments.
(e) Type of steel : It is desirable to use reinforcement cold twisted steel conforming
to IS 1786-2008. TMT may also be used.
5.1 Design of concrete mix – It shall be done by the contractor at his own cost and
the mix so designed shall be approved by Engineer-in-Charge within the
limitations of parameters and other stipulation. Design mix shall be done as per
standard code in practice and assumptions mentioned in clause No. 9.2 of
IS.456-2000.
5.2 Production of concrete
5.2.1 Batching – Batching shall be done as per clause No. 10.2 of IS 456-2000. The
cement shall be mixed by weight and other constituent shall be preferably
mixed by weight.
5.2.2 Mixing – Concrete shall be mixed in a mechanical mixer as per clause No.
10.3 of IS 456-2000. The mixer should be comply with IS 1791 and IS 12119.
5.2.3 Form work – The form work should be conforming clause No. 11 of IS 456-
2000. The form work shall conform to the shape, lines and dimensions as
shown on the drawings and so construction to remain sufficiently rigid during
the placing and compaction of concrete and shall be sufficiently tight to prevent
loss of liquid from concrete. Design, detailing etc as per IS 14687 shall be
referred.
5.2.3.1 The form work shall be cleaned off. All rubbish particularly chippings, shaving
and saw dust shall be removed from the interior of the forms before the
concrete is placed and the form work in contact with the concrete shall be
cleaned and thoroughly wetted or tested with an approved compositions.
5.2.3.2 Stripping Time – In no circumstances form work should be struck off until the
concrete reaches the strength of at least twice the stress to which the concrete
may be subjected at the time of stripping.
5.2.3.3 In normal circumstances i.e. ambient temperature above 15ºC, form work may
be struck after expiry of the following periods as per clause No. 11.3 of IS 456-
2000.
Vertical form of walls beams and columns 24 hours to 48 hours as may be decided
by the Engineer-in-Charge.
Bottom of slabs upto 4.5m span - 7 days
Bottom of slabs over 4.5m span – 14 days
Bottom of beam upto 6m span – 14 days
Bottom of beam over 6m span – 21 days
The formwork should be left longer, as it would assist the curing. The number of
props, their sizes and position shall be such as to be able to safely carry the full
dead load of the slab, beam or arch as the case may be together with any live
load likely to occur during further constructions.
40 | P a g e
5.3 Assembly of Reinforcement – It shall be as per clause No. 12 of IS 456-2000.
5.3.1 Reinforcement shall be bent and fixed in accordance with procedure specified in
IS 2502. The high strength deformed steel bars should not be rebent or
straightened without the approval of Engineer-in-Charge. Bar bending schedule
shall be prepared for all reinforcing work.
5.3.2 Placing of reinforcement shall be done as per clause No. 12.3 of IS 456-2000.
Spacers, cover blocks should be of concrete of same strength.
5.3.3 Welded joints or mechanical connection in reinforcement shall be used but in all
cases of important connections, tests shall be made to prove that the joints are
of the full strength of the bars connected. Welding of reinforcement shall be done
in accordance with the recommendations of IS 2751 and IS 9417. It shall be
done as per clause No. 12.4 of IS 456-2000.
5.3.4 Transport
After mixing concrete shall be transported to the form work as rapidly as possible
by methods which prevent segregation on loss of any ingredients and
maintaining the required workability. It shall be done as per clause No. 13 of
456-2000.
5.4 Placing and compacting
The concrete shall be placed and compacted before initial setting of concrete
commences and should not be subsequently disturbed. The method of placing
should be such that there should be no segregation and concreting shall be
carried out continuously upto construction joints, the position and arrangement of
which shall be determined by the designer and construction joints should comply
with relevant IS 11817. When the work has to be resumed on surface, which has
hardened, such surface shall be roughened. It shall be taken swept clean, then
roughly wetted and covered with a 10 mm layer of mortar of same proportion
which shall be freshly mixed and placed immediately before the placing of the
concrete.
Where the concrete has not hardened, all loose material shall be removed by
scrubbing the wet surface with wire of bristle brushes, care being taken to avoid
dislodgement particle of aggregate. The surface shall be thoroughly wetted and
all free water removed. The surface shall then be coated with neat cement grout.
The first layer of concrete to be placed on this surface shall not exceed 15cm in
thickness and shall be rammed against old work, particulars attention being paid
to corners and close spots. Concrete should be thoroughly compacted and fully
worked around the reinforcement, around embedded fixtures and into corners of
the formwork.
5.5 Mechanical Vibration – Concrete shall be compacted by mechanical vibrators
complying with, over vibration and under vibration are harmful and should be
avoided and vibration of very wet mixes should be avoided. It shall also comply
the clause No. 13.3 of IS 456-2000.
5.6 Curing – The concrete shall be covered with a layer of old gunny bags of
canvass or similar absorbent material and kept constantly wet for the atleast
seven days from the date of placing of concrete in case of O.P.C. Curing should
be done with the help of pump. Curing shall be completed as per the provision
under clause No. 13.5 of IS 456-2000.

41 | P a g e
5.7 TESTS : - All tests as per specified in the IS specification code and required for
the execution of the work shall be carried out by the contractor at his own cost as
per instructions of Engineer-in-charge. Few number of test are given below:-
S.No. Lab Material Test Methods
1. Coarse & fine I - Gradation IS 2386 (Part I)
sand
II- Deleterious Constituents IS-2386 (Part II)
III. Fineness modulus IS 2386
IV. Silt content IS 2386
V. Bulking IS 2386
2. Coarse I - Los-Angles abrasive value IS-2386 (Pt.IV)
aggregate
II. Aggregate Impact value IS-2386
III. Gradation Chemical test IS 2386
3. Water Chemical test IS 456-2000
4. Concrete I. Slump test IS 1199
II. Compressive strength IS 456-2000, IS 516 & IS 9103
5. Steel I. Tensile strength IS 1786
II. 0.20% proof stress/yield stress IS 1786
III. Elongation percentage IS 1786
6. Cement I. Initial & final setting IS 3536-1996
II. Compressive strength
5.8 Field Test : The contractor shall provide all equipments and make all
arrangements for field test to exercise proper quality control over works
especially for tests as mentioned.
5.8.1 Test for compressive strength of concrete : Test specimens should be
cubical in shape shall be 15x15x15cm. The mould shall be of metal, preferably
steel or cast iron and strong enough to prevent distortion. The base plate shall
be such dimension as to support the mould during the filling without leakage
and it shall be preferably attached to the mould by springs of screws.
i. The tapping bar shall be steel bar 16mm in diameter 0.6m long and bulled
pointerat the lower end.
ii. The test specimen shall be made as soon as practicable after mixing and in
such a way as to produce full compaction of the concrete with neither
segregation nor excess laitance. The concrete shall be filled into the mould in
layers approximately 6cm deep. In placing each scoop full of concrete the
scoop shall be moved around the top edge of the mould as the concrete sides
from it in order to ensure symmetrical distribution of the concrete within the
mould. Each layer has been compacted, the surface on the concreting shall be
finished in level with a top of the mould, using trowel and covered with a glass
or metal plate to prevent evaporation.
iii. The mould should be kept cured in same condition and place as that of part of
structure for which test specimens have been taken.

42 | P a g e
8.0 Acceptance criteria
The concrete can be accepted if it satisfied clause No. 16.1 of compressive
strength and clause No. 16.3, 16.4, 16.5 of quality of concrete of I.S. 456-2000.
9.0 Inspection & testing of concrete structure
9.1.1 In order to ensure that the construction complies with the design and all the
structural requirement, clause No. 17 of IS 456-2000 shall be followed. It should
also be noticed that during construction the settlement of sump due to self
weight during construction should be noticed by proper procedure.
9.2 Water Tightness Test : After the completion of structure it shall be tested for
water tightness. Initially the structure shall be filled gradually to ensure uniform
settlement all over the area. The full supply should reach in a period of not less
than 72 hours. At the time of testing verticality should be checked by theodolite
as per IS 3370 (part I general requirement) code of practice for concrete
structures for the storage of liquids specifies water tightness test at full supply
level.
After seven days period for observation after filling with water the external face
should not show any sign of leakage and remain apparently dry.
9.3 The water for testing and pump for lifting water shall be arranged by the
contractor at his own cost.
9.4 The contractor shall give the test for water tightness to the entire satisfaction of
the department. The responsibility of structural stability shall solely be rest on the
contractor.
10 If under unavoidable circumstances or for reason beyond control of the
department, any site of construction of different components is required to be
changed/shifted the contractor shall have to take up construction at alternate site
or if design change due to any reason, the contractor shall not make any claim
on this accounts.
11 Railing:-Wherever railing is to be provided it shall consist of 1.20 M high R.C.C.
post of 100 mm dia. Posts at 1.50 M c/c, embedded /welded with already casted
reinforced cement concrete with 3 rows of 20 mm dia. Medium class G.I. pipes
railing both side of staircase.
12 General Construction : If not stated, otherwise, as per the directions of
Engineer-in-Charge, wherever required the general RCC work shall be carried
out in M-25 grade concrete and water retaining structure shall be in R.C.C. in M-
30 grade concrete, all brickwork shall be carried out in well burnt chimney brick
crushing strength not less than 25 Kg/cm2 and water absorption not more 15%,
in cement mortar 1:5 and cement plaster 1:5 and the thickness of brick wall shall
not be less than 20 cm in any case, the flooring shall be 30 mm thick Kota stone
with dado / skirting over base of 20 mm thick cement mortar in 1:4 i/c rubbing,
polishing & grinding complete laid over base concrete in M-7.5 grade,
13. Ladder: If not stated, otherwise, as per the directions of Engineer-in-Charge,
wherever required the ladder shall be of mild steel, consisting of railing made
from 50 X 50 X 5 mm angle medium class with 2- 16 mm round bar and steps
minimum 600 mm wide, made of ISA 30 X 30 X 5 mm frame with 30 X 5 mm flat
duly anchored with suitable holdfast arrangement and painting etc. complete.

43 | P a g e
14. Use of excavated hard rock:- Rubble available from excavation of hard rock,
shall be the property of the contractor, for which recovery of Rs. 150/- per cum of
the quantity of hard rock excavated shall be made from his running account bills.
15. DESIGN FOR SEISMIC FORCES: All the structures shall be designed for
seismic loads that may come on the structure during its lifetime and the design of
structure shall be conforming to IS 1893-2002 'Criteria for earthquake resistance
design of structures'.
16. In the tender the term Owner, PHED and Department have been used
synonymously. The term Contract Document, Contract Specifications, tender
Specifications have been used synonymously.
17. LIGHTENING CONDUCTOR:-The arrangement for lightening protective system
for protection of all the structures should be made as per IS:2309–1969 Code
revised up to date. The earthing plate shall be copper 600X600 mm size. The
Lightening protective system should be designed, installed with aluminium
earthing strip of 25X3 mm and arrestor should be tested as per this code.
(IV) construction of RCC sumpwell
R.C.C under ground sump well :- Design, construction, testing and
commissioning of R.C.C under ground/ground sump well of capacity of KL (As
Per BOQ) at Village (1) Barahana (2) Dangora Block GHATIGAONdistt.
Gwaliorof Madhya Pradesh including providing and fixing of G.I. pipes for
connecting Scour and delivery pipe line and providing and fixing of all
accessories such as Aluminium ladder from inspection chember to floor of the
sumpwell, manhole covers.
(i) The sump well shall be designed and constructed in M-30 grade of concrete.
(ii) The bottom slab of sump well shall not be placed on BC soil, soil stabilization
shall be done in such case . the minimum free board shall be 200 mm.
(iii) The sump well shall be 500 mm above GL.
(iv) the minimum thickness of RCC wall and base of sump shall be 150 mm.
(v) Two opening of 200 mm dia for suction pipe of pump and delivery pipe shall
be provided and one opening of 750X750 mm with suitable MS Angle frame and
MS gate of minimum 3mm thickness GI sheet for inspection shall also be
provided on the floor slab.
Survey and investigation of soil will be done by the contractor and got tested
from the reputed testing lab. Based on the bearing capacity of the soil, contractor will
submit the design and drawing duly checked by any Governement Enginering College of
the Madhya Pradesh. After the approval of design and drawing of the sumpwell by the
department, contractor will start the work at site. Item of Construction of sumpwell
included in the BOQ is the Lumpsum item and contractor shall be fully responsible for its
design life. RCC work of sump well shall be carried out as per IS 456:2000 and other
releveant IS codes.
(V) TECHNICAL SPECIFICATION FOR HOUSE HOLD SERVICE CONNECTION.
Household Service Connections on HDPE Pipes:-
As per BOQ item and their specifications.
(VI) SPECIFICATION FOR ELECTRIC CONNECTION WORK :-
Specifications SOR ofMPVVCo. Limited for electric work is to be followed.

44 | P a g e
Extension of electric power line connection at 01 Nos.tubewells/dugwelland other
connection at sump well (If required) i/c supply and installation of transformer (if
Required). The work also includes taking license, getting the drawings approved from
the MPVVCo. electrical safety department and other such agencies where ever
required. The work also includes testing at the place of manufacture by a third party as
approved by the Employer/MPVVCo. at contractor's cost.
(VII) TECHNICAL SPECIFICATION FOR PUMP HOUSE
(A) Specifications for framed structure pump house (if applicable):-
The pump house shall be RCC framed brick masonry structures. The pump house shall be
constructed over the sump. The minimum clear height of the pump house shall be 3.60 m. The
columns, Beams, Lintels, Chajjas, and Slabs shall be constructed in RCC M - 25 grade of concrete
and walls shall be constructed in brick masonry with 1:6 cement motor duly plastered with 1:6
cement mortar. The specifications of all the materials have already given earlier, however brief
description of different components of pump house shall be as under : -
(i) Flooring – Vitrified tiles of 600 mm X 600 mm flooring shall be done as per standard
specification.
(ii) Walls - The brick masonry walls shall be constructed as per specifications given earlier. The
minimum thickness of the outer walls shall be 0.20 m.
(iii) Doors/Windows - 30 % of floor area shall be provided for door and windows. MS door of
size 1.0 m x 2.10 m shall be provided. The door and windows shall be of 1mm thick M.S.
sheet door with frame of 40x40x5 mm angle iron and 3mm M.S. gusset plates at the
junctions and corners, all necessary fittings complete, using M.S. angels 40x40x5 mm for
diagonal braces, including applying a priming coat of approved steel primer.
(iv) Electrification - Concealed electric fitting shall be done as per standard IE rules. Each room
shall be provided with sufficient number of points for lights, fans, power points, sockets and
etc. All fixtures like energy efficient tube lights, CFL, Fans, Exhaust Fans, etc as required of ISI
mark and of standard make shall be provided.
(v) The specification for painting shall be as mentioned earlier.
(B) Specifications for mini pump house near Source (As applicable):-
Supply & errection of ready made mini pump house (control pannel box) GI sheet of 18
gauge of size 90cmx90cmx60cm with 40x40x5mm angle Iron frame to fix it 200 mm below
ground level with hold fasts grouted in foundation and 300mm above ground level for
clearance suitable for fixing of conrol pannel, fuse unit, main switch etc. as per aproved
specification. Ammendment no. 33 dt 07/02/2017Item.no.17.13
(VIII) Installation of dry-run sensor.
As mentioned in BOQ and approved by Engineer in charge
(IX) Installation of auto level controller for OHT connected to motor pump.
As mentioned in BOQ and approved by Engineer in charge
(x) Specification for Argentum Oligodynamic Silver Ionization Water Disinfection equipment
Supply, delivery, erection and commissioning of following capacity of micro-controller based
water disinfection equipment (capacity 25000 litres per hour) using Silver - Ionization process
based on Oligodynamic technology, suitable to provide directly online to pumping main, or to
sump or to overhead tank with by-pass arrangements, controlling valves, micro processor based
control panel, in built transformer, relay, miniature circuit breaker, tool kits, spares etc. The water
chambers must be made up of corrosion free stainless steel confirming to SS 304 investment
casting, capable to withstand a pressure of 10 kg/cm2 with inbuilt electrodes, either separately or
mounted on a powder coated (mild steel) cabinet of 20gg thickness with universal lock and key
for safety. The control panel should have Electrode active indication to show that the water is

45 | P a g e
flowing inside the chamber, and the electrode is working, and Change Electrode indication to
show that electrode is nearing completion, for easy maintenance of the equipment. The control
panel must have two dosage modes of Low dosage and Normal dosage. Low dosage must give
0.005mg/lit of silver and Normal dosage must give 0.01mg/lit of silver. The dosage should be able
to be adjusted by press of a button. The flow rate setting must be adjustable by pressing
increase/decrease buttons in steps of 250 LpH or 500LpH. The silver ions produced by the
electrode must be totally non toxic as permitted by BIS standards and the treatment standard
shall be as per IS 10500-1991 for bacteriologixal quality residual effect of the disinfectant should
be long lasting for more than 2 days. The dimensions of the water chamber and numbers/size of
the argentum electrodes must be sufficient to treat design flow rate. The life of electrodes must
last for recommended flow volume. The equipment must be powered by a single phase 220V/50
HZ power supply and provided with an on-site disinfectant analyzing kit with consumables to do a
minimum of 10 tests with gurentee period for product & workmanship including 2 years annual
maintenance services, electrode replacement cost with all necessary accessories like control
panel, field test kit, bypass pipe line, butterfuly valves, voltage stabilizer, water flow meter,
booster pump, outer cabinet etc.
Minimum qualification for approval of Online Water Disinfection equipments

1. The supply of equipment shall be taken from a manufacturer registered under MSME
(Ministry of small and medium enterprise) department.
2. The manufacturer of the equipement should have at least 5 years experience of
manufacturing and supply of online disinfection equipments.
3. The supplier firm must be ISO 9001-2015 Certified Company. Self certified copy of valid
ISO certification for manufacturing of item shall be submitted by the contractor.
4. The manufacturer should guarantee the product for minimum one year and be capable to
provide after sell support for design life of product.
5. The manufacturing firm must have provide a Evaluation of Efficacy of Drinking Water
Disinfection conducted by CSIR-National Environment Engineering Research Institute
(CSIR-NEERI), Nehru Marg, Nagpur. The same shall be submitted by the contractor to the
EE.
6. The manufaturing firm should have bacteria test report issued by NABL accredited testing
laboratory.
7. The manufaturing firm should have local office in the State of M.P.
The make/brand of the above equipment will be approved by the Executive Engineer
based on above report/documents submitted by the contractor.

(XI) SCOPE OF WORK FOR SITE DEVELOPEMENT -


The Campus of proposed OHT and Sump shall be covered through RCC framed 1.75
high boundary wall based on open foundation. The open spaces of under the campus
shall be covered through panel blocks on suitable base.
Foundation shall be open taken up to desired depth as decied by Engineer-in-
charge. Beam and footing construction shall be in RCC M-20 grade, reinforcement
shall be TMT. Brick woork shall be well burnt open bhatta brick crushing strength not
less than 25 kg/cm² and water obsorption not more than 20% in cement mortar
1:6 (1 cement : 6 sand). Brick work shall have 12 mm cement plaster of mix 1:6 (1
cement : 6 sand) walls shall be given acrylic smooth exterior paint of required
shade.
Boundary wall shall be provided with MS Gate of size 3mx1.5m with RCC
column.
(xii) COMPLETION OF WORK:-
The work shall be deemed to be successfully complete as per the contract
agreement only after a certificate is issued to this effect by the Engineer-in-charge
of the work, after successful operation of the scheme.
46 | P a g e
Annexure – F
(See clause 3 of Section 2 -ITB)
Procedure for participation in e-tendering

Instruction for Online Bid Submission


The bidders are required to submit to soft copies of their bids electronically on the MP
TENDERS Portal, using valid Digital signature Certificates. The instructions given
below are meant to assist the bidders in registering on the MP TENDERS Portal,
prepare their bids in accordance with the requirements and submitting their bids online
on the MP TENDERS Portal.
More information useful for submitting online bids on the MP TENDERS Portal may be
obtained at :https://mptenders.gov.in/nicgep/app
Registration
1) Bidders are required to enroll on the e-Porcurement module of the central public
Procurement Portal (URL: https://mptenders.gov.in/nicgep/app) by clicking on
the link “Online bidder enrolment” on the MP TENDERS Portal.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication
from the MP TENDERS Poral.
4) Upon enrolment, the bidders will be required to register their valid Digital
signature certificate (class III certificates with signing key usage) issued by
any Certifying Authority recognized by CCA India (e.g. sify / nCode/ eMudra
etc.), with their profile.
5) Only one valid DSC shold be registered by a bidder. Please note that the bidders
are responsible to ensure that they do not lend their DSC’s to others which may
lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID
/ Password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the MP TENDERS Portal, to facilitate
bidders to search active tenders by several parameters. These parameters could
include tender ID, Organization Name, Location, Date, Value, etc. There is also
an option of advanced search for tenders, wherein the bidders may combine a
number of search parameters such as Organization Name, Form of contract,
Location,Date Other keywords etc. to search for a tender published on MP
TENDERS Portal.
2) Once the bidders have selected the tenders they are interested in, the may
download the required documents / tender schedules. These tenders can be
moved to the respective ‘My Tenders’ folder. This would enable the MP
TENDERS Portal to intimate the bidders through sms/ e-mail in case there is any
corrigendum issued to the tender document.
3) The bidder should make a note of the unique Tander ID assigned to each tender,
in case they want to obtain any clarification/ help form Helpdesk.

47 | P a g e
PREPARATION OF BIDS

01- bidder should take into account any corrigendum publish on the tender
document before submitting theire bids.
02- please go through the tender advertisement and the tender document carefully
to understand the document required to be submiteded as part of the bid
..please note the number of cover in which the bids document have to be
submitted .the number of document including the names and content of each of
the document that need to be submitted any deviation from thease may lead to
rejection of the bids.
03- bidder in advance should get ready the bid document to be submitted as
indicated in the tender document /schedule and generally they can be pdf-
/xls//RAR/dwf/jpg formats. bid document may be scan with 100dpi with black and
white option which helps in reducing size of the scanned document.
04- to avoid the time and effort required in uploading the same set of the standard
document which are required to be submitted as a part of the bid, a provision of
uploading such standard document( e.g.PAN hard copy ,annual report, auditor
certificate etc.) has been provided to bidders can used :”my space”or” other
important document”area available to them to upload such document .thease
document may directly submitted from the “my space” area while submitting a
bid, and need not be uploaded again .and again, this will lead to a reduction in
the time required for bid submission process.

