designing, detail engineering, construction and
TRANSCRIPT
“Designing, Detail Engineering, Construction and
Commissioning of 15MLD Water Treatment Plant at Housing
Board - Porvorim on Turnkey Basis, including Operation &
Maintenance for a period of 5 years.’’
I N D E X
Sr.
No
CHAPTER PARTICULARS PAGE NO.
1 I PRESS NOTIFICATION
2 II NOTICE INVITING TENDER
3 III TENDER FORM
4 IV SCOPE OF WORK
5 V INSTRUCTIONS TO TENDERER
6 VI LUMP SUM TENDER AND
CONTRACT FOR WORKS
7 VII SPECIAL CONDITIONS OF
CONTRACT
8 VIII PRICE BID *
9 IX PROJECT DETAILS
10 X DATA SHEETS
11 XI LIST OF DRAWINGS
12 XII PROFORMAE AND FORMATS
13 XIII ANNEXURES
* Chapter VIII “PRICE BID” is issued separately to be filled & enclosed in envelope
“
GOVERNMENT OF GOA
OFFICE OF THE EXECUTIVE ENGINEER,
WORKS DIVISION XVII (PHE-N),
PUBLIC WORKS DEPARTMENT (P.W.D.)
ALTO-PORVORIM GOA.
Email:[email protected]
CHAPTER 01
PRESS NOTIFICATION
Tender Notice No. PWD/DXVII (PHE-N)/ASW/ F.24-E/ 23 /2018-19 Dated 13.07.2018
The Executive Engineer, Works Division XVII (PHE-N), PWD, PORVORIM – Goa, invites on
behalf of Governor of Goa, online lumpsump tender on “Turnkey Basis” in two sealed cover
system (Technical bid & Financial bid) from the approved and eligible contractors registered in
appropriate class and category of Goa PWD/ Other states / CPWD/ MES/ Railways , P &T.
The Technical Bid shall be opened on 06/08/2018 in the office of the Superintending Engineer,
Circle Office V, Altinho Panaji Goa for the following work :-
Name of the work :- Designing, Detail Engineering, Construction and Commissioning of
15MLD Water Treatment Plant at Housing Board - Porvorim on
Turnkey Basis, including Operation & Maintenance for a period of 5
years.
I. DETAILS OF TENDER: Amount put to tender Rs.24,27,70,452.00 (including GST)
a. Earnest Money Deposit : Rs. 34,27,705.00
b
. b. Cost of Tender document : Rs. 6,000.00
c
. c. e-Tender Processing Fee : Rs. 4,000.00
Mode of Payment towards EMD, the Tender Document & Tender Processing Fee:
shall be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card
facility/net banking with pre-printed challans available on e-tendering website and directly
credit the amount to account as generated by challans& upload the scanned copy of
NEFT/RTGS/OTC/debit card/credit card facility/net bankingChallan along with the bid. Bank
guarantyshall also be scanned and submitted along with the bid. The contractors shall
produce solvency certificate issued by any schedule bank or nationalized bank of
Rs.9,71,08,181.00
d. Time Limit: 360 days ( Including monsoon period)
Bidding Documents can be downloaded online from the website: www.tenderwizard.com/GOA
by the Societies / Contractors registered on the portal. As the Bids that are to be submitted are
required to be encrypted and digitally signed, the Bidders are advised to obtain Digital
Certificate, the Bidders may contact the helpdesk of e-Tender at Goa.
II. KEY DATES
Sr
no Department Stage Contractor Stage Start Date Expiry Date
1 Release of Tender 13/07/2018, 15:00 hrs 24/07/2018, 17:00 hrs
2
Download of
Tender
Documents
16/07/2018, 15:00 hrs 24/07/2018, 17:00 hrs
3 Pre- Bid Meeting 26/07/2018 at 11:00
hrs
4
Online Bid
preparation &
submission(Techn
ical & Financial
bid)
16/07/2018 at 17:00
hrs
31/07/2018 at 17:00
hrs
5
Manual
Submission of
Technical
Documents
31/07/2018 at 17:00
hrs
02/08/2018 at 17:00
hrs
6 Opening of Technical
Bid
06/08/2018 after 11:00
hrs in the office of The
Superintending
Engineer, Circle V,
PWD, Altinho –
Panaji, Goa.
7 Financial Bid
Opening date shall be
intimated to the
successful bidders
whose technical
proposal is accepted
by post & email.
III. Components of the scheme
The various treatment units will consists of
1. Raw-water pumps and pump house for pumping Raw-water to Pressure Filters.
2. Pressure filters with shed.
3. Chlorine contact tank and Clear water Reservoir
4. Clear water pumps and pump house
5. Lamella clarifier for Recirculation of waste water.
6. Chemical House
7. Chlorine shed
8. Administrative Building
9. Electrical Substation.
10. Operation and maintenance of the Scheme.
11. Allied Works.
Treated water will be pumped through the proposed pumping lines to various existing GLRs
and OHRs in Porvorim from where it will be supplied through the existing distribution network.
IV. Estimated Cost
Estimated Cost of the work is approximately Rs. 24,27,70,452.00
V. Eligibility criteria for issue of Tender Form.
1. Average annual financial turnover during the last 3 years ending 31-03-2018 should be
more than Rs. 24,27,70,452/-,
2. Experience of having successfully completed similar works in during last 7 years ending
last day of month previous to the one in which applications are invited should be either
of the following.
a. Three similar completed works each costing not less than the amount equal to
Rs. 9,71,08,181.00
Or
b. Two similar completed works each costing not less than the amount equal to
Rs. 14,56,62,271.00
Or
c. One similar completed work costing not less than the amount equal to Rs.
19,42,16,362.00
3. Similar work means construction of Water Treatment Plant having capacity atleast 12
MLD or more of any Government /Semi Government / Autonomous bodies/ Public
Sector under taking.
4. Contractor should have bank solvency certificate of Rs. . 9,71,08,181.00
5. The contractor should not have incurred any loss in more than two years during the last
five years ending 31st March 2018.
Only those tenderers who believe can fulfill the eligibility criteria stipulated in para (V)
above need to apply.
VI. Document Submission
The online application should accompany the following documents (Scan and Upload
on the e-Tender website):
a
.
Attested copy of valid documents pertaining to eligibility criteria.
b
.
The applicant should upload the scanned copy of the declaration in prescribed
format (Annexure A - chapter No. 2 at 1.2.6) giving the names of the works in hand
in the above mentioned category on stamp paper of `50/-
Contractor should furnish documents as under:-
1. Name and Address
2. Name of Authorised representative of the contractor along with Power of Attorney on
stamp paper of Rs. 100 value.
3. Contractors information i.e. landline, mobile number, email address, fax no.
4. Balance sheet and profit/loss statement for the years 2013-14, 2014-15 2015-16,2016
– 17 and 2017-18 ending 31 March2018 duly attested by Chartered Accountant.
5. Registration certificates with various Government departments.
6. Attested copy of PAN Card
7. Turnover Certificate attested by Chartered Accountant.
8. GST registration certificate and details about filing of returns till date of submission.
9. Attested copy of appropriate (no limit) valid Registration Certificate as contractor in
government departments.
VII. Proof Consultants
Proof Consultants for the work shall be Appointed.
VIII. Third Party Inspection Agency
Third Party inspection agency for the work shall be M/s. RITES.
IX. Validity
Validity of the tender shall be 150 days from the date of opening.
X. EMD
EMD of lowest contractor will be retained as part security deposit for thetender. EMD
of non eligible contractor shall be returned
XI. Submission of tender
The submission of offer by the tenderer shall be in two separate envelopes
superscribed Envelope – I: Technical Bid & Envelope II: Financial Bid.
Envelope I shall contain,
1. Earnest Money Deposit
2. Tender documents with all data sheet duly filled in and signed on all the pages by
tenderers authorized signatory.
3. Technical proposals, details of mechanical works, instrumentation and schematic
layout fitting in the site plan etc.
4. Detailed programme of work.
5. List of personnel with credentials and list of machinery proposed to be deployed
by the firm for the present work.
6. Company’s profile with list of works completed and works in hand indicating status
of each work and completion cost.
7. Attested completion certificates issued by the client for satisfying experienced
criteria referred at (II) above. The completion certificates should mention actual
time of completion, capacity and type of water treatment plant indicating the
incorporated treatment units, salient technical features.
8. Attested copy of valid documents pertaining to eligibility criteria
9. Balance sheet and profit/loss statement for the years 2013-14, 2014-15, 2015-16
,2016 – 17 and 2017-18 ending 31 March2018 duly attested by Chartered
Accountant.
Envelope II shall contain, price bid Chapter VIII enclosed with the tender document
duly filled and signed on all the pages by authorized signatory.
Note:-
a) Price bids are to be submitted mandatory online and shall not be accepted in
any physical form.
b) The Tender Document Fee, eTender Processing Fee and EMD shall be
opened online and if found proper, the Technical Bid shall be opened in the
presence of such contractors who choose to be present. It is mandatory to
submit the Technical Bid physically & online. The Financial bid shall be opened
only if the tenderers meet the qualification criteria as per the Bid document.
The date of opening of Financial Bid shall be intimated to the eligible bidders.
13) Instructions to tenderers
1. NIT& Prequalification can be seen on any working day during office hours in office of
the undersigned.
2. Conditional tenders will not be entertained & are liable to be rejected.
3. The undersigned reserves the right to reject any tender or all the tenders without
assigning any reason thereof.
4. Tender from the society shall be consider on production of resolution and duly attested
by register of the society of the authorised person.
5. Incomplete application will not be responded to and no correspondence,
communications will be entertained.
6. Joint Venture is not allowed.
7. The tenderer who does not deposit Tender Document Fee, eTender Processing Fee
and Earnest Money against the work in the prescribed
form shall be liable for rejection even though the contractor meets eligibility criteria.
8. The jurisdiction of court will be at Panaji Goa.
9. The tender of the bidder who does not satisfy the qualification criteria in the bid
documents are liable to be rejected summarily without assining any reason and no
claim whatsoever on this account will be considered.
10. The bid for the work shall remain open for acceptance during the bid validity period to
be reckoned from the date of opening. If any bidder/ tenderer withdraws his bid/ tender
before the said period or makes any modifications in the terms and conditions of the
bid, the said earnest money shall stand forfeited. Bids would require to be valid for 150
days from the date of bid opening.
11. Notice Inviting Bid as published in newspapers shall not form part of NIT/ Bid
document which is as below. :-
Tender Notice No. /DXVII (PHE-N)/ASW/ F.24-E/ 23 /2018-19, Dated 13.07.2018
The Executive Engineer, Works Division XVII (PHE-N), PWD, PORVORIM – Goa, invites
on behalf of Governor of Goa, online lump sump Tender on “Turnkey Basis” in two sealed
cover system (Technical bid & Financial bid) from the approved and eligible contractors
registered in appropriate class and category of Goa PWD/ Other states / CPWD/ MES/
Railways , P &T, so as to reach in the office of the Superintending Engineer, Circle Office V,
Altinho Panaji Goa for the following work :-
Name of the work: - Designing, Detail Engineering, Construction and Commissioning of
15MLD Water Treatment Plant at Housing Board - Porvorim on
Turnkey Basis, including Operation & Maintenance for a period of
5 years.
Tender will be released for downloading from 16/07/2018 to 24/07/2018
For and On Behalf of Government of Goa
The bid forms and other details can be obtained from the website :
www.tenderwizard.com/GOA
14. CONDITION OF E-TENDERING
Instruction to Contractor on Electronic Tendering
a) These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.
b) All the Contractors intending to participate in the tenders process Online, are required to
get registered on the Electronic Tendering System on the Portal:
www.tenderwizard.com/GOA. For more details, please see the information in
Registration link on the home page.
c) Bid for a particular tender may be submitted only using the digital Certificate.
In case of online tendering, if the digital certificate issue to the authorized user of a
firm is used for signing and submitting a bid it will be considered equivalent to a no-
objection certificate/power of attorney to that User. The firm has to authorize a specific
individual via an authorization certificate signed by all partners to use the digital
certificate as per Indian Information Technology Act 2000. Unless the certificates are
revoked, it will be assumed to represent adequate authority of the user to bid on behalf
of the firm for tenders as per Information Technology Act 2000. The digital signature of
this authorized user will be binding on the firm. It shall be the responsibility of
management / partners of the registered firms to inform the certifying authority of Sub /
Certifying Authority, if the authorized user changes, and apply for a fresh digital
certificate and issue a 'authorization certificates' for the new user. The procedure for
application of a digital certificate will remain the same for the new user.
The same procedure holds true for the authorized users in a private/Public limited
company. In this case, the authorization certificate will have to be signed by the directors
of the company.
d) Online Viewing of Detailed Notice Inviting Tenders:
The contractors can view the detailed N.I.T and the time schedule (Key Dates) for all the
packages floated using the electronic tendering system on the website
www.tenderwizard.com/GOA
e) Purchase of Tender Documents:
Download of Tender Documents: The tender documents can only be downloaded from the
Electronic Tendering System on the Portal:
www.tenderwizard.com/GOA
f) Submission of online Bids:
Submission of bids will be preceded by submission of the digitally signed bid as stated in
the tender time schedule (Key Dates) of the Tender.
g) Key dates
The contractors are strictly advised to follow dates and times as indicated in the Notice
Inviting Tenders. The date and time will be binding on all contractors. All online activities
are time tracked and the system enforces time locks that ensure that no activity or
transaction can take place outside the start and end dates and time of the stage as
defined in the Notice Inviting Tenders.
h) The Price Bid has to be submitted mandatory online shall not be accepted physically
under any circumstances.The intending Contractors shall fill in the Lumpsum rate in the
online templates in of the online tender.
i) The Technical Bid Documents should be submitted on line as well as it should be put in
separate sealed envelopes and this sealed envelopes together with the documents
listed as above should be sealed in another cover and delivered to the office the
Superintending Engineer, Circle Office V, P.W.D., Altinho Panaji Goa, before the date
and time mentioned in the Tender Notice.
Tender must strictly abide by the stipulations set forth in detailed notice inviting tenders
while tendering for the work; the tenderer shall adopt only the two envelope system.
j) The tenders which are not accompanied by the Earnest Money or proof of earnest money
or do not strictly follow the technical requirement, are liable to be rejected summarily.
k) Tenders/quotations which are dependent upon the quotations of another tender shall be
summarily rejected.
