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

SARWAHIANDMUDARIYA

Download as pdf or txt
Download as pdf or txt
You are on page 1of 118

NIT No 01/EE/PHED/2021-22/ Shahdol, Dated 28/04/2021

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)
USOR - E in C PHED Bhopal 03/07/2018
NIT with all amendments as on Date
E-Tender No. 141160
IInd Call
Name of Work: Survey, Investigation, Design and Construction of Piped Water Supply
Scheme and Retrofitting/New Under Jal Jeevan Mission at Mudariya Tola and Sarwari Block
Jaysingnagar District Shahdol based on Tube well including installation of electric
submersible/centrifugal water motor pump, construction of R.C.C. O.H.T Village Sarwari
100 KL Staging 12M, Village Charki Dol 100 KL Staging 12M & laying and jointing of
rising main and distribution pipe line system, 100% household tap connections, construction
of pump house and electric power connection at Tube wells and sump wel including cost of
all materiall and labour with 90 Days Trial Run/Commissioning period of entire scheme.

Probable Amount of Contract -Rs 193.06 Lacs


Earnest Money (Online) -Rs 193055.00
Cost of Bid Document -Rs 12500.00
GOVERNMENT OF MADHYA PRADESH
Public Health Engineering Department

Appendix 2.10
Tender Document
For Percentage Rate only in Works Departments and other Departments similar to Works
Departments(Effective from 01/01/2014)

Office of the : Executive Engineer PHE Division Shahdol

NIT Number and Date: NIT No. 01 /EE/PHED/ 2021-22/Shahdol,


Dated 28/04/2021

Agreement Number and Date : /2021-22

Name of Work :Name of Work: Survey, Investigation, Design


and Construction of Piped Water Supply
Scheme and Retrofitting/New Under Jal Jeevan
Mission at Mudariya Tola and Sarwari Block
Jaysingnagar District Shahdol based on Tube
well including installation of electric
submersible/centrifugal water motor pump,
construction of R.C.C. O.H.T Village Sarwari
100 KL Staging 12M, Village Charki Dol 100
KL Staging 12M & laying and jointing of
rising main and distribution pipe line system,
100% household tap connections, construction
of pump house and electric power connection at
Tube wells and sump wel including cost of all
materiall and labour with 90 Days Trial
Run/Commissioning period of entire scheme.
Name of the Contractor :
……………………………………………..
Probable Amount of Contract
(Rs. in Figure) : Rs :- 19305526.00
(Rs in Words) : (Rs. One crore ninty three Lakh five
thousand five sunderd twenty six

Contract Amount
(Rs. in Figure) : Rs :- ………. Lakh
(Rs in Words) : (Rs. …………………………………) only

Stipulated Period of Completion : 09 (Nine) Months including rainy


season, thereafter Successful trial run
90 days
Appendix 2.10

Tender Document (Table of Contents)

Section No Particular Page


Section 1 NIT
Section 2 Instruction to Bidders (ITB)
Bid Data Sheet.
Annexure A to M
Section 3 Table of Clauses
Part- 1 General Conditions of Contract (GCC)
Contract Data
Annexure – N to Y
Part- II Special Conditions of Contract (SCC)
Section 4 Bill of Quantities (BOQ)
Section 5 Agreement Form
SECTION 1
Notice Inviting e-Tenders
Government of Madhya Pradesh
Public Health Engineering Department

NIT No 01/EE/PHED/2021-22/ Shahdol, Dated 28/04/2021


Online percentage rate bids for the following works are invited from registered contractors
and firms of repute fulfilling registration criteria:
S. No./ Name of Work District(s) Probable Completion
System Amount Period (months)
Tender (Rs.)
No.
141160 Survey, Investigation, Design and Shahdol 193.06 09 (Nine) Months
Construction of Piped Water Supply including rainy
Lakh
Scheme and Retrofitting/New Under Jal season, thereafter
Jeevan Mission at Mudariya Tola and Successful trial run
Sarwari Block Jaysingnagar District 90 days
Shahdol based on Tube well including
installation of electric
submersible/centrifugal water motor
pump, construction of R.C.C. O.H.T
Village Sarwari 100 KL Staging 12M,
Village Charki Dol 100 KL Staging 12M
& laying and jointing of rising main and
distribution pipe line system, 100%
household tap connections, construction
of pump house and electric power
connection at Tube wells and sump wel
including cost of all materiall and labour
with 90 Days Trial Run/Commissioning
period of entire scheme.

1. Interested bidders can view the NIT on website http://www.mpetenders.gov.in


2. The Bid Document can be purchased only online as per the key dates
mentioned in the online NIT on portal www.mpetenders.gov.in.
3. Amendments to NIT, if any, would be published on website
http://www.mpetenders.gov.in only, and not in newspapers.

Member Secreaty, DWSM and


Executive Engineer, PHE Division
Shahdol
Notice Inviting e-Tenders
Government of Madhya Pradesh
Office of Executive Engineer
P.H.E. Division, Shahdol (M.P.)

NIT No 01/EE/PHED/2021-22/ Shahdol, Dated 28/04/2021

Online percentage rate bids for the following works are invited from registered
contractors and firms of repute fulfilling registration criteria:

S. Name of Work District Probable Earnest Cost of Category of Period of


No./S Amount of Money Bid Contractor Completion (in
ystem Contract Deposit Documen Months)
Tende (Rs.) in (EMD) t (In
r No. Lakhs (Online) Rupees)
(In
Rupees)
14116 Survey, Investigation, Shahdol 193.06 193055.00 12500.00 Contractor 09 (Nine)
0 Design and Construction of registered Months
under new including rainy
Piped Water Supply centralized
Scheme and season,
single
Retrofitting/New Under Jal thereafter
registration
Jeevan Mission at Mudariya system in Successful
Tola and Sarwari Block M.P. Govt. trial run 90
Jaysingnagar District days
Shahdol based on Tube well
including installation of
electric
submersible/centrifugal
water motor pump,
construction of R.C.C.
O.H.T Village Sarwari 100
KL Staging 12M, Village
Charki Dol 100 KL Staging
12M & laying and jointing
of rising main and
distribution pipe line
system, 100% household tap
connections, construction of
pump house and electric
power connection at Tube
wells and sump wel
including cost of all
materiall and labour with 90
Days Trial
Run/Commissioning period
of entire scheme.

1. All details relating to the Bid Document(s) can be viewed and downloaded
free of cost on the websitehttp://www.mpetenders.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 through Online mode;
iii)Submit a check list; and
iv) Submit self declaration certificate.
v) Registration number or proof of application for registration and
vi) Organizational details in format given in the Bid Data Sheet.
(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 key dates 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


http://www.mpetenders.gov.in only, and not in newspaper.

Member Secreaty, DWSM and


Executive Engineer, PHE Division
Shahdol
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

4.1 The 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.

4.2 No 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
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 the Notice Inviting e-Tenders after
signing of the same by the Digital Signature of their authorized
representative.

12. DOCUMENTS COMPRISING THE BID

The bid submitted online by the bidder shall be in the following parts:
Part 1 – This shall be known as Online Mandatory Documents and would
apply for all bids. Online Mandatory Documents 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.
ii) Payment of the cost of Bid Document;
iii) Earnest Money; and
iv) An affidavit as per Annexure-B.
Part 2 – This shall be known as Online Technical Documents 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 Technical Documents shall contain a self-certified sheet duly
supported by documents to demonstrate fulfillment of pre-qualification
conditions.

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

Financial Bid shall contain financial offer in the prescribed format enclosed
with the Bid Data 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.

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 working days of the decision on the bid.

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, Mandatory
Documents should be submitted online prescribed in the Bid Data Sheet
and all Mandatory Documents should be self- attested and certified by the
bidder.

E. Opening and Evaluation of Bid

19 PROCEDURE

19.1 Mandatory Documents shall be opened first online at the time and
date notified and its contents shall be checked. In cases where
Mandatory Documents does not contain all requisite documents,
such bid shall be treated as non-responsive, and Technical and
Financial Documents of such bid shall not be opened.

19.2 Wherever Technical Documents 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
Technical Documents. Finacial Documents of bidders who are not
qualified in Technical Documents shall not be opened.