SUBMISSION OF BIDS
1. Bidder should log in to the site well in advance for bid submission so that they
can upload the bid in time including on or before the bid submission time. bidder
will be responsible for any delay due to othedr issue.
2. Bidder has to upload scanned self certified copies of credential/ PQR documents
against respective tender as specified in NIT.
3. Bidder has to digitally sign and upload the required bid documents one by one as
indicated in the tender document.
4. Bidder has to select the payment option as “Online” to pay the tender fee / EMD
as applicable.
5. If bidder is opting for submission of Bank Guaranteee towards EMD than bidder
has to opt for “exemption” option on the website and upload the scanned self
certified copy of EMD document as per NIT towards exemption from e –
submission of EMD amount. the orginal should be posted/couriered/given in
person to the concerned official, lastest by the last date of bid submission or as
specified in the tender documents. the details of the bank guarantee, physically
sent, should tally with the details available in the scanned copy and the data
entered during bid submission time.
6. Biddres are requested to note that they should necessarily submit their financial
bids in the format provided and no other format is acceptable. If the price bid has
been given as a standard BOQ formate with the tender document, then the same
is to be downloaded and to be filled by all the bidders. Biddres are required to
download the BOQ file open it and complete the white coloured (unprotected)

48 | P a g e
cells with their respective financial quotes and others details (such as name of
the bidder). no other cells should be changed. Once the details have been
completed, the bidder should save it and submit it online, without changing the
file name. if the BOQ file is found to be modified by the bidder, the bid will be
rejected.
7. The server time (which is displayed on the bidders dashboard) will be considered
as the standard time for referencing the deadlines for submission of the bids by
the bidders, opening of bids etc. The bidders should follow this time during bid
submission.
8. All the documents being submitted by the bidders would be encrypeted using
PKI encryption techniques to ensure the secrecy of the data. The data entered
cannot be viewed by unauthorized persons until the time of bid opning. The
confidentiality of the bids is maintained using the secured socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done. Any
bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Futher this key is subjected to
asymmetric encryption using buyers/bid openers public keys.
9. The uploaded tender documents become readable only after the tender opening
by the authorized bid openers.
10. Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
submission” in the portal), the portal will give a successful bid submission
massage & a bid summary wll be displayed with the bid no. and the date & time
of submission of the bid with all other relevant details.
11. The bis summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for
any bid opening meetings.

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the tender Inviting Authority for a
tender or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submmition or queries relating to
MP TENDERS Potal in general may be directed to the 24x7 MP TENDERS
Portal Helpdesk.

49 | P a g e
Annexure – G
(See clause 4 of Section 2 -ITB)
JOINT VENTURE (J.V.)

If J.V. is allowed following conditions and requirements must be fulfilled –


1. Bids submitted by a joint venture1 of two or more firms as partners shall comply
with the following requirements:
a. one of the partners shall be nominated as being Lead Partner, and this
authorization shall be evidenced by submitting a power of attorney signed by
legally authorized signatories of all the partners;
b. the bid and, in case of a successful bid, the Agreement, shall be signed so as to
be legally binding on all partners;
c. the partner in charge2 shall be authorized to incur liabilities and receive
instructions for and on behalf of any and all partners of the joint venture and the
entire execution of the contract, including payment, shall be done exclusively
with the partner in charge;
d. all partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms, and a statement
to this effect shall be included in the authorization mentioned under [c] above, as
well as in the bid and in the Agreement [in case of a successful bid];
e. The joint venture agreement should indicate precisely the role of all members of
JV in respect of planning, design, construction equipment, key personnel, work
execution, and financing of the project3. All members of JV4 should have active
participation in execution during the currency of the contract. This should not be
varied/modified subsequently without prior approval of the employer;
f. The joint venture agreement should be registered5, so as to be legally valid and
binding on all partners; and
g. a copy of the Joint Venture Agreement entered into by the partners shall be
submitted with the bid6.
2. The figures for each of the partners of a joint venture shall be added together to
determine the Bidder’s compliance with the minimum qualifying criteria required
for the bid. All the partners collectively must meet the criteria specified in full.
Failure to comply with this requirement will result in rejection of the joint
venture’s bid.
3. The performance security7 of a Joint Venture shall be in the name of the
partner Lead Partner/joint venture.
4. Attach the power of attorney8 of the partners authorizing the Bid signatory(ies)
on behalf of the joint venture
5. Attach the agreement among all partners of the joint venture [and which is legally
binding on all partners], which shows the requirements as indicated in the
Instructions to Bidders’.
6. Furnish details of participation proposed in the joint venture as below:

50 | P a g e
DETAILS OF PARTICIPATION IN THE JOINT VENTURE:-

PARTICIPATION DETAILS FIRM ‘A’ (Lead Partner) FIRM ‘B’ FIRM ‘C’
Financial
Name of the Bankers(s)
Planning
Construction Equipment
Key Personnel
Execution of Work
(Give details on contribution of
each)

--------------------------------------------------------------------------------------------------------------------
1. Joint Venture is an arrangement in which two or more parties under an
agreement for the purpose of executing a specific task/project and all parties
shall be jointly and severally responsible to incur all the liabilities under the
task/project, if awarded.
2. Partner in Charge – i.e. Lead partner.
3. This agreement shall also mention the NIT No./System I.D., Name of Work,
Name of Joint Venture Firm, lead partner and other partners.
4. The lead partner and the other partners shall have minimum 51% and 20%
stake respectively in the Joint Venture.
5. The joint venture agreement should be made on Rs. 1000/- Non Judicial
Stamp Paper, duly Notarized/registered. Each partner of the joint venture
shall be individually registered in the appropriate class required for
participation in the tender or if eligible for registration, can also participate
after having applied for registration in appropriate class.
6. The joint venture agreement entered into by the partners shall be submitted
originally in envelope A and should also be uploaded online (scanned copy)
with the bid.
7. The Earnest Money Deposit and Performance Security of the joint venture
shall be drawn in favour of the concerned Executive Engineer and on
Account of the partner – i.e. Lead partner/joint venture.
8. Power of Attorney shall be prepared separately on Rs. 500/- Non Judicial
Stamp Paper, duly Notarized and should be submitted originally in Envelope
A (and uploaded online scanned copy) alongwith joint venture agreement.

51 | P a g e
Format: H
(See clause 12 of Section 2–ITB &
clause 4 of GCC)
ORGANIZATIONAL DETAILS
(To be enclosed with technical proposal)
S. No. Particulars Details
1. Registration number issued by Centralized (if applicable,Scanned copy
Registration System of Govt. of M.P. or proof of of proof of application for
application for registration registration to be uploaded)
2 Valid Registration of bidder in appropriate class Registration No. ..................
through Centralized Registration of Govt. of MP
Date..................................
(Scanned copy of
Registration to be uploaded)
3. Name of Organization/ Individual/Proprietary
Firm/Partnership Firm
4. Entity of Organization Individual/ Proprietary Firm/
Partnership Firm (Registered under Partnership
Act)/ Limited Company (Registered under
theCompanies Act–1956)/ Corporation/ Joint
venture
5. Address of Communication
6. Telephone Number with STD Code
7. Fax Number with STD Code
8. Mobile Number
9. E-mail Address for all communications
Details of Authorized Representative
10. Name
11. Designation
12. Postal Address
13. Telephone Number with STD Code
14. Fax Number with STD Code
15. Mobile Number
16. E-mail Address
Note: In case of partnership firm and limited company certified copy of partnership
deed/ Articles of Association and Memorandum of Association alongwith registration
certificate of the company shall have to be enclosed.

Signature of Bidder with Seal


Date: _____________

52 | P a g e
Annexure – I
(See clause 14 of Section 2 -ITB)

Envelope – B, Technical Proposal

Technical Proposal shall comprise the following documents:

S No Particulars Details to be
submitted
1 Experience – Financial &Physical Annexure –I
(Format: I-1)
2 Annual Turnover Annexure –I
(Format: I-2)
3 List of technical personnel for the key positions Annexure –I
(Format: I-3)
4 List of Key equipments/ machines for quality control Annexure –I
labs (Format: I-4)
5 List of Key equipments/ machines for construction Annexure –I
work (Format: I-5)

Note:
1.Technical Proposal should be uploaded duly page numbered and indexed.
2.Technical Proposal uploaded otherwise will not be considered.

53 | P a g e
Format: I-1
(See clause 14 of Section 2 -ITB)

FINANCIAL & PHYSICAL EXPERIENCE DETAILS

A. Financial Requirement:
Average annual turnover of the bidder during the last 03 financial years should
not be less than 33% of the Probable Amount of Contract (PAC)

To be filled in by the contractor:


i. Details of successfully executed similar works shall be furnished in the
following format.
ii. Certificate duly signed by the employer not below the rank of Executive Engineer shall
also be enclosed for each executed similar work.
Agreement Name of Date of Date of Completion Amount of Contract Employer's
Number & Work Work As per Actual Date of Year - 1 Year -2 Year -3 Total Name and
Date Order Agreement completion Address

Existing commitments – (Value of ‘C’ for Bid Capacity formula)


Agreement Name of Date of Work Date of Amount of Amount of Employer's Name
Number & Work Order Completion Contract balance work and Address
Year

B. Physical Requirement:
Execution of similar items of work during the last 03 financial years should not be less than the
minimum physical requirement fixed for the work.
S No Particulars Actual Quantity Executed
(To be filled in by the contractor)
Year – 1 Year – 2 Year – 3
1 Physical qualification required Yes

Note:
1. Certificates duly signed by the employer not below the rank of Executive Engineer shall be
enclosed for the actual quantity executed during the last 03 financial years.
2. Similar works : The similarity shall be based on the physical size, complexity, methods
technology or other characteristics of main items of work viz. earth work, cement concrete,
Reinforced cement concrete, brick masonry, stone masonry etc.

54 | P a g e
Format: I -2
(See clause 14 of Section 2 -ITB)

ANNUAL TURN OVER

Requirement:
Average annual turnover of the Firm should not be less than 33% of the probable
amount of contract during the last 3 financial years;

To be filled in by the contractor:


Financial Year Turnover
1
2
3
Note:
Audited balance sheet including all related notes, and income statements Duly certified
by charted accountant for theabove financial years to be enclosed.

Bid Capacity
Applicants who meet the minimum qualifying criteria in the evaluation as stated above
are to be evaluated further for bid capacity as under:

Bid Capacity = (2.0 A X B) - C


Where
A = Maximum value of civil engineering works executed in any one year
during the last three year (10% weightage per year shall be given to bring
the value of work executed at present price level)
B = Proposed contract period* in years.
C = Amount of work in hand at present.

* If the contract period is less then 01 year, than for the purpose of calclauting bid
capacity, the contract period shall be taken as 01 year.

55 | P a g e
Format: I -3
(See clause 14 of Section 2 –ITB&
Clause 6 of GCC)
List Of Technical Personnel For The Key Positions

Minimum requirement Available with the bidder


Key Position

Qualification

Key Position

Qualification
Similar work

Similar work
requirement

requirement
experience

experience

experience

experience
Total Work

Total Work
personnel
Minimum

Minimum
Name of
S. No.

S. No.
Age

Age
As per provisions in works department manual / circulars

56 | P a g e
Format: I -4
(See clause 14 of Section 2 -ITB)

List of Key Equipments/ Machines For Quality Control Labs


Minimum requirement Available with the bidder
S.No. Name of Equipment/ Quantity Name of Equipment/ Quantity
Machinery Machinery

As per provisions in works department manual / circulars

57 | P a g e
Format: I -5
(See clause 14 of Section 2 -ITB)

List of Key Equipments/ Machines for Construction Work

Minimum requirement Available with the bidder


S.No. Name of Equipment/ Quantity Name of Quantity
Machinery Equipment/
Machinery

As per provisions in works department manual / circulars

58 | P a g e
Annexure – J
(See clause 14 of Section 2 -ITB)

FINANCIAL BID
(To be Contained in Envelope-C)

NAME OF WORK - Design and Construction of Retrofitting Piped Water Supply Scheme under
Jal Jeevan Mission at Village (1) Barahana (2) Dangora Block GHATIGAON Distt.Gwalior
based on T.W.including installation of electric submersible water motor pump, laying & jointing
of rising main, feeder main and distribution pipe line system, household tap connections,
construction of pump house, construction of RCC sumpwell (As Per BOQ) electric power
connections at tubewell including cost of all material & labour with 90 Days After completion of
construction/ Execution of work with Sucessful testing and comissioning period of entire
scheme.

I/We hereby bid for the execution of the above work within the time specified at therate
(in figures) _______ (in words) _______________________ percent below/ above or at
par based on the Bill of Quantities and item wise rates given therein in all respects and
in accordance with the specifications, designs, drawings and instructions in writing in all
respects in accordance with such conditions so far as applicable. I/We have visited the
site of work and am/ are fully aware of all the difficulties and conditions likely to affect
carrying out the work. I/We have fully acquainted myself/ourselves about the conditions
in regard to accessibility of site and quarries/kilns, nature and the extent of ground,
working conditions including stacking of materials, installation of tools and plant
conditions effecting accommodation and movement of labor etc. required for the
satisfactory execution of contract.

Should this bid be accepted, I/We hereby agree to abide by and fulfill all the terms and
provisions of the said conditions of contract annexed hereto so far as applicable, or in default
thereof to forfeit and pay to the Governor of Madhya Pradesh or his successors in office the
sums of money mentioned in the said conditions.

Note:
i. Only one rate of percentage above or below or at par based on the Bill of Quantities and
item wise rates given therein shall be quoted.
ii. Percentage shall be quoted in figures as well as in words. If any difference in figures
and words is found lower of the two shall be taken as valid and correct rate. If the bidder
is not ready to accept such valid and correct rate and declines to furnish performance
security and sign the agreement his earnest money deposit shall be forfeited.
iii. In case the percentage "above" or "below" is not given by a bidder, his bid shall be
treated as non-responsive.
iv. All duties, taxes, and other levies payable by the bidder shall be included in the
percentage quoted by the bidder but exclusive of Goods and Services Tax (GST) to be
levied on works/service contract.

Signature of Bidder
Name of Bidder

The above bid is hereby accepted by me on behalf of the Governor of Madhya Pradesh
dated the _________ day of __________ 20______________

Signature of Officer by whom accepted

59 | P a g e
Annexure – K
(See clause 15 of Section 2 -ITB)

MATERIALS TO BE ISSUED BY THE DEPARTMENT


Sno Name of material Rate (Issue rate) Unit Remarks
--------- Nil---------

60 | P a g e
Annexure – L
(See clause 21 of Section 2 -ITB)

LETTER OF ACCEPTANCE (LOA)

No. _______________ Dated: ___________

To,
M/s. ___________________________
(Name and address of the contractor)

Subject: _________________________________
(Name of the work as appearing in the bid for the work)

Dear Sir (s),

Your bid for the work mentioned above has been accepted on behalf of the
Governor of Madhya Pradesh at your bided percentage _____ below/ above or at par
the Bill of Quantities and item wise rates given therein.

You are requested to submit within 15 (Fifteen) days from the date of issue of
thisletter:

a. the performance security/ performance guarantee of Rs. __________ (in figures)


(Rupees ____________________________________________ in words only).
The performance security shall be in the shape of term deposit receipt/ bank
guarantee of any nationalized / schedule commercial bank valid up to three
months after the expiry of defects liability period.

b. Sign the contract agreement.

Please note that the time allowed for carrying out the work as entered in the bid
is______ months including/ excluding rainy season, shall be reckoned from the date of
signing the contract agreement.

Signing the contract agreement shall be reckoned as intimation to commencement of


work and no separate letter for commencement of work is required. Therefore, after signing of
the agreement, you are directed to contact the Engineer-in-charge for taking the
possession of site and necessary instructions to start the work.

Yours Faithfully

Executive Engineer
PHE Div..................

61 | P a g e
Annexure – M
(See clause 22 of Section 2 -ITB)

PERFORMANCE SECURITY
To
_____________________[name of Employer]
_____________________[address of Employer]
_____________________
WHEREAS ________________________[name and address of Contractor]

(hereinafter called "the Contractor") has undertaken, in pursuance of Letter of


Acceptance No.__________ dated ____________ to execute _____________[name of
Contract and brief description of Works] (hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligation in accordance with the
Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible
to you on behalf of the Contractor, up to a total of ___________ [amount of
guarantee]*___________ ___(in words), such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to
pay you, upon your first written demand and without cavil or argument, any sum or
sums within the limits of_________________[amount of guarantee] as aforesaid
without your needing to prove or to show grounds or reasons for your demand for the
sum specified therein.
We hereby waive the necessity of your demanding the said debt from the
contractor before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms
of the Contract of the Works to be performed thereunder or of any of the Contract
documents which may be made between you and the Contractor shall in any way
release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall be valid until 3 (three) months from the date of expiry of the
Defect Liability Period.
Signature, Name and Seal of the guarantor ______________
Name of Bank _______________________________
Address ___________________________________
Phone No.,Fax No.E-mail Address,of signing
Authority_______________________________
Date ____________________________

* An amount shall be inserted by the Guarantor, representing the percentage the


Contract Price specified in the Contract including additional security for unbalanced
Bids, if any and denominated in Indian Rupees.

62 | P a g e
SECTION 3
Conditions of Contract
Part – I General Conditions of Contract(GCC)
Table of Clauses of GCC
Sno Particulars Sno Particulars
A. General 21 Payments for Variations and / or Extra
Quantities
1 Definitions 22 No compensation for alterations in or
restriction of work to be carried out.
2 Interpretations and Documents 23 No Interest Payable
3 Language and Law 24 Recovery from Contractors
4 Communications 25 Tax
5 Subcontracting 26 Check Measurements
6 Personnel 27 Termination by Engineer in Charge
7 Force Majeure 28 Payment upon Termination
8 Contractor's Risks 29 Performance Security
9 Liability For Accidents To 30 Security Deposit
Person
10 Contractor to Construct the 31 Price Adjustment
Works
11 Discoveries 32 Mobilization and Construction Machinery
Advance
12 Dispute Resolution System 33 Secured Advance
B. Time Control 34 Payments Certificates
13 Programme E. Finishing the Contract
14 Extension of Time 35 Completion Certificate
15 Compensation for Delay 36 Final Account
16 Contractor’s quoted F. Other Conditions of Contract
percentage
C. Quality Control 37 Currencies
17 Tests 38 Labour
18 Correction of Defects noticed 39 Compliance with Labour Regulations
during the Defect Liability
Period
D. Cost Control 40 Audit and Technical Examination
19 Variations - Change in original 41 Death or Permanent Invalidity of
Contractor
Specifications, Designs,
Drawings etc.
20 Extra Items 42 Jurisdiction

63 | P a g e
A. General
1. DEFINITIONS
1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming
part of the Bid.
1.2. Chief Engineer: means Chief Engineer of the zone/ basin concerned.
1.3. Completion: means completion of the work as certified by the Engineer-in-
Charge, in accordance with provisions of agreement.
1.4. Contract: means the Contract between the Employer and the Contractor to
execute, complete and/or maintain the work. Agreement is synonym of Contract
and carries the same meaning wherever used.
1.5. Contract Data: means the documents and other information which comprise of
the Contract.
1.6. Contractor: means a person or legal entity whose bid to carry out the work has
been accepted by the Employer.
1.7. Contractor's bid: means the completed bid document submitted by the
Contractor to the Employer.
1.8. Contract amount: means the amount of contract worked out on the basis of
accepted bid.
1.9. Completion of work: means completion of the entire contracted work.
Exhaustion of quantity of any particular item mentioned in the bid document shall
not imply completion of work or any component thereof.
1.10. Day: means the calendar day.
1.11. Defect: means any part of the work not completed in accordance with the
specifications included in the contract.
1.12. Department: means Department of the State Government viz. Water Resources
Department, Public Works Department, Public Health Engineering Department,
Rural Engineering Service and any other organisation which adopts this
document.
1.13. Drawings: means drawings including calculations and other information
provided or approved by the Engineer-in-Charge.
1.14. Employer: means the party as defined in the Contract Data, who employs the
Contractor to carry out the work. The Employer may delegate any or all functions
to a person or body nominated by him for specified functions. The word
Employer / Government / Department wherever used denote the Employer.
1.15. Engineer: means the person named in the Contract Data.
64 | P a g e
1.16. Engineer in charge: means the person named in the Contract Data.
1.17. Equipment: means the Contractor's machinery and vehicles brought temporarily
to the Site for execution of work.
1.18. Government: means Government of Madhya Pradesh.
1.19. In Writing: means communicated in written form and delivered against receipt.
1.20. Material: means all supplies, including consumables, used by the Contractor for
incorporation in the work.
1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the
Circle concerned.
1.22. Stipulated period of completion: means the period in which the Contractor is
required to complete the work. The stipulated period is specified in
the ContractData.
1.23. Specification: means the specification of the work included in the Contract and
any modification or addition made or approved by the Engineer-in-Charge.
1.24. Start Date: means the date of signing of agreement for the work.
1.25. Sub-Contractor: means a person or corporate body who has a Contract with
the Contractor, duly authorised to carry out a part of the construction work under
the Contract.
1.26. Temporary Work: means work designed, constructed, installed, and removed
by the Contractor that are needed for construction or installation of the work.
1.27. Tender/Bid, Tenderer/Bidder: are the synonyms and carry the same meaning
where ever used.
1.28. Variation: means any change in the work which is instructed or approved as
variation under this contract.
1.29. Work: The expression "work" or "works" where used in these conditions shall
unless there be something either in the subject or context repugnant to such
construction, be construed and taken to mean the work by virtue of contract,
contracted to be executed, whether temporary or permanent and whether
original, altered, substituted or additional.
2. INTERPRETATIONS AND DOCUMENTS
2.1 Interpretations
In the contract, except where the context requires otherwise:
a. words indicating one gender include all genders;
b. words indicating the singular also include the plural and vice versa.

65 | P a g e
c. provisions including the word “agree”, “agreed” or “agreement” require the
agreement to be recorded in writing;
d. written” or “in writing” means hand-written, type-written, printed or electronically
made, and resulting in a permanent record;
2.2 Documents Forming Part of Contract:
1. NIT with all amendments.
2. Instructions to Bidders (ITB,Bid Data Sheet with all Annexures)
3. Conditions of Contract:
i.Part I General Conditions of Contract and the Contract Data; with all Annexures
ii. Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Bill of Quantities
7. Technical and Financial Bid
8. Agreement, and
9. Any other document(s), as specified.
3. Language and Law
The language of the Contract and the law governing the Contract are stated in
the Contract Data.
4. Communications
All certificates, notice or instruction to be given to the Contractor by
Employer/Engineer shall be sent to the address or contact details given by the
Contractor in [Annexure H of ITB]. The address and contact details for
communication with the Employer/Engineer shall be as per the details given in
the Contract Data. Communication between parties that are referred to in the
conditions shall be in writing. The notice sent by facsimile (fax) or other
electronic means (email) shall also be effective on confirmation of the
transmission. The notice sent by registered post or speed post shall be effective
on delivery or at the expiry of the normal delivery period as undertaken by the
postal service. In case of any change in address for communication, the same
shall be immediately notified to Engineer-in-Charge.
5. Subcontracting
Subcontracting shall be permitted for contracts of value more than amount
specified in the Contract Data with following conditions.