Annexure -20A.13.2
(New Annexure as per OM/MAN/224B)
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR
TENDERING FORMING PARTY OF TENDER DOCUMENT
The Executive Engineer, Works Division XVII (PHE-N), PWD, Alto-Porvorim Goa on
behalf of Governor of Goa, hereby invites Online tenders in the Website:-
www.etender.goa.gov.in OR www.tenderwizard.com/GOAas mentioned below on ‘Lump-sum
basis’ from the approved and eligible contractors registered in appropriate class and category of
Goa PWD/Other State/CPWD/MES/Railways, P&T up to 17.00 hours on 31/ 07/ 2018 for the
work of “Designing, Detail Engineering, Construction and Commissioning of 15MLD Water
Treatment Plant at Housing Board - Porvorim on Turnkey Basis, including Operation &
Maintenance for a period of 5 years.”.Information and Instructions for bidders posted on website
shall form part of tender document.
1 The tender document consisting of specifications, the schedule of work giving brief
description of schedule of work of various types of items to be executed and the set of
terms and conditions of the contract to be complied with and other necessary documents
can be seen and downloaded from Website:- www.etender.goa.gov.in OR
www.tenderwizard.com/GOAfree of cost.
2 Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process
as per details available on the website.
3 The intending bidder must have valid digital signature to submit the bid.
4 On opening date, the contractor can login and see the bid opening process, After opening
of bids he will receive the competitor bid sheets.
5 Contractor can upload documents in the form of JPG format and PDF format.
6 The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.
CONTRACTOR EXECUTIVE ENGINEER WDXVII (PHE-N) PWD
PORVORIM GOA
C H A P T E R – I I
N O T I C E I N V I T I N G T E N D E R S
GOVERNMENT OF GOA
Division: XVII PUBLIC WORKS DEPARTMENT
CPWD-6 FOR e-Tendering (Modified)
1. Percentage rate tenders are invited on behalf of Governor of Goa from approved
and eligible contractors of Goa PWD dealing with roads/buildings/water supply for
the work of “Designing, Detail Engineering, Construction and
Commissioning of 15MLD Water Treatment Plant at Housing Board -
Porvorim on Turnkey Basis, including Operation & Maintenance for a
period of 5 years.”
The enlistment of the contractors shall be valid on the last date of submission of
tenders. In case the last date of submission of tender is extended, the enlistment of
contractor should be valid on the original date of submission of tender.
1.1 The work is estimated to cost Rs. 242770452.00 (Basic cost including GST) Refer
tender Notice for further details. This cost is for reference only. And the contractor
shall quote as per prevailing market rates and according to their design.
The contractor shall quote the tender including GST @ 12% which is
applicable on Government Work Contract.
1.2.1 The agency will be eligible for tendering the work in each Class and Category only
if the Estimated cost put to tender and the total tender values of all the works in hand
(Plan works) (to be physically completed) at the time of submission of application for
tender is within the limits as prescribed in the format below.
Class of
contractor
Tendering limit (in lakhs)
(as per Enlistment Rules)
Permissible limit of total tendered
value of works in hand (in Lakhs)
(I) (II) (III)
I A No Limit No Limit
1.2.2 The tender of the contractor who quotes for a work for which he is otherwise
found ineligible under clause 1.2.1 above shall be rejected even if he is lowest and his
EMD will be forfeited.
1.2.3 The contractor is required to provide information of works in hand (i.e. to be
physically completed) as per below format which shall be submitted by the contractor
on Rs. 100/- Stamp Paper.
1.2.4Any contractor found to have provided wrong information shall be liable to be
‘Black listed’.
2 Agreement shall be drawn with the successful tenderer on prescribed CPWD Form
No. PWD 12 (or other standard Form as mentioned). Tenderers shall quote their
rates as per various terms and conditions of the said form which will form part of
the Agreement.
3 The time allowed for carrying out the work will be 360days including monsoon
from the tenthday after the date of written orders to commence the work.
4 The site for the work is available.
5 The Tender documents consisting of plans, NIT, specifications, the schedule of
quantities of the various classes of items to be executed, drawings and the set of
I B 200 800
II 45 180
III 15 60
IV 4.5 18
V 1.5 6
Name of Work
Division under which work is being executed
Date of start of work
Stipulated dated of
completion
Agreement value
Cumulative agreement
value 1 2 3 4 5 6
‘Terms & conditions of contract’ to be complied with and other necessary
documents can be seen in the division office or on the website
http://www.tenderwizard.com/goa, free of cost.
6 After submission of the tender the contractor can re-submit revised tender any
number of times, but before last time and date of submission of tender as notified.
7 While submitting the revised tender, contractor can revise the rate of one or more
item(s) any number of times (he need not re-enter rate of all the items) but before
last time and date of submission of tender as notified.
8 (i) Earnest money amounting to Rs. 34,27,705/- is to be paid online through e-
payment mode via NEFT/RTGS/OTC/debit card net banking with pre-printed
challans available on e-tendering website and directly credit the amount to ITG
account as generated by challan and upload the scanned copy of
NEFT/RTGS/OTC/debit card/credit card facility/net banking challan along with
the tender.
(ii) Payment towards cost of tender Documents for Rs. 6000/- in the favour of
Executive Engineer, WDXVII PHE.N, P.W.D., Porvorim-Goa and towards cost of tender
processing fee for Rs. 4000/- in favour of “Infotech Corporation of Goa Ltd.” also to be
paid online through e-payment mode only as mentioned above. (Circular
F.No7(314)/2009/DOIT/e-Tendering/e-Procurement/2740 dtd 10/02/14 issued by
IT Dept, Porvorim).
(iii) Following documents in addition to other documents as specified in the Press
Notice shall bescanned and uploaded to the e-Tendering website within the period
mentioned in the Tender Notice.a) Original Valid Registration Certificate.
b) Original PAN Card.
c) Original GST valid registration certificate.
However, certified copy of all the scanned and uploaded documents as specified
in Tender Notice shall have to be submitted by the tenderers within a week
physically in the office of the concerned Executive Engineer.
(iv) Online Tender documents submitted by intending Tenderers shall be opened
only of those Tenderers whose Earnest Money Deposit, cost of Tender documents
and e-Tender processing fee and other documents scanned and uploaded are found
in order.
(v) The Tender submitted shall be opened at 11.00 PM on the date of opening in the
office of Superintending Engineer, Circle Office V, P.W.D. AltinhoPanaji Goa./
Superintending Engineer, Circle….......(…………….)PWD, …………… Goa.
9 The tender submitted shall become invalid and cost of tender & e-Tender
processing fee shall not be refunded if:
(i) The tenderer is found ineligible.
(ii) The tenderer does not upload all the documents (including valid
contractor registration / GST registration/ PAN card) as stipulated in the
tender document.
(iii) If any discrepancy is noticed between the documents as uploaded at the
time of submission of tender and hard copies as submitted physically in
the office of tender opening authority.
10. (i) The successful tenderer shall submit performance guarantee of 5% of
acceptable value within 15 days of letter of acceptance which can be extended by 7
days on written request of the contractor. This guarantee can also be in the form of
Govt. Securities or fixed deposit receipt of any scheduled bank, guarantee bonds of
any scheduled bank.
(ii) If tenderer fails to submit performance guarantee within the extended period of
22 days, his EMD (Earnest Money Deposit) shall be forfeited in full and further he
shall be liable to be debarred for participating in fresh tenders for one year by
temporarily suspending his Registration. The Principal Chief Engineer shall issue
all such notices/ orders on receipt of written proposal from the Engineer-in-
Charge.
(iii) Notwithstanding the suspension order, the lowest tenderer shall complete the
other works already awarded to him within stipulated period & after expiry of
suspension period review of temporary suspension of registration can be
considered provided satisfactory completion of works in hand is done.
(iv) In case of lowest tenderer failing to submit Performance Guarantee, the second
lowest tenderer shall be awarded the work at the rates quoted by the lowest
tenderer if agreeable to him so that additional financial implications are not
incurred. The Divisional Engineer to ensure that EMD of lowest (L1) & second
lowest (L2) tenderer is not released till finalization of tender. The work shall be
retendered only is case the second lowest is not agreeing to take up the work at the
same rates as of first lowest tenderer.
11. Intending Tenderers are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their tenders as to the
nature of the ground and sub-soil (so far as is practicable), the form and the nature
of the site, the means of access to the site, the accommodation they may require and
in general shall themselves obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect their tender.
A tenderer shall be deemed to have full knowledge of the site whether he inspects it
or not and no extra charge consequent on any misunderstanding or otherwise shall
be allowed. The tenderers shall be responsible for arranging and maintaining at his
own cost all materials, tools & plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specially
provided for in the contract documents. Submission of tender by a tenderer implies
that he has read this notice and all other contract documents and has made himself
aware of the scope and specifications of the work to be done and of conditions and
rates at which stores, tools and plant, etc. will be issued to him by the Government
and local conditions and other factors having a bearing on the execution of the
work.
12. The acceptance of tender will rest with the Chief Engineer I , Office of Chief
Engineer PWD (on behalf of the Governor of Goa) who does not bind himself to
accept the lowest or any other tender and reserves to itself the authority to reject
any or all the tenders received without the assignment of any reason. All tenders in
which any of the prescribed condition is not fulfilled or any condition including that
of conditional rebate is put forth by the tenderers shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with tenderers is strictly
prohibited and the tenders submitted by the contractors who resort to canvassing
will be liable for rejection.
14. The competent authority on behalf of Governor of Goa reserves to himself the right
of accepting the whole or any part of the tender and the tenderers shall be bound to
perform the same at the rate quoted.
15. The contractor shall not be permitted to tender for works in the
PWDcircleresponsible for award and execution of contracts, in which his near
relative is posted a Divisional Accountant or as an officer in any capacity between
the grades of Superintending Engineer and Junior Engineer (both inclusive). He
shall also intimate the names of persons who are working with him in any capacity
or are subsequently employed by him and who are near relatives to any Gazetted
officer in the Public Works Department. Any breach of this condition by the
contractor would render him liable to be removed from the approved list of
contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed as Engineer or
Administrative duties in a Engineering Department of the Government of Goa is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of Goa in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the
permission of the Government of Goa/ India as aforesaid before submission of the
tender or engagement in the contractor's service.
17. The tender for the work shall remain open for a period of 150 days from the date of
opening of the tender. If any tenderer withdraws his tender before the said period
or makes any modifications in the terms and conditions of the tender which are not
acceptable to the Department then the Government shall without prejudice to any
other right or remedy be at liberty to forfeit the entire amount of the (EMD)
Earnest Money Deposit in the first instance. Further the tenderers shall not be
allowed to participate in the retendering process of the work. If such withdrawal is
repeated with another Division in this Department (PWD) then the tenderer will
also be liable for blacklisting after issue of proper “SHOW CAUSE NOTICE”.
(Modified vide circular No.20-51-PC-PWD-EO/2013-14/422 dtd.28/11/13.).
Further the tenderer shall not be allowed to participate in the re-tendering process.
18. This Notice Inviting Tender shall form a part of the contract documents. The
successful tenderer/ contractor, on acceptance of his tender by the Accepting
Authority shall within 15 days from the stipulated date of start of the work, sign the
contract consisting of:-
a) The Notice Inviting Tender, all the documents including additional conditions,
specifications and drawings, if any, forming part of the tender as uploaded at
the time of invitation of tender and the rates quoted online at the time of
submission of tender and acceptance thereof together with any correspondence
leading thereto.
b) Standard Form 12 or any other Standard Form as applicable.
19. GST shall be deducted at source as directed by the competent authority from
R.A. bills Labour cess @ 1%, T.D.S. @ 2% as Income Tax on the value of the works
contract amount and Royalty as applicable plus T.C.S. @ 2% on the Royalty shall be
deducted at source from the R. A. bills.
a) GST: Notification No. 7/14/2013-LA published vide Official Gazette, Govt. of Goa
(Extraordinary No. 4) Series 1 No. 7 dated 22nd May, 2013.
b) Labour Cess: Vide Order No. 22/13/2002-LAB/6239, dated 29/12/2008 issued
by Secretary (Labour)
c) Royalty plus TCS on Royalty: As per the Circular No. 1-8-05/SSW-
PWD/Vol.II/2012-2013/599, dated 04th Feb, 2013).
20. Payment for the work will be made, subject to the availability of funds without
any additional liability of interest.
Executive Engineer Division: XVII (PHE-N)PWD (For and on behalf of Governor of Goa)
C H A P T E R – I I I
T E N D E R F O R M
From. _________________
______________________
______________________
To,
The Executive Engineer
Works Division XVII (PHE- N)
Public Works Department,
Alto Porvorim
Bardez, Goa - 403521
Phone No 0832- 2417722, 2415197
Sub: Tender for “Designing, Detail Engineering, Construction and
Commissioning of 15MLD Water Treatment Plant at
Housing Board - Porvorim on Turnkey Basis, including
Operation & Maintenance for a period of 5 years.
Dear Sir,
1. Having visited the site of work and got acquainted with site conditions,
examined the plans specifications and the parameters of design, I/ We hereby
offer to execute the works as indicated in the Envelop II” (Price Bid) of our
tender.
2. I/ We further agree to complete the work within the time limit prescribed in the
Tender Document.
3. I/ We agree to pay GST, duties and taxes, cess etc. as prevailing from time to
time, on such items for which the same are leviable and the rates quoted by
me/us are inclusive of the same. I/ We has read the various conditions of
Tender attached hereto and hereby agree to abide by the said conditions.
4. I/ We also agree to keep this Tender open for acceptance for a period of one
hundred and fifty days (150 days) from the date fixed for opening the same, or
for a further period as may be mutually agreed upon.
5. I/ We also hereby agree to abide by Public Works Departments, Goa’s General
Conditions of Contract, (latest version) amended up to date, special conditions
of contract and to carry out the works according to the stipulations attached to
the tender documents.
6. A sum of Rs.34,27,705.00 (Rupees Thirty Four Lakhs Twenty Seven Thousand
Seven Hundred and Five only) is furnished in prescribed
form and sent herewith as Earnest Money Deposit.
6.1 I/ We agree that the full value of "Earnest Money" i.e. Rs. 34,27,705.00
(Rupees Thirty Four Lakhs Twenty Seven Thousand Seven Hundred and Five
only) shall stand forfeited to The Executive Engineer, Works Division XVII
(PHE- N), PWD, Alto Porvorim, Bardez, Goa, without prejudice to any other
rights or remedies if:
a. I/ We resiles from the offer either before the date fixed for opening of the
tender or thereafter within the period of validity of tender specified herein.
b. I/ We withdraw/modify the rates or any of the terms & conditions thereof.
c. I/ We withdraws the said offer within the validity period specified herein or
the period extended further from time to time.
d. I/ We do not execute the contract documents within seven days after receipt
of notice issued by Office of The Executive Engineer, Works Division XVII
(PHE- N), PWD, Alto Porvorim, Bardez, Goa, that such documents are
ready or,
e. I/ We does not commence the work within 15 days after receipt of orders to
that effect.
7. Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between the parties subject to modifications
as may be mutually agreed upon between us, and indicated in the letter of
acceptance that may be issued by the office of the Executive Engineer, Works
Division XVII (PHE- N), PWD, Alto Porvorim, Bardez, Goa, accepting my/our
offer for this work.
Signature and addresses of witnesses.
1.
2.
Signature of Tender/s
Date:
Address:
C H A P T E R – I V
S C O P E O F W O R K
Construction of 15 MLD output capacity WTP with Pressure filters of 2.5MLD
output capacity each 7 in Nos (6 working + 1 stand by). Raw-water for the proposed
project will be made available by Water Resource Department, Government of Goa at
Porvorim adjacent to site of proposed WTP in a lake (RCC Tank) having water Depth
4 to 4.5M below Ground Level.
The Raw-water from this tank to be pumped to the pressure filters by
construction of Raw-water Pump House. The Filters water will be collected in 650m3
Clear Water Reservoir, from where it will be pumped to various Existing overhead
Reservoirs (OHRs)located at different locations of Porvorim by laying transmission
mains of various diameters including interconnection to these OHRS. The work is to
be carried out on Turnkey basis and subsequent Operation & maintenance of the WTP
for a period of five years bidders scope will broadly consists of, out not restricted to
following.
Designing and detail engineering of 15 MLD output capacity water treatment
facilities as per the design norms given in this tender and as given in “Manual On
water Supply And Treatment” that is published by CPHEEO, Ministry of Urban
Development, Government of India and following best engineering practices.
Construction of facilities at specified site/s at Porvorim, Goa as per approved
drawings, by providing material, equipment, manpower whatsoever required for
timely completion of work.
Designing, manufacturing/procurement from approved vendor, transportation to
site, installation testing and commissioning of equipment in proposed water
treatment facilities at Porvorim, as per the specifications.
Designing, manufacturing/procurement from approved vendor, transportation to
site, laying, jointing testing and commissioning of valves, pipes and pipe fitting
(Interconnecting pipeline in WTP and water mains from WTP to OHR) as per
specification and description given in the Tender.
Construction of Administratative Building, Chemical House, Chlorine Shed.
Construction of Lamella Clarifier for recirculation of Backwash water from
Pressure Filtters and necessary pipelines from pressure filters and From Lamella
Clarifier to Natural drain.
Construction of Road, Compound wall are included in the scope.
All pipelines including fittings, valves etc inside the WTP connecting various
units, Raw-water pumping main, Pure water Pumping mains from WTP to existing
Reservoirs of O’ Coquiro OHR, JMJ Sump, Torda OHR, Defence Colony OHR,
Pundalik nagar OHR, PDA GLR, Quitla Sump. Other waste water lines,
Recirculation lines, Chemical dosing lines, chlorine dosing lines etc.
Getting Hydraulics of Pure water transfer lines analyzed from an
individual/institution of repute and obtaining certificate for safety of line and
associated pumping machinery with surge control equipment.
Designing, construction of Electricity sub-station. A provision for installing
Generator set is to be kept in the WTP with sufficient Electrical Points, Cables,
Panels, etc. so as to operate the Plant during power failures.
Providing Five (5) sets of test data & certificates for test carried out on equipment,
Electrical motors, instruments etc. at manufacturer’s shop.
Providing Five (5) sets of operation, installation and maintenance manual along
with necessary drawings for each of the equipment, Instrument, etc.
Conducting performance trials of the water treatment facilities for a trial run period
of One month, from the date of completion by providing skilled and unskilled
labour, chemicals, lubricants, etc. to demonstrate the functioning of plant in
general and performance of individual units and equipment item in particular.
Necessary water required for construction, hydraulic testing, shall be on the
contractors account.
Giving performance tests of all equipment, electrical work, interconnecting piping
etc for a 144 Hours continuous operation at duty conditions.
Providing free of cost replacements and services for repairing the defective
equipment, electrical work, and interconnecting piping etc., during Defect Liability
Period of the Contract.
Providing operation and maintenance services, for a period of 5 years from the
date of completion of work in all respect and successful completion of 144 Hours
performance test, by providing all consumable like chemicals, lubricants, skilled
and unskilled manpower, maintenance of equipments and machinery, supervision,
and laboratory analytical services, etc. (Only electricity will be provided by
Department).
Servicing of equipment and painting of treatment plant structures and buildings
during and at the end of five years Operation & Maintenance period.
C H A P T E R – V
I n s t r u c t i o n s t o T e n d e r e r
1. DEFINITIONS
In the Contract (as hereinafter defined) the following words and expressions shall
have the meanings hereby assigned to them except where the context otherwise
requires:
a) 'Open Tender' shall mean tenders invited through advertisement in open and
public manner and with adequate notice.
b) 'Tenderer' shall mean the person, the firm or company who tenders for the
works with a view to execute the works on contract with The Executive
Engineer, Works Division XVII (PHE-N), PWD, Alto Porvorim, Bardez, Goa,
and shall include their representatives, successors and permitted assigns.
c) The "Client" or "Employer" means The Executive Engineer, Works Division
XVII (PHE-N), PWD, Alto Porvorim, Bardez, Goa, authorized to execute the
work under this contract on behalf of Public Works Department, Government
of Goa or authorised representatives or successors.
d) The abbreviation PWD wherever used in contract shall mean Public Works
Department of Government of Goa. The term shall be used in place of
authorised person or persons who will be operating this contract as PWD’s
representative.
e) "Contractor" means the person or persons, firm or Company whose tender has
been accepted by the The Executive Engineer, Works Division XVII (PHE- N),
PWD, Alto Porvorim, Bardez, Goa, includes the Contractor's personnel,
representatives, successors and permitted assignees.
f) The term "Work or Works" of the contractor shall mean all of the various
classes of works to be executed in accordance with the contract whether
temporary or permanent, and includes all labour and material, machinery,
instruments, construction equipment, plant, plant operation and maintenance,
all tools, and all other items required for the completion of the construction. It
shall also mean the place of working where the context so includes.
g) "Contract" means the Agreement between the The Executive Engineer, Works
Division XVII (PHE- N), PWD, Alto Porvorim, Bardez, Goa, and the
Contractor for the execution of the works including therein all contract
documents like Conditions of Contract, Specifications, Drawings, Prices, Bill,
and Schedule of Quantities. Schedule of rates and prices (if any) and Tender.
h) "Contract Price" means the sum named in the Tender subject to such additions
thereto or deductions therefrom as may be made under the provisions
hereinafter contained.
i) “Constructional Plant" means all machinery, tools, appliances or things of
whatsoever nature required for the execution, completion or maintenance of the
Works or Temporary Works (as hereinafter defined) but does not include
materials or other things intended to form or forming part of the permanent
work.
j) “Temporary Works" means all temporary works of every kind required in or
about the execution, completion or maintenance of the Works.
k) "Drawings" means the drawings referred to in the Tender Document and any
modification of such drawings approved in writing by the Client and such other
drawings, diagrams, or sketches as may from time to time be furnished or
approved in writing by the Client.
l) "Site” or “sites” means the land and other places on under in or through which
the works are to be executed or carried out and any other lands or places
provided by the Client for the purposes of the Contract.
m) "Approval" or "Approved" means approval in writing by the Client. Any
written approval, notice or other communication to the Contractor required
under terms of the Contract shall be deemed to be well and sufficiently given
on the part or the Client if the same belonged at the Contractor's office or is
mailed in any post office to the Contractor or his accredited representatives at
his last known place of residence or business, or is served upon the contractor
or his representative at the work site.
n) `Act of Insolvency' shall mean Act of insolvency as defined by the Presidency
Towns Insolvency Act or any Act amending such original.
2. SINGULAR AND PLURAL
Words imparting the singular number shall also include the plural and vice
versa where the context so requires.
3. LIMITS
These regulations for Tenders and Contracts shall be read in conjunction with
the General conditions of contract, which are referred to herein and shall be
subject to modifications, additions or suppression by special conditions, and/or
specifications if any, annexed to the Tender documents.
4. CONTRACTOR'S CREDENTIALS:
A contractor who has not carried out any work so far with PWD Goa, and /or
not been pre qualified by PWD, should furnish particulars regarding:
a) His position as an independent contractor;
b) His capacity to undertake and carry out works satisfactorily, as vouched from a
responsible official or firm;
c) His previous experience on works similar to that to be contracted for, in proof
of which original certificates or testimonials may be called for and their
genuineness verified, if need be, by reference to the signatories thereof;
d) His knowledge, from actual personal investigations, of the resources of the area
or locality in which he offers to work.
e) His ability to supervise the work personally or by competent and duly
authorised agents;
f) Solvency Certificate from the Bankers to indicate the financial position;
g) Constitution of the firm.
5. OMISSIONS AND DISCREPANCIES:
Should a tenderer find discrepancies in or commissions from the drawings or
any of the Tender Documents or should he be in doubt as to their meaning he
should at once notify the authority inviting tenders who may send a written
instruction to all tenderers. It shall be understood that every endeavor has been
made to avoid any error which can materially affect the basis of the tender and
the successful tenderer shall take upon himself and provide for the risk of any
error which may subsequently be discovered and shall make no subsequent
claim on account thereof.
6. EARNEST MONEY:
a. The tender shall be accompanied by Earnest Money of Rs.34,27,705.00
(Rupees Thirty Four Lakhs Twenty Seven Thousand Seven Hundred and Five
only) in any of the forms mentioned in (6) c herein below. This Earnest
money will be refunded to the unsuccessful tenderer within a reasonable time.
In the case of the successful tenderer, this Earnest Money will be retained as
part payment of the Security Deposit, or will be returned on payment of the full
security deposit for due fulfillment of the contract.
b. The full value of the Earnest Money shall stand forfeited to Executive
Engineer, Works Division XVII (PHE- N), PWD, Alto Porvorim, Bardez, Goa
without prejudice to any other rights or remedies if the contractor after
submission /acceptance of the tender:
i) Resiles from the offer either before the date fixed for opening of the
tender or thereafter within the period of validity of tender specified herein.
ii) Withdraws/modify the rates or any of the terms & conditions thereof.
iii) Withdraws the said offer within the validity period specified herein or the
period extended further from time to time.
iv) Does not execute the contract documents within seven days after receipt
of notice issued by Office of The Executive Engineer, Works
Division XVII (PHE- N), PWD, Alto Porvorim, Bardez, Goa, that such
documents are ready or,
v) Does not commence the work within 15 days after receipt of orders to that
effect.
7. CARE IN SUBMISSION OF TENDERS:
Before submitting a tender, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the works with the site
conditions, working hours, local conditions that all re liable to be encountered
during the executions of the works are taken into account and that the rates he
enters in the Tender Forms are adequate and all inclusive to accord with the
provisions in the General conditions of contract for the completion of works to
the entire satisfaction of the Client .
8. OPENING AND SCRUTINY OF TENDER
a) On the date and time for online opening of tenders stipulated in the “PRESS
NOTIFICATION” for the work, the envelope marked 'Envelope I'- Technical
Bid of the tenderers only will be opened in the presence of the tenderers as are
present. The committee opening the tenders shall verify the contents. If any
shortfall is noticed in regard to the contents, the committee opening the tenders
and the tenderer shall record a note to that effect. ‘The Envelope II’ - Price bid
of such tenderer shall not be considered for further action and the same shall be
retained with Executive Engineer, Works Division XVII (PHE- N) , PWD, Alto
Porvorim, Bardez, Goa
b) The Technical bid will be scrutinised for its acceptance. The tenderers whose
technical bid has been accepted will be advised of the same. The Envelope
marked 'Envelope II' - Price bid of those tenderers whose technical bid has
been accepted only will be opened. The date and time of online opening of the
Price bid will be intimated to such tenderers and the price bid will be opened in
the presence of such tenderers as are present. The rates quoted in the price bid
of such tenderers will be read out.
c) The envelope marked 'Envelope II' - Price bid of those tenderers whose
technical bid is not accepted will not be opened online but shall be returned to
them.
9. EXECUTION OF CONTRACT DOCUMENT:
The tenderer whose tender is accepted shall be required to appear at the office
of the Executive Engineer, Works Division XVII (PHE- N), PWD, Alto
Porvorim, Bardez, Goa, in person, or in case of a firm or corporation
represented by a a duly authorised representative who holds necessary power of
attorney to execute the contract documents, as the case may be, within seven
days after notice that the contract has been awarded to him.
10. WORK ON LUMP SUMP BASIS
The tenderer/tenderers shall quote only one value for the work to be carried out
on "Lumpsum basis"
11. CORRECTIONS/ALTERATIONS IN THE TENDERS
The tenders containing erasures and alterations of the tender documents are
liable to be rejected. He must attest any corrections made by the Tenderer in
his entries.
12. MISLEADING INFORMATION:
If the tenderer deliberately gives any wrong information or suppress any
material facts or make false representations in this tender or creates
circumstances for the acceptance of is tender, Executive Engineer, Works
Division XVII (PHE- N) , PWD, Alto Porvorim, Bardez, Goa reserves the right
to reject such tender at any stage or cancel the order even after acceptance of
the tender at the risk and cost of the tenderer.
13. DEATH OF TENDERER:
If a tenderer expires after the submission of his tender or after the acceptance of
his tender, Executive Engineer, Works Division XVII (PHE- N), PWD, Alto
Porvorim, Bardez, Goa shall deem such tender as cancelled. If a partner of a
firm expires after the submission of their tender or after the acceptance of their
tender, Client shall deem such tender as cancelled unless the firm retains its
character.
14. NON COMPLIANCE Non-compliance with any of the conditions set forth herein above is liable to
result in the tender being rejected.
15. NEGOTIATIONS
Should Client decide to negotiate with a view to bring down the rates, the
original offer will still be binding, in case nothing materializes out of the
negotiations.
16. PERFORMANCE GUARANTEE AND SECURITY DEPOSIT
The contractor shall submit an irrevocable Performance Guarantee of 5% (Five
percent) of the tendered amount in addition to other deposits mentioned
elsewhere in the contract for his proper performance of the contract agreement,
(not withstanding and/or without prejudice to any other provision in the
contract) within 15 days of letter of acceptance issued to him as per CPWD
manual. If tenderer fails to give performance guarantee within 15 days of letter
of acceptance, his EMD shall be forfeited as per CPWD manual.