19.3 Finacial Documents shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the
Finacial Documents.

19.4 After opening Finacial Documents 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

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 impair
or harm, directly or indirectly, any party or the property of the party to
influence 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]
BID DATA SHEET
For Jal Jeevan Mission PWS Schemes
GENERAL
SR. No. PARTICULARS DATA
1 Office Inviting Tender Member Secretary, District
Water and Sanitation
Mission and Executive
Engineer PHE Division
Shahdol District Shahdol
(M.P.)
2 NIT No. 01/2021-22
3 Date of NIT 28/04/2021
4 Bid document download available from date & As per NIT
time
5 Website link https://mptenders.gov.in

SECTION 1 - NIT
CLAUSE
PARTICULARS DATA
REFERENCE
2 Portal Fees As per Website link
3 Cost of Bid Document Rs. 12500/- As per NIT
Cost of Bid Document Payable at As per Website link
Cost of Bid Document In favor of As per Website link
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'
SECTION 2 - ITB1
CLAUSE
PARTICULARS DATA
REFERENCE
1 Name of the ‘Work’ Survey, Investigation, Design and
Construction of Piped Water
Supply Scheme and
Retrofitting/New Under Jal Jeevan
Mission at Mudariya Tola and
Sarwari Block Jaysingnagar District
Shahdol based on Tube well
including installation of electric
submersible/centrifugal water
motor pump, construction of R.C.C.
O.H.T Village Sarwari 100 KL
Staging 12M, Village Charki Dol
100 KL Staging 12M & laying and
jointing of rising main and
distribution pipe line system, 100%
household tap connections,
construction of pump house and
electric power connection at Tube
wells and sump wel including cost
of all materiall and labour with 90
Days Trial Run/Commissioning
period of entire scheme.
2 Specifications As per 'Annexure – E'
3 Procedure for participation in e-tendering As per 'Annexure – F'
4 Whether Joint Venture is allowed Yes, for PAC more than Rs 1 crore
If Yes, requirement for joint Venture Annexure G
9 Pre bid meeting to be held No
If Yes, Date, Time & place -
12 Envelopes (Cover)-A containing: Online
i. Registration number or proof of
application for registration
ii. e-EMD and tender fee
iii Self Attested Affidavit
iv. Chek List as per Annexure-X
v. Organization detail
14 Envelopes (Cover)-B Technical Proposal As per Annexure - I (Format- I-1 to
I-5)
15 Envelopes (Cover)-C Financial Bid As per 'Annexure - J '/ BOQ bid
Template
Materials to be issued by the department As per 'Annexure - K'
16 Period of Validity of Bid 120 Days from the date of

1
Section 2 – Bid Data Sheet
CLAUSE
PARTICULARS DATA
REFERENCE
submission of tender.
17 Earnest Money Deposit Rs 193055/- 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 any As per SCC Clauses
Performance Security in the format As per 'Annexure- M'
Performance Security in favour of Executive Engineer PHE Division
Shahdol (M.P.)
Performance Security valid up to2 Performance Guarantee (Security)
for works shall be valid upto 3
months beyond the completion of
Defect Liability Period.
Performance Guarantee
(Security) shall be released after
successful trial run of entire
scheme.
Additional Performance Security valid up Additional Performance
to Guarantee (Security) shall be
valid upto valid Execution/
Construction period plus 03
months.
Additional Performance
Guarantee (Security) shall be
released after
Construction/Execution of work.
Annexure – A
(See clause 1,7 of Section 1 -NIT )

Key Dates

S. Works Bidder's Start Expiry/End Envelopes


No. Department Stage Date Time Date Time
Stage
1 Publishing
28/04/2021 16:00 13/05/2021 17:30
Date
2 Document
Download
/Sale – 28/04/2021 17:00 13/05/2021 17:30
Online
3 Bid Mandatory
Submission Documents may only
– online 28/04/2021 17:30 13/05/2021 17:30 be submitted On-line
at
www.mptenders.gov.in
4 NA
Pre Bid
- - - -
Meeting

5 Envelope-A/B
Bid Opening 15/05/2021 11:00 -

All mandatory documents and e-EMD should be submitted online as prescribed in


bid data sheet on or before the above key dates.
Annexure – B
(See clause 3 of Section 1 -NIT )
|| DECLARATION ||
(To be contained in Envelope A)
(Self Signed Declaration)
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-
certifiedinformation/ 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 undestand 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 3 are correct to the best of my knowledge and
belief.
Verified today _____________ (dated) at ______________ (place).
Signature with Seal of the Deponent (bidder)
Note: Self Signed Declaration in original shall reach at least one calendar day
before opening of the bid.
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 3 financial years should not
be less than 33% of the Probable Amount of Contract (PAC)
ii. Bid Capacity - Bidder shall be allotted work upto 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
and Over Head Tanks then Pre-qualification will be required. The bidder should have
executed similar items of work during the last Five financial years, which should
individually not be less than 33% of the quantity/ capacity of the items included in the
BOQ.

Note:-
If interested bidder has not executed these works (Intake well, Anicut, Treatment Plant
and Over Head Tanks), then he can submit an agreement (on Rs. 1000/- non judicial
stamp paper duly notarized) at the time of bid submission with an experienced
contractor stating that he will assist/guide the bidder to design and execute this work, if
awarded. This experienced contractor should also have a valid registration in MPPWD
centralised 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 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 RCC Over Head Tanksin 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, 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 Qualification for the work shall be as below :-

S.No. Particulars Quantity period


1 Physical qualification required yes / no
2 Earthwork
3 Concrete work
4 Any other (specify)

Note :- Above criteria are indicative, subject to suitable stipulations by the department
and specific Bid.

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

SPECIAL ELIGIBILITY CRITERIA

NIL

20 | P a g e
ANNEXURE - E
(See clause 2 of Section 2 –ITB&
Clause 10 of GCC)
Specifications
TECHENICAL SPECIFICATIONS
Name of Work :- Survey, Investigation, Design and Construction of Piped Water Supply Scheme
and Retrofitting/New Under Jal Jeevan Mission at Mudariya Tola and Sarwari Block
Jaysingnagar District Shahdol based on Tube well including installation of electric
submersible/centrifugal water motor pump, construction of R.C.C. O.H.T Village Sarwari 100
KL Staging 12M, Village Charki Dol 100 KL Staging 12M & laying and jointing of rising main
and distribution pipe line system, 100% household tap connections, construction of pump house
and electric power connection at Tube wells and sump wel including cost of all materiall and
labour with 90 Days Trial Run/Commissioning period of entire scheme.
The work includes following items :- As per BOQ
Specifications ;-
1. Bidder should follow the specifications issued by E in C PHED Bhopal in USOR for
water supply, sewerage, sewerage maintenance, drilling of tubewell etc. and other
miscellaneous works in force from 03.07.2018
2. Bidder should follow the specifications in given relevant I.S codes for work and
materials
3. Bidder should follow the specifications as may be given in writing by the Engineer-in-
charge from time to time.

WORK WISE DETAILED SPECIFICATIONS ARE AS UNDER-


I. Supply and installation of submersible/centrifugal motor pump set :-
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. It
shall be suitable to install in tubewells/sumpwell including suitable control panel and
electric cable (minimum 4 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.
I. Providing laying jointing testing and commissioning of following HDPE (6kg/sq cm)
pipe line . As per BOQ

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.
21 | P a g e
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
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 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

22 | P a g e
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, 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.
23 | P a g e
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.
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

24 | P a g e
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.
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.
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
25 | P a g e
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 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
26 | P a g e
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.
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.

27 | P a g e
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 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.
28 | P a g e
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 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 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
29 | P a g e
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.
I. Survey, Investigation, design and construction of RCC Over Head Tank (OHT) of
250KL& 75 KL capacity with 18 m staging complete (turnkey job work) .

Construction of RCC Over Head Tank:-


Design, construction, testing and commissioning of RCC over head tank of KL (As per
schedule enclosed) capacity over staging at Village Shahdol district 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 and take approval 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 :-


 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
30 | P a g e
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 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 balcony 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.
31 | P a g e
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 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.
32 | P a g e
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 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 Outlet Scour
pipe pipe pipe flow pipe pipe pipe flow pipe 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 3 Nos.
the pipes 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 completion of the tank arising
33 | P a g e
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.
a) Vertical steel in 0.8% of cross sectional area actually required and 0.3% when
columns 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 more
columns than 300 mm c/c

34 | P a g e
c) Exposed R.C.C. On both faces when thickness is 150 mm or more.
surface 2 kg/sqm in perpendiculardirection .
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.
S.No. Type of test Frequency
a) Test for initial and final setting time One test for 50 Tones or part there
as per I.S. 3536-1966 of and every change of make.
b) Test for determination of One test for 50 Tones or part there
Compressive strength of cement as of and every change of make.
per IS 3536/1966.

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.

35 | P a g e
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
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.