66 | P a g e
a. The Contractor may subcontract up to 25 percent of the contract price with the
approval of the Employer in writing, but will not assign the Contract.
Subcontracting shall not alter the Contractor's obligations.
b. Following shall not form part of subcontracting:
i. Hiring of labour through a labour contractor.
ii. The purchase of Materials to be incorporated in the works.
iii. Hiring of plant & machinery
c. The sub-contractor will have to be registered in the appropriate category in the
centralised registration system for contractors of the GoMP.
6. Personnel
6.1 The Contractor shall employ for the construction work and routine maintenance
the technical personnel as provided in the Annexure I-3 of Bid Data Sheet, if
applicable. If the Contractor fails to deploy required number of technical staff,
recovery as specified in the Contract Data will be made from the Contractor.
6.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor's staff or work force, stating the reasons, the Contractor shall ensure
that the person leaves the Site within three days and has no further connection
with the Works in the Contract.
7. Force Majeure
7.1 The term “Force Majeure” means an exceptional event or circumstance:
(a) which is beyond a Party’s control,
(b) which such Party could not reasonably have provided against before entering
into the Contract,
(c) which, having arisen, such Party could not reasonably have avoided or
overcome, and
(d) which is not substantially attributable to the other Party.
Force Majeure may include, but is not limited to, exceptional events or
circumstances of the kind listed below, so long as conditions (a) to (d) above are
satisfied:
(i) war, hostilities (whether war be declared or not), invasion, act of foreign
enemies,
(ii) rebellion, terrorism, sabotage by persons other than the Contractor’sPersonnel,
revolution, insurrection, military or usurped power, or civil war,
(iii) riot, commotion, disorder, strike or lockout by persons other than theContractor’s
Personnel,
67 | P a g e
(iv) munitions of war, explosive materials, ionising radiation or contamination
byradio-activity, except as may be attributable to the Contractor’s use of such
munitions, explosives, radiation or radio-activity, and
(v) natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
7.2. In the event of either party being rendered unable by force majeure to perform
any duty or discharge any responsibility arising out of the contract, the relative
obligation of the party affected by such force majeure shall upon notification to
the other partybe suspended for the period during which force majeure event
lasts. The cost and loss sustained by either party shall be borne by respective
parties.
7.3 For the period of extension granted to the Contractor due to Force Majeure the
price adjustment clause shall apply but the penalty clause shall not apply. It is
clarified that this sub clause shall not give eligibility for price adjustment to
contracts which are otherwise not subject to the benefit of price adjustment
clause.
7.4 The time for performance of the relative obligation suspended by the force
majeure shall stand extended by the period for which such cause lasts. Should
the delay caused by force majeure exceed twelve months, the parties to the
contract shall be at liberty to foreclose the contract after holding mutual
discussions.
8. Contractor's Risks
8.1 All risks of loss or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are
the responsibility of the Contractor.
8.2 All risks and consequences arising from the inaccuracies or falseness of the
documents, drawing, designs, other documents and/or information submitted by
the contractor shall be the responsibility of the Contractor alone, notwithstanding
the fact that the designs/ drawings or other documents have been approved by
the department.
9. Liability for Accidents to Person
The contractor shall be deemed to have indemnified and saved harmless the
Government against all action, suits, claims, demands, costs etc. arising in
connection with injuries suffered by any persons employed by the contractor or
his subcontractor for the works whether under the General law or under
workman's compensation Act, or any other statute in force at the time of dealing
68 | P a g e
with the question of the liability of employees for the injuries suffered by
employees and to have taken steps properly to ensure against any claim there
under.
10. Contractor to Construct the Works
10.1 The Contractor shall construct, install and maintain the Works in accordance with
the Specifications and Drawings as specified in the Contract Data.
10.2 In the case of any class of work for which there is no such specification as is
mentioned in Contract Data, such work shall be carried out in accordance with
the instructions and requirement of the Engineer-in-charge.
10.3 The contractor shall supply and take upon himself the entire responsibility of the
sufficiency of the scaffolding, timbering, machinery, tools and implements, and
generally of all means used for the fulfilment of this contract whether such
means may or may not be approved or recommended by the Engineer.
11. Discoveries
Anything of historical or other interest or of significant value unexpectedly
discovered on the Site shall be the property of the Employer. The Contractor
shall notify the Engineer of such discoveries and carry out the Engineer's
instructions for dealing with them.
12. Dispute Resolution System
12.1 No dispute can be raised except before the Competent Authority as defined in
Contract Data in writing giving full description and grounds of dispute. It is
clarified that merely recording protest while accepting measurement and/or
payment shall not be taken as raising a dispute.
12.2 No dispute can be raised after 45 days of its first occurrence. Any dispute
raised after expiry of 45 days of its first occurrence shall not be entertained and
the Employer shall not be liable for claims arising out of such dispute.
12.3 The Competent Authority shall decide the matter within 45 days.
12.4 Appeal against the order of the Competent Authority can be preferred within 30
days to the Appellate Authority as defined in the Contract Data. The Appellate
Authority shall decide the dispute within 45 days.
12.5 Appeal against the order of the Appellate Authority can be preferred before the
Madhya Pradesh Arbitration Tribunal constituted under Madhya
PradeshMadhyastham Adhikaran Adhiniyam, 1983.
12.6 The Contractor shall have to continue execution of the Works with due
diligence notwithstanding pendency of a dispute before any authority or forum.
69 | P a g e
B. Time Control
13. Programme
13.1 Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approval a Programme showing the general methods,
arrangements, order and timing for all the activities for the construction of
works.
13.2 The program shall be supported with all the details regarding key
personnel, equipment and machinery proposed to be deployed on the
works for its execution.
The contractor shall submit the list of equipment and machinery being brought
to site, the list of key personnel being deployed, the list of
machinery/equipment being placed in field laboratory and the location of field
laboratory along with the Programme.
13.3 An update of the Programme shall be a programme showing the actual
progress achieved on each activity and the effect of the progress achieved on
the timing of the remaining Works, including any changes to the sequence of
the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated
Programme at intervals no longer than the period stated in the Contract Data. If
the Contractor does not submit an updated Programme within this period, the
Engineer may withhold the amount stated in the Contract Data from the next
payment certificate and continue to withhold this amount until the next payment
after the date onwhich the overdue Programme has been submitted.
13.5 The Engineer's approval of the Programme shall not alter the Contractor's
obligations.
14. Extension of Time
14.1 The contract is for completion of works and therefore non approval of EOT shall not in
any way invalidate the contract. The contractor will have to complete the works.

14.2 In the event of delays attributable to the contractor, the EOT shall not be given by the
Engineer-in-charge and the Liquidated Damages shall be levied from the contractor in
accordance with the provisions of the contract.

14.3 In the event, the delays are not attributable to the contractor the EOT may be issued by
the Engineer-in-Charge without imposition of Liquidated Damages either suo-motto or
on a written request of the contractor.

70 | P a g e
It is clarified that out of the total delays in completion of works, the EOT shall be issued
only for the part, which is not attributable to the contractor.
15. Compensation for delay
15.1 The time allowed for carrying out the work, as entered in the agreement, shall
be strictly observed by the Contractor.
15.2 The time allowed for execution of the contract shall commence from the date of
signing of the agreement. It is clarified that the need for issue of work order is
dispensed with.
15.3 In the event milestones are laid down in the Contract Data for execution of the
works, the contractor shall have to ensure strict adherence to the same.
15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall
attract such liquidated damages as is laid down in the Contract Data.
15.5 In the event of delay in execution of the Works as per the timelines mentioned
in the Contract Data the Engineer-in-charge shall retain from the bills of the
Contractor amount equal to the liquidated damages leviable until the
Contractor makes such delays good. However, the Engineer-in-charge shall
accept bankable security in lieu of retaining such amount.
15.6 If the Contractor is given extension of time after liquidated damages have been
paid, the Engineer in Charge shall correct any over payment of liquidated
damages by the Contractor in the next payment certificate.
15.7 In the event the Contractor fails to make good the delay until completion of the
stipulated contract period (including extension of time) the sum so retained
shall be adjusted against the liquidated damages levied.

16. Contractor's quoted percentage


The Contractor’s quoted percentage rate referred to in the "Bid for works" will be
deducted/ added from/to the net amount of the bill after deducting the cost of
material supplied by the department.
C.Quality Control
17. Tests
17.1 The Contractor shall be responsible for:
a.Carrying out the tests prescribed in specifications, and
b.For the correctness of the test results, whether preformed in his laboratory or
elsewhere.

71 | P a g e
17.2 The contractor shall have to establish field laboratory within the time specified
and having such equipments as are specified in the Contract Data.
17.3 Failure of the Contractor to establish laboratory shall attract such penalty as is
specified in the Contract Data.
18. Correction of Defects noticed during the Defect Liability Period
18.1 The Defect Liability Period of work in the contract shall be as per the Contract
Data.
18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer
well before the end of the Defect Liability Period. The Defect Liability Period
shall automatically stand extended until the defect is rectified.
18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability
Period to the satisfaction of the Engineer, within the time specified by the
Engineer, the Engineer will assess the cost of having the Defect corrected, and
the cost of correction of the Defect shall be recovered from the Performance
Security or any amount due or that may become due to the contractor and
other available securities.
D.Cost Control
19. Variations - Change in original Specifications, Designs, and Drawings etc.
19.1 The Engineer-in-charge shall have power to make any alterations, omissions or
additions to or substitutions in the original specifications, drawings, designs and
instructions, that may appear to him to be necessary during the progress of the
work and the contractor shall carry out the work in accordance with any
instructions which may be given to him in writing signed by the Engineer-in-
charge, and such alterations, omission, additions or substitutions shall not
invalidate the contract and any altered, additional or substituted 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 agrees to do the main work.
19.2 The time for the completion of the work shall be adjusted in the proportion that
the altered, additional or substituted work bears to the original contract work and
the certificate of the Engineer-in-charge shall be conclusive as to such
proportion.
20. Extra items
20.1 All such items which are not included in the priced BOQ shall be treated as extra
items.
72 | P a g e
21 Payments for Variations and / or Extra Quantities
All extra items and extra quanitites will be sanctioned by competent authority as
mentioned in govt of MP, PHED Bhopal order No. 1760/R-74/2014/2/34 dated 25 June
2019:-
l-dz- l{ke vuqcaf/kr ek=k ls vf/kd ds vfrfjDr vk;Ve lCLVhV~;wV
vf/kdkjh fy, vk;Ve
1 dk;Zikyu vuqcaf/kr dk;Z dh ek=k ls & &
;a=h 10 izfr’kr rd c<+h ek=k,aa
2 v/kh{k.k vuqcaf/kr dk;Z dh ek=k ls #- 20-00 yk[k #- 20-00 yk[k
;a=h 20 izfr’kr rd c<+h rd] fdarq dqy rd] fdarq dqy
ek=k;sa] vf/kdre #- 20-00 ykxr iz’kkldh; ykxr iz’kkldh;
yk[k rd] fdarq dqy ykxr Lohd`fr dh jkf’k Lohd`fr dh jkf’k
iz’kkldh; Lohd`fr dh ls 10 izfr’kr ls ls 10 izfr’kr ls
jkf’k ls 10 izfr’kr ls vf/kd u gksA vf/kd u gksA
vf/kd u gksA
3 eq[; lEiw.kZ vf/kdkj ¼iz’kkldh; lEiw.kZ vf/kdkj lEiw.kZ vf/kdkj
vfHk;ark Lohd`fr dh jkf’k ls 10 ¼iz’kkldh; ¼iz’kkldh;
izfr’kr vf/kd jkf’k dh Lohd`fr dh jkf’k Lohd`fr dh jkf’k
lhek esa½ ls 10 izfr’kr ls 10 izfr’kr
vf/kd jkf’k dh vf/kd jkf’k dh
lhek esa½ lhek esa½

21.1 The rates for such additional (Extra quantity), altered or substituted work /
extra items under this clause shall be worked out in accordance with the
following provisions in their respective order:-
a. The contractor is bound to carry out the additional (Extra quantity), work at the
same rates as are specified in the contract for the work.
b. If the item is not in the priced BOQ and is included in the SOR of the
department, the rate shall be arrived at by applying the quoted tender
percentage on the SOR rate.
c. If the rates for the altered or substituted work are not provided in applicable
SOR - such rates will be derived from the rates for a similar class (type) of work
as is provided in the contract (priced BOQ) for the work.
d. If the rates for the altered, substituted work cannot be determined in the
manner specified in the sub clause (c) above - then the rates for such
composite work item shall be worked out on the basis of the concerned
Schedule of Rates minus/plus the percentage quoted by the contractor.
e. If the rates for a particular part or parts of the item is not in the Schedule of
Rates and the rates for the altered, or substituted work item cannot be
determined in the manner specified in sub clause (b) to (d) above, the rate for
73 | P a g e
such part or parts will be determined by the Competent Authority as defined in
the Contract Data on the basis of the rate analysis derived out of prevailing
market rates when the work was done.
f. But under no circumstances, the contractor shall suspend the work on the plea
ofnon-acceptability of rates on items falling under sub clause (a) to (d). In case
the contractor does not accept the rate approved by the Engineer in Charge for
a particular item, the contractor shall continue to carry out the item at the rates
determined by the Competent Authority. The decision on the final rates
payable shall be arrived at through the dispute settlement procedure.
22. No compensation for alterations in or restriction of work to be carried out.
22.1 If at any time after the commencement of the work, the Engineer-in-charge, for
any reason whatsoever, not require the whole or any part of the work as
specified in the bid to be carried out; the Engineer-in-charge shall give notice
in writing of the fact to the Contractor and withdraw that whole or any part of
the work.
22.2 The Contractor shall have no claim to any payments or compensation
whatsoever, on account of any profit or advantage which he might have
derived from the execution of work in full or on account of any loss incurred for
idle men and machinery due to any alteration or restriction of work for
whatsoever reason.
22.3 The Engineer-in-charge may supplement the work by engaging another
agency to execute such portion of the work, without prejudice to his rights.
23. No Interest Payable
No interest shall be payable to the Contractor on any payment due or awarded
by any authority.
24. Recovery from Contractors
Whenever any claim against the Contractor for the payment arises under the
contract, the Department may be entitled to recover such sum by:
(a) Appropriating, in part or whole of the Performance Security and Additional
Performance Securiy, if any; and/or Security Deposit and/or any sums payable
under the contract to the contractor.
(b) If the amount recovered in accordance with (a) above is not sufficient, the
balance sum may be recovered from any payment due to the contractor under
any other contract of the department, including the securities which become
due for release.
74 | P a g e
(c) The department shall, further have an additional right to effect recoveries as
arrears of land revenue under the M.P. Land Revenue Code.
25. Tax
25.1All duties, taxes, and other levies payable by the bidder shall be included in
the percentage quoted by the bidder but exclusive of Goods and Services Tax
(GST) to be levied on works/service contract.
25.2 The liability, if any, on account of quarry fees, royalties, octroi and any other
taxes and duties in respect of materials actually consumed on public work,
shall be borne by the Contractor.
25.3 Any changes in the taxes due to change in legislation or for any other reason
shall not be payable to the contractor.
26. Check Measurements
26.1 The department reserves to itself the right to prescribe a scale of check
measurement of work in general or specific scale for specific works or by other
special orders.
26.2 Checking of measurement by superior officer shall supersede measurements
by subordinate officer(s), and the former will become the basis of the
payment.
26.3 Any over/excess payments detected, as a result of such check measurement
or otherwise at any stage up to the date of completion of the defect liability
period specified in this contract, shall be recoverable from the Contractor, as
per clause 24 above.
27. Termination by Engineer in Charge
27.1 If the Contractor fails to carry out any obligation under the Contract, the
Engineer in Charge may by notice require the Contractor to make good the
failure and to remedy it within a specified reasonable time.
27.2 The Engineer in Charge shall be entitled to terminate the Contract if the
Contractor
a) abandons the Works or otherwise plainly demonstrates the intention not to
continue performance of his obligations under the Contract,
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approved reconstruction or amalgamation;
c) without reasonable excuse fails to comply with the notice to correct a particular
defect within a reasonable period of time.
d) the Contractor does not maintain a valid instrument of financial security as
prescribed;
75 | P a g e
e) the Contractor has delayed the completion of the Works by such duration for
which the maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up
a field laboratory as specified in the Contract Data.
g) If the contractor, in the judgment of the Engineer in charge has engaged in
corrupt or fraudulent practices in competing for or in executing the contract.
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the Engineer in Charge may, upon
giving 14 days’ notice to the Contractor, terminate the Contract and expel the
Contractor fromthe Site. However, in the case of sub-paragraph (b) or (g) of
clause 27.2, the Engineer in Charge may terminate the Contract immediately.
27.4 Notwithstanding the above, the Engineer-in-Charge may terminate the
Contract for convenience by giving notice to the Contractor.
28. Payment upon Termination
28.1 If the contract is terminated under clause 27. 3, the Engineer shall issue a
certificate for value of the work accepted on final measurements, less advance
payments and penalty as indicated in the Contract Data. The amount so
arrived at shall be determined by the Engineer-in-Charge and shall be final
and binding on both the parties.
28.2 Payment on termination under clause 27. 4 above -
If the Contract is terminated under clause 27.4 above, the Engineer shall issue
a certificate for the value of the work done, the reasonable cost of removal of
Equipment, repatriation of the Contractor's personnel employed solely on the
Works, and the Contractor's costs of protecting and securing the Works and
less advance payments received up to the date of the certificate, less other
recoveries due in terms of the contract and less taxes due to be deducted at
source as per applicable law.
28.3 If the total amount due to the Employer exceeds any payment due to the
Contractor, the difference shall be recovered as per clause 24 above.
29. Performance Security
The Contractor shall have to submit performance security and additional
performance security, if any, as specified in the Bid Data Sheet at the time of
signing of the contract. The contractor shall have to ensure that such
performance security and additional performance security, if any, remains valid
for the period as specified in the Contract Data.
76 | P a g e
30. Security Deposit-
30.1 Security Deposit shall be deducted from each running bill at the rate as
specified in the Contract Data. The total amount of Security Deposit so
deducted shall not exceed the percentage of Contract Price specified in
the Contract Data.
30.2 The security deposit may be replaced by equivalent amount of bank
guarantee or fixed deposit receipt assigned to the Employer, with validity up to
3 (three) months beyond the completion of Defect Liability Period/ extended
Defect Liability Period.
30.3 The Security Deposit shall be refunded on completion of Defect Liability
Period. The Additional Performance Security shall be refunded on satisfactory
completion of of the work.
31. Price Adjustment

31.1 Contract price shall be adjusted for increase or decrease in rates and price of labour, materials,
fuels and lubricants in accordance with following principles and procedures and as per formula
given in the contract data.

(a) The price adjustment shall apply for the work done from the start date given in the
contract data upto the end of the initial intended completion date or extensions granted by
the Engineer and shall not apply to the work carried out beyond the stipulated time for
reasons attributable to the contractor.

(b) The price adjustable shall be determined during each month from the formula given in the
contract data.

(c) Following expression and meaning are assigned to the work done during each month :

R = Total value of work during the month. It would include the amount of secured advance
granted, if any, during the month, less the amount of secured advance recovered, if any
during the month. It will exclude value of works executed under variations for which no
price adjustment shall be payable.

31.2 To the extent that full compensation for any rise or fall in costs to the contractor is not covered by
the provisions of this or other clauses in the contract, the unit rates and pries included in the
contract shall be deemed to include amounts to cover the contingency of such other rise or fall
in costs.

32. Mobilization and Construction Machinery Advance


32.1 Payment of advances shall be applicable if provided in the Contract Data.

77 | P a g e
32.2 If applicable, the Engineer in Charge shall make interest bearing advance
payment to the contractor of the amounts stated in the Contract Data, against
provision by the contractor of an unconditional Bank Guarantee in a form and
by a nationalized/ scheduled banks, in the name as stated in the Contract
Data, in amounts equal to the advance payment. The guarantee shall remain
effective until the advance payment has been repaid, but the amount of the
guarantee shall be progressively reduced by the amounts repaid by the
contractor.
32.3 The rate of interest chargeable shall be as per Contract Data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of
the cost of construction machinery and admissible only for new construction
machinery.
32.5 The advance payment shall be recovered as stated in the Contract Data by
deducting proportionate amounts from payment otherwise due to the
Contractor. No account shall be taken of the advance payment or its recovery
in assessing valuations of work done, variations, price adjustments,
compensation events, or liquidated damages.
33. Secured Advance
33.1 Payment of Secured Advance shall be applicable if provided in the Contract
Data.
33.2 If applicable, the Engineer shall make advance payment against materials
intended for but not yet incorporated in the Works and against provision by the
contractor of an unconditional Bank Guarantee in a form and by a nationalized/
scheduled bank, in the name as stated in the Contract Data, in amounts equal
to the advance payment. The guarantee shall remain effective until the
advance payment has been adjusted, but the amount of the guarantee shall be
progressively reduced by the amounts adjusted by the contractor.
33.3 The amount of secured advance and conditions to be fulfilled shall be as
stipulated in the Contract Data.
33.4 The Secured Advance paid shall be recovered as stated in the Contract Data.
34. Payment Certificates
The payment to the contractor will be as follows for construction work:
(a) The Contractor shall submit to the Engineer monthly statements of the value of
the work executed less the cumulative amount certified previously, supported
with detailed measurement of the items of work executed.
78 | P a g e
(b) The Engineer shall check the Contractor’s monthly statement and certify the
amount to be paid to the Contractor.
(c) The value of work executed shall be determined, based on the measurements
approved by the Engineer/ Engineer-in-charge.
(d) The value of work executed shall comprise the value of the quantities of the
items in the Bill of Quantities completed.
(e) The value of work executed shall also include the valuation of Variations and
Compensation Events.
(f) All payments shall be adjusted for deductions for advance payment, security
deposit, other recoveries in terms of contract and taxes at source as applicable
under the law.
(g) The Engineer may exclude any item certified in a previous certificate or reduce
the proportion of any item previously certified in any certificate in the light of
later information.
(h) Payment of intermediate certificate shall be regarded as payments by way of
advance against the final payment and not as payments for work actually done
and completed.
(i) Intermediate payment shall not preclude the requiring of bad, unsound and
imperfect or unskilled work to be removed and taken away and reconstructed
or be considered as an admission of the due performance of the contractor any
part thereof, in any respect or the occurring of any claim.
(j) The payment of final bill shall be governed by the provisions of clause 36 of
GCC.
E.Finishing the Contract
35. Completion Certificate
35.1A Completion Certificate in the prescribed format in Contract Data shall be
issued by the Engineer-in-Charge after physical completion of the Work.
35.2After final payment to the Contractor, a Final Completion Certificate in the
prescribed format in the Contract Data shall be issued by the Engineer-in-
Charge.