The Performance Guarantee shall be initially valid upto the stipulated date of
completion plus 60 days beyond that. In case the time for completion of work
gets enlarged, the contractor shall get the validity of Performance Guarantee
extended to cover such enlarged time for completion of work. After re-cording
of the completion certificate for the work by the competent authority, the
performance guarantee shall be returned to the contractor, without any interest.
Failure by the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer in charge may claim the
full amount of the performance Guarantee.
In the event of the contract being determind or rescinded under provision of
any of the Clause/ Condition of the agreement, the performance guarantee shall
stand forfeited in full and shall be absolutely at the disposal of the Governor of
Goa.
The Person/ Persons whose tender(s) may be accepted shall permit Government
at the time of making any payment to him for work done under the contract to
deduct a sum at the rate of 5% of the gross amount of each running bill till the
sum along with the sum already deposited as earnest money, will amount to
security deposit of 5% of the tendered valve of the work.
17. COMPLETION The works are required to be completed within 360 days (including monsoon)
from the fifteenth day after issue of letter of acceptance for the tender. The
completion period of 360 days includes 30 days for performance trials also.
Thus construction of water treatment facilities, Pumping mains and other
related structure, supply installation and testing of equipment, piping,
instrumentation and electrical works shall be completed by 360 days from the
date of issue of letter of acceptance of the tender.
18. ERRORS IN TYPING ETC.
The Tenderers shall not take any advantage of any misinterpretation of the
conditions due to typing or, any other error and if in doubt, shall bring to the
notice of Client without delay.
19. THE TENDER DOCUMENTS ARE NOT TRANSFERABLE.
CHAPTER VI LUMP SUM TENDER AND CONTRACT FOR WORKS
GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS
All works proposed for execution by contract will be notified in a form of invitation to tender
posted in public places and signed by the Engineer-in-charge. This form will state the work to
be carried out as well as the date for submitting and opening tenders and the time allowed for
carrying out the work; also the amount of earnest money to be deposited with the tender and
the amount of the security deposit and performance guarantee to be deposited by the
successful tenderer and the percentage to be deducted from bills. Copies of the specification,
drawings and any other documents, required in connection with the work, signed for the
purpose of identification by the Engineer-in-charge will also be open for inspection by the
contractor(s) at the office of the Engineer-in-charge during office hours.
A tender by a firm must be signed separately by each member thereof, or, in the event of
the absence of any partner, it must be signed on his behalf by a person holding a power-of-
attorney authorizing him to do so, such power of attorney to be produced with the tender.
Receipts for a payments made on account of a work, when executed by a firm, must also
be signed by the several partners; except where the contractors are described in their tender as
a firm, in which case the receipts must be signed in the name of the firm by one of the
partners, or by some other person having authority to give effectual receipts for the firm.
Any person who submits a tender must fill up the usual printed form, stating the
sum of money for which he is willing to undertake the work. Only one sum shall be
named. Tenders, who propose any alterations in the work specified in the said form of
invitation to tender, or in the time allowed for carrying out the work, or which contain
any other conditions of any sort, will be liable for rejection. No single tender shall
include more than one work, but contractor (s) who wish to tender for two or more
works shall submit a separate tender for each. Tenders must have the name and
number of the work to which they refer written outside the envelope.
The Engineer-in-charge or his duly authorized assistant will open tenders in the
presence of any intending contractor(s) who may be present at the time, and will enter the
amounts of the several tenders in a Comparative Statement in a suitable form. In the
event of tender being accepted, a receipt for the earnest money forwarded therewith shall
thereupon be given to the contractor (s) who shall thereupon for the purpose of
identification sign copies of the specifications and other documents mentioned in Rule I.
In the event of tender being rejected the earnest money forwarded with such unaccepted
tender shall thereupon be returned to the contractor (s) making the same.
The officer inviting tenders shall have the right of rejecting all or any of the
tenders, and will not be bound to accept the lowest tender.
The receipt of an accountant or clerk for any money paid by the contractor (s) will
not be considered as any acknowledgement of payment of the Engineer-in-charge and
the contractor (s) shall be responsible for seeing that he/they procure (s) a receipt
signed by the Engineer-in-charge, or a duly authorized cashier.
The memorandum of work tendered for, and the schedule of materials to be
supplied by the Public Works Department and their issue rates, shall be filled in and
completed in the office of the Engineer-in-charge before the tender form is issued. If a
form is issued to an intending tenderer without having been so filled in and completed
he shall request the office to have this done before the completes and delivers his
tender.
CONDITIONS OF CONTRACT
Clause 1: Interpretation Clause -
Definitions:
(1) The ‘Contract’ means the documents forming the tender and acceptance thereof
and the formal agreement executed between the Governor of Goa and the Contractor,
together with the documents referred to therein including the conditions, the
specifications, designs, drawings and instructions, issued from time to time by the
Engineer-in-Charge and all these documents taken together, shall be deemed to form
one contract and shall be complementary to one another.
(2) In the contract the following expressions shall, unless the context otherwise
requires, have the meaning hereby respectively assigned to them:
a) The expression ‘Work’ or ‘Work’s shall, unless there be something either in the
subject or context repugnant to such construction, be construed and taken to mean the
works by or by virtue of the contract contracted to be executed whether temporary or
permanent, and whether original, altered, substituted or additional.
b) The ‘Site’ shall mean the land and / or other place on, into or through which work
is to be executed under the contractor or any adjacent land, path or street through
which work is to be executed under the contract or any adjacent land, path or street
which may be allotted or used for the purpose of carrying out the contract.
c)The ‘Contractor’ shall mean the individual or firm or company, whether incorporated or
not, undertaking the works and shall include the legal personal representative or such
individual or the persons composing such firm or company, or the successors of such firm or
company and the permitted assignees of such individual or firm or firms or company.
The ‘Governor’ means the Governor of Goa and his successors.
The ‘Engineer-in-charge’ means the Engineer-in-charge or the Sub-Divisional
Officer, as the case may be, who shall supervise and be in charge of the work and
who shall sign the contract on behalf of the Governor.
‘Government’ or ‘Government of Goa’ shall mean the Governor of Goa.
The term Engineer-in-Chief includes Chief Engineer (Goa), Public Works Department.
Words imparting the singular number include the plural number and vice versa.
Security Deposit & Performance Guarantee
Clause 2: -The person (s) whose tender may be accepted (hereinafter called) shall
permitGovernment at the time of making any payment to him for work done and
measured under the contract to deduct such sum, at the rate of 5 per cent of the gross
value of the work done, in each running bill as long with the amount of Earnest Money, if
any, already deposited by the contractor will amount to 5 % of the tendered value of
work, unless he/they has/have deposited the full amount of Security Deposit and 5% of
tendered valve of work as performance guarantee in the form of Demand Draft orDemand
Call Receipts of any Scheduled Bank or the State Bank of India. In case a fixed deposit
receipt of any Bank is furnished by the contractor to the Government as part of the
security deposit and the Bank goes into liquidation or for any reason is unable to make
payment against the said fixed deposit receipt, the loss caused thereby shall fall on the
contractor and the contractor shall forthwith on demand furnish additional security to the
Government to make good the deficit. Security deposit and performance guarantee shall
be refunded after completion of Operation and maintenance period of 5 years.
Such deductions will be held by Government by way of Security Deposit provided always
that the Govt. for the purpose shall be entitled to recover the said percent of the amount of
each running bill till the balance of the amount of Security Deposit is realized. All
compensation or the other sums of money payable by the contractor under the terms of this
contract may be deducted from, or paid by the sale of a sufficient part of his security deposit
or from the
interest arising there from, or from any sums which may be due to or may become due to
the contractor by Government or any account whatsoever and in the event of his Security
Deposit being reduced by reason of any such deductions or sale as aforesaid, the
contractor shall within 10 days make good in cash or Guarantee Bonds executed in favour
of the Governor of Goa or fixed deposit receipt tendered by the State Bank of India or by
scheduled banks (in case of guarantee offered by scheduled banks, the amount shall be
within the financial limits prescribed by the Reserve Bank of India); or Govt. Securities
(if deposited for more than 12 months endorsed in favour of the Engineer-in-Charge, any
sum or sums which may have been deducted) from, or raised by sale of his security
deposit or any part thereof. The security deposit shall be collected from the running bills
of the contractor at the rates mentioned above and the Earnest Money deposited in cash at
the time of tenders will be treated as part of the Security Deposit.
Note 1:- Government papers tendered as security will be taken at 5% (five per
cent) below its market price or at its face value, whichever is less. The market price of
Government papers would be ascertained by the Engineer-in-charge at the time of
collection of interest and the amount of interest to the extent of deficiency in value of
the Government paper will be withheld if necessary.
Note 2:- Govt. securities will include all forms of securities mentioned in Rule No.
274 of the G.E Rules except fidelity bond. This will be subject to the observance of
the condition mentioned under the rule against each form of security.
Note 3:- In case a fixed deposits receipts of any bank, is furnished by the contractor to
the Govt. as part of security deposit and the bank goes into liquidation or for any reason
is unable to make payment against the said fixed deposit receipt the loss caused thereby
shall fall on the contractor and the Contractor shall forthwith on demand furnish
additional security to the Government to make good the deficit. (As per correction slip).
Contractor to supply all plant, Ladders, scaffolding, etc.
Clause 3:- The contractor shall provide at his own cost all materials (except such special
materials, if any, as may in accordance with the contract be supplied from the Engineer-in-
Charge’s stores), plant, tools appliances, implements, ladders, cordage tackle, scaffolding and
temporary works requisite or proper for the proper execution of the work, whether original,
altered or substituted and whether included in the specification or other documents forming
part of the contract or referred to the these conditions or not, or which may be necessary for
the purpose of satisfying or complying with the requirements of the Engineer-in-Charge to
any matter as to which under these conditions he is entitled to be satisfied, or which he is
entitled to require together with cartage therefore to and from the work. The contractor shall
also supply without charge the requisite number of persons with the means and materials,
necessary for the purpose of setting out works, and counting,Weighing and assisting in the
measurement or examination at any time and from time to time of the work or
materials. Failing him so doing, the same may be provided by the Engineer-in-Charge
at the expense of the contractor and expenses may be deducted, from any money due
to the contractor, under the contract and/or from his security deposit or the proceeds
of sale thereof, or of sufficient portions thereof.
3 A:- In every case in which by virtue of the provisions of Section 12, sub section (i) of
the Workmen’s Compensation Act, 1923, Government is obliged to pay compensation to
a workman employed by the contractor, in execution of the works. Government will
recover from the contractor the amount of the compensation so paid; and, without
prejudice to the rights of the Government under Section 12, sub-section (ii) of the said
Act, Government shall be at liberty to recover such amount or any part thereof by
deducting it from the security deposit or from any sum due by Government to the
contractor whether under this contract or otherwise. Government shall not be bound to
contest any claim made against it under section 12, Sub-section (i) of the said Act, except
on the written request of the contractor and upon his giving to government full security
for all costs for which Government might become liable in consequence of contesting
such claim.
3 B:- In every case in which by virtue of the provisions of the Contract Labour (Regulation
and Abolition) Act, 1970 and of the Contract Labour (Regulation and Abolition) Central
Rules, 1971, Government is obliged to pay any amounts of wages to a workman employed by
the contractor in execution of the works, or to incur any expenditure in providing welfare and
health amenities required to be provided under the above said Act and the Rules, under
Clause26 for under the C.P.W.D. Contractor’s Labour Regulations, or under the Rules,
framed by Government from time to time for the protection of health and sanitary
arrangements for workers employed by Goa Public Works Department
Contractors,Government will recover from the contractor the amount of wages so paid or
the amount of expenditure so incurred and without prejudice to the rights of the
Government under Section 20 Sub-section (2) and Section 21, Sub-section (4) of the
Contract Labour (Regulation and Abolition) Act, 1970, Government shall be at liberty to
recover such amount or any part thereof by deducting it from the security deposit or from
any sum due by Government to the contractor whether-under this agreement or otherwise.
Government shall not be bound to contest any claim made against it under- Section 20,
Sub-section (1) and Section 21, Sub-Section (4) of the said Act, except on the written
request of the contractor and upon his giving to the Government full security for all costs
for which Government might become liable in contesting such claim.
Clause 4:
The contractor (s) is/are to set out the whole of the works in conjunction with an officer to be
deputed by the Engineer-in-charge and during the progress of the works to amend on the
requisition of the Engineer-in-charge any errors which may arise therein andprovide all the
necessary labour and materials for so doing. The contractor(s) is/are to provide all
plant, labour and materials (with the exceptions noted in the schedule attached) which
may be necessary and requisite for the works. All materials and workmanship are to
be the best of their respective kinds. The contractor (s) is/are to leave the works in all
respective clean and perfect at the completion thereof.
Clause 5:
The contractor shall submit the detail engineering design of the plant unit wise,
working drawings confirming the design process and the client shall scrutinize and
make corrections if any and approve the same. Copies of the said approved drawing
thereof shall be kept by the contractor (s) on the site of the work.
Work to be open for inspection
Clause 6;
All work under or in course of execution or executed in pursuance of the contract shall at
all times be open to the inspection and supervision of the Engineer-in-Charge and his
authorized subordinates, and the contractor shall at all times during the usual working
hours, and at all other times at which reasonable notice of the intention of the Engineer-
in-Charge or his authorized subordinate to visit the works shall have been given to the
contractor either himself be present to receive order and instructions, or have a
responsible agent duly accredited in writing present for that purpose. Orders given to the
contractor’s agent shall be considered to have the same force as if they had been given to
the contractor himself. The work during its progress can also be inspected by the Chief
Technical Examiner on behalf of the Engineer-in-Charge.
Work to be executed in accordance with Specifications, Drawings, Orders etc.
Clause 7: The contractor shall execute the whole and every part of the work in the
most substantial and workman like manner and both as regards materials and
otherwise in every respect in strict accordance with the specifications. The Contractor
shall also confirm exactly, fully and faithfully to the designs, drawing and instructions
in writing in respect of the work signed by the Engineer-in-Charge and the contractor
shall be furnished free of charge one copy of the specifications and all such designs,
drawings and instructions as are not included in the Central Public Works Department
Compilation, entitled, Specifications for works, Vol I, II and III and specifications
2009, Vol IV, V and VI, as applicable depending upon the type of works, to any other
printed publications on general specifications referred to elsewhere in the contract.