36 | P a g e
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.
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

37 | P a g e
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.
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.
38 | P a g e
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.
6.0
7.0
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.
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.
39 | P a g e
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) Survey, Investigation, design and construction of sumpwell.
R.C.C under ground sump well :- Design, construction, testing and commissioning of
one no. R.C.C under ground sump well of capacity of KL at village distt.Shahdol of
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. 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 of MPPKVVCo. Limited for electric work is to be followed.
Extension of electric power line connection at tubewells/sumpwelland 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)Supply and installation of prefabricated cement fiber readymade portable pump
house size 1.8m x 1.2m x 2.1 m ht.
1. Supply and installation of prefabricated cement fiber readymade portable pump house size
1.8m x 1.2m x 2.1 m ht.(max.)

40 | P a g e
2. Foundation pedestals ( 4 nos. minimum ) grouted in cement concrete 1:2:4 minimum 0.45
m below G.L.
3. Minimum plinth 150 mm above G.L.
4. M.S. angle iron frame work with pedestals, tie-members , trusses, purlins etc. All M.S./ steel
members shall be fixed using appropriate nut-bolts and hing joints.
5. The fiber cement/foam concrete (density 600 to 1000 kg/m3 ) wall pannels shall be
minimum 50 mm. A back light board ( size 60 cm x 60 cm ) shall be provided on the wall to
installed starter, fuse box etc.
6. Pump house roof slope of 15cm shall be of angle iron trusses and purlins and minimum
0.5mm thick PPGI Sheet.
7. Minimum 15 mm thick flooring of standard fiber cement board shall be provided, MOC
density not less than 1200kg/m3
8. Door shall be of 22 gauge M.S. Sheet minimum size 2.04x0.6m ht. and window shall be
minimum 0.6m x 0.3m size (of M.S.angle frame & bar grills.
9. All exposed M.S. members shall be painted with enamel paint over a priming coat of
redoxide primer.
10. All required components of pump house shall be transported to the site by the
supplier making his own arrangements. Installation work shall be done by the supplier using
all good practices of construction and fabrication at the site in the specified village, including
transportation and all required labour work, consumables etc to complete the installation of
pump house at the specified site. An appropriate size hole/duct shall be provided in the floor
for electric cable access from tube well to pump house.
(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) Specifications for ELECTROCHLORINATOR
ELECTROCHLORINATION PROCESS:-
• Electro chlorination is the name given to process whereby an electrical current is used to
convert sodium chloride solution to sodium hypochlorite or chlorine.
• In practice a number of electrodes are normally connected together to form an electrolyser
assembly.
• Brine solution passes through the Our electrolyser cells where it is electrochemically
transformed into sodium hypochlorite (NaOCl).
• The overall reaction, sustained by electrical energy, is as follows:
• 2NaCl (salt) + H2O (water) + Energy = NaOCl (hypo) + NaCl ( salt ) + H2 ( hydrogen )

Automatic EC 10000 Liter Per Hour


1 Capacity 10000 LPH
2 Hypo Output Gm/Hr 10 gm/hr
3 Power Supply 12V 4 Amp
4 Rated DC Amp Output 4A
5 Expected Operating Amp 3.8A
6 Designed Hypo strenght Gm/Ltr 6

41 | P a g e
7 Reference Cell 1
8 Microprocessor 1
9 Dosing Pump 6 lph 5.5Kg/cm2 pressure
10 Brine Pump flow Ltr/min 5-10 lpm
11 Hypo pump flow ltr/min 9-14 lpm
12 No of cell 1
13 Volume salt tank 100 ltr
14 Hypo storage tank 25 ltr

(x) Successful Trail-Run:-


After completion of all works ,testing/commissioning of pipe water supply scheme,
contractor shall complete successful trail-run of scheme for 90 days
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 completion of the scheme.

42 | P a g e
Annexure – F
(See clause 3 of Section 2 -ITB)

Procedure for participation in e-tendering

1. Registration of bidders on e-tendering System:

All the PWD registered bidders are already registered on the new e-procurement
portal https://www.mptenders.gov.in,The user id will be the contractor Id
provided to them from MP Online. The password for the new portal has been
sent to the bidders registered email ID. for more details may contact helpdesk
phone numbers are available on website.

2. Digital Certificate:

The bids submitted online should be signed electronically with a Class III Digital
Certificate to establish the identity of the bidder submitting the bid online. The
bidders may obtain Class III Digital Certificate issued by an approved Certifying
Authority authorized by the Controller of Certifying Authorities, Government of
India. A Class III Digital Certificate is issued upon receipt of mandatory identity
proofs along with an application. Only upon the receipt of the required
documents, a Digital Certificate can be issued. For details please visit
cca.gov.in

Note:

i. It may take upto 7 working days for issuance of Class III Digital Certificate;
hence the bidders are advised to obtain the certificate at the earliest. Those
bidders who already have valid Class III Digital Certificate need not to obtain
another Digital Certificate for the same.

The bidders may obtain more information and the Application Form required to
be submitted for the issuance of Digital Certificate from the cca.gov.in.

ii. Bids can be submitted till submission end date. Bidder will require digital
signature while bid submission.

The digital certificate issued to the Authorized User of a Partnership firm / Private
Limited Company / Public Limited Company and used for online biding will be
considered as equivalent to a no-objection certificate / power of attorney to that
user.

In case of Partnership firm, majority of the partners have to authorize a specific


individual through Authority Letter signed by majority of the partners of the firm.

In case of Private Limited Company, Public Limited Company, the Managing


Director has to authorize a specific individual through Authority Letter. Unless the
certificate is revoked, it will be assumed to represent adequate authority of the
specific individual to bid on behalf of the organization for online bids as per
Information Technology Act 2000. This Authorized User will be required to obtain

43 | P a g e
a Digital Certificate. The Digital Signature executed through the use of Digital
Certificate of this Authorized User will be binding on the firm. It shall be the
responsibility of Management / Partners of the concerned firm to inform the
Certifying Authority, if the Authorized User changes, and apply for a fresh Digital
Certificate for the new Authorized User.

3. Set Up of Bidder's Computer System:

In order for a bidder to operate on the e-tendering System, the Computer System
of the bidder is required to be set up for Operating System, Internet Connectivity,
Utilities, Fonts, etc. The details are available at https://www.mptenders.gov.in

4. Key Dates:

The bidders are strictly advised to follow the time schedule (Key Dates) of the
bid on their side for tasks and responsibilities to participate in the bid, as all the
stages of each bid are locked before the start time and date and after the end
time and date for the relevant stage of the bid as set by the Department.

5. PREPARATION AND SUBMISSION OF BIDS:

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

6. Purchase of Bid Document

The Bid Document is available free of cost for study and the interested
/participating bidders shall purchase the Document online (through the e-
payment gateway). For purchasing of the bid document bidders have to pay
Service Charge online ONLY which is Rs. [as per Bid Data Sheet]. Cost of bid
document is separately mentioned in the Detailed NIT. The Bid Document shall
be available for purchase to concerned eligible bidders immediately after online
release of the bids and up to scheduled time and date as set in the key dates.

The payment for the cost of bid document shall be made online through
Debit/Credit Card, Net banking or NeFT Challan through the payment gateway
provided on the portal.

7. Withdrawal, Substitutation and Modification of Bid

Bidder can withdraw and modify the bid till bid submission end date.

44 | P a g e
Annexure – G
(See clause 4 of Section 2 -ITB)
JOINT VENTURE (J.V.)
(For PAC more than Rs. 01 Crores)

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:

45 | 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
Mandatory Doc (and uploaded online scanned copy) alongwith joint venture
agreement.

46 | 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 of
Registration System of Govt. of M.P. or proof 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: _____________

47 | P a g e
Annexure – I
(See clause 14 of Section 2 -ITB)
Envelope – A
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 labs Annexure –I
(Format: I-4)
5 List of Key equipments/ machines for construction work Annexure –I
(Format: I-5)

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

48 | P a g e
Format: l-1
(See clause 14 of Section 2 -lTB)

FINANCIAL & PHYSICAL EXPERIENCE DETAILS

A. Financial Requirement :
Average annual turnover of the bidder during the last 3 financial years should not
be less than 33% of the Probable Amount of Contact (PAC).

To be filled in by the contractor :

l. Details of successfully executed similar works shall be furnished in the following format.
ii. Certiflcate duly signed by the employer not below the rank of Executive Engineer shall
also be enclosed for each executed similar work.

Agreement Name Date of Date of Completion Amount of Contract Employer's


Number & of Work As per Actual Year-1 Year-2 Year-3 Total Name and
Date Work Order Agreement Date Address
of
completion

Existing commitments - (value of 'C' for Bid Capacity formula )


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

Physical Requirement:
Execution of similar items of work during the last 3 financial years should not be less than the minimum
physical requirement fixed for the wor'k.

S Particulars Actual Quantity Executed (To be filled in by the contractor)

1 physical qulification Year-1 Year-2 Year-3


requirement
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 3 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.