36. Final Account


36.1 The Contractor shall supply the Engineer with a detailed account of the total
amount that the Contractor considers payable for works under the Contract
within 21 days of issue of certificate of physical completion of works. The
79 | P a g e
Engineer shall issue a Defects Liability Certificate and certify any payment that
is due to the Contractor within 45 days of receiving the Contractor’s account if it
is correct and complete. If the account is not correct or complete, the Engineer
shall issue within 45 days a schedule that states the scope of the corrections or
additions that are necessary. If the Account is still unsatisfactory after it has
been resubmitted, the matter shall be referred to the Competent Authority as
defined in the Contract Data, who shall decide on the amount payable to the
Contractor after hearing the Contractor and the Engineer in Charge.
36.2 In case the account is not received within 21 days of issue of Certificate of
Completion as provided in clause 32.1 above, the Engineer shall proceed to
finalise the account and issue a payment certificate within 28 days.
F. Other Conditions of Contract
37. Currencies
All payments will be made in Indian Rupees.
38. Labour
38.1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for
their payment, housing, feeding and transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a
return in detail, in such form and at such intervals as the Engineer may
prescribe, showing the staff and the numbers of the several classes of labour
from time to time employedby the Contractor on the Site and such other
information as the Engineer may require.
39. COMPLIANCE WITH LABOUR REGULATIONS
39.1. During continuance of the Contract, the Contractor and his sub-
Contractors shall abide at all times by all existing labour enactments and rules
made there under, regulations, notifications and bye laws of the State or
Central Government or local authority and any other labour law (including
rules), regulations, bye laws that may be passed or notification that may be
issued under any labour law in future either by the State or the Central
Government or the local authority. Salient features of some of the major labour
laws that are applicable to construction industry are given in the Contract Data.
The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention
of any of the provisions of any Act or rules made their under, regulations or
80 | P a g e
notifications including amendments. If the Employer is caused to pay or
reimburse, such amounts as may be necessary to cause or observe, or for
non- observance of the provisions stipulated in the
notifications/byelaws/Acts/Rules/ regulations including amendments, if any, on
the part of the Contractor, the Engineer/Employer shall have the right to deduct
from any money due to the Contractor including his amount of performance
security. The Employer/Engineer shall also have right to recover from the
Contractor any sum required or estimated to be required for making good the
loss or damage suffered by the Employer. The employees of the Contractor
and the Sub-Contractor in no case shall be treated as the employees of the
Employer at any point of time.
40. Audit and Technical Examination
Government shall have the right to cause an audit and technical examination of the
works and the final bill of the contract including all supporting vouchers, abstract etc. to
be made after payment of the final bill and if as a result of such audit and technical
examination any sum is found to have been overpaid in respect of any work done by the
contractor under the contract or any work claimed by him to have been done under the
contract and found not to, have been executed, the Contractor shall be liable to refund
the amount of overpayment and it shall be lawful for Government to recover the same
from him in the manner prescribed in clause 24above and if it is found that the
Contractor was paid less than what was due to him, under the contract in respect of any
work executed by him under it, the amount of such under payment shall be duly paid by
Government to the Contractor.
41. Death or Permanent Invalidity of Contractor
If the Contractor is an individual or a proprietary concern, partnership concern, dies
during the currency of the contract or becomes permanently incapacitated, where the
surviving partners are only minors, the contract shall be closed without levying any
damages/ compensation as provided for in clause 28.2 of the contract agreement.
However, if the competent authority is satisfied about the competenceof the survivors,
then the competent authority shall enter into a fresh agreement for the remaining work
strictly on the same terms and conditions under which the contract was awarded.
42. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity,
construction, interpretation and legal effect shall be subjected to the courts at the
place where this agreement is entered into. No other jurisdiction shall be
applicable.

81 | P a g e
Appendix 2.10
Contract Data
For Jal Jeevan Mission PWS Scheme

GCC Particulars Data


Clause
1.14 Employer Government of Madhya Pradesh
1.15 Engineer Executive Engineer/Assistant
Engineer/Sub Engineer/Consultant
appointed by Department
1.16 Engineer in Charge Executive Engineer
1.22 Stipulated period of completion (a) Construction/Execution of Work with
testing and commissioning09 Months including
rainy season.
(b) Successful Trial-Run 90 days after
completion of Construction/Execution of Work
with Successful testing and commissioning.
3 Language & Law of Contract English & Indian Contract Act 1872
4 Address & Contact details of the As per Annexure H
Contractor
Address & contact details of the Executive Engineer P.H.E Division Gwalior
Employer/Engineer-phone, Fax, Email- .eephedgwa@nic.in
e-mail
5 Sub contracting permitted for the More than Rs. 100 Lakhs
Contract Value
6 Technical Personnel to be As per Annexure-I (Format I-3)
provided by the contractor-
requirement, &
Penalty, if required Technical Rs.30,000 for Degree holder & Rs.18,000 for
Personnel not employed Diploma holder Engineer or As per PWD
latest orders for deduction for
Diploma/Degree Holder Engineers OR as
may be decided by the Draft NIT
approving authority.
10 Specifications As per Annexure E
Drawings As per Annexure N
12 Competent Authority for deciding Superintending Engineer,
dispute under Dispute Resolution Public Health Engineering Department
System Gwalior circle Gwalior
Appellate Authority for deciding Chief Engineer
dispute under Dispute Resolution Public Health Engineering Department
System Gwalior Zone Gwalior
13 Period for submission of updated Initial work program shall be submitted
construction program within a week from the date of signing the
agreement, thereafter, updated program
on Quarterly basis in contracts where the
contract period is more than 12 months.
Amount to be withheld for not 1% of the contract value subject to
submitting construction program minimum Rs. 5,000/- per month.
in the prescribed period
14 Competent Authority for granting Up to one month - Executive Engineer.

82 | P a g e
Time Extension More than one month – Superintending
Engineer (Full Powers).
15 Milestones laid down for the Yes
contract
if yes, details of milestones As per Annexure O
Liquidated damage As per Annexure P
17 List of equipment for lab As per Annexure Q
Time to establish lab Within 15days from the date of agreement.
Penalty for not establishing field 1% of the contract value subject to
laboratory minimum Rs. 10,000/- per month.
18 Defect Liability Period 12 Months after successful Trial-run period.
21 Competent Authority for
determining the rate As Given Below

1- dk;Zikyu ;a=h vuqcaf/kr dk;Z dh ek=k & &


ls 10 izfr’kr rd c<+h
ek=k,aa
2- v/kh{k.k ;a=h vuqcaf/kr dk;Z dh ek=k #- 20-00 yk[k rd] fdarq dqy #- 20-00 yk[k rd] fdarq dqy
ls 20 izfr’kr rd c<+h ykxr iz’kkldh; Lohd`fr dh ykxr iz’kkldh; Lohd`fr dh jkf’k
ek=k;sa] vf/kdre #- jkf’k ls 10 izfr’kr ls vf/kd ls 10 izfr’kr ls vf/kd u gksA
20-00 yk[k rd] fdarq u gksA
dqy ykxr iz’kkldh;
Lohd`fr dh jkf’k ls 10
izfr’kr ls vf/kd u
gksA
3- eq[; vfHk;ark lEiw.kZ vf/kdkj lEiw.kZ vf/kdkj ¼iz’kkldh; lEiw.kZ vf/kdkj ¼iz’kkldh;
¼iz’kkldh; Lohd`fr dh Lohd`fr dh jkf’k ls 10 Lohd`fr dh jkf’k ls 10 izfr’kr
jkf’k ls 10 izfr’kr izfr’kr vf/kd jkf’k dh lhek vf/kd jkf’k dh lhek esa½
vf/kd jkf’k dh lhek esa½
esa½
27 Any other condition for breach of Less than 25% progress achieved during the
contract half of the contract period. (Reason for delay
attributed to the contractor.)
28 Penalty Penalty shall include
(a) Security deposit as per clause 30 of
General Conditions of Contract and
(b) Liquidated Damages imposed as per
clause 15 or Performance Security
(Guarantee) including additional performance
security (guarantee), if any, as per clase 29 of
General Conditions of contract, whichever is
higher.
29 Performance Guarantee Performance Guarantee (Security) for works
(Security) shall be valid up to shall be valid upto 03 months beyond the
completion of Defect Liability period.
Performance Guarantee (Security) shall be
released after Succesful trial run of entire
scheme.
Additional Performance Guarantee
(Security) shall be valid upto valid
construction/execution period plus 03 months.
Additional Performance Guarantee (Security)
shall be released after Construction/Execution
of Work.
83 | P a g e
30 Security Deposit (SD) to be At the rate of 5%.
deducted from each running bill SD deducted during excution of works shall
be refunded on completion of Defect Liability
Period.
Maximum limit of deduction of Up to 5% of Final Contract Amount.
Security Deposit
31 Price Adjustment formula and As per Annexure R
procedure to calculate
31.1(1) Price adjustment shall be As per Annexure R and will be applied as
applicable below :-
(a) For Tenders upto Rs 10.00 crores–not
payable in any case.
(b) For Tenders costing more than Rs 10.00
crores- payable only in cases governed
(c) by Force Majeure. Price adjustment shall
only be applicable on Probable Amount
of Contract (PAC) of NIT. This clause
shall not have any relation to the contract
amount. The price adjustment shall apply
only in respect of cement, steel and POL
components.
32 32.1 Mobilization and No Mobilization and Construction
Construction Machinery Machinery Advance Payable.
Advance Applicable
32.2 If yes, Unconditional Bank In the format prescribed in Annexure-S.
Guarantee. (NOT APPLICABLE)
32.3 If yes, Rate of interest 10% annual simple interest.
chargeable on advances. (NOT APPLICABLE)
32.4 If yes, Type & Amount of 1. Mobilization advance- Not more than ---%
advance payment that can be of contract amount.
paid. 2. Construction Machinery advance- Not
more than ---% of contract amount.
(NOTAPPLICABLE)
32.5 If yes, Recovery of advance Recovery of Mobilization and/or Construction
payment. Machinery advance shall commence when
10% of the Contract Amount is executed and
recovery of total advance shall be done on
pro-rata basis and shall be completed by the
time work equivalent to 80% of the Contract
Amount is executed.
In addition to the recovery of principal
amount, recovery of interest shall be carried
out as calculated on the outstanding amount
of principal at the close of each month. The
interest shall be accrue from the day of
payment of advance and the recovery of
interest shall commence when 10% of the
Contract Amount is executed and shall be
completed by the time work equivalent to
80% of the Contract Amount is executed.

84 | P a g e
(NOT APPLICABLE)
33 33.1 Secured Advance No Secured Advance Payable.
Applicable
33.2 If yes, Unconditional Bank In the format prescribed in Annexure-T
Guarantee. (NOT APPLICABLE)
33.2 If yes, Amount of Secured 75% of value of material as determined by
advances. the Engineer in Charge. (NOT APPLICABLE)
32.3 If yes, Conditions for a) The materials are in-accordance with the
secured Advance. specification for Works;
b) Such materials have been delivered to
site, and are properly stored and protected
against damage or deterioration to the
satisfaction of the Engineer. The contractor
shall store the bulk material in measurable
stacks;
c) The Contractor's records of the
requirements, orders, receipt and use of
materials are kept in a form approved by the
Engineer and such records shall be available
for inspection by the Engineer;
d) The contractor has submitted with his
monthly statement the estimated value of the
materials on site together with such
documents as may be required by the
engineer for the purpose of valuation of the
materials and providing evidence of
ownership and payment thereof;
e) Ownership of such materials shall be
deemed to vest in the Employer for which the
contractor has submitted and Indemnity Bond
in an acceptable format; and
f) The quantity of materials are not excessive
and shall be used within a reasonable time as
determined by the engineer. (Not applicable)
(NOT APPLICABLE)
33.4 If yes, Recovery of Secured The advance shall be repaid from each
advance succeeding monthly payments to the extent
materials [for which advance was previously
paid] have been incorporated into the works.
(NOT APPLICABLE)
35 Completion Certificate- after As per Annexure-U
physical completion of the Work
Final Completion Certificate- after As per Annexure-V
final payment on completion of
the work.
36 Competent Authority Superintending Engineer, Circle Gwalior-
PHED Gwalior
39 Salient features of some of the As per Annexure-W
major labour laws that are
applicable
41 Competent Authority Chief Engineer, Zone gwalior PHED

85 | P a g e
ANNEXURE – N
(See clause 10 of Section 3 – GCC )
Drawings
List of drawings

Strata Chart

FOR CONSTRUCTION OF KL..M (As Per BOQ) STAGING R.C.C. OVER

HEAD TANK
AT
Village (1) Barahana (2) DangoraBlock - --Ghatigaon------------ Distt.-gwl-------------

GL GL

2.00 m
B.C. Soil

Yellow Soil 1.00m

ANNEXURE – O
(See clause 15 of Section 3 -GCC )
86 | P a g e
Details of Milestones
S. Activity From the date of Agreement, or from the date of
issue of the letter regarding commencement of
No.
work on schemes
1 Value of the work completed Within 33% days of completion period of
should be atleast 20% of the Construction/Execution of work as prescribed in
contract value (excluding contract data sheet clause 1.22
provisions for repair and operation
and maintenance).
2 Value of the work completed Within 67% days of completion period of
should be atleast 60% of the Construction/Execution of work as prescribed in
contract value (excluding contract data sheet clause 1.22
provisions for repair and operation
and maintenance).
3 Value of the work completed Within 100% days of completion period of
should be 100% of the contract Construction/Execution of work as prescribed in
value (excluding provisions for contract data sheet clause 1.22
repair and operation and
maintenance).

Note : - In case the NIT has more than one scheme, the milestones would be considered
separately for each scheme.

87 | P a g e
ANNEXURE – P
(See clause 15 of Section 3 -GCC )

Compensation for Delay

If the contractor fails to achieve the milestones, and the delay in execution of work is
attributable to the contractor, the Employer shall retain an amount from the sums
payable and due to the contractor as per following scale -

i. Slippage up to 25% in financial target during the milestone under consideration


—2.5% of the work remained unexecuted in the related time span.
ii. Slippage exceeding 25% but Up to 50% in financial target during the milestone
under consideration
-5% of the work remained unexecuted in the related time span..
iii. Slippage exceeding 50% but Up to 75% in financial target during the milestone
under consideration
-7.5% of the work remained unexecuted in the related time span..
iv. Slippage exceeding 75% in financial target during the milestone under
consideration
-10% of the work remained unexecuted in the related time span.

Note: For arriving at the dates of completion of time span related to different
milestones, delays which are not attributable to the Contractor shall be
considered. The slippage on any milestone is if made good in subsequent
milestones or at the time of stipulated period of completion, the amount retained
as above shall be refunded. In case the work is not completed within the
stipulated period of completion along with all such extensions which are granted
to the Contractor for either Employer’s default or Force Majeure, the
compensation shall be levied on the contractor at the rate of 0.05% per day of
delay limited to a maximum of 10% of contract price.

The decision of Superintending Engineer shall be final and binding upon


both the parties.

88 | P a g e
ANNEXURE – Q
(See clause 17 of Section 3 -GCC )

List of Equipment for Quality Control Lab

Nil

89 | P a g e
ANNEXURE - R
(See clause 31 of Section 3 -GCC )
Price Adjustment
The formulas for adjustment of price are as follow:
R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract
Weightages* of component in the work
S No. Component Percentage of component in the work
1 Cement - Pc
2 Steel - Ps
3 Bitumen - Pb
4 POL - Pf
* Weightages of various components of the work shall be as determined
by the competent technical sanction authority.
Adjustment for cement component
(ii) Price adjustment for increase or decrease in the cost of cement procured by the
contractor shall be paid in accordance with the following formula:
VC= 0.85 x PC/100 x R x (C1-C0)/C0
Vc= increase or decrease in the cost of work during the month under consideration
due to changes in rates for cement.
Co= The all India wholesale price index for Grey cement on the date of opening of
Bids as published by the Ministry of Industrial Development, Government of
India, New Delhi. (www.eaindustry.nic.in)
C1= The all India average wholesale price index for Grey cement for the month under
consideration as published by Ministry of Industrial Development, Government of
India, New Delhi.(www.eaindustry.nic.in)
Pc= Percentage of cement component of the work
Note : For the application of this clause, index of Grey Cement has been chosen to
represent Cement group.
Adjustment of steel component
(iii) Price adjustment for increase or decrease in the cost of steel procured by the
Contractor shall be paid in accordance with the following formula:
Vs= 0.85 x PS x /100 x R x (S1-S0)/S0
Vs= Increase or decrease in the cost of work during the month under consideration
due to changes in the rates for steel.

90 | P a g e
S0= The all India wholesale price index for steel (Bars and Rods) on the date of
opening of Bids as published by the Ministry of Industrial Development,
Government of India, New Delhi. (www.eaindustry.nic.in)
Si = The all India average wholesale price index for steel (Bars and Rods) for the
month under consideration as published by Ministry of Industrial Development,
New Delhi. (www.eaindustry.nic.in)
Ps= Percentage of steel component of the work.
Note : For the application of this clause, index of Bars and Rods has been chosen to
represent steel group.
Adjustment of bitumen component
(iv) Price adjustment for increase or decrease is the cost of bitumen shall be paid in
ccordance with the following formula:
Vb= 0.85x Pb / 100xRx( Bi – Bo) / Bo
Vb= Increase or decrease in the cost of work during the month under
consideration due to changes in rates for bitumen.
Bo = The official retail price of bitumen at the IOC depot at nearest
center on the date of opening of Bids.
Bi = The official retail price of bitumen of IOC depot at nearest center
for the 15th day of the month under consideration.
Pb = Percentage of bitumen component of the work.
Adjustment of POL (fuel and lubricant) component
( V) Price adjustment for increase or decrease in cost of POL ( fuel and lubricant ) shall
be paid in accordance with the following formula:
Vf= 0.85 x Pf / 100 x R x ( Fi – Fo) / Fo

Vf = Increase or decrease in the cost of work during the month under


consideration due to changes in rates for fuel and lubricants.
Fo = The official retail price of High Speed Diesel (HSD) at the existing
consumer pumps of IOC at nearest center on the date of opening of
Bids.
Fi = The official retail price of HSD at the existing consumer pumps of IOC
at nearest center for the 15th day of month of the under consideration.
Pf = Percentage of fuel and lubricants component of the work.
Note : For the application of this clause, the price of High Speed Diesel has been
chosen to represent fuel and lubricants group.

91 | P a g e
Annexure – S
(See clause 32 of Section 3 -GCC )

Bank Guarantee Form for Mobilization and Construction Machinery Advance


To
_____________________[name of Employer]
_____________________[address of Employer]
_____________________[name of Contractor]
In accordance with the provisions of the General Conditions of Contract, clause 31
("Mobilization and Construction Machinery Advance") of the above-
mentioned Contract__________________[name and address of Contractor] (hereinafter called
"the Contractor") shall deposit with ______________ [name of Employer] a bank guarantee to
guarantee his proper and faithful performance under the said Clause of the Contract in an
amount of ___________________[amount of Guarantee]* ____________________[in words].
We, the _______________[bank of financial institution], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as surety
merely, the payment to _________________[name of Employer] on his first demand without
whatsoever right of obligation on our part and without his first claim to the Contractor, in the
amount not exceeding ____________[amount of
guarantee]*___________________________[in words].
We further agree that no change or addition to or other modification of the terms of the
Contractor or Works to be performed thereunder or of any of the Contract documents which
may be made between __________________[name of Employer] and the Contractor, shall in
any way release us from any liability under this guarantee, and we hereby waive notice of any
such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until _________________ [name of Employer] receives full repayment of
the same amount from the Contractor.
Yours truly,

Signature and Seal : ____________________________


Name of Bank/Financial Institution: ________________
Address : _____________________________________
Date : ____________

__________________________
_____________________________________
* An amount shall be inserted by the Bank or Financial Institution representing the
amount of the Advance Payment, and denominated in Indian Rupees.

92 | P a g e
Annexure – T
(See clause 33 of Section 3 -GCC )

Bank Guarantee Form for Secured Advance


INDENTURE FOR SECURED ADVANCES

This indenture made the ___________ day of __________ 20___


BETWEEN____________ (hereinafter called the contractor which expression shall
where the context so admits or implies be deemed to include his executors,
administrators and assigns) or the one part and the Employer of the other part.
Whereas by an agreement dated ______________ (hereinafter called the said
agreement) the contractor has agreed.
AND WHEREAS the contractor has applied to the Employer that he may be
allowed advanced on the security of materials absolutely belonging to him and brought
by him to the site of the works the subject of the said agreement for use in the
construction of such of the works as he has undertaken to executive at rates fixed for
the finished work (inclusive of the cost of materials and labour and other charges)
AND WHEREAS the Employer has agreed to advance to the Contractor the sum
of Rupees _________________________ on the security of materials the quantities
and other particulars of which are detailed in Accounts of Secured Advance attached
to the Running Account Bill for the said works signed by the Contractor on _________
and the Employer has reserved to himself the option of making any further advance or
advances on the security of other materials brought by the Contractor to the site of the
said works.
Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement
and in consideration of the sum of Rupees ___________ on or before the execution of
these presents paid to the Contractor by the Employer (the receipt where of the
Contractor doth hereby acknowledge) and of such further advances (if any) as may be
made to him as a for said the Contractor doth hereby covenant and agree with the
President and declare as follows:
That the said sum of Rupees ________________ so advanced by the Employer to
(1) the Contractor as aforesaid and all or any further sum of sums advanced as
aforesaid shall be employed by the Contractor in or towards expending the
execution of the said works and for no other purpose whatsoever.

93 | P a g e
(2) That the materials details in the said Account of Secured Advances which have
been offered to and accepted by the Employer as security are absolutely the
Contractor's own propriety and free from encumbrances of any kind and the
contractor will notmake any application for or receive a further advance on the
security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer
against all claims to any materials in respect of which an advance has be made
to him as aforesaid.
(3) That the materials detailed in the said account of Secured Advances and all
other materials on the security of which any further advance or advances may
hereafter be made as aforesaid (hereafter called the said materials) shall be
used by the Contractor solely in the execution of the said works in accordance
with the directions of the Engineer.
(4) That the Contractor shall make at his own cost all necessary and adequate
arrangements for the proper watch, safe custody and protection against all
risks of the said materials and that until used in construction as aforesaid the
said materials shall remain at the site of the said works in the Contractor's
custody and on his own responsibility and shall at all times be open to
inspection by the Engineer or any officer authorized by him. In the event of the
said materials or any part thereof being stolen, destroyed or damaged or
becoming deteriorated in a greater degree than is due to reasonable use and
wear thereof the Contractor will forthwith replace the same with other materials
of like quality or repair and make good the same required by the Engineer.
(5) That the said materials shall not be removed from the site of the said works
except with the written permission of the Engineer or an officer authorized by
him on that behalf.
(6 That the advances shall be repayable in full when or before the Contract
receives payment from the Employer of the price payable to him for the said
works under the terms and provisions of the said agreement. Provided that if
any intermediate payments are made to the Contractor on account of work
done than on the occasion of each such payment the Employer will be at
liberty to make a recovery from the Contractor's bill for such payment by
deducting there from the value of the said materials than actually used in the
construction and in respect of which recovery has not been made previously,
the value for this purpose being determined in respect of each description of
94 | P a g e
materials at the rates at which the amounts of the advances made under these
presents were calculated.
(7) That if the Contractor shall at any time make any default in the performance or
observance in any respect of any of the terms and provisions of the said
agreement or of these presents the total amount of the advance or advances
that may still be owing of the Employer shall immediately on the happening of
such default be re- payable by the Contractor to be the Employer together with
interest thereon at twelve percent per annum from the date or respective dates
of such advance or advances to the date of repayment and with all costs,
charges, damages and expenses incurred by the Employer in or for the
recovery thereof or the enforcement of this security or otherwise by reason of
the default of the Contractor and theContractor hereby covenants and agrees
with the Employer to reply and pay thesame respectively to him accordingly.