Alterations in specifications and designs
Clause 8: The Engineer-in-Charge shall have power to make any alterations or omissions
from, additions to or substitutions for, the original specifications, drawings, designs and
instructions that may appear to him to be necessaryduring 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,
omissions,
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 agreed to do the main work. The time for the completion of
the work shall be extended in the proportionthat 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. Over and above this a further period to the
extent of 25 per cent of such extension shall be allowed to the contractor. The rates for
such additional, altered or substituted work under this clause shall be worked out in
accordance with the following provisions in their respective order.
If the rates for the additional, altered or substituted work are specified in the
contract for the work, the contractor is bound to carry out the additional, altered or
substituted work at the same rates as are specified in the contract for the work.
If the rates for the additional, altered or substituted work are not specifically
provided in the contract for the work, the rates will be derived from the class of work
as are specified in the contract for the work.
If the altered, additional or substituted work includes any work for which no rate is
specified in the contract for the work and cannot be derived from the class of work in
the contract, then such work shall be carried out at the rate entered in:
Goa Schedule of Rates - Buildings, Landscaping & Horticulture-2015 for building
(including sanitary, water supply and drainage works) at ….…… minus/plus
percentage which total tendered amount of the concerned component works bears to
the estimated cost of the entire component put to tender.
Goa Schedule of Rates - Roads - 2015 for road works at ….. Minus/plus
percentage which total tendered amount of the concerned component work bears to
the estimated cost of the entire component put to tender.
Goa Schedule of Rates - PHE-2016 for P.H.E., works at ……. Minus / plus
percentage which total tendered amount of the concerned component works bears to
the estimated cost of the entire component put to tender.
Goa Schedule of Rates (Vol. XI Electrical-2015 for works at ……… minus/plus
percentage which total tendered amount of the concerned component work bears to
the estimated cost of the entire component put to tender.
If the rates for the altered, additional or substituted work cannot be determined in the
manner specified in Sub-clause (i) to (iii) above, then the rates of such work shall be worked
out on the basis of the Schedule of Rates of the concerned sub-work/works specified
above minus/plus the percentage which the total tendered amount of the sub-work
bears to its sub work estimated cost put to tender. Provided always that if the rate for
a particular part or parts of the item is not in the Schedule of Rates, the rate for such
parts or part will be determined by the Engineer-in-Charge on the basis of the
prevailing market rates when the work was done.
If the rates for the altered, additional or substituted work cannot be determined in the
manner specified in sub-clauses (i) to (iv) above, then the contractor shall,within 7 days
of the date of receipt of order to carry out the work, inform the Engineer-in-Charge of the
rate which it is his intention to charge for such class of work, supported by analysis of the
rate or rates claimed, and the Engineer-in-Charge shall determine the rate or rates on the
basis of prevailing market rates, and pay the contractor accordingly. However, the
Engineer-in-Charge, by notice in writing, will be at a liberty to cancel his order to carry
out such class of work and arrange to carry it out in such manner as he may consider
advisable. But under no circumstances, the contractor shall suspend the work on the plea
of non-settlement of rates for items falling under this clause.
Except in case of items relating to foundation, provisions contained in sub-clauses (i)
to (v) above shall not applyto contract or substituted items as individually exceed the
percentage set out in the tender documents (referred to herein below as ‘deviation
limit’), subject to the following restrictions :
The deviation limit referred to above is the net effect (allegorical sum)
of all additions and deductions ordered.
In no case shall the additions/deductions (arithmetical sum) exceed twice
the deviation limit.
The deviations ordered on items of any individual trade included in the
contract shall not exceed plus/minus 50% of the value of that trade in the contract as a
whole or half the deviation limit, whichever is less.
The value of additions of items of any individual trade not already included
in the contract shall not exceed 10% of the deviation limit.
For the purpose of operation of Clause 8 (VI) above, the following works shall
be treated as works relating to foundation:-
For buildings, plinth level or 1.2 metres (4 ft.)Above ground level whichever
is lower, excluding items above flooring and D.P.C. but including base concrete
below the floors.
For abutments, piers, retaining walls of culverts and bridges, walls of
water reservoir1.2 m above the bed level.
For retaining walls where floor level is not determined1.2 metres above
the average ground level or bed level.
For roads, all items of excavation and filling including treatment of
sub-base and soling work.
For water supply lines, sewer lines, underground storm water drains
and similar work, all items of work below ground level except items of pipe work
with proper masonry work.
For open storm water drains, all items of work except lining of drains.
The rates of any such work except the items relating to foundations which is in excess
of the deviation limit shall be determined in accordance with the provisions, contained
in clause 8A.
Note – “Individual trade” means the trade sections into which a schedule of quantities
annexed to the agreement has been divided or, in the absence of any such division the
individual sections of the Goa Public Works Department Schedule of Rates specified
above, Such as excavation and earthwork, concrete, woodwork and joinery etc.
8 A :-In the case of contract or substituted items, which individually exceed the
quantitystipulated in the contract by more than the deviation limit, except the items relating to
foundation work, which the contractor is required to do under Clause 8 above, thecontractor
shall, within 7 days from the receipt of order, claim revision of the rate supported by proper
analysis in respect of such items for quantities in excess of the deviation limit,
notwithstanding the fact that the rates for such items exist in the tender for the main work or
can be derived in
accordance with the provisions of sub-clause (ii) of clause 8, and the Engineer-in-Charge may
revise their rates, of having regard to the prevailing market rates and the contractor shall be
paid in accordance with the rates so fixed. The Engineer-in-Charge shall, however, be at
liberty to cancel his order to carry out such increased quantities of work by giving notice in
writing to the contractor and arrange to carry it out in such manner as he may consider
advisable. But under no circumstances the contractor shall suspend the work on the plea of
non-settlement of rates of items falling under this Clause.
All the provisions of the preceding paragraph shall equally apply to the decrease in the
rates of items for quantities in excess of the deviation limit, notwithstanding the fact that
the rates for such items exist in the tender for the main work or can be derived in
accordance with the Provisions of sub-clause (ii) of the preceding Clause 8, and the
Engineer-in-Charge may revise such rates having regard to the prevailing market rates.
Notice to be given before work is covered up
Clause 9: The contractor shall give not less than seven days’ notice in writing to the
Engineer-in-Charge or his subordinate in charge of the work before covering up or
otherwise placing beyond the reach of measurements any work in order that the same
may be measured and correct dimensions thereof be taken before the same is so
covered up or placed beyond the reach of measurement, and shall not cover up and
place beyond the reach of measurement, any work without the consent in writing of
the Engineer-in-Charge or his subordinate in charge of the work shall within the
aforesaid period of seven days inspect the work, and if any work shall be covered up
or placed beyond the reach of measurement without such notice having been given or
the Engineer-in-Charge’s consent being obtained, the same shall be uncovered at the
contractor’s expense, or in default thereof no payment or allowances shall be made
for such work or the materials with which the same was executed.
Clause 10: All work and materials brought and left upon the ground by the contractor
(s) or by his/their orders for the purpose of forming part of the works are to be
considered to be the property of the Governor of Goa and the same are not be moved
or taken away by the contractor (s) or any other person without the special license and
consent in writing of the Engineer-in-charge, but the Governor of Goa is not to be in
any way answerable for any loss or damage which may happen to or in respect of any
such work or materials either by the same being lost or stolen or injured by weather or
other otherwise
Clause 11: The Engineer-in-Charge shall have full powers to require the removal
from the premises of all materials which in his opinion are not in accordance with the
specifications and in case of default, the Engineer-in-Charge is to be at liberty to
employ other persons to remove the same without being answerable or accountable
for any loss or damage that may happen or arise to such materials. The Engineer-in-
Charge shall also have full powers to require other proper materials to be substituted
thereof and in case of default, the Engineer-in-Charge may cause the same to be
supplied and all costs which may attend such removal and substitution are to be borne
by the contractor
Action and compensation payable in case of bad work
Clause 12: If it shall appear to the Engineer-in-Charge or his sub-ordinate in charge
of the work or to the Chief Technical Examiner, that any work has been executed
with unsound, imperfect, or unskilful workmanship or with materials of any inferior
description, or that any materials or articles provided by him for the execution of the
work are unsound or of a quality inferior to that contracted for or otherwise not in
accordance with the contract, the contractor shall on demand in writing which shall be
made within 60 months of completion of the work from the Engineer-in-Charge
specifying the work, materials or articles complained of notwithstanding that the
same may have been passed, certified and paid for, forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the case may require or as the
case may be, remove the materials or articles so specified andprovide other proper
and suitable materials or articles at his own proper charge and cost, and in the event
of his failing to do so within a period to be specified by the Engineer-in-Charge in his
demand aforesaid, then the contractor shall be liable to pay compensation at the rate
of one per cent on the estimated amount put to tender for everyday not exceeding ten
days, while his failure to do so shall continue and in the case of any such failure, the
Engineer-in-Charge may rectify or remove and re-execute the work or remove and re-
execute the work or remove and replace with others, the materials or articles
complained or as the case may be at the risk and expense in all respect of the
contractor.
Contractor liable for damage done and for imperfections noticed within the prescribed
maintenance period after the completion certificate issued.
Clause 13: If the contractor or his working people or servants shall break, deface,
injure or destroy any part of building in which they may be working, or any building,
road, road curb, fence, enclosure, water pipe, cables, drains, electric or telephone post
or wires, trees, grass or grassland, or cultivated ground contiguous to the premises on
which the work or any part of it is being executed or if any damage shall happen to
the work while in progress, from any cause whatever or if any defect, shrinkage or
other faults appear in the work within Sixty months after a certificate final or
otherwise of its completion shall have been given by the Engineer-in-Charge as
aforesaid arising out of defective or improper materials or workmanship the
contractor shall upon a receipt of a notice in writing on that behalf make the same
good at his own expense, or in default, the Engineer-in-Charge may cause the same to
be made good by other workmen and deduct the expense from any sums that may be
then, or at any time thereafter may become due to the contractor, or from security
deposit and performance guarantee including for the portion pertaining to asphaltic
work which is governed by sub Para (iii) of clause 42 or the proceeds of sale thereof
or of a sufficient portion thereof. The security deposit and performance guarantee of
the contractor including the portion pertaining said work which governed by sub Para
(iii) of clause 42 shall not be refunded before the expiry of sixty months maintenance
period.
Clause 14: From the commencement of the works to the completion of the same they
are to be under the contractor (s) charge. The contractor (s) is/are to be held
responsible for and to make good all injuries, damages and repairs occasioned or
rendered necessary to the same by fire or other cause and to hold the Governor
harmless from any claims for injuries to persons or for structural damage to property
happening from any neglect, default, want of proper care or misconduct on the part of
the contractor (s) or of any one in his/her employ during the execution of the works.
Clause 15: The Engineer-in-charge is to have full power to send workmen upon the
premises to execute fittings and other works not included in the contract for whose
operations the contractor (s) is/are to afford every reasonable facility during ordinary
working hours provided that such operations shall be carried on in such a manner as
not impede theprogress of the work included in the contract but the contractor (s)
is/are not be responsible for any damage which may happen to or be occasioned by
any such fittings or other works.
Compensation for delay
Clause 16: The time allowed for carrying out the work as entered in the tender shall
bestrictly observed by the contractor and shall be deemed to be of the essence of the
contract on the part of the contractor and shall be reckoned from thefifteenthday after
the date onwhich the order to commence the work is issued to the contractor. The
work shall throughout the stipulated period of the contract be proceeded with all due
diligence and thecontractor shall pay as compensation an amount equal to one per
cent or such smaller amount as the Superintending Engineer (whose decision in
writing shall be final) may decide on the amount of the estimated cost of the whole
work as shown in the tender, for every day that the work remains uncommented’ or
unfinished after the stipulated dates. And further to ensure good progress during the
execution of the work, the contractor shall be bound inall cases in which the time
allowed for any work exceeds one month (save for special jobs) tocomplete one-
eighth of the whole of the work before one-fourth of the whole time allowed under
the contract has elapsed; three eighth of the work, before one-half of such time has
elapsed, and three-fourth of the work, before three-fourths of such time has elapsed.
However, for special jobs if a time schedule has been submitted by the contractor and
the same has been accepted by the Engineer-in-Charge, the contractor shall comply
with the said time-schedule. In the event of the contractor failing to comply with this
condition he shall be liable to pay as compensation an amount equal to one per cent or
such smaller amount as the Superintending Engineer (whose decision in writing shall
be final) may decide on the said estimated cost of the whole work for every day that
the due quantity of work remains incomplete. Provided always that the entire amount
of compensation to be paid under theProvisions of this Clause shall not exceed 10 per
cent on the cost of the work as shown in the tender.
Engineer In-charge’s right to determine the contract
Clause 17: The Engineer-in-Charge may without prejudice to his right against
thecontractor in respect of any delay or inferior workmanship or otherwise or to
claims for damage in respect of any breaches of the contract and without prejudice to
any rights or remedies under any of the provisions of this contract or otherwise and
whether the date for completion has or not elapsed by notice in writing absolutely
determine the contract in anyof the following cases:
(i) If the contractor having been givenby Engineer-in-Charge a notice in writing to rectify,
reconstruct or replace any defective work or that the work is being performed in any
inefficient or otherwise improper or un-workman like manner, shall omit to comply with
therequirements of such notice for a period of seven days thereafter or if the contractor
shalldelay or suspend the execution of the work so that either in the judgment of the
Engineer-in-Charge (which shall be final & binding) he will be unable to secure
completion of the work by the date for completion or he has already failed to complete
the work by that date.
If the contractor being a company shall pass a resolution or the court shall make an order that
the company shall be wound up or if a receiver or a manager on behalf of a creditor shall be
appointed or if circumstances shall arise which entitle the court or creditor to appoint a
receiver or a manager or which entitle the court to make a winding up order.
If the contractor commits breach of any of the terms and conditions of this contract.
If the contractor commits any acts mentioned in Clause 20 hereof.
When the contractor has made himself liable for action under any of the cases
aforesaid, the Engineer-in-Charge on behalf of the Governor of Goa shall have
following powers:-
(a) To determine or rescind the contract as aforesaid (of which termination or
rescission notice in writing to the contractor under the hand of Engineer-in-Charge
shall be conclusive evidence). Upon such determination or rescission, the security
deposit of the contractor shall be liable to be forfeited and shall be absolutely at the
disposal of Government.