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

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 n by the contracltor:

Financial Year Turnover


1
2
3

Note:
Audited balance sheet includ ing all related notes, and income statements duly certified by
Charted Accountant for the above flnancial years to be enclosed.

Bid Capacity

Appricants who meet the minimum qualifying criteria in rhe evaruarion as stated above are
to be evaluated further for bid capacity as under :

Bid Capacity = (2.0 A X B) - C


Where
A = Maximum turnover in any one year during the last three financial year
(10% weightage per year shafi be given to bring the.varue of wor (executed at
present price level)

B = Proposed contract period* in years.

C = Amount of work in hand at present.

* lf the contract period is less than 1 year, then for the purpose of calculating bid capacity, the
contract period shall be taken as 1 year.

50 | 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

Key Position
Qualification

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

51 | 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

52 | 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. Name of Equipment/ Quantity Name of Equipment/ Quantity
No. Machinery Machinery

As per provisions in works department manual / circulars

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

FINANCIAL BID
(To be Contained in Envelope-C)

NAME OF WORK :- Survey, Investigation, Design and Construction of Piped Water Supply
Scheme and Retrofitting/New Under Jal Jeevan Mission at Mudariya Tola and Sarwari Block
Jaysingnagar District Shahdol based on Tube well including installation of electric
submersible/centrifugal water motor pump, construction of R.C.C. O.H.T Village Sarwari 100
KL Staging 12M, Village Charki Dol 100 KL Staging 12M & laying and jointing of rising main
and distribution pipe line system, 100% household tap connections, construction of pump house
and electric power connection at Tube wells and sump wel including cost of all materiall and
labour with 90 Days Trial Run/Commissioning period of entire scheme.
I/We hereby bid for the execution of the above work within the time specified at
the rate (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 Service Tax (G.S.T.) to be levied on
works/service contracts.
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

54 | 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----

55 | 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

Member Secreaty, DWSM and


Executive Engineer, PHE Division
Shahdol

56 | 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.

57 | 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

58 | 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.
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.

59 | P a g e
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.
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.
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
60 | P a g e
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,
(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 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.

61 | P a g e
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.
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.

62 | P a g e
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 liquadated 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 Liquated Damages
either suo-motto or on a written request of the contractor. 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.
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

63 | P a g e
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
20.1All such items which are not included in the priced BOQ shall be treated as extra items.
21 Payments for Variations and / or Extra Quantities
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 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.
64 | P a g e
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.
(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
25.1 The rates quoted by the Contractor shall be deemed to be inclusive of levies,
duties, cess, toll, taxes of Central and State Governments, local bodies and
authorities but exclusive of Goods and Service Tax (G.S.T.) to be levied on
works/service contracts.
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;
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.
65 | P a g e
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.
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 Applicability
1. Price adjustment shall be applicable only if provided in the Contract Data.
2. The price adjustment clause shall apply only for the works executed from the date of
signing of the agreement until the end of the initial intended completiondate or
extensions granted for reasons attributed to the Employer by the Engineer.
3. The Contractor shall not be entitled to any benefit arising from the price adjustment
clause for extension in the contract period for reasons attributed to the Contractor.
4. In the Force Majeure event the price escalation clause shall apply.
31.2 Procedure
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.
2. The price adjustable shall be determined during each quarter from the formula given in
the contract data.
3. Following expression and meaning are assigned to the work done during
eachquarter:

66 | P a g e
R = Total value of work during the quarter. It would include the amount of secured advance
granted, if any, during the quarter, less the amount of secured advance recovered, if
any during the quarter, less value of material issued by the department, if any, during
the quarter.
4. Weightages of various components of the work shall be as per the Contract Data.
31.3 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
prices included in the contract shall be deemed to include amounts to cover the
contingency of such other rise or fall in costs.
31.4 The index relevant to any quarter, for which such compensation is paid, shall be the
arithmetical average of the indices relevant of the calendar month.
31.5 For the purpose of clarity it is pointed out that the price adjustment may be either
positive or negative, i.e. if the price adjustment is in favour of the Employer, the same
shall be recovered from the sums payable to the Contractor.
32. Mobilization and Construction Machinery Advance
32.1 Payment of advances shall be applicable if provided in the Contract Data.
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.
(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.

67 | P a g e
(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 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 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
68 | P a g e
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.

---

69 | P a g e
CONTRACT DATA
For Jal Jeevan Mission PWS Schemes
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 commissioning- 06 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 Shahdol
Employer/Engineer-phone, Fax, e- (M.P.)
mail Email- eephedshd@nic.in
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 Shahdol Circle Shahdol
Appellate Authority for deciding Chief Engineer
dispute under Dispute Resolution Public Health Engineering Department
System Shahdol Zone Shahdol
13 Period for submission of updated Initial work program shall be submitted within
construction program 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 minimum
submitting construction program Rs. 5,000/- per month.
in the prescribed period

70 | P a g e
GCC Particulars Data
Clause
14 Competent Authority for granting Up to one month - Executive Engineer. More
Time Extension 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 minimum
laboratory Rs. 10,000/- per month.
18 Defect Liability Period 12 Months After Successful Trial-Run Period
21 Competent Authority for As given below
determining the rate

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


lacaf/kr [k.M 10% rd c<+h ek=k;saA
2 v/kh{k.k ;a=h vuqcaf/kr dk;Z dh ek=k ls :- 20-00 yk[k rd fdUrq dqy :- 20-00 yk[k rd fdUrq dqy
lacaf/kr e.My 20% rd c<+h ek=k;sa ykxr iz'kkldh; Lohd`fr dh jkf'k ykxr iz'kkldh; Lohd`fr dh
vf/kdre :- 20-00 yk[k rd ls 10% vf/kd u gksA jkf'k ls 10% vf/kd u gksA
fdUrq dqy ykxr iz'kkldh;
Lohd`fr dh jkf'k ls 10%
vf/kd u gksA
3 eq[; vfHk;ark laiw.kZ vf/kdkj ¼iz'kkldh; laiw.kZ vf/kdkj ¼iz'kkldh; Lohd`fr laiw.kZ vf/kdkj ¼iz'kkldh;
lacaf/kr ifj{ks= Lohd`fr dh jkf'k ls 10% dh jkf'k ls 10 % vf/kd jkf'k dh Lohd`fr dh jkf'k ls 10%
vf/kd jkf'k dh lhek esa½ lhek esa½ vf/kd jkf'k dh lhek 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 (Security) Performance Guarantee (Security) for works
shall be valid up to shall be valid upto 3 months beyond the
completion of Defect Liability Period.
Performance Guarantee (Security) shall be
released after successful 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

71 | P a g e
GCC Particulars Data
Clause
Construction/Execution of work.
30 Security Deposit (SD) to be At the rate of 5%. SD deducted during excution
deducted from each running bill 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 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 Machinery
Construction Machinery Advance Advance Payable.
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 ---% of
advance payment that can be contract amount.
paid. 2. Construction Machinery advance- Not more
than ---% of contract amount.
(NOT APPLICABLE)
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

72 | P a g e
GCC Particulars Data
Clause
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.
(NOT APPLICABLE)
33 33.1 Secured Advance Applicable No Secured Advance Payable.
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 the
advances. Engineer in Charge. (NOT APPLICABLE)
32.3 If yes, Conditions for secured a) The materials are in-accordance with the
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, PHED
Shahdol Circle Shahdol
73 | P a g e
GCC Particulars Data
Clause
39 Salient features of some of the As per Annexure-W
major labour laws that are
applicable
41 Competent Authority Chief Engineer, Shahdol Zone Shahdol PHED

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

Strata Chart

GL GL

Soft rock 2.00m


mMm

Hard rock 1.0m

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

Note : - In case the NIT has more than one scheme, the milestones would be considered
seperately on a per scheme basis.

76 | 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.

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

List of Equipment for Quality Control Lab

Nil

78 | P a g e
ANNEXURE - R
(See clause 31 of Section 3 -GCC )
Price Adjustment
sel has been chosen to represent fuel and lubricants group.
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.
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
79 | P a g e
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 Die

80 | 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.

81 | 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.
(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.
82 | P a g e
(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 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.
(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.

83 | 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 : …………………........……………………………
UsedMB 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

Member Secreaty, DWSM and


Executive Engineer, PHE Division
Shahdol

84 | 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 : ………………………………………………
UsedMB 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

Member Secreaty, DWSM and


Executive Engineer, PHE Division
Shahdol

85 | 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.
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.

86 | P a g e
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
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.