(8) That the Contractor hereby charges all the said materials with the repayment to
the Employer of the said sum of Rupees____________________________
and any further sum of sums advanced as aforesaid and all costs, charges,
damages and expenses payable under these presents PROVIDED ALWAYS
and it is hereby agreed and declared that notwithstanding anything in the said
agreement and without prejudice to the power contained therein if and
whenever the covenant for payment and repayment here-in-before contained
shall become enforceable and the money owing shall not be paid in
accordance there with the Employer may at any time thereafter adopt all or any
of the following courses as he may deem best:
(a) Seize and utilise the said materials or any part thereof in the completion of the
said works on behalf of the contractor in accordance with the provision in that
behalf contained in the said agreement debiting the contractor with the actual
cost of effecting such completion and the amount due to the contractor with the
value of work done as if he had carried it out in accordance with the said
agreement and at the rates thereby provided. If the balance is against the
contractor, he is to pay same to the Employer on demand.
(b) Remove and sell by public auction the seized materials or any part thereof and
out of the moneys arising from the sale retain all the sums aforesaidrepayable
or payable to the Employer under these presents and pay over thesurplus (if
any) to the Contractor.
95 | P a g e
(C) Deduct all or any part of the moneys owing out of the security deposit or any
sum due to the Contractor under the said agreement.
(9) That except in the event of such default on the part of the contractor as
aforesaid interest on the said advance shall not be payable.
(10) That in the event of any conflict between the provisions of these presents and
the said agreement the provisions of these presents shall prevail and in the
event of any dispute or difference arising over the construction or effect of
these presents the settlement of which has not been here-in-before expressly
provided for the same shall be referred to the Employer whose decision shall
be final and the provision of the Indian Arbitration Act for the time being in force
shall apply to any such reference.

96 | P a g e
Annexure – U
(See clause 35 of Section 3 -GCC )

Physical Completion Certificate

Name of Work:
...............................................................................…………………………………………
...............................................................................…………………………………………
...............................................................................…………………………………………
Agreement no. ……......................…………. Date ……………………..
Amount of Contract Rs …………………
Name of Agency : …………………........……………………………
Used MB no. ...................................................

Last measurement recorded


a. Page No. & MB No. .....................................................
b. Date .............................................................................

Certified that the above mentioned work was physically completed on


………………. (date) and taken over on ……………….. (date) and that I have satisfied
myself to best of my ability that the work has been done properly.

Date of issue

Executive Engineer
….....................................
……………………………..

97 | P a g e
Annexure – V
(See clause 35 of Section 3 -GCC )

Final Completion Certificate

Name of Work:
...............................................................................…………………………………………
...............................................................................…………………………………………
...............................................................................…………………………………………
Agreement no. ………….............……. Date ……………………..
Name of Agency : ………………………………………………
Used MB no. ...................................

Last measurement recorded


a.Page No.& M B No.-------------------------
b. Date------------------------

Certified that the above mentioned work was physically completed on ……………….
(date) and taken over on ……………….. (date).
Agreemented amount Rs. …………………..
Final Amount paid to contractor Rs. ----------------------

Incumbency of officers for the work

I have satisfied myself to best of my ability that the work has been done properly.

Date of issue

Executive Engineer
….....................................
……………………………..

98 | P a g e
Annexure – W
(See clause 39 of Section 3 -GCC )

Salient Features of Some Major Labour Laws Applicable

a) Workmen Compensation Act 1923: - The Act provides for compensation in


case of injury by accident arising out of and during the course of employment.
b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the
Act on satisfaction of certain conditions on separation if an employee has
completed the prescribed minimum years (say, five years) of service or more or
on death the rate of prescribed minimum days’(say, 15 days) wages for every
completed year of service. The Act is applicable to all establishments employing
the prescribed minimum number (say, 10) or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for
monthly contributions by the Employer plus workers at the rate prescribed (say,
10% or 8.33%). The benefits payable under the Act are:
i. Pension or family pension on retirement or death as the case may be.
ii. Deposit linked insurance on the death in harness of the worker.
iii. Payment of P.F. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: - The Act provides for leave and some other
benefits to women employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for
certain welfare measures to be provided by the Contractor to contract labour and
in case the Contractor fails to provide, the same are required to be provided, by
the Principal Employer by Law. The principal Employer is required to take
Certificate of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of
Principal Employer if they employ prescribed minimum (say 20) or more contract
labour.
f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum
Wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment. Construction of buildings, roads,
runways is scheduled employment.

99 | P a g e
g) Payment of Wages Act 1936: - It lays down as to by what date the wages are
to be paid, when it will be paid and what deductions can be made from the
wages of the workers.
h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages
for work of equal nature to male and female workers and for not making
discrimination against female employees in the matters of transfers, training and
promotions etc.
i) Payment of Bonus Act 1965: - The Act is applicable to all establishments
employing prescribed minimum (say, 20) or more workmen. The Act provides for
payments of annual bonus within the prescribed range of percentage of wages to
employees drawing up to the prescribed amount of wages, calculated in the
prescribed manner. The Act does not apply to certain establishments. The
newly set-up establishmentsare exempted for five years in certain
circumstances. States may have different number of employment size.
j) Industrial Disputes Act 1947: - The Act lays down the machinery and
procedure for resolution of industrial disputes, in what situations a strike or lock-
out becomes illegal and what are the requirements for laying off or retrenching
the employees or closing down the establishment.
k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all
establishments employing prescribed minimum (say, 100, or 50). The Act
provides for laying down rules governing the conditions of employment by the
Employer on matters provided in the Act and gets these certified by the
designated Authority.
l) Trade Unions Act 1926: - The Act lays down the procedure for registration of
trade unions of workmen and Employers. The Trade Unions registered under the
Act have been given certain immunities from civil and criminal liabilities.
m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits
employment of children below 14 years of age in certain occupations and
processes and provides for regulations of employment of children in all other
occupations and processes. Employment of child labour is prohibited in building
and construction industry.
n) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions
ofService) Act 1979: - The Act is applicable to an establishment which employs
prescribed minimum (say, five) or more inter-state migrant workmen through an
intermediary (who has recruited workmen in one state for employment in the
100 | P a g e
establishment situated in another state). The Inter-State migrant workmen, in an
establishment to which this Act becomes applicable, are required to be provided
certain facilities such as Housing, Medical-Aid, Travelling expenses from home
up to the establishment and back etc.
o) The Building and Other Construction workers (Regulation of Employment
and Conditions of Service) Act 1996 and the Cess Act of 1996: - All the
establishments who carry on any building or other construction work and
employs the prescribed minimum (say, 10) or more workers are covered under
this Act. All such establishments are required to pay cess at the rate not
exceeding 2% of the cost of construction as may be modified by the
Government. The Employer of the establishment is required to provide safety
measures at the building or construction work and other welfare measures, such
as canteens, first-aid facilities, ambulance, housing accommodations for workers
near the work place etc. The Employer to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.
p) Factories Act 1948: - The Act lays down the procedure for approval of plans
before setting up a factory, health and safety provisions, welfare provisions,
working hours, annual earned leave and rendering information regarding
accidents or dangerous occurrences to designated authorities. It is applicable to
premises employing the prescribed minimum (say, 10) persons or more with aid
of power or another prescribed minimum (say, 20) or more persons without the
aid of power engaged in manufacturing process.

101 | P a g e
Annexure – X
psd fyLV
¼fufonkdkj }kjk izLrqr nLrkostksa gsrq psd fyLVA ;g psd fyLV fyQkQk&v esa
vkWuykbZu izLrqr dh tkosxh½

1- flLVe fufonk Øekad & -----------------------------------------------------------------


2- dk;Z dk uke & ------------------------------------------------------------------
3- fufonkdkj dk uke & -------------------------------------------------------------------
4- mijksDr fufonk ds varxZr mYysf[kr dk;Z ds fy;s fuEukuqlkj nLrkost fufonk ds lkFk
fu/kkZfjr fyQkQksa esa vkWuykbZu layXu ¼Online Attach½ fd;s x;s gS %&

Ø- nLrkost layXu ¼gS@ugha½


Online Attached
(Yes/No)

1- vkWuykbZu bZ-,e-Mh- tek@Hkqxrku djus dh jlhn


2- fcM ds lkFk tek fd;s x;s nLrkostksa dh lR;rk ckor
fufonkdkj dk Loizekf.kr@LogLrk{kfjr ?kks"k.kk i= ewy
izfr esa (As Per Annexure B)
3- fufonkdkj ds iath;u ¼Registration½@ iath;u gsrq
vkosnu dk lk{; ¼nLrkost½ dh Lo&izekf.kr Nk;kizfr
4- visafMDl 2-10 dh fufonkvksa ds fy;s fu/kkZfjr izk:Ik esa
(Annexure–H) viuh laLFkkxr tkudkjh
¼Organisational Details½
5- fufonk izi= Ø; djus dh jlhn
6. Annexure I-1 to 1-5 Format, ¼Except Format I-2½
7. Envelope-C

fufonkdkj ds lhy lfgr gLrk{kj

-----------------------------------------

102 | P a g e
Annexure – Y

List of Preferred (Empanelled) Makes/Brands As on 30.07.2020


S. No. Item / Component Recommended makes
Kirloskar / Jyoti / Mather+Platt /WPIL/Becon
1 VT and Centrifugal Pumps Weir/Flowmore Ltd., Gudgaon/ Crompton
Grieves/Falcon/ CRI/Texmo or equivalent
Kirloskar / Jyoti / Crompton Grieves / ABB /
2 Electric motors
Marathon/BHEL/Siemens/ Bharat Bijlee or equivalent
ABB / Crompton Greaves/ Emco / Siemens/ Shriram
Switchgears/ Vardhman Electro-Mech Pvt. Limited/
3 Power Transformers
Star Delta Transformers Limited or MPPVVCL
Approved Make or equivalent
Electrosteel / Jindal / Tata / Electrotherm/ Jai Balaji
4 DI Pipes Industries/ Rashmi Metaliks/Shrikalahasthi
pipe/Electrosteel Steel Limited or equivalent
Reliance / Duraline / Jain Irrigation/ Sangir/ Time
Technoplast/ Signet Industries/ ORI-Plast/ Kataria
Plastics/Kriti Industries/ The Supreme Industries/
Makknow Industries/ Texmo Pipes and Products/
Kisan Irrigations and Infrastructure/ Tufropes Pvt. Ltd.
/ Apollo Pipes/ Vishal pipes/ Vectus Industries/ Parixit
5 HDPE Pipes & specials
Irrigation/ Sagar Polytechnic/ Nimbus Pipes/ Godavari
Polymers/ Shree TNB Polymers Ltd/ VEEKAY PLAST/
Miraj Pipes and Fittings Pvt. Ltd/ Delight Enterprises
Pvt. Ltd/ Kothari Agritech Pvt. Ltd/ Tijariya Polypipes
Ltd/ Kisan Mouldings Limited/ Tirupati Structurals
Limited or equivalent
Kirloskar / IVC / VAG /IVI/ Fouress/ Sachdeva Metal
Works/ Jupiter Engineering Co/ G.M. Engineering Pvt.
Ltd/ G.M. DALUI & SONS Pvt. Ltd/ R&D Multiples
Sluice Valves / Scour Valves/
(Metal Cast) Pvt. Ltd/ Kartar Valves Pvt. Ltd/ Shiva
6 Butterfly Valve/ Non-return
Industries/ R S Valve & Products/ Durga Valves Pvt.
Valves/ Kinetic Air Valve
Ltd/ AVK Valves India Private Limited/ McWane India
Private Limited/Sigma Flow Control India Ltd or
equivalent
7 Valve Actuators Auma / Rotork / Limitork or equivalent
Hydraulically operated Flow cum
8 VAG / Darling-Muesco / Singer or equivalent
Pressure control valves
9 Zero Velocity Valve Vardhman Electromech/ Flownix Valves or equivalent
10 Single faced Sluice Gates JASH / VAG / Kirloskar or equivalent
11 Water Hammer Control Devices Sureseal or equivalent
Emerson / Krohne Marshall / Yokogawa/ Siemens/
12 Electro-magnetic Flow meters,
Endress+Hauser (India)/ Itron India/ Nivo Controls or

103 | P a g e
S. No. Item / Component Recommended makes
equivalent

Electro-magnetic Flow meters,


Endress+Hauser (India)/ Itron India/ Nivo Controls or
13 Water Meter, Items for
equivalent
Instrumentation/ Automation
14 Woltman type Bulk water meters Zenner / Itron / Elster / Minol or equivalent
Kiswok / Electrosteel/ Kejriwal./ R.G. Industries/
Kartar Valves Pvt. Ltd/ Jindal Saw Ltd/ Chandranchal
15 DI / CI Fittings & specials
Enterprise Pvt. Ltd/ Truform Techo Products Ltd or
equivalent
Anup Engg. / LoneStar / Vedanta / Precise or
16 Dismantling / Expansion joints
equivalent
Kimplas /, George ficher / Glynwed / Frialen /
HDPE Fittings (Compression Trustlene / GPS / Durafuse/ AL-Aziz Plastics/ AIVA
17 fittings, Tapping Saddles, Engineering Private Limited/ Lesso Buildtech Pvt. Ltd/
Electrofusion Couplers) Bentlay Fittings Pvt. Ltd/ TEGA MUHENDISLIK SANAYi
VE TiCARET A.S.Turkey or equivalent
Float valves to control the
18 Shiva Industries or equivalent
overflow from ESRs/GSRs
Sachdeva Metal works/ SRIKALAHASTHI PIPES/
19 D.I. Double Flanged Pipe
Delight Enterprises Pvt. Ltd or equivalent
TATA, RINL, SAIL/ Shri Bajrang Power And Ispat
Limited or Equivalent make of approved as prime
20 Steel For Reinforcement
manufacturer by ministry of steel authority of India
as annual report or equivalent

Note :-
1. Equivalent or Superior make/brand will be approved by the Superintending
Engineer of the concerning Circle after evaluation of proposed make/brand.
Superintending Engineer shall document that substitution is inevitable in the
interest of the project and the alternate make/brand proposed by the contractor is
substantially equivalent or superior to the one recommended in the above table.

2. The E-in-C Public Health Engineering Department can issue a revised list from time
to time. The Contractor shall follow the latest list issued by the E-in-C.

104 | P a g e
Appendix 2.10
SECTION 3
Conditions of Contract
Part – II Special Conditions of Contract (SCC)

1- l'krZ fufonk, ekU; ugha dh tkosxhA


2- fcuk dkj.k crk, fufonk Lohd`r@vLohd`r djus dk iw.kZ vf/kdkj fufonk vkea=.k
drkZ dks gksxkA
3- fufonkdkjksa dk vk;dj foHkkx esa LFkk;h ys[kk uEcj (PAN) rFkk eky ,oa lsokdj
(GST)esa iath—r gksuk Hkh vfuok;Z gSaA ftldk izek.k&i= vkosnu i= ds lkFk nsuk
gksxkA
4- fufonkdkj dk fu;ekuqlkj lacaf/kr dj foHkkx esa iath;u gksuk vko';d gSA ns;d ls
vk;dj] th ,l Vh ,oa deZpkjh dY;k.k midj lfgr vU; dj rFkk oS/kkfud dVks=k
fu;ekuqlkj fd;k tk;sxkA
5- fufonk ls lacaf/kr vgZrk laca/kh leLr nLrkost vkWuykbZu gh izLrqr (Online)fd;s
tk;asaxsA foHkkx }kjk pkgs tkus ij vkWuykbZu izLrqr nLrkostksa ds ewy nLrkost izLrqr
djus gsrq fufonkdkj ck/; jgsxkA ewy nLrkost izLrqr u dj ikus dh fLFkfr esa
fufonkdkj dh fufonk fujLr dh tk ldsxh rFkk fu;ekuqlkj oS/kkfud dk;Zokgh Hkh dh
tk ldsxhA
6- 'kklu ds vkns'k Øekad ,Q 16&50@2017@2@34 fnukad 31 tqykbZ 2017 ds vuqlkj
1 tqykbZ 2017 ls ykxw eky ,oa lsok dj (GST)lHkh odZ dkaVsªDV ij yxsxkA 'kklu
ds bl vkns'k vuqlkj fufonkdkj dks ns;d Hkqxrku ds le; th-,l-Vh- dh tks nj
ns;d ij ykxw gks mlds vuqlkj VSDl dk Hkqxrku i`Fkd ls fufonkdkj dks fd;k
tkosxkA th-,l-Vh- dks NksM+dj (Exclusive of GST)'ks"k leLr dj] midj] ysoh] Qh]
Vksy bR;kfn ds Hkqxrku dk nkf;Ro fufonkdkj dk gksxk rFkk ;g ekuk tk;sxk fd
fufonkdkj }kjk izLrqr foRrh; izLrko (Financial Offer) esa mDr jkf'k dk Hkqxrku
lfEefyr gSA
7- mi;ksx dh xbZ lkexzh ls lacaf/kr jk;YVh dh jlhnsa ns;d ds lkFk izLrqr djuk gksxh
vU;Fkk ns;d ls jk;YVh dkVdj jktLo en esa tek dj yh tkosxh] ftls foHkkx
lacaf/kr fufonkdkj dks okfil djus gsrq ck/; ugha gksxkA
8- /kjksgj jkf'k (EMD) bysDVªkWfud (e-EMD) :i esa gh yh tk;sxhA
9- fufonkvksa esa Hkkx ysus okys fufonkdkj vius cSad vdkmaV dh tkudkjh ,e-ih-
bZ&izksD;ksjesaV iksVZy (https://mptenders.gov.in) ij vius ykWx&bu vkbZ-Mh- ls
ykWx&bu dj cSad vdkmaV fMVsYl QkeZ esa ntZ djsaxsA
10- fufonkdkj RTGS/NEFT/Debit Card/Credit Card/Net Banking ds ek/;e ls bZ- ,e-
Mh- (e-EMD)dh jkf'k iksVZy ij tek dj ldsaxs mlds ckn os fufonk esa Hkkx ysus dh
dk;Zokgh iwoZor djsaxsA
11- foRrh; vkQj [kqyus ds mijkar U;wure fufonkdkj dh bZ-&bZ-,e-Mh- (e-EMD) dh jkf'k
dks NksM+dj 'ks"k lHkh fufonkdkjksa }kjk tek bZ-&bZ-,e-Mh- (e-EMD) dh jkf'k iksVZy ds
105 | P a g e
ek/;e ls okil dh tk,xh] tks fd fufonkdkj ds iksVZy ij jftLVMZ cSad [kkrs esa gh
okil gksxhA ;gk¡ ;g Li"V fd;k tkrk gS fd bZ-&bZ-,e-Mh- (e-EMD) tek djus okys
fufonkdkj fdlh Hkh [kkrs ls bZ-&bZ-,e-Mh- (e-EMD) dh jkf'k tek dj ldsaxs ijUrq
okilh fufonkdkj ds jftLVMZ cSad [kkrs esa gh gksxhA lQy fufonkdkj dh bZ-&bZ-,e-
Mh- (e-EMD) dh jkf'k vuqca/k djus rd jksd dj j[kh tk,xh rFkk vuqca/k fu"ikfnr
fd;s tkus ds mijkar okil dh tk,xhA
12- bZ-,e-Mh- (EMD)jktlkr fd;s tkus dh fLFkfr esa fufonkdkj }kjk tek bZ-&bZ-,e-Mh-
(e-EMD)dh jkf'k iksVZy ij jktlkr dh tk,xh rFkk jktlkr dh x;h jkf'k lfoZl
izksokbZMj }kjk rqjar yksd LokLF; ;k¡f=dh foHkkx ds 8443 flfoy tek [kkrs esa tek
dh tk,xh ftls fu{ksi [kkrs ds /kkjd }kjk pkyku ds ek/;e ls jktLo izkfIr;k¡ 0215
'kh"kZ esa tek djkbZ tk,xhA
13- fufonkdkj dks fufonk izi= esa layXu ,usDlj&ch vuqlkj lsYQ fMDysjs'ku izLrqr
djuk gksxkA
14- izkIr U;wure fufonk nj ¼,y&1½ ianzg izfr'kr ls vf/kd uhps (More Than Fifteen
Percent Below) gksus ij fufonk nj dks vO;ogkfjd nj (Unworkable Rates) ekuk
tkosxkA vO;ogkfjd njsa (Unworkable Rate) izkIr gksus ij lQyre fufonkdkj
¼,y&1½ }kjk fufonRr nj vuqlkj xf.kr fufonk jkf'k (Tendered Amount) ,oa ,l-
vks-vkj- ij fufonk dh ykxr ls 15 izfr'kr de jkf'k (Amount 15% below PAC) ds
varj dh jkf'k vfrfjDr ijQkjesal X;kjaVh ds :i esa (Additional Performance
Guarantee) yh tk;sxhA Additional Performance Guarantee izkIr gksus ds mijkar
gh vuqca/k fu"ikfnr fd;k tk;sxkA
15- vfrfjDr ijQksjesal xkjaVh mlh izk:i esa yh tkosxh ftlesa vjusLV euh@ ijQkjesal
X;kjaVh (Earnest Money/Performance Guarantee)yh tkrh gSA
16- Additional Performance Guarantee HkkSfrd :Ik ls dk;Z iw.kZrk izek.k&i=
(Physical Completion Certificate) tkjh gksus ds i'pkr gh okil dh tk,A
17- fufonk Lohd`fr ds mijkar fufonkdkj dks vuqca/k gsrq foHkkx }kjk i= tkjh fd;k
tkosxk] ftldh lwpuk fufonkdkj dks ,l-,e-,l-@OgkVl,IIk@bZ&esy ls nh tkosxh]
fufonkdkj dks i= tkjh gksus ds fnukad ds 15 fnol ds vanj vuqca/k fu"ikfnr dj
dk;Z izkjaHk djuk gksxk vU;Fkk fcuk fdlh vU; lwpuk ds mudh vekur jkf'k jktlkr
dj yh tkosxh rFkk fufonkdkj QeZ ,oa mlds Hkkxhnkj ¼;fn dksbZ gks rks½ dks vkxkeh
,d o"kZ ds fy;s laiw.kZ izns'k esa foHkkxh; dk;ksZa dh fufonk izfØ;k esa Hkkx ysus gsrq
izfrcaf/kr fd;k tk ldsxkA fufonk vuqca/k gh dk;kZns'k gksxk] i`Fkd ls dksbZ dk;kZns'k
tkjh ugh fd;k tkosxkA
18- fufonk vuqca/k ds nLrkostksa ij U;wure :i;s 500@& rFkk vf/kdre :i;s 25000@&
ds v/;k/khu jgrs gq;s ,sls nLrkost }kjk izfrHkwr jde vFkok ewY; dk 0-25 izfr'kr
LVkEi 'kqYd izHkkfjr gksxkA
19- dk;kZns'k ,oa Hkqxrku vkoaVu dh miyC/krk ij fuHkZj djsxk foyac ls gksus okys Hkqxrku
ij dksbZ Dyse fufonkdkj }kjk ugha fd;k tk ldsxkA

