SARWAHIANDMUDARIYA
SARWAHIANDMUDARIYA
SARWAHIANDMUDARIYA
Appendix 2.10
Tender Document
For Percentage Rate only in Works Departments and other Departments similar to Works
Departments(Effective from 01/01/2014)
Contract Amount
(Rs. in Figure) : Rs :- ………. Lakh
(Rs in Words) : (Rs. …………………………………) only
Online percentage rate bids for the following works are invited from registered
contractors and firms of repute fulfilling registration criteria:
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.)
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.
The procedure for participation in e-tendering is given in the Bid Data Sheet.
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.
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
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.
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.
10.3 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.
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:
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.
14.1 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.
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.
17.1 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.
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.
19.3 Finacial Documents shall be opened online at the time and date
notified. The bidder shall have freedom to witness opening of the
Finacial Documents.
19.5 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
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.
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.
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
5 Envelope-A/B
Bid Opening 15/05/2021 11:00 -
PRE-QUALIFICATIONS CRITERIA
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 :-
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 )
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.
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.
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.
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.
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) .
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.
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 )
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
42 | P a g e
Annexure – F
(See clause 3 of Section 2 -ITB)
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.
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.
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.
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.
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.
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)
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.
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)
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).
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.
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.
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)
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 :
* 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
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)
52 | P a g e
Format: I -5
(See clause 14 of Section 2 -ITB)
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______________
54 | P a g e
Annexure – K
(See clause 15 of Section 2 -ITB)
55 | P a g e
Annexure – L
(See clause 21 of Section 2 -ITB)
LETTER OF ACCEPTANCE (LOA)
To,
M/s. ___________________________
(Name and address of the contractor)
Subject: _________________________________
(Name of the work as appearing in the bid for the work)
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:
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.
Yours Faithfully
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]
* 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)
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.
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.
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
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
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 )
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.
Note : For the application of this clause, index of Bars and Rods has been chosen to
represent steel group.
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,
__________________________
_____________________________________
* 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. ...................................................
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
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. ----------------------
I have satisfied myself to best of my ability that the work has been done properly.
Date of issue
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
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
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)
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;≤
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 %&
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)
104 | P a g e
11. 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)
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
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.______________________
118 | P a g e