87 | P a g e
Annexure – X

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 %&

Online Attached
(Yes/No)
1- vkWu ykbu 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
¼As per Annexure B½
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-1OR
As per Annexure C-If interested bidder has not executed
these works (Intake well, Anicut, Treatment Plant and Over
Head Tanks), then submit
1. an agreement (on Rs. 1000/- non judicial stamp paper duly
notarized) at the time of bid submission with an
experienced contractor stating that he will assist/guide the
bidder to design and execute this work, if awardedwith
2. Registration proof of experienced contractor in MPPWD.
3. Experience Certificate of experienced contractor
7. Envelope-C

fufonkdkj ds lhy lfgr gLrk{kj


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

88 | P a g e
Annexure – Y
List of Preferred (Empanelled) Makes/Brands As On 30.07.2020
S. Item/Component Make /Brand
No.
1 VT and Centrifugal Kirloskar /Jyoti / Mather+Platt/ WPIL / Becon Weir
Pumps / Flowmore Ltd. Gudgaon / Crompton Grieves /
Falcon/ CRI/ Texmo or equivalent
2 Electric Motors Kirloskar /Jyoti / Crompton Grieves / ABB /
Marathon / BHEL / Siemens / Bharat Bijlee or
equivalent
3 Power Transformers ABB/Crompton Grieves/ Emco/ Siemens / Shriram
Switchgears / Vardhman Electro-Mech Pvt. Limited
/ Star Delta Transformers Limited / MPPVVCL
approved make or equivalent
4 DI Pipes Electrosteel / Jindal / Tata / Electrotherm/ Jai
Balaji Industries/ Rashmi Metaliks /
Srikalahasthi Pipes / Electrosteel Steel Limited
or Equivalent
5 HDPE Pipes Reliance/Duraline/ Jain Irrigation / Sangir/Kisan
& specials Irrigations and Infastructure / Time Technoplast/
Signet Industries / Ori Plast/ Kataria Plastics /
Kriti Industries / The Supreme Industries /
Makknow Industries / Texmo Pipes &Products /
Apollo Pipes / Vishal pipes/ Vectus Industries/
Parixit Irrigation / Sagar Polytecnic / Nimbus
Pipes /Tufropes Pvt. Ltd./ Godavari Polymers/
Shree TNB Polymers Ltd./ VEEKAY PLAST/
Miraj Pipes and Fittings Pvt. Ltd./ Delight
Enterprises Pvt .Ltd./ Kothari Agritech Pvt. Ltd./
Tijaria Polypipes Ltd./ Kisan Mouldings
Ltd./Tirupati Structurals Ltd. Or Equivalent
6 Sluice Valves/Scour Kirloskar/IVC/VAG/IVI/Fouress /Sachdeva Metal
Valves/ Butterfly Works/ Jupiter Engineering Co/ G.M. Engineering
Valves / Non Return Pvt. Ltd./G.M.DALUI & Sons Pvt Ltd/ R&D
Valves / Kinetic Air Multiples (Metal cast) Pvt Ltd/ Kartar Valves Pvt
valves Ltd/ Shiva Industries/ R S Valves and Products/
Durga Valves Pvt Ltd/ AVK Valves India Pvt Ltd/
McWane India Pvt Ltd/ Sigma Flow Control India
Ltd or equivalent
7 Valve Actuators Auma/ Rotork/ Limitork or Equivqlent
8 Hydraulically Operated VAG/ Darling Muesco/ Singer Or Equivalent
Flow Cum Pressure
Control Valves
9 Zero Velocity Valve Vardhman Electromech/ Flownix Valves or
equivalent
10 Single Faced Sluice JASH/VAG/Kirloskar or equivalent
Gates
11 Water Hammer control Sureseal or equivalent
Devices
12 Electromaganatic Flow Emerson/ Krohne Marshall/ Yokogawa/
Meter Siemens /Endress+Hauser(India)/ITRON
89 | P a g e
India/Nivo Controls or equivalent
13 Electromaganatic Flow Endress+Hauser(India)/ITRON India/Nivo
Meter, Water Meter, Controls or equivalent
Items For
Instrumentation /
Automation
14 Woltman type Bulk Zenner/Itron/Elster/Minol or equivalent
water meters
15 DI/CI Fitting & Kiswok/Electrosteel/Kejriwal / M/s R.G.Industries/
specials Kartar Valves Pvt Ltd/ Jindal saw Ltd/
Chandranchal Enterprises pvt Ltd/ Truform Techo
Products Ltd or equivalent
16 Dismantling/Expansion Anup Engg./ Lone Star/ Vedanta/ Precise Or
Joints Equivalent
17 HDPE Fittings Kimplas/ George ficher/ Glynwed/ Frialen/
(Compression fittings, Trustlene/ GPS/ Durafuse/ Al-Aziz Plastics/ AIVA
tapping Saddles, Engineering Pvt Ltd/ Lesso Buildtech pvt Ltd/
Electrofusion Couplers) Bentlay Fittings Pvt Ltd/ TEGA MUHENDISLIK
SANAYI VE TICARET A.S.Turkey Or Equivalent
18 Float valves to control Shiva Industries Or Equivalent
the overflow from
ESR/GSR
19 D.I.Double Flanged Sachdeva Metal Works/ SRIKALAHASTHI PIPES/
Pipe Delight Enterprises Pvt Ltd Or Equivalent
20 Steel for TATA,RINL,SAIL/shri Bajrang Power and Ispat Ltd
Reinforcement Or Equivalent make of approved as prime
manufacturer by ministry of steel authority of India
as annual report Or Equivalent

90 | P a g e
91 | P a g e
92 | P a g e
93 | P a g e
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.

94 | P a g e
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 djsaxAs
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
95 | P a g e
iksVZy ds 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¡ '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 ;fn 'kklu }kjk bl 'kqYd esa
dksbZ ifjorZu fd;k tkrk gS rks ,slh ifjfLFkfr esa vuqca/k ds le; izpfyr njksa ij
LVkEi 'kqYd izHkkfjr gksxkA

96 | P a g e
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
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;(
97 | P a g e
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(
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-3 dh dafMdk 21 ds
vuqlkj fd;k tk;sxkA fufonkdkj }kjk ;kstuk dh uohu Design izLrqr djus ij
mPpLrjh; Vadh dh {kerk esa dksbZ Hkh ifjorZu ugha fd;k tk ldsxkA fufonkdkj
}kjk bl izdkj ;kstuk dh uohu Design izLrqr 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
98 | P a g e
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
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 ds SOR es 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 Drawings rhu 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/Brand dh lkexzh dk gh mi;ksx fd;k
tk;sxkA lwphc) esd@czkaM dh lkexzh miyC/k u gkssus dh fLFkfr esa fufonkdkj
Engineer-in-Charge dks 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
99 | P a g e
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 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 %&

1- IykfLVd ikbZi& ,p-Mh-ih-bZ] ,e- lsUVªy baLVhV~;wV vkWQ IykfLVd


Mh-ih-bZ-] lh-ih-Ogh-lh] vks-ih-Ogh-lh- bathfu;fjax ,.M VsDuksykWth ¼flisV½
ikbZi 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 es- ,l-th-,l- bafM;k izk-fy- eqEcbZ
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

100 | P a g e
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
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"kZ dh 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 Centage rFkk Transpotation Charge ;fn dksbZ gks rks mudk Hkqxrku Bsdsnkj
dks ugha fd;k tk;sxkA
101 | P a g e
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 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

102 | P a g e
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
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 %&

(Providing/ Procurment)

(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 Cutting dh 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 Cutting dh fLFkfr u gks%& vk;Ve nj dk
Laying/Jointing rd dk dk;Z iw.kZ djus ijA 30 izfr'kr
After Testing & Commissioning :-
(a) ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %& vk;Ve nj dk
Testing & Commissioning iw.kZ djus ijA 15 izfr'kr
(b) ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr gks %& vk;Ve nj dk
Testing & Commissioning ,oa Road Restoration 15 izfr'kr
(Making good the same) dk dk;Z iw.kZ djus ijA
(c) ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr u gks%& vk;Ve nj dk
103 | P a g e
Testing & Commissioning ,oa ikbZi ykbZu VSaªp dh 5 izfr'kr
Backfill dk dk;Z iw.kZ djus ijA
After Successful Trial-Run of Entire Scheme :-
(a) ikoj iai@VªkalQkeZj LFkkiuk laca/kh dk;Z %& vk;Ve nj dk
Testing & Commissioning iw.kZ djus ijA 5 izfr'kr
(b) ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr gks %& vk;Ve nj dk
Testing & Commissioning ,oa Road Restoration 5 izfr'kr
(Making good the same) dk dk;Z iw.kZ djus ijA
(c) ikbZi ykbZu dk;Z tgk¡ Road Cutting dh fLFkfr u gks%& vk;Ve nj dk
Testing & Commissioning ,oa ikbZi ykbZu VSaªp dh 5 izfr'kr
Backfill dk 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
66- mijksDr izko/kku fufonkdkj ds Cash Flow dks 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/installation dk 07 fnol esa izkjaHk djs ;fn fufonkdkj }kjk ek=
lkexzh dk iznk; fd;k tkrk gS vkSj mldk laying/jointing/installation dk 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 Item dk 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.