106 | P a g e
20- fufonk esa fufgr dk;ksZa ds fØ;kUo;u esa fuekZ.kdrkZ laLFkk@Bsdsnkj }kjk ty thou
fe'ku ds ifjpkyu fn'kk&funsZ'k ds vuqlkj dk;ksZ dk fØ;kUo;u fd;k tk;sxkA ty
thou fe'ku ds ifjpkyu fn'kk&funsZ'k foHkkxh; osclkbZV (www:mpphed.gov.in) ij
miyC/k gSA
21- vuqca/k dk laiknu lnL; lfpo] ftyk ty ,oa LoPNrk fe'ku ¼dk;Zikyu ;a=h yksd
LokLF; ;kaf=dh foHkkx lacaf/kr [k.M½ }kjk fufonkdkj ds lkFk fd;k tk;sxkA xzke
ty ,oa LoPNrk lfefr ¼OghMCY;w,llh½@xzke iapk;r dk lfpo Hkh vuqca/kdrkZ ds
:i esa 'kkfey gkssxkA bl izdkj ;g vuqca/k f=i{kh; (Triparty Agreement) gksxkA
22- ;fn vuqca/k esa ,d ls vf/kd xzkeksa dh ;kstuk ds dk;Z lfEefyr gSa rks vuqca/k esa
lfEefyr lHkh xzke dh OghMCY;w,llh@xzke iapk;r ds lfpo vuqca/k drkZ ds :i esa
lfEefyr gksaxsA izR;sd OghMCY;w,llh@xzke iapk;r ds lfpo dk bl vuqca/k ds rgr~
nkf;Ro mlds xzke rd lhfer gksxkA
23- LFkkfir uyty ;kstuk dh jsVªksfQfVax laca/kh dk;Z dh fufonk esa ;kstuk ds LFkkfir
vo;oksa esa vko';d lq/kkj fufonkdkj }kjk fd;s tkdj ;kstuk dks iw.kZ :i ls pkyw
fd;k tk;sxkA bl izdkj fd;s x;s lq/kkj dk;Z gsrq fufonkdkj dks Hkqxrku vuqca/k esa
fufgr izko/kkuksa ds vuqlkj fd;k tk;sxkA ;fn dksbZ vk;Ve tks fd chvksD;w esa 'kkfey
ugha gS fdUrq ;kstuk dks iw.kZ :i ls pkyw djus gsrq mldk fØ;kUo;u vko';d gS rks
,sls vfrfjDr vk;Ve dk vuqeksnu l{ke Lrj ls izkIr dj mldk fØ;kUo;u fd;k
tk;sxkA
24- LFkkfir ;kstuk dh jsVªksfQfVax@vko/kZu dh fufonk ds izdj.k esa fufonkdkj dks vuqca/k
laiknu ds fnukad ls 07 fnol esa ;kstukvksa ds leLr LFkkfir vo;oksa dks] HkkSfrd
lR;kiu mijkUr vius vf/kiR; esa ysuk gksxkA vuqca/k laiknu ds 07 fnol esa lR;kiu
u fd;s tkus dh n'kk esa ;g ekuk tk;sxk fd foHkkx }kjk mYysf[kr rF; fufonkdkj
dks ekU;@Lohdk;Z gS] mlds mijkUr dksbZ vkifRr ekU; ugha dh tk;sxhA
25- Bsdsnkj ls ns;d ds Hkqxrku (Running Payment) gsrq vuqjks/k izkIr gksus ij jkT; ty
,oa LoPNrk fe'ku ¼,lMCY;w,l,e½ }kjk lwphc) FkMZ ikVhZ fujh{k.k ,taslh ¼VhihvkbZ½
esa ls MhMCY;w,l,e }kjk p;fur@vuqcaf/kr VhihvkbZ}kjk fujh{k.k gsrq fu/kkZfjr
ekin.M ds vuqlkj dk;ZLFky ij dk;Z dk OghMCY;w,llh@xzke iapk;r] yksd LokLF;
;kaf=dh foHkkx ds lkFk fuEukuqlkj igyqvksa dks lfEefyr djrs gq;s uyty ;kstuk ds
rgr fu"ikfnr flfoy] eSdsfudy vkSj bysfDVªdy ?kVdksa ls laacaf/kr lHkh bathfu;fjax
dk;ksZ dk ij la;qDr fujh{k.k fd;k tk;sxk %&
25-1½ fuEufyf[kr dh uewuk tk¡p dh tk;sxh %&
25-1-1 fuekZ.k ds fy;s iz;qDr lkexzh dh ijh{k.k fjiksVZ(
25-1-2 dk;ZLFky ij fuekZ.k ds le; ij viuk;s x;s xq.koRrk fu;a=.k ds mik;(
25-1-3 dk;ZLFky ij fuekZ.k ds le; ij viuk;s x;s lqj{kk mik;(
25-1-4 Bsdsnkj }kjk miyC/k djk;s x;s Jfedksa dk HkqxrkuA
25-2½ Hkqxrku ds fy;s izLrqr fcy ds vuqlkj fu"ikfnr dk;ksZa dh ek=k vkSj
xq.koRRkk(
25-3½ Vªk;y ju ds nkSjku uyty ;kstuk dk ijQkWjesUl(

107 | P a g e
26- la;qDr fujh{k.k ls lacaf/kr leLr fcUnqvksa dks xzke iapk;r@milfefr@ OghMCY;w,llh
}kjk bl dk;Z gsrq rS;kj odZ jftLVj esa uksV fd;k tk;sxk vkSj ml ij leLr i{kksa
}kjk gLrk{kj fd;s tk;saxsA blds vk/kkj ij foHkkx eki iqfLrdk ¼,e-ch-½ esa eki dks
fjdkMZ djsxk rFkk la;qDr fujh{k.k mijkar Hkqxrku gsrq vuq'kalk izkIr gksus ij foHkkx
fu"ikfnr dk;Z ds fy;s Hkqxrku gsrq izfØ;k 'kq: djsxkA
27- OghMCY;w,llh ds lg;ksx gsrq xzke esa fØ;kUo;u lgk;rk laLFkk ¼vkbZ,l,½ miyC/k
gksxh] ftlds nkf;Ro ty thou fe'ku ds ifjpkyu fn'kk&funsZ'k esa mYysf[kr gSA
;kstukUrxZr vkbZ,l, }kjk xzke ds ?kjksa dk losZ{k.k dj mu ?kjksa esa fn;s tkus okys
uy dusD'ku gsrq x`g Lokeh dk uke] vk/kkj uEcj ,oa vk/kkj dkMZ dh Nk;kizfr izkIr
djsxhA ;g tkudkjh vkbZ,l, }kjk ,d jftLVj esa la/kkfjr dh tk;sxhA vko';drk
vuqlkj bl tkudkjh dk osfjfQds'ku foHkkx@OghMCY;w,llh }kjk fd;k tk;sxkA ;fn
xzke esa vkbZ,l, miyC/k ugha gS rks ,slh fLFkfr esa mijksDr nkf;Ro dk fuoZgu Bsdsnkj
}kjk fd;k tk;sxkA Bsdsnkj }kjk ;kstukUrxZr xzke esa uy dusD'ku nsus ds mijkar
blh jftLVj ij x`g Lokeh ds gLrk{kj@vaxwBk izkIr fd;k tk;sxk rFkk dk;Zokgh iw.kZ
gksus ij jftLVj foHkkx dks lkSaiuk gksxkA bl jftLVj esa ntZ ?kjksa dh la[;k ,oa fn;s
x;s uy dusD'ku ds osfjfQds'ku ds mijkar gh ?kjsyw uy dusD'ku gsrq fu/kkZfjr jkf'k
dk Hkqxrku fd;k tk;sxkA
28- ;kstuk esa izLrkfor ikbZi dk O;kl] iai dh {kerk vkfn foHkkx ds }kjk ;kstuk ds
:ikadu (Design)ij vk/kkfjr gSA fufonkdkj ;kstuk gsrq viuh Design ns ldrk gSA
bl Design ds dkj.k ;fn ikbZi ykbZu ds O;kl@yEckbZ rFkk iai dh {kerk esa
ifjorZu gksrk gS rks mldk Hkqxrku vuqca/k ds GCC Section-3dh dafMdk 21 ds
vuqlkj fd;k tk;sxkA fufonkdkj }kjk ;kstuk dh uohu DesignizLrqr djus ij
mPpLrjh; Vadh dh {kerk esa dksbZ Hkh ifjorZu ugha fd;k tk ldsxkA fufonkdkj }kjk
bl izdkj ;kstuk dh uohu DesignizLrqr djus ij mDr uohu fMtkbZu&Mªkbax dk
vuqeksnu v/kh{k.k ;a=h lacaf/kr e.My }kjk fd;k tk;sxkA
29- ;fn mPp Lrjh; Vadh dh fMtkbZu&Mªkbax Bsdsnkj }kjk izLrqr dh tkrh gS rks mDr
fMtkbZu&Mªkbax dk vuqeksnu bathfuf;fjax@ikWyhVsfDud dkWyst ls djkdj foHkkx dks
izLrqr djuk gksxkA
30- vkjlhlh mPp Lrjh; Vadh ds fMtkbZu esa ckWVe LySc dk :ikadu ¶ySV LySc ds :i
esa fd;k tkosxkA
31- vkjlhmPp Lrjh; Vadh@th,lvkj@lEiosy ds fuekZ.k ds iwoZ izLrkfor LFky dh
Soil Bearing Capacity dk ijh{k.k Bsdsnkj }kjk Lo;a ds O;; ij djkdj ijh{k.k
fjiksVZ foHkkx dks izLrqr djuk gksxhA
32- fufonkdkj }kjk foHkkx eas miyC/k ¼;fn dksbZ gks rks½ vkj-lh-lh- mPp LRkjh;
Vadh@lEiosy@vkj-lh-lh- de fczd eslujh iai gkml dh fMtkbu&Mªkbax mi;ksx esa
ykbZ tk ldsaxh] bl gsrq lacaf/kr vk;Ve gsrq ns;d dqy jkf'k esa ls vkj-lh-lh- mPp
LRkjh; Vadh gsrq :i;s 25000@& th,lvkj@lEiosy@lEiosy de iai gkml gsrq
:i;s 7500@& ,oa vkj-lh-lh- de fczd eslujh iai gkml ¼lEiosy ds Åij u cukrs
gq;s i`Fkd ls cuk;s tkus okys iai gkml gsrq½ gsrq :i;s 5000@& dh dVkSrh lacaf/kr
vk;Ve ds izzFke ns;d ls dh tk;sxhA
108 | P a g e
33- fo|qr dusD'ku dk;Z fufonkdkj }kjk fufonk esa Lohd`r njksa ds vuq:Ik lacaf/kr e0iz0
fo|qr forj.k daifu;ksa }kjk iznRr izkDdyu@MPVVCL dsSORes fu/kkZfjr ekinaM
vuqlkj fd;k tkosxkA bl fLFkfr esa fufonk vkea=.k dh fnukad dks ykxw MPVVCL ds
SOR dh njs ekU; dh tk;saxhA
34- dk;Z gsrq fdlh Hkh izdkj dk ifjogu ls lacaf/kr O;;] rFkk fufonkdkj }kjk iz;qDr
fdlh Hkh lkexzh vFkok midj.k ds [kjkc gksus ij vFkok ekudksa ds vuq:Ik u gksus ij
mldks cnyus@lq/kkj djus esa gq;s O;; dk foHkkx }kjk dksbZ Hkqxrku ugha fd;k
tkosxkA
35- ;kstuk ds gLrkarj.k ds le; fufonkdkj ds }kjk Engineer-in-Charge }kjk
vuqeksfnr As Built Drawingsrhu izfr;ksa esa foHkkx@OghMCY;w,llh@iapk;r dks izLrqr
djuk vfuok;Z gksxkA
36- Bsdsnkj }kjk fufeZr vo;oksa ;Fkk Vadh] lEiosy] ty forj.k iz.kkyh dk
vko';drkuqlkj fMlbuQsD'ku (Disinfection) dk nkf;Ro gksxkA bl gsrq i`Fkd ls
dksbZ Hkqxrku fufonkdkj dks ugha fd;k tk;sxkA
37- fufonkdkj ;g lqfuf'pr djsxk fd ty forj.k ds nkSjku is;ty ikbZi ykbZu esa
VwV&QwV] okYo yhdst bR;kfn ls iznwf"kr u gksA
38- fufonkdkj }kjk ty iznk; ds laca/k esa ,d iath la/kkfjr dh tk;sxhA bldk lR;kiu
foHkkxh; mi;a=h }kjk de ls de 15 fnol esa ,d ckj fd;k tk;sxkA Hkqxrku gsrq
ns;d izLrqr djrs le; mDr iath dh Nk;kizfr fufonkdkj }kjk layXu fd;k tkuk
vfuok;Z gksxkA iath dh Nk;kizfr layXu u gksus dh fLFkfr esa Hkqxrku ugha fd;k
tk;sxkA
39- uy dusD'ku ?kj ds vksVys ij@ckM+s@QSflax@ckm.Mªhoky ds vanj nsuk gSA blds
fy, ftruk Hkh ,eMhihbZ@thvkbZ ¼ch-vks-D;w- esa fu/kkZfjr ikbZi eVsfj;y vuqlkj½ ikbZi
yxsxk] mDr ikbZi fufonkdkj ;k QeZ dks yxkuk gksxkA bl ikbZi dk Hkqxrku vyx
ls ugha fd;k tkosxkA lMd ds ikl fd, x, uy dusD'ku ekU; ugh gksxsaA
40- fufonkdkj }kjk foHkkx esa lwphc) Make/Branddh lkexzh dk gh mi;ksx fd;k
tk;sxkA lwphc) esd@czkaM dh lkexzh miyC/k u gkssus dh fLFkfr esa fufonkdkj
Engineer-in-Chargedks voxr djk;sxkA Engineer-in-Charge;fn vko';d gks rks
,slh fLFkfr esa izLrko v/kh{k.k ;a=h dks izsf"kr djsaxsA foHkkx }kjk le;&le; ij
lkexzh ds esd@czkaM dh lwph fufonk vuqca/k ds ckn Hkh tkjh dh tk;sxh ftlesa
'kkfey lkexzh ds esd@czkaM dk mi;ksx Hkh bl vuqca/k ds rgr fd;k tk ldsxkA
fufonkdkj }kjk lkexzh dh xq.koRrk dk ijh{k.k lkexzh ds QSDVjh ls fMLisp ds iwoZ
foHkkx }kjk fu/kkZfjr FkMZ ikVhZ fujh{k.k ,tsalh ¼VhihvkbZ½ ls djkuk vko';d gksxk
ftlds mijkar gh lkexzh dk iznk; LFky ij fd;k tk;sxkA FkMZ ikVhZ bUlisD'ku gsrq
ns; jkf'k dk i`Fkd ls Hkqxrku ugha fd;k tk;sxk] ;g jkf'k lkexzh dh ykxr esa
'kkfey gSA FkMZ ikVhZ fujh{k.k ,tsalh }kjk fujhf{kr lkexzh ds izek.k i= ds lkFk
iznk;drkZ@fuekZ.kdrkZ daiuh ds fcy dh lR;kfir izfr Hkh ns;d ds lkFk izLrqr djuk
vfuok;Z gksxkA FkMZ ikVhZ fujh{k.k ,taslh }kjk tkjh fujh{k.k izek.k i= esa mYysf[kr
lkexzh dh ek=k dk feyku daiuh ds fcy esa mYysf[kr ek=k ls gksus ij gh lacaf/kr
lkexzh dk Hkqxrku fd;k tk;sxkA fufonkdkj }kjk lwphc) Make/Brand dh daiuh
109 | P a g e
ls lkexzh Ø; djus ds laaca/k esa lkexzhokj i= dk;Zikyu ;a=h yksd LokLF; ;kaf=dh
[k.M ls fy;k tk;sxk ftlesa vuqca/k esa mYysf[kr@vuqca/k ds vuqlkj dk;Z dks iw.kZ
djus gsrq vko';d lkexzh dh ek=k dk mYys[k gksxk rFkk bl izek.k&i= dks
fufonkdkj }kjk lwphc) Make/Brand dh daiuh dks fn;s tkus okys Ø; vkns'k ds
lkFk layXu fd;k tk;sxkA lwphc) Make/Brand dh daiuh }kjk lkexzh rS;kj gksus
ij FkMZ ikVhZ ijh{k.k ,tsalh dks fujh{k.k gsrq vkeaf=r fd;s tkus ij dk;Zikyu ;a=h ds
mDr i= dks vius vkea=.k ds lkFk FkMZ ikVhZ fujh{k.k ,tsalh dks izsf"kr djuk gksxkA
41- dafMdk 40 esa mYysf[kr VhihvkbZ dafMdk 25 esa mYysf[kr VhihvkbZ ls fHkUu gksxhA
dafMdk 25 eas mYysf[kr VhihvkbZ fufonkdkj }kjk fd;s tkus okys dk;Z dh ek=k ,oa
xq.koRrk dk fujh{k.k djsxh] tcfd dafMdk 40 esa mYysf[kr VhihvkbZ lkexzh dh QSDVªh
esa xq.koRrk ijh{k.k djsxhA
42- lkexzh ds QSDVªh ls jokuk gksus ds iwoZ fujh{k.k@ijh{k.k gsrq fuEukuqlkj VhihvkbZ
fu/kkZfjr gS %&
Ø- lkexzh dk fooj.k VhihvkbZ ,tsalh
1- IykfLVd ikbZi& ,p-Mh-ih-bZ] ,e-Mh-ih- lsUVªy baLVhV~;wV vkWQ IykfLVd
bZ-] lh-ih-Ogh-lh] vks-ih-Ogh-lh- ikbZi bathfu;fjax ,.M VsDuksykWth ¼flisV½
lfgr vU; leLr izdkj ds IykfLVd
ikbZi] fQfVax ,oa vU; IykfLVd
eVsfj;yA
2- Mh-vkbZ-@th-vkbZ ikbZiA flisV] jkbZV~l] vkbZ-vkj-,l-] bZ-vkbZ-,y-
3- eksVj iai] okYo&Lis'kYl ,oa vU; jkbZV~l] vkbZ-vkj-,l-]bZ-vkbZ-,y-
lkexzh tks bl rkfydk ds ljy Øekad
1 o 2 esa 'kkfey ugha gSA

43- fufonkdkj }kjk dk;Z ds fØ;kUo;u ds nkSjku ;fn fdlh foHkkx ls vuqefr dh
vko';drk gksrh gS rks ,slh vuqefr;kW fufonkdkj }kjk yh tkosxh rFkk foHkkx }kjk
bu vuqefr;ksa dks izkIr djus esa ;FkklaHko enn dh tkosxhA vU; foHkkxksa ls vuqefr
izkIr djus esa ;fn bu foHkkxksa }kjk fdlh Hkh izdkj dh Qhl ;k jkf'k dh ekax dh
tkrh gS] rks ;g Qhl@jkf'k fufonkdkj }kjk lacaf/kr foHkkx dsk nh tkosxh ftldh
izfriwfrZ foHkkx }kjk fufonkdkj dks dh tkosxhA
44- fufonkdkj dks ;kstuk esa iz;qDr gksuh okyh lkexzh tSls ikbZi] okYo] Lis'kYl lfj;s]
lhesaV] jsr fxVVh] vkfn vkbZ-,l-vkbZ- Lisf'kfQds'ku ds vuqlkj yxkuh gksxhA
45- pfyr ns;d ls ikbZi ykbZu dh VsfLVax gsrq jkf'k bl lsD'ku dh dafMdk 63 esa
mYYksf[kr izfr'kr ds vuqlkj jksdh tk;sxhA ikbZi ykbZu dk fu/kkZfjr ekin.M vuqlkj
ikuh ds ncko ij VsfLVax larks"kizn gksus ij pfyr ns;d ls VsfLVax gsrq jksdh xbZ jkf'k
dk Hkqxrku fd;k tkosxkA VsfLVax ds le; yhdst o vU; nks"k fufonkdkj dks Lo;a ds
O;; ij Bhd djuk gksxkA
46- ikbZi ykbZu dh [kqnkbZ djrs le; o iwoZ esa nwjHkk"k foHkkx ls VsyhQksu dscy ykbZu
dh tkudkjh vuqlkj gh [kqnkbZ dk dk;Z djsxsa] ;fn VsyhQksu dscy bR;kfn ,oa vU;
dksbZ {kfr gksrh gS rks fufonkdkj dh lEiw.kZ tokcnkjh gksxh A
110 | P a g e
47- ikbZi ykbZu gsrq ikbZi o Lis'ky fufonkdkj }kjk iznk; fd;k tkosxkA ifjogu
fufonkdkj }kjk fd;k tkosxk] VwV QwV dh lEiw.kZ tokcnkjh fufonkdkj dh gksxhA
48- ;fn CykfLVax dh vko';drk gksrh gS rks fufonkdkj }kjk fu;ekuqlkj vuqefr izkIr
dj fdlh yk;lsfUlax gksYMj ls CykfLVax dk;Z fd;s tkosxsaA ;fn fdlh izdkj dh
nq?kZVuk o vfu;ferrk gksrh gS rks fufonkdkj Lo;a ftEesnkj jgsxkA
49- vko';drkuqlkj jksM dks dkV dj ikbZi ykbZu fcNkuh gksxh rFkk ikbZi ykbZu dh
VsafLVax mijkar dkadzhV dj jksM dks dkaØhV xszM ,e&20 vFkok rksM+h xbZ dkaØhV jksM
ds dkaØhV xzsM ds vuqlkj ¼tks csgrj gks½ fufeZr djuk gksxkA fd;s x;s dk;Z dh
okLrfod ek=k ds vuqlkj fufonkdkj dks Hkqxrku fd;k tk;sxkA
50- lHkh flfoy dk;Z yksd fuekZ.k foHkkx ds esU;qvy rFkk yksd LokLF; ;kaf=dh foHkkx
}kjk fu/kkZfjr ekin.Mksa ds vuqlkj ekU; gksxkA
51- fo|qr dk;Z gsrq vko';d lkexzh e-iz-fo-fo-daiuh ds lacaf/kr vf/kdkjh ¼dk;Zikyu
;a=h@lgk;d ;a=h@vfHk;ark½ ls fujh{k.k ds mijkar mfpr xq.koRrk dh ikbZ tkus ij
gh mi;ksx dh tkosxh rFkk VªkalQkeZj dh xkjaVh 2 o"kZ dh vof/k rd gksxhA 2
o"kZdh vof/k esa VªkalQkeZj [kjkc gksus ij fufonkdkj dks Lo;a ds O;; ij VªkalQkeZj
rRdky Bhd djkuk gksxkA
52- fo|qqr dk;Z iw.kZ gksus ds mijkar fufonkdkj dks laikfnr dk;Z e-iz-fo-fo-daiuh dks
gLrkarfjr dj gLrkarj.k i=d izLrqr djus ij gh vafre ns;d dk Hkqxrku fd;k
tkosxk
53- fo|qqr dk;Z fo|qr daiuh ds fu;ekuqlkj daiuh esa ^^v^^ Js.kh esa iatho} fufonkdkj ds
ek/;e ls gh djkuk gksxk A
54- uyty ;kstuk ds flfoy@ikbZi ykbZu ,oa fo|qr laca/kh dk;Z esa fdlh Hkh dk;Z dk
dVks=k vFkok vfrfjDr ek=k dk ewY;kadu yksd LokLF; ;kaf=dh; foHkkx rFkk fo|qr
daiuh ds fufonk vkea=.k fnukad dks izpfyr ,l-vks-vkj- ds vuq:i fufonk esa iznRr
njksa ds vk/kkj ij fd;k tkosxkA fo|qr daiuh ds }kjk fn;s x;s izkDdyu esa
CentagerFkk Transpotation Charge ;fn dksbZ gks rks mudk Hkqxrku Bsdsnkj dks ugha
fd;k tk;sxkA
55- uyty iznk; ;kstuk ds fuekZ.k ,oa Vªk;y&ju~ dh vof/k ds nkSjku fufonkdkj }kjk
fu;ksftr dfeZ;ksa dh lqj{kk gsrq vko';d midj.kksa dh O;oLFkk fufonkdkj }kjk Lo;a
ds O;; ij dh tk;sxhA dk;Z laiknu ds nkSjku gksus okyh fdlh Hkh ?kVuk@nq?kZVuk
,oa mlds oS/kkfud ifj.kkeksa ds fy;s fufonkdkj iw.kZr% mRrjnk;h gksxkA
56- lEiw.kZ uyty ;kstuk dk Vªk;y&ju fufonkdkj dks Vªk;y&ju dh fu/kkZfjr vof/k 90
fnol rd djuk gksxkA ;kstuk ds Vªk;y&ju dh vof/k esa vuqca/k vuqlkj ;kstuk ds
leLr vo;oksa ds dk;Z larqf"V ds lkFk iw.kZ fd;s tkus ds laca/k esa dk;Zikyu ;a=h }kjk
fufonkdkj dks i= tkjh fd;k tk;sxkA bl izdkj dk;Zikyu ;a=h }kjk tkjh fd;s x;s
i= dh fnukad ls Vªk;y&ju dh vof/k izkjaHk gksxhA Vªk;y&ju dh vof/k ds nkSjku
xzke ds 'kr~izfr'kr ifjokjksa dks ?kjsyw uy dusD'ku ls fu/kkZfjr ek=k ,oa xq.koRrk dk
is;ty 90 fnol rd lrr~ :i ls miyC/k gksus ij rFkk ;kstuk leLr vo;oksa ds
dk;Z ls foHkkx@xzke iapk;r@OghMCY;w,llh ds larq"V gksus ij Vªk;y&ju dh vof/k