To employ labour paid by the Central Public Works Department and to supply
materials to carry out the works or any part of the work debiting the contractor with
the cost of the labour and the price of the materials (of the amount of which cost and
price certified by the Engineer-in-Charge shall be final and conclusive against the
contractor) and crediting him with the value of the work done in all respects in the
same manner and at the same rates as if it had been carried out by the contractor
under the terms of his contract. The certificate of the Engineer-in-charge as to the
value of the work done shall be final and conclusive against the contractor, provided
always that the action under the sub-clause shall be only taken after giving notice in
writing to the contractor.Provided also that if the expenses incurred by the department
are less than the amount payable to the contractor at his agreement rates, the
difference should not be paid to the contractor.
After giving notice to the contractor to measure up the work of the contractor and to
take such part thereof as shall be unexecuted out of his hands and give it to another
contractor to complete in which case any expenses which may be incurred in excess
of the sum which would have been paid to the original contractor if the whole work
had been executed by him (of the amount of which excess the certificate in writing of
the Engineer-in-Charge shall be final and conclusive) shall be borne and paid by the
original contractor and may be deducted from any money due to him by Government
under this contract or on any other account whatsoever or from his security deposit or
the proceeds of the sales thereof or a sufficient part thereof as the case may be.
In the event of any one or more of the above courses being adopted by Engineer-in-
Charge, the contractor shall have no claim to compensation for any loss sustained by
him byreason of his having purchased or procured any materials or entered into any
engagements or made any advances on account or with a view to the execution of the
work or the performance of the contract. And in case action is taken under any of the
provisions aforesaid, the contractor shall not be entitled to recover or be paid any sum
for any work thereto or actually performed under this contract. Unless and until the
Engineer-in-Charge has certified in writing the performance of such work and the
value payable in respect thereof and he shall only be entitled to be paid the value so
certified.
Contractor to remain liable to pay compensation if action not taken under above
clause. Powers to take possession of or require removal of or sell Contractor’s Plant:
Clause 18: In any case in which any of the powers conferred upon the Engineer-in-
Charge by Clause 17 thereof, shall have become exercisable and the same shall not be
exercised, the non-exercise thereof shall not constitute a waiver of any of the
conditions hereof and such powers shall not-withstanding be exercisable in the event
of any future case of default by the contractor and the liability of the contractor for
compensation shall remain unaffected. In the event of the Engineer-in-Charge putting
in force all or any of the powers vested in him under the preceding clause he may, if
he so desires after giving a notice in writing to the contractor, take possession of or (at
the sole discretion of the Engineer-in-Charge which shall be final) use as on hire (the
amount of the hire money being also in the final determination of the Engineer-in-
Charge) all or any tools, plant, materials and stores, in or upon the works, or the site
thereof belonging to the contractor, or procured by the contractor and intended to be
used for the execution of the work or any part thereof, paying or allowing for the
same in account at the contract rates, or, in the case of these not being applicable, at
the current market rates to be certified by the Engineer-in-Charge, whose certificate
thereof shall be final, otherwise the Engineer-in-Charge by notice in writing may
order the contractor, or his clerk of the works, foreman or other authorized agent to
remove such tools, plant, materials, or stores from the premises (within a time to be
specified in such notice); and in the event of the contractor failing to comply with any
such requisition, the Engineer-in-Charge may remove them at the contractor’s
expense or sell them by auction or private sale on account of the contractor and at his
risk in all respects and the certificate of the Engineer-in-Charge as to the expense of
any such removal and amount of the proceeds and expense of any such sale shall be
final and conclusive against the contractor.
Extension of Time
Clause 19:If the contractor shall desire an extension of time for completion of work
on the grounds of his having been unavoidably hindered in its execution or any other
grounds, he shall apply in writing to the Engineer-in-Charge within 30 days of the
date of hindrance on account of which he desires such extension as aforesaid, and the
Engineer-in-Charge shall, if in his opinion (which shall be final) reasonable grounds
be shown therefore, authorize such extension of time if any, as may, in his opinion, be
necessary or proper.
Work not to be sublet. Contract may be rescinded and security deposit
forfeited for subletting, bribing, or if contractor becomes insolvent:
Clause 20: The contracts shall not be assigned or sublet, without the written approval
of the Engineer-in-Charge. And if the contractor shall assign or sublet his contract, or
attempt so to do, or become insolvent or commence any insolvency proceedings or
make any composition with his, creditors or attempt so to do, or if any bribe, gratuity,
gift, loan, perquisite, reward or advantage pecuniary or otherwise, shall either directly
or indirectly, be given, promised or offered by the contractor, or any of his office or
employment or if any such officer or person shall become in any way directly or
indirectly interested in the contract, the Engineer-in-Charge on behalf of the Governor
of Goa shall have power to adopt any of the course specified in Clause as he may
deem best, suited in the interest of Government and in the event of any of these
courses being adopted the consequences specified in the said Clause shall ensue.
Payment on intermediate certificate be regarded as advances:
Clause 21: No payment shall be made for a work estimated to cost rupees five
thousand or less till after the whole of the work shall have been completed and
certificate of completion given. But in case of a work estimated to cost more than
rupees five thousand,the contractor shall, on submitting the bill be entitled to receive
a monthly payment proportionate to the part thereof then executed to the satisfaction
of the Engineer-in-Charge, whose certificate of the sum so payable shall be final and
conclusive against the contractor. But all such intermediate payments shall be
regarded as payments by way ofadvance against the final payment only and not as
payments for work actually done and completed, and shall not preclude the requiring
of bad, unsound imperfect and unskilled works to be removed and taken away and
reconstructed, or be considered as an admission of the due performance of the
contract, or any part thereof in any respect or the accruing of any claim, nor shall it
conclude, determine, or affect in any way the powers of the Engineer-in-Charge under
these conditions or any of them as to the final settlement and adjustment of the
accounts or otherwise or in any other way vary or affect the contract. The final bill
shallbe submitted by the contractor within one month of the date fixed for completion
of the work or of the date of the certificate of completion furnished by the Engineer-
in-Charge and payment shall be made within three months, if the amount of the
contract plus that of the additional items is up to Rs. 2 lakhs and in 6 months if the
same exceeds Rs. 2 lakhs of the submission of such bill. If there shall be any dispute
about any item or items of the work then the undisputed item or items only shall be
paid within the said period of three months or 6 months as the case may be. The
contractor shall submit a list of the disputed item withinthirty days from the
disallowance thereof and if he fails to do this, his claim shall be deemed to have been
fully waived and absolutely extinguished.
Whenever there is likely to be delay in recording detailed measurements for making
running payment in the case of residential buildings, advance payments without
detailedmeasurements for works done (other than foundations and finishing items) up
to (a) lintel level (including sun shade etc.) and (b) slab level, for each floor, worked
out at 75% of the tendered rates may be made in running accounts bills by the
Engineer-in-Charge in his discretion on the basis of a certificate from the Assistant
Engineer to the effect that the work has been completed up to a level in question.
The advance payment so allowed shall be adjusted in the subsequent running bill by
taking detailed measurements thereof. Final payments shall be made only on the
running basis of detailed measurements.
Bills to be submitted monthly:
21(A) A bill shall be submitted by the contractor each month on or before the date
fixed by the Engineer-in-Charge for all works executed in the previous months, and
the Engineer-in-Charge shall take or cause to be taken the requisite measurement for
the purpose of having the same verified and the claim, as far as admissible, adjusted
as far as possible, before the expiry of ten days from the presentation of the bill. If the
contractor does not submit the bill Within the time fixed as aforesaid, the Engineer-
in-Charge may depute within seven days of the date fixed as aforesaid, a Subordinate
to measure up the said work in the presence of the contractor whose countersignature
on the measurement list will be sufficient warrant; and the Engineer-in-Charge may
prepare a bill from such list.
Contractor to be given a week time to file objections to the measurements recorded by
Department
21(B) Before taking any measurement of any work as has been referred to in Clause
53, 21, 21(A), thereof, the Engineer-in-Charge or a subordinate deputed by him shall
give reasonable notice to the contractor. If the contractor fails to attend at the
measurements after such notice or fails to countersign or to record the difference
within a week from the date of measurement in the manner required by the Engineer-
in-Charge then in any such event the measurements taken by the Engineer-in-Charge
or by the subordinate deputed by him as the case may be, shall be final and binding
on the contractor and the contractor shall have no right to dispute the same.
Bills to be submitted on Printed forms
21C The contractor shall submit all bills on the printed forms to be had on application
at the office of the Engineer-in-Charge and the charges in the bills shall always be
entered at the rates specified in the tender or in the case of any extra work ordered in
pursuance of these conditions and do not mentioned or provided for in the tender at
the rates hereinafter provided for such work.
Payment of Contractors bills to Bank:
Clause22 Payment due to the contractor may, if so desired by him, be made to his
bank instead of direct to him, provided that the contractor furnishes to the Engineer-
in-Charge (i) an authorization in the form of a legally valid document such as a power
of attorney conferring authority on the bank to receive payments and (2) his own
acceptance of thecorrectness of the account made out as being due to him by
Government or his signature on the bill or other claim preferred against Govt., before
settlement by the Engineer-in-Charge of the account or claim by payment to the bank.
While receipt given by such banks shall constitute a full and sufficient discharge for
the payment the contractor should, wherever possible, present his bills duly receipted
and discharged through his bankers.
Nothing herein contained shall operate to create in favour of the bank any rights or
equities vies-a-vies the Governor.
Clause 23: The certificate of the Engineer-in-charge or an award of the referee
hereinafter referred to, as the case may be, showing the final balance due or payable
to the contractor(s) is to be conclusive evidence of the works having been duly
completed and that the contractor(s) is/are entitled to receive payment of the final
balance, but without prejudice to the liability of the contractor(s) under the provision
of clause 13. No such certificate shall, however, be given not shall the work be
considered to be complete until the contractor(s) shall have removed as required by
clause 4 from the premises on which the work shall be executed all scaffolding,
surplus materials and rubbish and cleaned off the dirt from all wood-work, doors,
windows, walls, floors or other parts of any building, in upon or about which the
work is to be executed, or of which he/they may have had possession for the purpose
of execution thereof, nor until the addition, omissions and alterations referred to in
clause 8 shall have been measured by the Engineer-in-charge whose measurements
shall be binding and conclusive against the contractor(s). If the contractor(s) shall fail
to comply with the requirements of this clause as to removal of scaffolding, surplus
materials and rubbish and cleaning off dirt on or before the date fixed for the
completion of the work, the Engineer-in-charge may at the expenses of the
contractor(s) remove such scaffolding, surplus materials and rubbish and dispose off
the same as he thinks fit and clean off such dirt a aforesaid; and the contractor(s) shall
forthwith pay the amount of all expenses so incurred and shall have no claim in
respect of any such scaffolding or surplus materials as aforesaid except for any sum
actually realized by the sale thereof.
Labour
Clause 24 The contractor shall obtain a valid licence under the contract Labour (R &
A) Act, 1970 and the contract Labour (Regulation and Abolition) Central Rules,
1971, before the commencement of the work, and continue to have a valid licence
until the completion of the work. Any failure to fulfil this requirement shall attract the
penal provisions of this contract arising out of the resultant non-execution of the
work.
Clause 25 No labour below the age of eighteen years shall be employed on the work.
No female labour shall be employed within the limits of a cantonment.
Fair Wage Clause
Clause 26 Payment of wages:
(a) The contractor shall pay to the labour employed by him either directly or through
sub-contractors, wages not less than fair wages as defined in the C.P.W.D. Contract
of Labour Regulations or as per the provisions of the Contract Labour (Regulations
and Abolition) Act, 1970 and the Contract Labour (regulation and Abolition) Central
Rules, 1971, wherever applicable.
The contractor shall, notwithstanding the provisions of any contract to the contrary,
cause to be paid fair wage to the labour indirectly engaged on the work, including any
labour engaged by his sub-contractors in connection with the said work, as if the
labour had been immediately employed by him.
In respect of all labour directly or indirectly employed in the works for performance
of the contractor’s part of this agreement, the contractor shall comply with or caused
to be complied with the Central Public Works Department Contractors, Labour
Regulations made by Government from time to time in regard to payment of wages,
wage period, deductions from wages, recovery of wages not paid and deductions un
authorise made, maintenance of wage book or wage slips, publication of scale of
wages and other terms of employment, inspection and submission of periodical
returns and all other matters of the like nature or as per the provisions of the Contract
Labour (Regulation and Abolition) Act, 1970 and the Contract Labour (Regulation
and Abolition) Central Rules, 1971 wherever applicable.
The Engineer-in-charge concerned shall have the right to deduct from the moneys due
to the contractor any sum required or estimated to be required for making good the
loss suffered by a worker or workers by reasons of non-fulfilment of the conditions of
the contract for the benefit of the workers, non-payment of wages or of deductions
made from his or their wages which are not justified by their terms of the contract or
non-observance of the Regulations.
(e) The contractor shall comply with the provisions of the Payment of Wages Act,
1936, Minimum Wages Act, 1948, Employees Liability Act, 1938, Workmen’s
Compensation Act, 1923, Industrial Disputes Act, 1947, Maternity Benefits Act 1961
and the contractor’s Labour (Regulation and Abolition) Act, 1970 or the
modifications thereof or any other laws relating thereto and the rules made there
under from time to time.
The contractor shall indemnify Government against payments to be made under and
for the observance of the Laws aforesaid and the C.P.W.D. Contractor’s Labour
Regulations without prejudice to his right to claim indemnity from his sub-
contractors.
The regulations aforesaid shall be deemed to be a part of this contract and any breach
thereof shall be deemed to be a breach of this contract.
Short Note: SUPREME COURT’S observations dated 18-9-1982 :
Whatever is the minimum wage for the time being or if the wage payable is higher
than such wage, such wage shall be paid by the contractor to the workman directly
without the intervention of Jamadar and that Jamadar shall not be entitled to deduct or
recover any amount from the minimum wage payable to the workman as and by way
of commission or otherwise. The contractor shall ensure that no amount by way of
commission or otherwise is deducted or recovered by the Jamadar from the wage of
workman.
26 A In respect of Labour directly or indirectly employed in the work for the
performance on the contractor’s part of this agreement, the contractor shall at his own
expenses arrange for the safety provisions as per C.P.W.D.Safety Code framed from
time to time and shall at his own expense provide for all facilities in connection
therewith. In case the contractor fails to make arrangement and provide necessary
facilities as aforesaid he shall be liable to pay a penalty of Rs. 50/- for each default
and in addition the Engineer-in-Charge shall be at liberty to make arrangement and
provide facilities as aforesaid and recover the costs incurred in the behalf from the
contractor.
26 B The contractor shall submit, by the 4th
and 19th
of every month, to the
Engineer-in-Charge a true statement showing, in respect of the second half of the
preceding month and the first half of the current month respectively.