104 | P a g e
11. After Successful Trial-Run of Entire Scheme 5% 100%

68- vkjlhlh laiosy@th,lvkj ds BOQ Item dk Payment 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 %&
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.

105 | P a g e
Rate of House hold Connection shall be taken from second
Amendment of USOR issued by EnC order No 06.08.2020
Section 4
PUBLIC HEALTH ENGINEERING DEPARTMENT
BILL OF QUQNTITIES (RETROFITTING WORK)

VILLAGE - SARWARI BLOCK JAISINHG NAGAR


BILL OF QUANTITY
S.No. Particulars Qty Unit Rate Unit
1 2 3 5 4 5
1 Provision for survey and investitation of 1 No 15000.00 15000.00
Retrofitting pwss including making of DPR & iec
work in 6 copies of DPR
2 supply & erection of readymade mini pump house ( 2 Each 13500.00 27000.00
control panel box) GI sheet of 18 gauge of size 90
cm x 90 cm x 60 cm with 40 x 40 x 5 mm angle Iron
frame to fix it 450 mm below ground level with hold
fasts grouted in foundation and 600 mm above
ground level for clearance suitable for fixing of
control panel, fuse unit main switch etc. as per
approved specification.
3 Supplying of Energy efficiant five star BEE rating ISI 2 Each 45020.00 90040.00
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, single phase preventer, connections,
including clamps, bore cap etc. as required as per
specifications but excluding pipe and connection
cable.
5 H.P. with 10 to 11 stages, Head Mt. 101-40
Discharge LPM 60-270
Ref- As per Item No. 24.20.106(III)/267

4 Providing and supply of 50 mm dia medium class - 140 Mts 285.00 39900.00
ISI marked galvanised mild steel tubes. ERW, HFW,
type screwed in 3 mtr. length, IS -1239 (part - i)
2004 with upto date amendments with ISI marked
heavy duty long seamless socket on one end with
each pipe and the other end protected with plastic
thread protector including transportation upto site
of work complete.
5 Providing and fixing of 4 sqmm ISI marked PVC 150 Mts 167.00 25050.00
insulated
three core flat copper cable.

106 | P a g e
6 Design, construction, testing and commissioning of 100000 Each 14.58 1458000.00
RCC over head tank of 100 KL capacity over 12 M
staging 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, MS gate in ladder turnkey job .
7 Provision for Construction of RCC Framed brick 57 Mts 4539.00 258723.00
masonary 1.75 mts Hight Boundary wall Based ib
RCC footing foundation .
8 Provision for fabricated MS Gate with RCC columns 1 Each 22986.00 22986.00
of size 3.00X1.mts
9 Providign,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 pipe
by heating to the ends of pipe with the help of
Teflon coated electric mirror / heator to the
required tempreture & then pressing the ends
together each other to form a monolithic & leak
proof joint by thermosetting process.It may be
required to be done with jacke/Hydraulic jacks /
But fusion machine .( 50 mm & above fusion jointed
& below 50 mm mechanical jointed )

Pumping Main
90 MM Dia 6kg/cm2 Pumping Main 500 Mts 232.00 116000.00
Gravity Main
90mm Ø HDPE 6 kg/CM2 6400 Mts 232.00 1484800.00
110 mm Ø HDPE 6 kg/CM2 1800 Mts 388.00 698400.00
125mm Ø HDPE 6 kg/CM2 1200 Mts 451.00 541200.00
140mm Ø HDPE 6 kg/CM2 1000 Mts 563.00 563000.00
160mm Ø HDPE 6 kg/CM2 0 Mts 753.00 0.00
10 Providing laying and jointing of 80 mm galvanized 20 Mts 665.00 13300.00
Iron (MS) Pipes with specials (such as bends,
elbows, tees etc) class light, medium & heavy
including testing of joints, cost of pipes, specials and
jointing materials all complete. Pipes and
socketsconforming to IS-1239/2011 Part- II
11 Providing and laying Bend 90 confirming to IS
specification
90 MM Dia 6kg/cm2 Pumping Main 2 Each 308.00 616.00
Gravity Main
107 | P a g e
90mm Ø HDPE 6 kg/CM2 5 Each 199.00 995.00
110 mm Ø HDPE 6 kg/CM2 4 Each 264.00 1056.00
125mm Ø HDPE 6 kg/CM2 3 Each 379.00 1137.00
140mm Ø HDPE 6 kg/CM2 2 Each 514.00 1028.00
160mm Ø HDPE 6 kg/CM2 0 Each 737.00 0.00
12 Providign & laying Bend 45 confirming to IS
Specifications
90mm Ø HDPE 6 kg/CM2 4 Each 210.00 840.00
110 mm Ø HDPE 6 kg/CM2 3 Each 312.00 936.00
125mm Ø HDPE 6 kg/CM2 2 Each 434.00 868.00
140mm Ø .HDPE. 6kg/sqcm 0 Each 633.00 0.00
160mm Ø .HDPE. 6kg/sqcm 0 Each 913.00 0.00
13 Providing and laying Equal Tee confirming to IS
specification
90mm Ø HDPE 6 kg/CM2 8 Each 300.00 2400.00
110 mm Ø HDPE 6 kg/CM2 4 Each 439.00 1756.00
125mm Ø HDPE 6 kg/CM2 3 Each 485.00 1455.00
140mm Ø .HDPE. 6kg/sqcm 1 Each 663.00 663.00
160mm Ø .HDPE. 6kg/sqcm 0 Each 957.00 0.00
14 Providign & laying Reducer confirming to IS
Specifications
110 mm Ø HDPE 6 kg/CM2 5 Each 127.00 635.00
125mm Ø HDPE 6 kg/CM2 2 Each 133.00 266.00
140mm Ø .HDPE. 6kg/sqcm 2 Each 158.00 316.00
160mm Ø .HDPE. 6kg/sqcm 0 Each 206.00 0.00
15 Providign & laying End Cap confirming to IS
Specifications
90mm Ø HDPE 6 kg/CM2 38 Each 105.00 3990.00
16 Providing and Fixing of DI sluice valve PN-10 as per
approved specification for Distribution system
80 mm dia (PN-10) 8 Each 6486.00 51888.00
100 mm dia (PN - 10 ) 6 Each 8717.00 52302.00
150 mm dia (PN - 10 ) 0 Each 13296.00 0.00
17 Providing & fixing following cast iron double
flanged single door reflux (non return) valves
including jointing & testing with cost of jointing
material such as bolts,nuts and rubber insertion all
complete as per IS :5312 (Part I)
100 mm DIA 2 Each 3745.00 7490.00
19 Providing and laying in position following hdpe
flanged tail pieces suitable for 6, 8 and 10Kg./Sq.
cm. Pressure pipes. Ref.- Item No. 7.7 P.No. 107
90 mm dia 8 Each 65.00 520.00
110 mm dia 4 Each 128.00 512.00
140 mm dia 4 Each 204.00 816.00
20 Construction of Brick mansory valve chamber with 10cm 14 Each 4800.00 67200.00
thick M-10 PCC i/c 20 cm thick wall in 1:6 CM with thick
1:4 Cement plaster.Inside Dimensions 60x90x100cm M-
20 RCC chamber cover size 130X100 cm 10 cm thick, as
per approved specification.

108 | P a g e
21 Earth work in excavation by mechanical means
(Hydraulic exavator)/manual means over areas
(exceeding 30 cm in depth,1.5 m in width as well as
10 sqm on plan) i/c disposal of exacavated
earth,lead upto 50 m & lift upto 1.5 m ,disposed
earth to be leveled & neatly dressed. All kind of soil
All kind of soil 5886 Cum 140.00 824040.00
22 Earth work in excavation by mechanical means
(Hydraulic exavator)/manual means over areas
(exceeding 30 cm in depth,1.5 m in width as well as
10 sqm on plan) i/c disposal of exacavated
earth,lead upto 50 m & lift upto 1.5 m ,disposed
earth to be leveled & neatly dressed.Soft rock with
or without blasting or bituminous
pavement/cement concrete road.
(a) In ordinary or soft rock with or without blasting 587 Cum 255.00 149685.00
or bituminus pavement / cement concrete road.
23 Demolishing cement concrete manually / by 24 Cum 745.00 17880.00
mechanical means including disposal of material
within 50 m lead as per direction of engineer-in-
charge
24 Cutting of Bituminous road and making good the 3.00 Cum 2121.00 6363.00
same including supply of extra quantities of
materials i.e. aggregate, moorum screening and
labour required including compaction inlayer by
appropriate methods.
25 Providing & laying mechnically cement concrete 20
mm maximum size graded crushed stone including
cost of centering & shuttering.
(a) In plinth foundation (i) 1:2:4 (M-15) 24.00 Cum 4661.00 111864.00
26 Filling available excavated earth in trenches lead 6473 Cum 24.00 155352.00
upto 50 m & lift upto 1.5 m in all king of soil
excluding watering & ramming
27 Provision for Jointing of TW to Rising Main with 2 Job 2700.00 5400.00
cost of Material/ specials such as GI Union / CI
Flange, GI Reducer UPVC MTA FTA etc. as per
requiement of site i/c cost of labour etc. complete
as per approved specification and as directed by
Engineer in charge.
28 Provision for jointing of Rising main to supmp 1 no 4500.00 4500.00
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 labour with
excavation, labour as per requirement complete as
per approved specification and as directed by
Engineer in charge.