111 | P a g e
iw.kZ gksxhA ;kstuk ds Vªk;y&ju vof/k ds nkSjku fufonkdkj }kjk xzke
iapk;r@OghMCY;w,llh ds lnL;ksa ,oa muds }kjk p;fur vkWijsVj vkfn dks ;kstuk
ds lapkyu&la/kkj.k gsrq fu%'kqYd izf'k{k.k fn;k tk;sxkA Vªk;y&ju iw.kZ gksus ds mijkar
;kstuk lapkyu&la/kkj.k gsrq xzke iapk;r@OghMCY;w,llh dks gLrkarfjr dh tk;sxhA
57- fufonkdkj }kjk ;kstuk ds fofHkUu vo;oksa ;Fkk iai gkml] mPp Lrjh; Vadh] ty
'kks/ku la;a=] ikbZi ykbZu ,oa okYOl vkfn dk lh-ih-,p-bZ-bZ-vks- eSuqvy ds izko/kkuksa ,oa
foHkkxh; funsZ'kksa ds vuqlkj Vªk;y&ju fd;k tk;sxkA
58- ;fn Vªk;y&ju vof/k esa fdlh uyty ;kstuk dk L=ksr vlQy gks tkrk gS] vFkok
L=ksr esa ty vkod {kerk vi;kZIr gks tkrh gS rks Engineer in Charge foHkkxh; :Ik
ls oSdfYid O;oLFkk dj ldrk gS] vFkok bl gsrq vko';d dk;Z dk izkDdyu rS;kj
dj] ,sls dk;Z dh l{ke Lohd`fr izkIr dj] ,sls dk;Z dks blh vuqca/k ds varxZr
fufonkdkj ds ek/;e ls fØ;kfUor djk ldsxkA fufonkdkj ds fy;s ;g vko';d gksxk
fd og ,slk dk;Z fu;r le;kof/k esa Lohd`r fufonk nj ij iw.kZ djsxk ,oa foHkkx }kjk
bl dk;Z dk Hkqxrku fd;k tk;sxk ,oa vko';drk gksus ij vko';drk gksus ij bl
dk;Z gsrq vuqca/k ds izko/kku vuqlkj le;ko`f) nh tk ldsxhA bl izdkj vfrfjDr
:i ls fd;s x;s dk;Z ds iw.kZ gksus dh fnukad ls Vªk;y&ju dh 90 fnol dh vof/k
bl vfrfjDr dk;Z ds fy;s izHkkoh gksxhA
59- ;kstuk ds Vªk;y&ju ds nkSjku gksus okyk leLr O;; fufonk nj esa lfEefyr gS]
vFkkZr~ Vªk;y&ju ds nkSjku fufonkdkj dks i`Fkd ls dksbZ jkf'k ns; ugha gksxh fdUrq
;kstuk ds lapkyu ds nkSjku izkIr gksus okys fo|qr ns;d dh jkf'k dk Hkqxrku
lkekU;r% iapk;r@is;ty milfefr@OghMCY;w,llh }kjk fd;k tk;sxkA
60- ;kstuk dk lQyrk iwoZd Vªk;y&ju iw.kZ fd;s tkus dk izek.k&i= dk;Zikyu ;a=h
}kjk tkjh fd;s tkus ij chvksD;w ds fofHkUu vk;Veksa esa izko/kkfur Vªk;y&ju
¼Successful Trial Run of Entire Scheme½ dh jkf'k dk Hkqxrku fufonkdkj dks fd;k
tk ldsxkA
61- Vªk;y ju dh vof/k izkjaHk gksus dh fnukad ls fufonkdkj dks ;kstuk ds izR;sd L=ksr
ds ty ds uewus Lo;a ds O;; ij ijh{k.k gsrq de ls de 15 fnol esa ,d ckj foHkkx
dh ftyk@mi[k.M Lrjh; iz;ksx'kkyk esa ijh{k.k gsrq izsf"kr djus gksaxsA uewuksa dk
ijh{k.k foHkkx }kjk fu%'kqYd fd;k tk;sxkA ty ijh{k.k gsrq Hksts tkus okys uewuksa dh
vko`fRr fofHkUu _rqvksa esa foHkkx ds funsZ'kkuqlkj de ;k vf/kd gks ldrh gSA ijUrq
vko`fRr vf/kd gksus ij Hkh fufonkdkj dks vyx ls dksbZ Hkqxrku ugha fd;k tk;sxkA
62- ;kstuk ds Vªk;y&ju dh vof/k esa fdlh vkosnd }kjk uy dusD'ku dh eakx fd;s
tkus ij xzke iapk;r@is;ty milfefr@OghMCY;w,llh dh vuq'kalk ij fufonkdkj
}kjk lacaf/kr vkosnd dks uy dusD'ku miyC/k djk;k tk;sxkA bl gsrq fufonkdkj dks
fufonk ds izko/kkuksa ds vuqlkj Hkqxrku fd;k tk;sxkA
63- ;fn eq[; xzke ds fdlh clkgV@eksgYys@Hkkx esa uyty ;kstuk LFkkfir gS rFkk
eq[; xzke esa bl vuqca/k ds rgr ;kstuk fØ;kfUor dh tk jgh gS rFkk ,slh
clkgV@eksgYys@xzke esa LFkkfir uyty ;kstuk dks eq[; xzke dh ;kstuk ls tksM+k
tk jgk gS rks fufonkdkj }kjk nksuksa {ks= ¼eq[; xzke ,oa clkgV@eksgYyk@xzke½ dh
;kstukvksa dk lexz :i ls Vªk;y&ju fd;k tk;sxkA
112 | P a g e
64- fufonkdkj ;g lqfuf'pr djsxk fd ty L=ksr dh xq.koRrk LFkkuh; dkj.kksa ls
¼tSls&L=ksr esa iznwf"kr ikuh feyuk] L=ksr ds ikl dwM+s&dpjs] xkscj gksuk vkfn½
izHkkfor u gksA
65- fufonk dh ch-vks-D;w-(Bill of Quantities)ds ,sls vk;Ve ftlesa"Providing laying
/jointing/ installation and testing/ commissioning"dk dk;Z lfEefyr gS] mu
vk;Veksa dk Hkqxrku fuEukuqlkj cszdvi esa fd;k tk;sxk %&
1- lkexzh dk LFky lkbV@LVksj ij iznk; gksus ds vk;Ve nj dk
mijkar(Providing/ Procurment) 60 izfr'kr
2- lkexzh dks fu/kkZfjr LFky ij yxkus ds mijkar (Laying/
Jointing/ Installation) :-
(a) ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %& vk;Ve nj dk
iai LFkkiuk ,oa fu;fer fo|qr la;kstu dk;Z iw.kZ djus ijA 20 izfr'kr
(b) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr gks %& vk;Ve nj dk
Laying / Jointing rd dk dk;Z iw.kZ djus ijA 20 izfr'kr
(c) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr u gks%& vk;Ve nj dk
Laying/Jointing rd dk dk;Z iw.kZ djus ijA 30 izfr'kr
3- After Testing & Commissioning :-
(a) ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %& vk;Ve nj dk
Testing & Commissioningiw.kZ djus ijA 15 izfr'kr
(b) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr gks %& vk;Ve nj dk
Testing & Commissioning,oaRoad Restoration 15 izfr'kr
(Making good the same) dk dk;Z iw.kZ djus ijA
(c) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr u gks%& vk;Ve nj dk
Testing & Commissioning,oa ikbZi ykbZu VSaªp 5 izfr'kr
dhBackfilldk dk;Z iw.kZ djus ijA
4- After Successful Trial-Run of Entire Scheme :-
(a) ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %& vk;Ve nj dk
Testing & Commissioningiw.kZ djus ijA 5 izfr'kr
(b) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr gks %& vk;Ve nj dk
Testing & Commissioning,oaRoad Restoration 5 izfr'kr
(Making good the same) dk dk;Z iw.kZ djus ijA
(c) ikbZi ykbZu dk;Z tgk¡ Road Cuttingdh fLFkfr u gks%& vk;Ve nj dk
Testing & Commissioning,oa ikbZi ykbZu VSaªp 5 izfr'kr
dhBackfilldk dk;Z iw.kZ djus ijA
mijksDr czsdvi ikbZi] iai] Lis'kYl] VªkalQkeZj] Electric Conductor And
Pole ds iznk; laca/kh vk;Veksa ij gh ykxw gksxkA vU; vk;Veksa ds Hkqxrku ij mDr
cszdvi ykxw ugaha gksxk rFkk mudk Hkqxrku ch-vks-D;w- dh nj ds vuq:i lacaf/kr
vk;Ve ds iw.kZ :i ls fØ;kfUor gksus ij gh gksxkA

113 | P a g e
66- mijksDr izko/kku fufonkdkj ds Cash Flowdks cuk;s j[kus ds mnns'; ls fd;k x;k
gSA vr% fufonkdkj dh ftEesnkjh gksxh fd og lkexzh ds iznk; ds lkFk&lkFk
laying/jointing/installationdk 07 fnol esa izkjaHk djs ;fn fufonkdkj }kjk ek=
lkexzh dk iznk; fd;k tkrk gS vkSj mldk laying/jointing/installationdk 07 fnol
esa dk;Z izkjaHk ugha fd;k tkrk gS rks dk;Z ds vU; ns;d dh jkf'k ls mDr jkf'k dk
dVkS=k fd;k tk;sxkA
67- vkjlhlh mPp Lrjh; Vafd;ksa ds BOQ Itemdk Payment Schedule (Breakup)
fuEukuqlkj gksxk %&
S. Stage of payment % of amount of Cumulative
No. Item to be paid Percentage
1. After casting of Leveling Course 3% 3%
st
2. After foundation including columns to 1 brace 5% 8%
level.
3. After casting 50% R.C.C. Staging 10% 18%
4. After full Staging 15% 33%
5. After Ring Beam bottom Slab Casting 15% 48%
6. After Casting Vertical wall of tank 15% 63%
7. After Casting Stair-Case Including railing Work 10% 73%
and Top Dome Slab
8. Supply of all Pipes, Specials and fixing complete 12% 85%
9. After G.L Protection Work Gate work Complete 5% 90%
10. After Finishing work, Testing, Commissioning and 5% 95%
completion of work of this item in all respect.
11. After Successful Trial-Run of Entire Scheme 5% 100%

68- 25000 vkjlhlh laiosy@th,lvkj ds BOQ Item dkPayment Schedule (Breakup)


fuEukuqlkj gksxk %&
S.No. Stage of payment % of amount Cumulative
of BOQ Item Percentage
1 After casting of Leveling Course 3% 3%
2 After construction of foundation slab 25% 28%
3 After construction of vertical walls 32% 60%
4 After casting of top slabs & installation of all 25% 85%
fittings
5. After Finishing work, Testing, Commissioning and 10% 95%
completion of work of this item in all respect.
6. After Successful Trial-Run of Entire Scheme 5% 100%

69- vkjlhlh de fczd eslujh iai gkml ds BOQ Item dk Payment Schedule
(Breakup) fuEukuqlkj gksxk %&

114 | P a g e
S.No. Stage of payment % of amount of Cumulative
BOQ Item Percentage
1 After construction upto cloumn and top 40 % 40 %
slabs
2 After brick work and plaster 35 % 75 %
3 After electric work, painting and 25 % 100%
completion of work of this item in all
respect.

Member Secretary, DWSM


and
Executive Engineer
Public Health Engineering Department

115 | P a g e
Section 4
Bill of Quantities (BOQ)

Name of work : Design and Construction of Retrofitting Piped Water Supply Scheme under Jal
Jeevan Mission at Village (1) Barahana (2) Dangora Block GHATIGAON Distt.Gwalior based on
T.W.including installation of electric submersible water motor pump, laying & jointing of rising main,
feeder main and distribution pipe line system, household tap connections, construction of pump
house, construction of RCC sumpwell (As Per BOQ) electric power connections at tubewell including
cost of all material & labour with 90 Days After completion of construction/ Execution of work with
Sucessful testing and comissioning period of entire scheme.
Probable Amount of Contract
(Rs. in Figure) - 66.96 lakh
(Rs. in Words) - Rs. Sixty Six Lakh Ninty Six Thousand Only
M.P.P.H.E.D. USOR Wef:- 3 july 2018 & M.P.P.W.D SOR 1 aug 2014 (With upto all Ammendement)
S.NO. Particulars Quantity Village Wise Unit Rate Amount
Total Qty.
Submersible Pump sets Barahana Dangora
Supplying & Installation of Energy efficiant
five star BEE rating ISI Marked required
capacity of Three Phase, 50 Hz, 415V, deep
well submersible pump Steel body, suitable for
6"tube well with Control Panel Starter suitable
for Submersible pump with dry run protection,
1
single phase preventer, connections, including
clamps, bore cap etc. as required as per
specifications but excluding pipe and
connection cable. (USOR Item No. 24.20.106
P.No. 267)
.Submersible Pump-5 HP With 10-11 stages,,
2 1 3 NOS. 45020.00 135060.00
Disscharge & H=101 to 140 M, LPM 60-270)
Supplying and Laying Submersible Flat Cable
2 ISI Marked 3 Core copper wire of a suitable
size with clamping of approved mark.
4.0 sq mm multi strand 240 120 360 Mtr. 167.00 60120.00
Providing laying and jointing of following
galvanised Iron (MS)Pipes with specials (such
as bends, elbows, tees etc) class light, medium
& heavy including testing of joints, cost of
3 240 120 360 Mtr. 285.00 102600.00
pipes,specials and jointing materials all
complete. Pipes and sockets conforming to IS-
1239/2011 Part-II (USOR WATER SUPPY 6.1
Page 87) 50mm Dia
Centrifugal Monoblock Pumpsets
Supplying & Installation of approved Make
required capacity 3 phase, 50 Hz, 415V,
Centrifugal Mono-block pump, with Starter i/c
single phase preventor, connections, base]
4 channel foundation etc. as required as per
specifications but excluding Pipe and
connection cable. (USOR Item No. 24.20.112
P.No. 268)
3 HP ( LPH 615-195, H=15-24 m) 1 1 2 NOS. 22252.00 44504.00
Supply of Woltman Turbine Bulk meter class b,
multijet, magnetically coupled as per
specifications conforming to IS
770/1994, ISO 4064/1 and EEC approved,
including transportation to site, storage, safety,
installation, testing commissioning, making
5 connection with existing pipeline having total 1 1 2 NOS. 13500.00 27000.00
measuring capacity of 10,000 Kilolitre
with least cound of one Kilolitre including
excavation at site, dewetering and reinstating
the same after completion and as per
specifications including all taxes(USOR Item
No. 17.24 P.No. 230)

116 | P a g e
Supply & erection of readymade Mini
pumphouse (Control Pannel Box) GI Sheet of
18 Gauge of Size 90x90x60Cm. With
40x40x05MM angle Iron Frame to Fix it
200MM below ground level with hoe fasts
6 3 1 4 Nos. 13500.00 54000.00
grouted in foundation and 300MM above
ground level for clearence suitable for fixing of
control panels, Fuse unit, Main Switch Etc. As
Per Approved Specification. (USOR PHE Item
No.17.18 P. 228)
Earthwork in Excavation by machnical means
(Hydraulic excavator) / manual means over
areas (Exceeding 30 cm in depth, 1.5 m in
width as well as 10 sqm on plan) including
7
disposal of excavated earth, lead up to 50 m
and lift up to 1.5 m, disposal earth to be leveled
and nearly dressed. All kind of Soil (USOR
Item No 16.4 Page 207).
Rising Main 612 360 972 cum 140.00 136080.00
Distrubition System 193.2 110.4 303.6 cum 140.00 42504.00
Earthwork in Excavation by machnical means
(Hydraulic excavator) / manual means over
areas (Exceeding 30 cm in depth, 1.5 m in
width as well as 10 sqm on plan) including
disposal of excavated earth, lead up to 50 m
8
and lift up to 1.5 m, disposal earth to be leveled
and nearly dressed. soft rock with or without
blasting or bituminous pavement/ cement
concrete road.(USOR Item No 16.6 Page No
213).
In Ordinary or Soft rock with or without
(a) blasting or bituminous pavement /cement
concrete road.
Rising Main 408 240 648 cum 255.00 165240.00
Distrubition System 109.2 162.4 271.6 cum 255.00 69258.00
Cutting of Water bound macadam road and
making good the same including supply of extra
quantities of materials i.e. aggregate, moorum
9
screening and labour required including
compaction inlayer by appropriate methods.
(USOR Item No 16.20 Page No. 210).
Distrubition System 4.2 0.48 4.68 Cum 1045.00 4890.60
Cutting of Bituminous road portion and making
good the same including supply of extra
quantities of materials i.e
10 aggregates,moorum,screening and labour
required including compaction inlayer by
appropriate methods. (USOR Item No 16.21
Page No 210).
Rising Main 1.02 0.6 1.62 Cum 2121.00 3436.02
Distrubition System 0.42 0.24 0.66 Cum 2121.00 1399.86
Demolishing C.C. work manually / by
mechanical means including disposal of
material with in 50m, lead as per direction of
11
engineer-in-charge. Nominal Concrete 1:3:6 or
Richer Mix (i/c Equivalent Design Mix).(USOR
Item No 16.15.1 Page No 209).
Rising Main 81.6 24 105.6 Cum 745.00 78672.00
Distrubition System 79.8 45.6 125.4 Cum 745.00 93423.00
Providing & Laying Mechanically mixed
cement concrete 20mm nominal size graded
12 crushed stone excluding cost of centring &
shuttering.(1:3:6)(M-15).(USOR Item no 16.22
(a.i) P - 210).
Rising Main 81.6 24 105.6 cum 4113.00 434332.80
Distrubition System 79.8 45.6 125.4 cum 4113.00 515770.20
Pumping out water caused by springs, tides,or
13 river seepages, broken water mains or wells or
the like.(USOR Item No 16.9 Page No. 208).