(1) The number of labours employed by him on the work.
(2) Their working hours.
(3) The wages paid to them.
(4) The accidents that occurred during the said fortnight showing the circumstances
under which they happened and the extent of damage and injury caused by them, and
(5) The number of female workers who have been allowed Maternity Benefit according to
Clause 26D and the amount paid to them.
Failing which the contractor shall be liable to pay to Government a sum not
exceeding Rs. 50/- for each default or materially incorrect statement. The decision of
the Executive Engineer shall be final in deducting from any bill due to the contractor
the amount levied as fine.
Health and Sanitary arrangements for workers:
26 C In respect of all labour directly or indirectly employed in the works for the
performance of the contractor’s part of this agreement, the contractor shall comply
with or cause to be complied with all the rules framed by Government from time to
time for the protection of health and sanitary arrangements for workers employed by
the Goa Public Works Department and its contractors.
26 D Leave and pay during leave shall be regulated as follows:-
Maternity benefit rules for female workers employed by contractor
1. Leave:
In case of delivery, maternity leave not exceeding 8 weeks, 4 weeks up to and
including the day of delivery and 4 weeks following that day,
In the case of miscarriage –up to 3 weeks from the date of miscarriage.
2. Pay:
(i) In the case of delivery-leave pay during maternity leave will be at the rate of the
women’s average daily earnings, calculated on the total wages earned on the days
when full time work was done during a period of 3 months immediately preceding
the date on which she gives notice that she expects to be confined or at the rate of
Rupee one only a day whichever is greater.
(ii) In case of miscarriage – leave pay at the rate of average daily earning
calculated on the total wages earned on the days when full time work was done
during a period of 3 months immediately preceding the date of such miscarriage.
Conditions for the Grant of Maternity / Leave: No maternity leave benefit shall be
admissible to a woman unless she has been employed for a total period of not less
than 6 months immediately preceding the date on which she proceeds on leave.
The contractor shall maintain a register of Maternity (Benefit) in the Prescribed
Form as shown below and the same shall be kept at the place of work.
REGISTER OF MATERNITY BENEFITS
(Clause 19F of the Conditions of Contract)
Name and address of the contractor(s)
.............................................................................................................................................
Name and Location of the
work...........................................................................................................................................
Name of the Father’s/Husband’ Nature of Period of actual Date on which
Employee Name Employment employment confinement given
1 2 3 4 5
Date on In case of delivery In case of miscarriage
Which
maternity
Commenced Ended Commenced Ended
Leave
commenced
and end
6 7 8 9 10
Leave pay paid to the employee
In case of delivery
In case of miscarriage Remarks
Rate of leave pay Amount paid Rate of leave pay Amount paid
11 12 13 14 15
Specimen form of the Register, regarding Maternity Benefit admissible to the
contractor’s labour in Goa, Public works Department Works.
Name of the Work ……………………………………………
Name of the Contractor…………………………………….
Name of the woman and her husband’s name.
Designation.
Date of appointment
Date with months and years in which, she is employed.
Date of discharge/dismissed, if any.
Date of production of certificates in respect of pregnancy.
Date on which the women informs about the expected delivery.
Date of delivery/miscarriage/death.
Date of production of certificate in respect of delivery/miscarriage.
Date with the amount of maternity/death benefit paid in advance of expected delivery.
Date with the amount of subsequent payment of maternity benefit.
Name of the persons nominated by the woman to receive the payment of the maternity
benefit after her death.
If a woman dies, the date of her death, the name of the person to whom maternity
benefit amount was paid, the month thereof and the date of payment.
Signature of the contractor authenticating entries in the register.
Remarks column for the use of inspecting Officer.
26 E :In the event of the contractor (s) committing a default or breach of any of the
provisions of the Central Public Works Department, Contractor’s Labour Regulations
and Model Rules and the provisions of the Contract Labour (Regulation & Abolition)
Act, 1970and the Contract Labour (Regulation & Abolition) Central Rules, 1971 for the
protection of health and sanitary arrangements for the workers as amended from time to
time or furnishing any information or submitting or filling any statement under the
provisions of the above Regulations and Rules which is materially incorrect, he/they
shall without prejudice to any other liability pay to the Government a sum not
exceeding Rs. 50/- for every default, breach or furnishing, making, submitting, filling
such materially incorrect statements and in the event of the contractor(s) defaulting
continuously in this respect, the penalty may be enhanced to Rs. 50/- per day for each
day of default subject to a maximum of 5 per cent of the estimated cost of the work put
to tender. The decision of the Engineer-in-Charge shall be final and binding on the
parties.
Should it appear to the Engineer-in-Charge that the contractor(s) is/are not
properly observing and complying with the provisions of the C.P.W.D. Contractor’s
Labour Regulations and Model Rules and the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 and the Contract Labour (R & A) Central
Rules, 1971 for the protection of health and sanitary arrangements for work-people
employed by the contractor (s) (hereinafter referred as “the said Rules”) the
Engineer-in-Charge shall have power to give notice in writing to the contractor (s)
requiring that the said Rules be complied with and the amenities prescribed there in
be provided to the work people within a reasonable time to be specified in the notice.
If the contractor(s) shall fail within the period specified in the notice, to comply with
and / observe the said Rules and to provide the amenities to the workpeople as
aforesaid, the Engineer-in-Charge shall have the power to provide the amenities
herein before mentioned at the cost of the contractor(s). The contractor (s) shall
erect, make and maintain at his/their own expense and to approved standards all
necessary huts and sanitary arrangements required for his/their work-people on the
site in connection with the execution of the works, and if the same shall not have
been erected or constructed, according to approved standards, the Engineer-in-
Charge shall have power to give notice in writing to the contractor(s) requiring that
the said huts and sanitary arrangements be remodelled and/or reconstructed
according to approved standards and if the contractor(s) shall fail to remodel or
reconstruct such huts and sanitary arrangements according to approved standards
within the period specified in the notice, the Engineer-in-Charge shall have the
power to remodel or reconstruct such huts and sanitary arrangements according to
approved standards at the cost of the contractor(s).
26 F The contractor(s) shall at his/their own cost provide his/their labour with
sufficient number of huts (hereinafter referred to as the camp) of the following
specifications on a suitable plot of land to be approved by the Engineer-in-Charge.
1. (a) The minimum height of each hut at the eaves level shall be 2.10 m (7ft.) and
the floor area to be provided will be at the rate of 2.7 sqm. (30 sq.ft.)For each
member of the worker’s family staying with the labour.
The contractor(s) shall in addition construct suitable cooking places having a
minimum area of 1.80 m X 1.50m. (6’X5’) adjacent to the hut for each family.The
contractor(s)shall construct temporary latrines and urinals for the use of the
labourers each on the scale of not less than four per each one hundred of the total
strength, separate latrines and urinals being provided for women.
The contractor(s) shall construct sufficient number of bathing and washing places,
one unit for every 25 persons residing in the camp. These bathing and washing
places shall be suitably screened.
(a) All the huts shall have walls of sun-dried or burnt bricks laid in mud mortar or
other suitable local materials as may be approved by the Engineer-in-Charge. In case
of sun-dried bricks, the walls should be plastered with mud gobri on both sides. The
floor may be katcha but plastered with mud gobri and shall be at least 15 cm. (6”)
above the surrounding ground. The roofs shall be laid with thatched or any other
materials as may be approved by the Engineer-in-Charge and the contractor shall
ensure that throughout the period of their occupation the roof shall remain water
tight.
The contractor(s) shall provide each hut with proper ventilation,
All doors, windows, and ventilators shall be provided with suitable leaves for
security purposes.
There shall be kept an open space of at least 7.2 m. (8 yards) between the rows of
huts which may be reduced to 6m (20 ft.) according to the availability of site with
the approval of the Engineer-in-Charge. Back to back construction will be allowed.
Water Supply – The Contractor(s) shall provide adequate supply of water for the
use of labourers. The provisions shall not be less than 2 gallons of pure and whole –
some water per head per day for drinking purposes and 3 gallons of clean water per
head per day for bathing and washing purposes. Where piped water supply is
available, supply shall be at stand posts and where the supply is from wells or river,
tanks which may be of metal or masonry, shall be provided. The contractor(s) shall
also at his/their own cost make arrangements for laying pipe lines for water supply to
his/their labour camp from the existing mains wherever available, and shall pay all
fees and charges thereof.
The site selected for the camp shall be high ground, removed from jungle.
Disposal of Excreta – The contractor(s) shall make necessary arrangements for the
disposal of excreta from the latrines by trenching or incineration which shall be
according to the requirements laid down by the Local Health Authorities. If
trenching or incineration is not allowed, the contractor(s) shall make arrangements
for the removal of the excreta through the municipal Committee/authority and
inform it about the number of labourers employed so that arrangements may be
made by such Committee/authority for theremoval of the excreta. All charges on this
account shall be borne by the contractor and paid direct by him to the
Municipality/authority. The contractor shall provide one sweeper for every 8 seats in
case of dry system.
Drainage – The contractor(s) shall provide efficient arrangements for draining
away sludge water so as to keep the camp neat and tidy.
The contractor(s) shall make necessary arrangements for keeping the camp area
sufficiently lighted to avoid accidents to the workers.
Sanitation – The contractor(s) shall make arrangements for conservancy and
sanitation in the labour camps according to the rules of the Local Public Health and
Medical Authorities.
26 G- The Engineer-in-Charge may require the contractor to dismiss or remove from
the site of the work any person or persons in the contractor’s employ upon the work
who may be incompetent or misconduct himself and the contractor shall forthwith
comply with such requirements.
26 H It shall be the responsibility of the contractors to see that the building under
construction, is not occupied by anybody unauthorized during construction and to
hand over to the Engineer-in-Charge vacant possession of complete building. If such
building though completed, is occupied illegally, then the Engineer-in-Charge will
have the option to refuse to accept the said building/buildings in that position and
delay in acceptance on this account will be treated as delay in completion and for
such delay a levy up to 5% of the estimated cost put to tender may be imposed by the
Superintending Engineer whose decision shall be final both with regard to the
justifications and quantum.
However, the Superintending Engineer may require the contractor through a notice
to remove the illegal occupation any time on or before construction and delivery
26 AA The Contractor shall comply with all the provisions of the Minimum wages
Act, 1948, Contract Labour (Regulation and Abolition) Act, 1970 and rules framed
under and other labour laws affecting contract labour that may be brought into force
from time to time.
C. P. W. D SAFETY CODE-
1. Suitable scaffolds should be provided for workmen in all works that cannot safely
be done from the ground, or from solid construction except for such short period as
can be done safely from ladders. When a ladder is used an extra Amador shall be
engaged for holding the ladder and if the ladder is used for carrying materials as
well, suitable footholds and handholds shall be provided on the ladder and the ladder
shall be given an inclination not steeper than ¼ to 1(1/4 horizontal and 1 vertical).
2. Scaffolding or staging more than 3.6 m (12 feet) above the ground or floor, swung
or suspended from an overhead support or erected with stationery support shall have
guardrail properly attached bolted, braced and otherwise secured at least 90 cm. (3
feet) high above the floor or platform of such scaffolding or staging and extending
along the entire length of the outside and ends, thereof with only such opening as
may be necessary for the delivery of materials. Such scaffolding or staging shall be
so fastened as to prevent it from swaying from the building or structure.
3. Working platform, gang ways and stairways should be so constructed that they
shouldnot sag unduly or unequally, and if the height of the platform or the gangway
or the stairway is more than 3.6 m. (12 feet) above ground level or floor level, they
should be closely boarded, should have adequate width and should be suitably
fastened as described in (ii) above.
4. Every opening in the floor of a building or in a working platform be provided with
suitable means to prevent the fall of persons or materials by providing suitable
fencing or railing whose minimum height shall be 90 cm. (3 feet).
5. Safe means of access shall be provided to all working platforms and working
places. Every ladder shall be securely fixed. No portable single ladder shall be over
9m. (30 feet) in length while the width between side rails in rung ladder shall in no
case be less than 28 cm (11.1/2”) for ladder up to including 3m. (10 feet) in length.
For longer ladders this width should be increased at least ¼” for each additional 30
cm. (1 foot) in length. Uniform step spacing shall not exceed 30 cm. (12 inch).
Adequate precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the sites of work shall be so stacked or placed as to cause danger
or inconvenience to any person or the public. The contractor shall provide all
necessary fencing and lights to protect the public from accident and shall be bound
to bear the expenses of defence of every suit, action or other proceedings at law that
may be brought by any persons for injury sustained owing to neglect of the above
precautions and to pay any damages and cost which may be awarded in any such
suit, action or proceedings to any such persons or which may, with the consent of the
contractor be paid to compromise any claim by any such person.
6. Excavation and Trenching – All trenches, 1.2 m (four feet) or more in depth, shall
at alltime be supplied with at least one ladder for each 30 m (100 feet) in length or
fraction thereof. Ladder shall be extended from bottom of the trench to at least 90
cm. (3 feet) above the surface of the ground. The side of the trenches which are 1.5
m (5 feet) or more in depth shall be stepped back to give suitable slope or securely
held by timber bracing, so as to avoid the danger or sides to collapse. The excavated
materials shall not be placed within 1.5 m (5 feet) of the edges of the trench or half
of the depth of the trench whicheveris more. Cutting shall be done from top to
bottom. Under no circumstances undermining or undercutting shall be done.
7. Demolition–Before any demolition work is commenced and also during the
process of the work:
a. All roads and open areas adjacent to the work site shall either be closed
or suitablyprotected.
b. No electric cable or apparatus which is liable to be a source of danger
over a cable or apparatus used by the operator shall remain electrically
charged.
c. All practical steps shall be taken to prevent danger to persons employed
from risk of fire or explosion or flooding. No floor, roof or other part of
the building shall be so overloaded with debris or materials as to render
it unsafe.
8.All necessary personal safety equipment as considered adequate by the Engineer-
in-Charge should be kept available for the use of the person employed on the site
and maintain in a condition suitable for immediate use, and the contractor should
take adequate steps to ensure proper use of equipment by those concerned :-
Workers employed on mixing asphaltic materials, cement and lime mortars be
provided with protective footwear and protective goggles.
Those engaged in white washing and mixing or stacking of cement bags or any
materials which are injurious to the eyes shall be provided with protective goggles
Those engaged in welding works shall be provided with welder’s protective
eyesight
lids.
Stone breakers shall be provided with protective goggles and protective clothing
and seated at sufficient safe intervals.