109 | P a g e
29 Providing and making consumer House connection
(Functional House Hold connection ) From MDPE
Pipe with the electrofusion machine i/c all labour
and material such as electrofusion saddle brass
ferrule (not less than 100 gms in weight)/MDPE
ferrule/flow control valve, double compression
elbow, male female threaded adoptor with metal
insert, sockets, MDPE Unions, 20 mm dia GI union,
15 mm dia (medium class), brass/SS tap etc. all
complete and all fittings/material shall be
complying wih the relavent BIS Codes, rates also
include excavation cutting of road if required,
refilling the trenches and restoration of road wih
minimum M-20 (1:1.5:3) grade CC or equivalant of
existing CC cutting for providing tap connection
(which ever is richer ) construction of platform and
grouting of circular post neat finish as per the
drawing attached testing all complete items .
a For connection with 20 mm dia MDPE pipe more 67 Each 3020.00 202340.00
than 5 mts and up to 10 mts concreat road crossing
is necessary .
b For connection with 20 mm dia MDPE pipe up to 5 150 Each 2030.00 304500.00
mts concreat road crossing is Required
.(Distribution pipe line is the same side of house)
c For connection with 20 mm dia MDPE pipe more 270 Each 2230.00 602100.00
than 5 mts and up to 10 mts where road crossing is
necessary other than concrete road
30 Drilling of Horizontal / Inclined / Vertical bore hole 2 Each 908.00 1816.00
of 115 mm diameter inside existing dug well up to
desired depth with insertion of suitable perforated
PVC/HDPE/ G.I..Pipe provided by department in all
types of strata i.e. Soil, Rock, Hard Rock including all
works pertaining to drilling such as transportation,
installation and removal of drilling machine in side
dug well etc. complete.
31 Provision of extension of electric power line up to 1 job 496000.00 496000.00
Tube-Wells & Sumpwell including services
connectionsof E/I
32 Labour only for lowering of three phase 2 Each 2156.00 4312.00
submersible pumping set in the tube well with pipe
line assembly,electrical cable, testing etc. complete
including connecting the electrical cable from pump
& starter Above 3-5 HP - Depth up to 150 mtr.
.
33 Provision For Earthing Plate as per 1s:3043 with Gi 2 Each 5000.00 10000.00
Earth Plate Works Near Pump house With Earthing
Plate Gi Wire including all Material with labour
work
34 Provision For Wooden Electri Board with all 2 Each 3000.00 6000.00
Complete Fittings Size 3'x2' main switch grip 63
amp labour work

110 | P a g e
36 1 Each 119000.00 119000.00
Providing Electro Chlorinator based water purifier
capicity 10000 LPH of Approved Make electronically
regulated Doser type Chlorinator using sodium Hypo
Chlorite (NaOCl) and installation including all cost
and necessary fittings and connections as required and
carriage cost etc. all complete as per direction of E/l.
37 Providing and fixing of typical information board made 1 Job 17036.00 17036.00
of 75mm square or 75mm dia circular steel tube of 12
SWG 3.2 mts hight and cross member 2 Nos. 1m long.
Fixed with Angle iron 50X50X5 mm MS Angle on the
back side 2 Nos. vertifcal and 4 Nos. horizontqal . it is
mounted by 2 plates of 1.6 mm thick and size 900X750
mm the pipe shall be erracted on 600X600X750 mm
foundation blocks at appropriatd depth made of cc
1:2:4 Painted by standard color with lettering, border,
heading and logo etc. using sinthetic 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 .
Total Rs. 8591272.00

111 | P a g e
Mudariya Tola
BILL OF QUANTITY
S.No. Particulars Qty Unit Rate Unit
1 2 3 5 4 5
1 Provision for survey and investitation of Retrofitting 1 No 15000.00 15000.00
pwss including making of DPR & iec work in 6 copies of
DPR
2 supply & erection of readymade mini pump house ( 2 Each 13500.00 27000.00
control panel box) GI sheet of 18 gauge of size 90 cm x
90 cm x 60 cm with 40 x 40 x 5 mm angle Iron frame to
fix it 450 mm below ground level with hold fasts
grouted in foundation and 600 mm above ground level
for clearance suitable for fixing of control panel, fuse
unit main switch etc. as per approved specification.
3 Supplying of Energy efficiant five star BEE rating ISI 2 Each 45020.00 90040.00
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, single
phase preventer, connections, including clamps, bore
cap etc. as required as per specifications but excluding
pipe and connection cable.
5 H.P. with 10 to 11 stages, Head Mt. 101-40 Discharge
LPM 60-270
Ref- As per Item No. 24.20.106(III)/267
4 Providing and supply of 50 mm dia medium class - ISI 120 Mts 285.00 34200.00
marked galvanised mild steel tubes. ERW, HFW, type
screwed in 3 mtr. length, IS -1239 (part - i) 2004 with
upto date amendments with ISI marked heavy duty
long seamless socket on one end with each pipe and
the other end protected with plastic thread protector
including transportation upto site of work complete.
5 Providing and fixing of 4 sqmm ISI marked PVC 140 Mts 167.00 23380.00
insulated three core flat copper cable.
6 Design, construction, testing and commissioning of 100000 Each 14.58 1458000.00
RCC over head tank of 100 KL capacity over 12 M
staging 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, MS gate in ladder turnkey job .
7 Provision for Construction of RCC Framed brick 57 Mts 4539.00 258723.00
masonary 1.75 mts Hight Boundary wall Based ib RCC
footing foundation .
112 | P a g e
8 Provision for fabricated MS Gate with RCC columns of 1 Each 22986.00 22986.00
size 3.00X1.mts
9 Providign,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 pipe by
heating to the ends of pipe with the help of Teflon
coated electric mirror / heator to the required
tempreture & then pressing the ends together each
other to form a monolithic & leak proof joint by
thermosetting process.It may be required to be done
with jacke/Hydraulic jacks / But fusion machine .( 50
mm & above fusion jointed & below 50 mm mechanical
jointed )
Pumping Main
90 MM Dia 6kg/cm2 Pumping Main 1000 Mts 232.00 232000.00
Gravity Main
90mm Ø HDPE 6 kg/CM2 9840 Mts 232.00 2282880.00
110 mm Ø HDPE 6 kg/CM2 2400 Mts 388.00 931200.00
125mm Ø HDPE 6 kg/CM2 1600 Mts 451.00 721600.00
140mm Ø HDPE 6 kg/CM2 640 Mts 563.00 360320.00
160mm Ø HDPE 6 kg/CM2 320 Mts 753.00 240960.00
10 Providing laying and jointing of 80 mm galvanized Iron 50 Mts 665.00 33250.00
(MS) Pipes with specials (such as bends, elbows, tees
etc) class light, medium & heavy including testing of
joints, cost of pipes, specials and jointing materials all
complete. Pipes and socketsconforming to IS-
1239/2011 Part- II
11 Providing and laying Bend 90 confirming to IS
specification
90 MM Dia 6kg/cm2 Pumping Main 2 Each 308.00 616.00
Gravity Main
90mm Ø HDPE 6 kg/CM2 5 Each 199.00 995.00
110 mm Ø HDPE 6 kg/CM2 4 Each 264.00 1056.00
125mm Ø HDPE 6 kg/CM2 3 Each 379.00 1137.00
140mm Ø HDPE 6 kg/CM2 2 Each 514.00 1028.00
160mm Ø HDPE 6 kg/CM2 1 Each 737.00 737.00
12 Providign & laying Bend 45 confirming to IS
Specifications
90mm Ø HDPE 6 kg/CM2 6 Each 210.00 1260.00
110 mm Ø HDPE 6 kg/CM2 3 Each 312.00 936.00
125mm Ø HDPE 6 kg/CM2 2 Each 434.00 868.00
140mm Ø .HDPE. 6kg/sqcm 1 Each 633.00 633.00
160mm Ø .HDPE. 6kg/sqcm 1 Each 913.00 913.00
13 Providing and laying Equal Tee confirming to IS
specification
90mm Ø HDPE 6 kg/CM2 9 Each 300.00 2700.00
110 mm Ø HDPE 6 kg/CM2 5 Each 439.00 2195.00
125mm Ø HDPE 6 kg/CM2 3 Each 485.00 1455.00
140mm Ø .HDPE. 6kg/sqcm 1 Each 663.00 663.00
160mm Ø .HDPE. 6kg/sqcm 1 Each 957.00 957.00