117 | P a g e
Rising Main 100.00 100.00 200 KL 81.00 16200.00
Distrubition System 100.00 100.00 200 KL 81.00 16200.00
Filling available excavated earth in trenches,
lead up to 50m and lift up to 1.5m in all kind of
14
soil excluding watering and ramming.(USOR
PHE Item no 16.10(a) page no 208).
Rising Main 1020 600 1620 Cum 37.00 59940.00
Distrubution System 248.4 145.8 394.2 Cum 37.00 14585.40
Providing, laying, jointing & Field testing of
high density polyethylene pipes(HDPE)
confirming to IS 4984/ 14151/ 12786/ 13488
with necessary jointing material like mechanical
connector or jointing pipes by heating to the
ends of pipes with the help of teflon coated
electric mirror/ heater to the required
15
temperature and then pressing the ends together
against each other, to form a monolithic & leak
proof joint by thermosetting process. It may be
required to be done with Jack / Hydraulic jack/
Butt fusion machine. (50 mm & above fusion
jointed & below 50mm mechanical jointed).
(USOR item no 9.1 Page no 122).
Rising Main 110 mm Dia HDPE 10.0 Kg 1700.00 1000.00 2700 RMT 518.00 1398600.00
For Distributin 90 mm Dia HDPE 6.0 Kg 700.00 400.00 1100 RMT 232.00 255200.00
Providing and laying including testing Bend 90̊
16 confirming to IS specifications.) (USOR item
no 9.2 Page no 122).
Rising Main 110 mm Dia HDPE 10.0 Kg 1.00 1.00 2 each 345.00 690.00
For Distributin 90 mm Dia HDPE 6.0 Kg 4.00 4.00 8 each 199.00 1592.00
Providing and laying including testing Equal
17 Tee confirming to ISspecification.) (USOR item
no 9.4 Page no 122).
Rising Main 110 mm Dia HDPE 10.0 Kg 1.00 1.00 2 each 530.00 1060.00
For Distributin 90 mm Dia HDPE 6.0 Kg 5.00 5.00 10 each 300.00 3000.00
Providing and laying including testing Pipe end
18 confirming to IS specification.).(USOR item no
9.5 Page no 122).
For Distributin 90 mm Dia HDPE 6.0 Kg 8.00 8.00 16 each 138.00 2208.00
Providing & fixing following cast iron single air
valves, small orifice with screwed end as per IS:
14845-2000 including jointing & testing with
19
cost of jointing material and rubber insertion all
complete as per IS :13095-199140mm dia
(USOR item no 8.8 Page no 114). P.N.- 1.6
1 1 2 Each 3188.00 6376.00
Providing & Fixing of following Cast Iron
double flanged sluice valves as per IS:14846-
2000 fitted with cast iron cap including jointing
& testing with cost of jointing material such as
20
bolts, nuts, rubber insertions etc all
complete.(USOR item no 8.1 Page no 111).
P.N.- 1.6
Distribution System 80 mm diameter 10.00 11.00 21 Each 3397.00 71337.00
Providing & fixing of Cast Iron double flanged
singale door reflux (non return) values
including jointing & testing with cost of
21 jointing material such as bolts, nuts, and rubber
insertion all complete as per IS:5312 ( Part-patr-
I) PN.1.0(USOR item no 8.4 a Page no 113)
Rising Main 50 mm Dia 2.00 2.00 4 Each 1873.00 7492.00
Construction of Brick masonary valve chamber
with 20 cm thick wall in 1:6 C.M. with 12mm
thick 1:4 Cement Plaster and base course 10
cm. thick in M-15. Inside Dimensions
22
110x80x100cm M-20 RCC chamber
cover size 130x100cmx120cm including cost of
materials, labour etc. complete. (USOR Item
No.16.45 P. no. 217)
Rising Main 1.00 1.00 2 Each 4800.00 9600.00

118 | P a g e
Distrubition System 10.00 11.00 21 Each 4800.00 100800.00
Providing detachable joints to following
asbestos cement pressure pipes and fittings
including C.I. detachable joints confirming to
IS/8794/1988 with bolts, nuts and rubber rings
23
confirming to IS- 5382/85 & IS- 10292/88
manufactured by mazza process including
testing (USOR item no 5.4 Page no 77)
80 mm diameter 20 20 40 Each 318.00 12720.00
Dismenteling kharanja of any thickness in
24 cement mortar of any mix. (USOR item no 4.2 2.4 6.6 sqm 63 415.80
16.18b page no 209)
Labor only for fixing of kharanja of any
25 thickness. (USOR item no 16.19D page no 4.2 2.4 6.6 sqm 132 871.20
209)
Provision for inter connection of old to new
pipe line with excavation of trench as per
requirement/ repairing of leakage of pipe line of
any diameter & type of pipe line in muddy area
i/c searching of leakage point, dewetering the
trench, repairing the leakage laying & jointing
26 of pipe and specials, back filling the trench i/c
testing of joints cost of labour & specials such
as Djoints couplers, solvent cement etc.
complete Job work as per approved
specification and as directed by
Engineer in charge.(USOR item no 17.22 page
no 234)
50mm dia 2 2 4 Each 1350.00 5400.00
90mm dia 2 2 4 Each 1800 7200.00
Providing laying and jointing of following
galvanized Iron (MS) Pipes with specials (such
as bends, elbows, tees etc) class light, medium
& heavy including testing of joints, cost of
27
pipes, specials and jointing materials all
complete. Pipes and sockets conforming to IS-
1239/2011 Part-II (USOR item no 6.1 page no
86)
80 mm diameter 7 4 11 cum 665 7315.00
Supply & Filling moorum for pipe bedding or
28 over the pipe ( including supply of moorum )
(USOR item no 16.11a page no 208)
Distribution 54 27 81 cum 643 52083.00
providing and laying in position including
testing following cast iron flanged spigot (tail
29
piece)(USOR item no 3.11 page no 36)
80 mm diameter 20 20 40 Each 790.00 31600.00
Provision for Jointing of TW to Rising Main
with cost of Material/ specials such as GI Union
/ CI Flange, GI Reducer UPVC MTA FTA etc.
30 as perrequiement of site i/c cost of labour etc. 2 2 4 Each 2700.00 10800.00
complete as per approved specification
and as directed by Engineer in charge.(USOR
item no 17.19 page no 228)
Provision for jointing of Rising main to supmp
well/OHT and OHT to Distribution pipe line
with cost of material/specials such as Bends,
MTA as per rerquirement of site i/c cost of
31 labour with excavation, labour as per 1 1 2 Each 4500.00 9000.00
requirement complete as per approved
specification and as directed by
Engineer in charge(USOR item no 17.20 page
no 229)

119 | P a g e
Fabrication, providing and fixing of typical
information board of size 2.40 m x 1.80 m made
out as detailed below -
1. Three vertical support made out from 100
mm x 50 mm , 6.0 mm thick channel. This shall
be minimum 1.0 m below GL and 3.00 m above
GL. The Channel shall be erected on 600 mm x
600 mm x 1000 mm foundation blocks at
appropriate depth made of cement concrete
1:2:4.
2. The board shall be fabricated from 1.6 mm
32 thick MS sheet of size 2.40 m x 1.80 m, The 1 1 2 job 27000.00 54000.00
frame of board shall be fabricated with 50 mm x
50 mm x 5 thick angle with one horizontal
additional support in center with same angle.
3. Whole structure shall be painted by standard
color with lettering border, heading and logo etc
using synthetic enamel paint of superior quality
including welding, excavation, concreting ,
painting of base, border and lettering, painting
and other required details etc complete as
directed by Engineer in charge.(USOR item no
17.47 page no 7) Abdment
For connection with 20 mm dia MDPE Pipe
upto 5 meter and CONCRETE ROAD 20 18 38 No's 2830 107540.00
CROSSING is necessary.
For connection with 20 mm dia MDPE pipe
more than 5 meter & upto 10 meter and 10 9 19 No's 3020 57380.00
CONCRETE ROAD CROSSING is necessary.
For connection with 20 mm dia MDPE pipe
upto 5 meter and road crossing is not required.
54 50 104 No's 2030 211120.00
(Distribution pipe line is on the same side of
house).
For connection with 20 mm dia MDPE pipe
upto 5 meter and road (OTHER THAN 10 9 19 No's 2120 40280.00
CONCRETE ROAD) crossing is necessary.
For connection with 15 mm dia GI pipe more
than 5 meter & upto 10 meter and road
5 4 9 No's 2230 20070.00
(OTHER THAN CONCRETE ROAD) crossing
is necessary.
Desigen, construction, testing and
commissioning of GSR/Sumpwell of following
capacities with all necessary fitting and
accessories as mentioned in the relevant chapter
33 of USO-R, IS codes and departmental circulars
Complete turn key job for following caPacities
:- (PHE USOR item no. 26.2 Page No 17 )
second Ambedment E-in-C No 254 Date
06.08.2020
40 Kilo Litres Item No 26.2.1 Page no. 17 1.00 1 No 385000.00 385000.00
50 Kilo Litres Item No 26.2.1 Page no. 17 1.00 1 No 405000.00 405000.00
Design and Construction of RCC framed brick
masonry pump house over the sump with all
necessary fitting and requirement as mentioned in
relevant chapter of USOR, IS codes and
departmental guidelines. Complete turn key job.
34 This item will only be used with item no 26.2 only 1.00 1.00 2 No 85000.00 170000.00
in cases where pumphouse to be constructed above
the proposed
sumpwell.
(PHE USOR item no. 26.3 Page No 17 ) second
Ambedment E-in-C No 254 Date 06.08.2020
Supply, delivery and erection of ONLINE Senco
make silver ionization water disinfection
equipment using oligodynamic disinfection as per
standard specification. Product feasibility study
35 carried out by NEERI for the following Capacities. 1 1 2 No's 130000.00 260000.00
The life of the inbuilt electrode in these
equipments will last for the mentioned life in lakh
liters, including cost of replacement, AMC for 2
years and all taxes.(25139LPH)

120 | P a g e
36 ELECTRICAL ITEMS:
MPVVCL SOR Provision for extension of
electric power line up to tube well including
installation of suitable transformer. (The
material to be used and work to be executed
shall be as per Schedule Ref. of MPMKVVCL
SOR given below in the items. Any decrease or
increase in the work/item given in the composit
1
reference schedule item shall be payable
according to the actual execution.)
Note – The electrical items shall be taken as per
requirement of the scheme. Executive Engineer
should decide the required items and include in
this BOQ.
Cost per Km:216528 1.2 0.2 1.4 km 216528 303139.20
COMPOUND WALL & MS GATE :-
37 Construction Of Boundry wall With Details
Estimte As Below Here :-
Earth work in excavation by mechanical means
(Hydraulic excavator )/ manual means over
areas (exceeding 30cm in depth. 1.5m in width
as well as 10 sqm on plan) including dressing of
sides and ramming of bottom disposal of
1 excavated earth, lead upto 50m and lift upto 17.23 17.23 34.46 cum 116.1 4000.81
1.5m, disposed earth to be levelled and neatly
dressed. (No extra lift is payable if work is done
by mechanical means) All kinds of soil
(MPPWD SOR 2014 ITEM NO. 2.6 PAGE
NO. 22)
Earth work in excavation/ by mechanical means
(Hydraulic Excavator)/ manual means over
areas (exceeding 30 cm in depth, 1.5m in width
as well as 10 sqm on plan) including dressing of
2 sides and ramming of bottom disposal of 5.40 5.40 10.8 cum 182.70 1973.16
excavated earth, lead upto 50 m and lift upto 1.5
m, disposed earth to be levelled and neatly
dressed.Ordinary rock (MPPWD SOR 2014
ITEM NO. 2.7.1 PAGE NO. 22)
Providing and laying in position cement
concrete of specified grade excluding the cost
of centering and shuttering - All work up to
3 plinth level : -Nominal Mix -1 Cement : 3 sand 2.80 2.80 5.6 Cum 3501.00 19605.60
: 6 graded stone aggregate (M 10)
(MPPWD SOR 2014 ITEM NO. 4.1.1.4 PAGE
NO. 45)
reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding including cost of binding
4 wire up to floor two level including all wastage 980.00 980.00 1960 kg 56.61 110955.60
etc. complete.Thermo-Mechanically Treated
bars.(TMT)(MPPWD SOR 2014 ITEM NO.
5.16.6 PAGE NO.68)
Reinforced cement concrete work (with 20mm
nominal size graded stone aggregate) in walls
(any thickness), including attached pilasters,
buttresses, plinth and string courses, fillets,
columns, pillars, posts and struts etc. above
5 12.71 12.71 25.4151 Cum 4681.80 118988.42
plinth level and up to floor two level excluding
cost of centering, shuttering, finishing and
reinforcement : M 20 –Grade
Concrete (MPPWD
SOR 2014 ITEM NO. 5.2.1 PAGE NO. 65)

121 | P a g e
Providing and laying cement concrete in
retaining walls, return walls, walls (any
thickness) including attached pilasters,
columns, pillars, posts, struts, buttresses, string
or lacing courses, parapets, coping, bed blocks,
anchor blocks, plain window sills, fillets etc. up
6 1.31 1.31 2.62 cum 4659.30 12207.37
to floor two level, excluding the cost of
centering, shuttering and finishing :- With
20mm nominal size graded stone aggregate M
20 – Grade concrete - Coping
(MPPWD SOR 2014 ITEM NO. 4.2.1.2 PAGE
NO. 45)
Centering and shuttering including strutting,
propping etc. and removal of form for : Walls
(any thickness) including attached pilasters
7 butteresses, plinth beams and string courses 38.20 38.20 76.4 sqm 240.30 18358.92
etc.up to plinth level.
(MPPWD SOR 2014 ITEM NO. 5.9.2 PAGE
NO. 66)
Centering and shuttering including strutting,
propping etc. and removal of form for :-
Foundations, footings, bases of columns, etc.
8 11.40 11.40 22.8 sqm 156.60 3570.48
for concrete up to plinth level.
(MPPWD SOR 2014 ITEM NO. 5.9.1 PAGE
NO. 66)
Centering and shuttering including strutting,
propping etc. and removal of form for :-
Columns, Pillars, Piers, Abutments, Posts and
9 27.65 27.65 55.296 sqm 320.40 17716.84
Struts. for concrete in column Above plinth
level. (MPPWD SOR 2014
ITEM NO. 5.9.6 PAGE NO. 66)
Centering and shuttering including strutting,
propping etc. and removal of form for :-
Columns, Pillars, Piers, Abutments, Posts and
10 28.98 28.98 57.96 sqm 320.40 18570.38
Struts. for concrete in column Above plinth
level. (MPPWD SOR 2014
ITEM NO. 5.9.6 PAGE NO. 66)
Brick work with well brunt open bhatta, bricks,
crushing strength not less than 25kg / cm2 and
water absorpt ion not more than 20% in
superstructure above plinth level and up to floor
11 17.02 17.02 34.04 Cum 3915.00 133266.60
two level i/c curing etc complete. Cement
Mortar 1:6 (1 cement : 6 sand)
(MPPWD SOR 2014 ITEM NO. 6.6.2 PAGE
NO. 85)
12 mm cement plaster of mix :
1:6 (1 cement : 6 sand)
12 224.01 224.01 448.02 sqm 99.00 44353.98
(MPPWD SOR 2014 ITEM NO. 13.1.2 PAGE
NO. 244)
Finishing walls with Acrylic Smooth exterior
paint of required shade: New work (Two or
more coat applied @ 1.67 ltr/10 sqm over and
13 including priming coat of exterior primer 224.01 224.01 448.02 sqm 78.30 35079.97
applied @ 2.20 kg/ 10 sqm)
(MPPWD SOR 2014 ITEM NO. 13.55.1 PAGE
NO. 250)
Filling available excavated earth (excluding
hard rock/Ordinary rock) in trenches, plinth,
sides of foundations etc. in layers not exceeding
20cm in depth, consolidating each deposited
14 22.63 22.63 45.26 cum 64.80 2932.85
layer by ramming and watering, lead up to 50 m
and lift upto 1.5 m .
(MPPWD SOR 2014 ITEM NO. 2.25 PAGE
NO. 26)
Detail Estimate M.S. Gate Of Boundry wall As
38
Below Here:-

122 | P a g e
Earth work in excavation by mechanical means
(Hydraulic excavator )/ manual means over
areas (exceeding 30cm in depth. 1.5m in width
as well as 10 sqm on plan) including dressing of
sides and ramming of bottom disposal of
1 excavated earth, lead upto 50m and lift upto 2.88 2.88 5.76 cum 116.10 668.74
1.5m, disposed earth to be levelled and neatly
dressed. (No extra lift is payable if work is done
by mechanical means) All kinds of soil
(MPPWD SOR 2014 ITEM NO. 2.6 PAGE
NO. 22)
Earth work in excavation/ by mechanical means
(Hydraulic Excavator)/ manual means over
areas (exceeding 30 cm in depth, 1.5m in width
as well as 10 sqm on plan) including dressing of
sides and ramming of bottom disposal of
2 0.72 0.72 1.44 Cum 182.70 263.09
excavated earth, lead upto 50 m and lift upto 1.5
m, disposed earth to be levelled and neatly
dressed. Ordinary rock
(MPPWD SOR 2014 ITEM NO. 2.7.1 PAGE
NO. 22)
Providing and laying in position cement
concrete of specified grade excluding the cost
of centering and shuttering - All work up to
3 plinth level : -Nominal Mix -1 Cement : 3 sand 0.24 0.24 0.48 Cum 3501.00 1680.48
: 6 graded stone aggregate (M 10)
(MPPWD SOR 2014 ITEM NO. 4.1.1.4 PAGE
NO. 45)
Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
position and binding including cost of binding
wire up to floor two level including all wastage
4 97.70 97.70 195.4 kg 56.61 11061.59
etc. complete.Thermo-Mechanically Treated
bars.(TMT)
(MPPWD SOR 2014 ITEM NO. 5.16.6 PAGE
NO. 68)
Reinforced cement concrete work (with 20mm
nominal size graded stone aggregate) in walls
(any thickness), including attached pilasters,
buttresses, plinth and string courses, fillets,
columns, pillars, posts and struts etc. above
5 1.50 1.50 3 Cum 4681.80 14045.40
plinth level and up to floor two level excluding
cost of centering, shuttering, finishing and
reinforcement : M 20 –Grade
Concrete (MPPWD SOR 2014
ITEM NO. 5.2.1 PAGE NO. 65)
Centering and shuttering including strutting,
propping etc. and removal of form for : Walls
(any thickness) including attached pilasters
6 1.66 1.66 3.32 sqm 240.30 797.80
butteresses, plinth beams and string courses
etc.up to plinth level. (MPPWD
SOR 2014 ITEM NO. 5.9.2 PAGE NO. 66)
Centering and shuttering including strutting,
propping etc. and removal of form for :-
7 Foundations, footings, bases of columns, etc. 3.68 3.68 7.36 sqm 156.60 1152.58
for concrete up to plinth level. (MPPWD SOR
2014 ITEM NO. 5.9.1 PAGE NO. 66)
Centering and shuttering including strutting,
propping etc. and removal of form for :-
Columns, Pillars, Piers, Abutments, Posts and
8 Struts. for concrete in column Above plinth 4.20 4.20 8.4 sqm 320.40 2691.36
level.
(MPPWD SOR 2014 ITEM NO. 5.9.6 PAGE
NO. 66)
12 mm cement plaster of mix : 1:6 (1 cement :
9 6 sand) (MPPWD SOR 2014 ITEM NO. 13.1.2 3.15 3.15 6.3 sqm 99.00 623.70
PAGE NO.244)

123 | P a g e
Finishing walls with Acrylic Smooth exterior
paint of required shade: New work (Two or
more coat applied @ 1.67 ltr/10 sqm over and
10 including priming coat of exterior primer 3.15 3.15 6.3 sqm 78.30 493.29
applied @ 2.20 kg/ 10 sqm).
(MPPWD SOR 2014 ITEM NO. 13.55.1
PAGE NO. 250)
Filling available excavated earth (excluding
hard rock/Ordinary rock) in trenches, plinth,
sides of foundations etc. in layers not exceeding
11 20cm in depth, consolidating each deposited 2.38 2.38 4.76 Cum 64.80 308.45
layer by ramming and watering, lead up to 50 m
and lift upto 1.5 m (MPPWD SOR 2014 ITEM
NO. 2.25 PAGE NO. 26)
Structural steel work riveted, bolted or welded
in built up sections, trusses and framed work,
including cutting,hoisting, fixing in position and
applying a priming coat of approved steel
12 150.00 150.00 300 kg 61.83 18549.00
primer all complete. 3m X 1.75 m = 4.2
Sqm @33.33 Kg/Sqm = 150 Kg
(MPPWD SOR 2014 ITEM NO. 10.2 PAGE
NO. 178)
Supplying and filling in plinth with hard
muram/hard copra floors including watering
ramming cosolidating in layers not exceeding
13 19.00 19.00 38 cum 423.90 16108.20
20cm in depth and dressing complete.
(MPPWD SOR 2014 ITEM NO. 2.28 PAGE
NO. 26)
Painting with synthetic enamel paint of
approved brand and manufacture of required
colour to give an even shade: Two or more
coats on new work over an under coat of
14 10.50 10.50 21 sqm 69.30 1455.30
suitable shade with ordinary paint of
approved brand and manufacture.
(MPPWD SOR 2014 ITEM NO. 13.69.1
PAGE NO. 252)
Total Amount 6695585.01
Say Total Rs. 66.96 Lakh

Note:- 1- For any items included in the BOQ or subsequently included in the BOQ, contractor has to supply the said item as
per the make /brand as empanlled by the department, or wherever quality standards have been specified, the
contractor shall engage supplier and abide by the specified quality standards. Information in this regard may be
seen in Annexure–Y.

;fn dk;Z ds fdz;kUo;u ds nkSjku fdlh Hkh uohu vk;Ve tks fd fdlh vU; foHkkx ds ,l-vks-vkj- ¼fnukad 03
tqykbZ 2018 dh fLFkfr esa izHkkoh½ ls fy;k tk;s rks mlesa 10 izfr'kr dh dVks=h djrs gq, ml vk;Ve dk Hkqxrku fd;k tkosxkA
dk;Z dks iw.kZ djus gsrq ;fn ,sls fdlh ukWu ,l-vks-vkj- vk;Ve dk fdz;kUo;u vko';d gks ¼tks fdlh Hkh ,l-vks-vkj esa
lfEefyr u gks½ rFkk mldh njksa dk vkadyu cktkj nj ls djuk iMs rks ,sls vk;Ve ds njks dh x.kuk gsrq cktkj njksa esa djksa
dk lekos'k ugha tkosxk A fufonkdkj }kjk viuh njksa dk vkadyu mDrkuqlkj gh fd;k tkosA bl gsrq lacaf/kr foHkkxksa }kjk muds
,l-vks-vkj esa th-,l-Vh ds ifjis{; esa ;fn dksbZ la'kks/ku fd;k tkrk gS fd ,sls la'kks/ku dks yksd LokLF; ;kaf=dh foHkkx }kjk
ekU; fd;s tkus laca/kh vkns'k tkjh gksus ij gh ykxw ekuk tkosxkA

Member Secretary DWSM


Executive Engineer
Public Health Engineering Division Gwalior

124 | P a g e
SECTION 5

AGREEMENT FORM
Agreement
This agreement, made the _________________ day of ________________
between ___________________ (name and address of Employer) (hereinafter
called " the Employer) and____________________________________ (name and
address of contractor) hereinafter called "the Contractor" of the other part.
Whereas the Employer is desirous that the Contractor execute
___________________ _______________________ (name and identification number
of Contract) (hereinafter called "the Works") and the Employer has accepted the Bid by
the Contractor for the execution and completion of such Works and the remedying of
any defects therein, at a cost of Rs.______________________
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the conditions of contract hereinafter referred to
and they shall be deemed to form and be read and construed as part of this
Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor
as hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity
in all aspects with the provisions of the contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying the defects wherein
Contract Price or such other sum as may become payable under the provisions
of the Contract at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be ready and construed
as part of this Agreement viz.
i. Letter of Acceptance
ii. Contractor's Bid
iii. Condition of Contract: General and Special
iv. Contract Data
v. Bid Data
vi. Drawings
vii. Bill of Quantities and
viii. Any other documents listed in the Contract Data as forming part of the
Contract.
In witnessed whereof the parties there to have caused this Agreement to be
executed the day and year first before written.
The Common Seal of ____________________________________________
was hereunto affixed in the presence of:
Signed, Sealed and Delivered by the said ________________
__________________________ in the presence of :

Binding Signature of Employer _________________________________________


Binding Signature of Contractor _________________________________________

125 | P a g e
Annexure – Z
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
` Date:
To, ______________________
______________________
______________________
______________________

Sub: Acceptance of Terms & Conditions of Tender.


Tender Reference No: ________________________
Name of Tender / Work: -
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
_____________________________________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’
from the web site(s) namely:
https://mptenders.gov.in/nicgep/app as per your advertisement, given in the above mentioned
website(s).
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents
(including all documents like annexure(s), schedule(s), etc .,), which form part of the contract
agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too have also been
taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)
/ corrigendum(s) in its totality / entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt.
Department/Public sector undertaking.
6. I / We certify that all information furnished by the our Firm is true & correct and in the event that the
information is found to be incorrect/untrue or found violated, then your department/
organization shall without giving any notice or reason therefore or summarily reject the bid or
terminate the contract , without prejudice to any other rights or remedy including the forfeiture
of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Signature Not Verified


Digitally signed by Muneshwar Yadav
126 IST
Date: 2021.05.18 14:20:12 |Page
Location: Madhya Pradesh-MP

You might also like