113 | P a g e
14 Providign & laying Reducer confirming to IS
Specifications
110 mm Ø HDPE 6 kg/CM2 5 Each 127.00 635.00
125mm Ø HDPE 6 kg/CM2 2 Each 133.00 266.00
140mm Ø .HDPE. 6kg/sqcm 1 Each 158.00 158.00
160mm Ø .HDPE. 6kg/sqcm 1 Each 206.00 206.00
15 Providign & laying End Cap confirming to IS
Specifications
90mm Ø HDPE 6 kg/CM2 42 Each 105.00 4410.00
16 Providing and Fixing of DI sluice valve PN-10 as per
approved specification for Distribution system

80 mm dia (PN-10) 8 Each 6486.00 51888.00


100 mm dia (PN - 10 ) 4 Each 8717.00 34868.00
150 mm dia (PN - 10 ) 2 Each 13296.00 26592.00
17 Providing & fixing following cast iron double flanged
single door reflux (non return) valves including
jointing & testing with cost of jointing material such as
bolts,nuts and rubber insertion all complete as per IS
:5312 (Part I)

100 mm DIA 2 Each 3745.00 7490.00


18 Providing & fixing following cast iron single acting air 1 Each 3007.00 3007.00
valves, large orifice with screwed end as per IS :
14845-2000 including jointing & testing with cost of
jointing material and rubber insertion all complete as
per IS :13095-1991 (25 mm dia Class P.N-1.6
Ref.- Item No. 8.10 P.No. 115

19 Providing and laying in position following hdpe flanged


tail pieces suitable for 6, 8 and 10Kg./Sq. cm. Pressure
pipes. Ref.- Item No. 7.7 P.No. 107

90 mm dia 8 Each 65.00 520.00


110 mm dia 4 Each 128.00 512.00
140 mm dia 4 Each 204.00 816.00
20 Construction of Brick mansory valve chamber with 14 Each 4800.00 67200.00
10cm thick M-10 PCC i/c 20 cm thick wall in 1:6 CM
with thick 1:4 Cement plaster.Inside Dimensions
60x90x100cm M-20 RCC chamber cover size 130X100
cm 10 cm thick, as per approved specification.

21 Earth work in excavation by mechanical means


(Hydraulic exavator)/manual means over areas
(exceeding 30 cm in depth,1.5 m in width as well as 10
sqm on plan) i/c disposal of exacavated earth,lead upto
50 m & lift upto 1.5 m ,disposed earth to be leveled &
neatly dressed. All kind of soil

All kind of soil 7992 Cum 140.00 1118880.00

114 | P a g e
22 Earth work in excavation by mechanical means
(Hydraulic exavator)/manual means over areas
(exceeding 30 cm in depth,1.5 m in width as well as 10
sqm on plan) i/c disposal of exacavated earth,lead upto
50 m & lift upto 1.5 m ,disposed earth to be leveled &
neatly dressed.Soft rock with or without blasting or
bituminous pavement/cement concrete road.
(a) In ordinary or soft rock with or without blasting or 888 Cum 255.00 226440.00
bituminus pavement / cement concrete road.
23 Demolishing cement concrete manually / by 24 Cum 745.00 17880.00
mechanical means including disposal of material
within 50 m lead as per direction of engineer-in-
charge
24 Cutting of Bituminous road and making good the same 3.78 Cum 2121.00 8017.38
including supply of extra quantities of materials i.e.
aggregate, moorum screening and labour required
including compaction inlayer by appropriate methods.
25 Providing & laying mechnically cement concrete 20
mm maximum size graded crushed stone including
cost of centering & shuttering.
(a) In plinth foundation (i) 1:2:4 (M-15) 25.00 Cum 4661.00 116525.00
26 Filling available excavated earth in trenches lead upto 8880 Cum 24.00 213120.00
50 m & lift upto 1.5 m in all king of soil excluding
watering & ramming
27 Provision for Jointing of TW to Rising Main with cost of 2 Job 2700.00 5400.00
Material/ specials such as GI Union / CI Flange, GI
Reducer UPVC MTA FTA etc. as per requiement of site
i/c cost of labour etc. complete as per approved
specification and as directed by Engineer in charge.
28 Provision for jointing of Rising main to supmp 1 no 4500.00 4500.00
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 labour with excavation,
labour as per requirement complete as per approved
specification and as directed by Engineer in charge.
29 Providing and making consumer House connection
(Functional House Hold connection ) From MDPE Pipe
with the electrofusion machine i/c all labour and
material such as electrofusion saddle brass ferrule (not
less than 100 gms in weight)/MDPE ferrule/flow
control valve, double compression elbow, male female
threaded adoptor with metal insert, sockets, MDPE
Unions, 20 mm dia GI union, 15 mm dia (medium
class), brass/SS tap etc. all complete and all
fittings/material shall be complying wih the relavent
BIS Codes, rates also include excavation cutting of road
if required, refilling the trenches and restoration of
road wih minimum M-20 (1:1.5:3) grade CC or
equivalant of existing CC cutting for providing tap
connection (which ever is richer ) construction of
platform and grouting of circular post neat finish as per
the drawing attached testing all complete items .

115 | P a g e
a For connection with 20 mm dia MDPE pipe more than 150 Each 3020.00 453000.00
5 mts and up to 10 mts concreat road crossing is
necessary .
b For connection with 20 mm dia MDPE pipe up to 5 mts 249 Each 2030.00 505470.00
concreat road crossing is Required .(Distribution pipe
line is the same side of house)
30 Drilling of Horizontal / Inclined / Vertical bore hole of 2 Each 908.00 1816.00
115 mm diameter inside existing dug well up to
desired depth with insertion of suitable perforated
PVC/HDPE/ G.I..Pipe provided by department in all
types of strata i.e. Soil, Rock, Hard Rock including all
works pertaining to drilling such as transportation,
installation and removal of drilling machine in side dug
well etc. complete.
31 Provision of extension of electric power line up to 2 job 465701.00 931402.00
Tube-Wells & Sumpwell including services
connectionsof E/I
32 Labour only for lowering of three phase submersible 2 Each 2156.00 4312.00
pumping set in the tube well with pipe line
assembly,electrical cable, testing etc. complete
including connecting the electrical cable from pump &
starter Above 3-5 HP - Depth up to 150 mtr.
.
33 Provision For Earthing Plate as per 1s:3043 with Gi 2 Each 5000.00 10000.00
Earth Plate Works Near Pump house With Earthing
Plate Gi Wire including all Material with labour work

34 Provision For Wooden Electri Board with all Complete 2 Each 3000.00 6000.00
Fittings Size 3'x2' main switch grip 63 amp labour
work
35 Providing and Installation of automatic water level 1 Each 7200.00 7200.00
controller (Auto switch off) with accessories i/c labour and
material etc. complete, as per approved specification and
directed by Engineer in charge.
36 1 Each 119000.00 119000.00
Providing Electro Chlorinator based water purifier capicity
10000 LPH of Approved Make electronically regulated
Doser type Chlorinator using sodium Hypo Chlorite
(NaOCl) and installation including all cost and necessary
fittings and connections as required and carriage cost etc.
all complete as per direction of E/l.

116 | P a g e
37 1 Job 17036.00 17036.00
Providing and fixing of typical information board made of
75mm square or 75mm dia circular steel tube of 12 SWG
3.2 mts hight and cross member 2 Nos. 1m long. Fixed
with Angle iron 50X50X5 mm MS Angle on the back side
2 Nos. vertifcal and 4 Nos. horizontqal . it is mounted by 2
plates of 1.6 mm thick and size 900X750 mm the pipe
shall be erracted on 600X600X750 mm foundation blocks
at appropriatd depth made of cc 1:2:4 Painted by standard
color with lettering, border, heading and logo etc. using
sinthetic 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 .
Total Rs. 10714254.38

Executive Engineer
Public Health Engg.Department
Division Shahdol
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-2.

Executive Engineer
Public Health Engg.Department
Division Shahdol M.P.

117 | 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 _________________________________________

118 | P a g e

You might also like