When workers are employed in sewers and manholes, which are in active use, the
contractor shall ensure that the following safety measures are adhered to-
Entry for workers into the line shall not be allowed except under supervision of the
J.E. or any other higher officer.
At least five to six manholes upstream and downstream should be kept open for at
least 2 to 3 hours before any man is allowed to enter into the manholes for working
inside.
Before entry, presence of toxic gases should be tested by inserting wet lead acetate
paper which change colour in the presence of such gases and gives indication of their
presence.
(iv) Presence of oxygen should be verified by lowering a detector lamp into the
manhole. In case no, oxygen is found inside the sewer line, workers should be sent
only with oxygen kit.
(v) Safety belt with rope should be provided to the workers. While working inside
the manholes such rope should be handled by two men standing outside to enable
him to be pulled out during emergency.
(vi) The area should be barricaded or cordoned by suitable means to avoid mishaps
of any kind Proper warning signs should be displayed for the safety of the public
whenever cleaning works are undertaken during night or day.
No smoking or open flames be allowed near the blocked manhole being cleaned.
The malba obtained on account of cleaning of blocked manholes and sewer lines
should be immediately removed to avoid accidents on account of slippery nature of
the malba.
(ix)Workers should not be allowed to work inside the manholes continuously. He
should be given rest intermittently. The Engineer-in-Charge may decide the time up
to which a worker may be allowed to work continuously inside the manhole.
(x) Gas masks with oxygen cylinder should be kept at site for use in emergency.
(xi) Air blowers should be used for flew of fresh air through the manholes.
Whenever called for, portable air blowers are recommended for ventilating the
manholes. The motors for these shall be vapour proof and of totally enclosed type.
Non sparking gas engines also could be used but they should be placed at least 2
metres away from the opening and on the lower side protected from wind so that
they will not be source of friction on any inflammable gas that might be present.
(xii) The workers engaged for cleaning the manholes/sewers should be properly
trained before allowing working in the manholes.
(xiii) The workers shall be provided with gumboots or non sparking shoes, bump
helmets and gloves, non-sparking tools, safety lights and gas masks and portable air
blowers (when necessary) They must be supplied with barrier crane for anointing the
limbs before working inside sewer lines.
(xiv) Workmen descending a manhole shall try each ladder step or rung carefully
before putting his full weight on it to guard against insecure fastening due to
corrosion of the rung fixed to manhole wall.
(xv) If a man has received a physical injury he should be brought out by the sewer
immediately and adequate medical aid should be provided to him.
(xvi) The extent to which these precautions are to be taken depend on individual
situation but the decision of the Engineer-in-Charge regarding the steps in this regard
to be taken in an individual case will be final.
(f) The contractor shall not employ men below the age of 18 years and women on
thework of painting with products containing lead in any form. Wherever men above
the age of 18 are employed on the work of lead painting, the following precautions
should be taken:
No paint containing lead or lead products shall be used except in the form of paste or
readymade paint.
Suitable face masks should be supplied for use by the workers when paint applied in the
form of spray on a surface having lead paint dry rubbed and scrapped.
Overalls shall be supplied by the contractors to the workmen and adequate facilities
shall be provided to enable the working painters to wash during the cessation of
work.
(iv) A) 1) White lead, sulphate of lead or product containing these pigments, shall
not be used in painting operation except in the form of pastes or paint ready for use.
Measures shall be taken, wherever required in order to prevent danger arising from
the application of paint in the form of spray.
Measures shall be taken, wherever practicable, to prevent danger arising out of from
dust caused by dry rubbing and scrapping.
(1) Adequate facilities shall be provided to enable working painters to wash during
and on cessation of work.
Overall shall be worn by working painters during the whole of working period.
Suitable arrangements shall be made to prevent clothing put off during
working hours being soiled by painting materials.
(1) Cases of lead poisoning and suspected lead poisoning shall be notified and shall
be subsequently verified by medical men appointed by competent authority of the
Department.
The department may require, when necessary medical examination of workers.
D) Instructions with regard to special hygienic precautions to be taken in the
painting
trade shall be distributed to working painters.
9.When the work is done nearany place where there is risk of drowning all
necessaryequipments should be provided and kept ready for use and all necessary
steps taken forpromptrescue of any person in danger and adequate provision should
be made for prompt first aid treatment of all injuries likely to be sustained during in
course of the work.
10. Use of hoisting machines and tackle including their attachments, anchorage and
supports shall conform to the following standards or conditions:
(1)(a) These shall be of good mechanical construction, sound material and
adequate strength and free from patent defects and shall be kept in
good working order.
(b) Every rope used in hosting or lowering materials or as a means of
suspension shall be of durable quality and adequate strength, and free
from patent defects.
2) Every crane driver or hosting appliance operator shall be properly
qualified and no person under the age of 21 years should be in charge of
any hoisting machine including any scaffolding winch or give signals to
operators.
3) In case of every hoisting machine and of every chain ring hook, shackle
swivel and pulley block used in hosting or as means of suspension, the
safe working load shall be as curtained by adequate means. Every
hoisting machine and all gear referred to above shall be plainly marked
with the safe working load. In case of hosting machine having a variable
safe working load, each safe working load and the conditions under
which it is applicable shall be clearly indicated. No part of any machine
or any gear referred to above in this paragraph shall be loaded beyond
the safe working load except for the purpose of testing.
4) In case of departmental machines, the safe working load shall be notified
by theElectrical-Engineer – in – Charge. As regards contractor’s
machines, the contractors shall notify the safe working load of the
machine to the Engineer –in– charge whenever he brings any machinery
to site of work and get it verified by the Electrical Engineer concerned.
Motors, gearing, transmission, electric wiring and other dangerous parts
of hoisting appliances should be provided with efficient safeguards.
Hoisting appliances should be provided with such means as will reduce
to the minimum the risk of accidental descent of the load. Adequate
precautions should be taken to reduce to the minimum the risk of any
part of a suspended load becoming accidentally displaced. When
workers employed on electrical installations which are already
energized, insulating mats, wearing apparel such as gloves, sleeves and
boots asmay be necessary should be provided. The workers should not
wear any rings, watches and carry keys or other materials which are the
good conductors of electricity.
All scaffolds, ladders and other safety devices mentioned or described herein shall
bemaintained in safe conditions and no scaffold, ladder or equipment
shall be altered orremoved while it is in use. Adequate washing
facilities should be provided at or near places of work.
13. These safety provisions should be brought to the notice of all concerned by
display on a notice board at a prominent place at work spot. The person responsible
for compliance of the safety code shall be named therein by the contractor.
14. To ensure effective enforcement of the rules and regulations relating to safety
precautions the arrangements made by the contractor shall be open to inspection by
the Labour Officer, Engineer – in – Charge of the department or their
representatives. The Contractor shall provide suitable scaffolds and working
platform gangways and stairways and shall comply with the following regulation in
connection therewith –
(a) Suitable scaffolds shall be provided for workman for all work that cannot be
safely done from ladder or by other means.
(b) A scaffold shall not be constructed taken down or substantially altered except
Under the supervision of the competent and responsible person; and
As far as possible by competent workers possessing adequate experience in this
kind of work.
All scaffolds and appliances connected therewith and ladder shallbe of sound material,
be of adequate strength having regard to the loads and strains to which they will be
subjected, andbe maintained proper condition.
Scaffolds shall be so constructed that no part thereof can be displaced in
consequence of normal use.
Scaffolds shall not be overloaded and so far as practicable the load shall be evenly
distributed.
Before installing lifting gear on scaffolds special precaution shall be taken to ensure
the strength and stability of scaffolds.
Scaffolds shall be periodically inspected by a competent person.
Before allowing a scaffold to be used by the workmen the contractor shall, whether
the scaffold shall be erected by his workmen or not take steps to ensure that it
complies fully with the regulation here specified.
(i) Working platform gangways stairways shallbe so constructed that no part
thereof can sag unduly or unequally.be so constructed and maintained having
regard to the prevailing conditions as to reduce as far as practicable risks of
person tripping or slipping and be kept free from any unnecessary
obstruction.In the case of working platform gangways, working places and
stairways at the height exceeding 3.0meters (to be specified). Everyworking
platform and every gangway shall be closely boarded unless other adequate
measures are taken to ensure safely. Every working platform and gangway
shall have adequate width and every working-platform gangway, working
place and stairway shall be suitably in need.
Every opening in the floor of a building or in a working platform shall except for
the time and to the extent required to allow the excess of persons or the transport or
shifting of material be provides with suitable means to prevent the fall of person or
material.
When person are employed on roof where there is a danger of falling from a height
exceeding 3.0 meters (to be specified) suitable precautions shall be taken to prevent
the fall of persons or material.
Suitable precautions shall be taken to prevent persons being struck by articles which
might fall from scaffolds or other working places.
(n) State means of access shall be provided to all working platform and other
working places.
The Contractor will have to make payments to labours as per minimum wages act.
15. The Contractor shall comply with the following regulation as regards the
hoisting appliances be used by him:-
Hoisting machine and tackle, including their attachments anchorage's and supports,
shallbe of good mechanical construction, sound material and adequate strength and
free from patent defect, andbe kept in good repair and good working order.
Every rope used in hoisting or lowering material or as a means of suspension shall
be of suitable quality and adequate strength and free from patent defect.Hoisting
machines and tackle shall be examined and adequately tested after erection on the
site and before use and be re-examined in position at interval to be prescribed by the
Pradhikaran.
Every chain, ring, hook, shackle, swivel and pulley block used in hoisting and
lowering materials or as a means of suspension shall be periodically examined.
Every crane driver or hoisting appliances operator shall be properly qualified.
No person who is below the age of 18 years shall be control of any hoisting
machine, including any scaffold which, or give signal to the operator.
In the case of every hoisting machine and the every chain, ring, hook, shackle,
swivel pulley block used in hoisting and lowering or as a means of suspension the
safe working load shall be ascertained by adequate means.
Every hoisting and all gear referred to in proceeding regulation shall be plainly
marked with the safe working load.
(I ) In the case of hoisting machine having a variable safe working load each safe
working load and the conditions under which it is applicable shall be clearly indicated.
No parts of any hoisting machine or of any gear referred to in regulation & above
shall be loaded beyond the safe working load except for the working of testing.
Motors, gearing, transmissions, electric wiring and other dangerous parts of the
hoisting appliances shall be provided with sufficient safeguards.
Hoisting appliances shall be provided with such means as will reduce to minimum
risk of the accident descent of the load.
Adequate precaution shall be taken to reduce to a minimum the risk of any part of a
suspended load becoming accidentally displaced.
Notwithstanding the above clauses from 1 to 15 there is nothing in these to exempt
the contractor from the operations of any other Act or Rule in force in the State of
Goa.
MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY
ARRANGEMENTS FOR
WORKERS EMPLOYED BY C.P.W.D. OR ITS CONTRACTORS
1. APPLICATION:
These rules shall apply to all building, road and other construction works in charge
of Goa Public Works Department in which twenty or more workers are ordinarily
employed or are proposed to be employed on any day during the period during
which the contract work is in progress.
2. DEFINITION:
Work place means a place where twenty or more workers are ordinarily employed
or are proposed to be employed in connection with construction work on any day
during the period during which the contract work is in progress.
3. FIRST AID FACILITIES:
1.At every work place there shall be provided and maintained, so as to be easily
accessible during working hours, first-aid boxes at the rate of not less than one box
for 150 contract labours or part thereof ordinarily employed.
2.The first aid box shall be distinctly marked with a red cross on white good and
shall contain the following equipment, namely:
a) For work places in which the number of contract labour employed does not
exceed 50 each first – aid box shall contain the following equipments:
i) 6 small sterilized dressings.
ii)3 medium size sterilised dressings.
iii)3 large size sterilized dressings.
Iv)3 large sterilized burn dressings.
v) (30 ml.) bottle containing a two percent alcoholic solution of iodine.
vi) 1 (30 ml.) bottle containing salvolatile having the dose not mode of
administration indicated on the label.
Vii)1 snake – bite lancet.
viii)1 (30 gms.) bottle of potassium permanganate crystals.
ix)1 pair of scissors
x)1 copy or the first – aid leaflet issued by the Director General, Factory
Advice Service and Labour Institutes, Government of India.
xi)1 bottle containing 100 tablets (each of 5 grams) of aspirin.
xii)Ointment for burns.
xiii)A bottle of suitable surgical antiseptic solution.
b) For work places in which the number of contract labour exceed 50 each first –
aid box shall contain the following equipments:
i)12 small sterilised dressing.
ii)6 medium size sterilized dressings
iii)6 large size sterilized dressings.
iv)6 large size sterilized burn dressings
v)6 (15 gms) packets of sterilized cotton wool.
vi)1 (60 ml.) bottle containing two percent alcoholic solution iodine.
vii)1 (60 ml.) bottle containing salvolatile having the dose and mode
ofAdministrationindicatedon the label.
viii) 1 roll of adhesive plaster.
ix)1 snake bite lancet.
x)1 (30 gms.) bottle of potassium permanganate crystals.
xi)1 pair of scissors.
xii)1 copy of the first – aid leaflet issued by the Director General, Factory
Advice Service and Labour Institutes, Government of India.
xiii)A bottle containing 100 tablets (each of 5 grams) of aspirin.
xiv)Ointment for burns.
xv)A bottle of suitable surgical antiseptic solution.
Adequate arrangements shall be made for immediate requirement of the equipment
when necessary.
Nothing except the prescribed contents shall be kept in the First – Aid box.
The First – Aid box shall be kept in charge of a responsible person who shall always
be readily available during the working hours of the work place.
6) A person in charge of the First – Aid box shall be person trained in First – Aid
treatment in work places where the number of contract labour employed is 150 or
more.
In work places where the number of contract labour employed is 500 or more and
hospital facilities are not available within easy distance of the works, first – Aid
posts shallbe established and run by trained compounder. The Compounder shall be
on duty and shall be available at all hours when the workers are at work.
Where work places are situated in places which are not towns or cities, a suitable
motor transport shall be kept readily available to convey injured person or persons
suddenly fallen ill, to the nearest hospital.
4. DRINKING WATER.
a) In every work place, there shall be provided and maintained at suitable places,
easily accessible to labour, a sufficient supply of cold water fit for drinking.
b) Where drinking water is obtained from an intermittent public water supply, each
work place shall be provided with storage where such drinking water shall be
stored.
c) Every water supply of storage shall be at a distance of not less than 50 feet from
any latrine, drain or other source of pollution. Where water has to be drawn from
an existingwell which is within such proximity of latrine, drain or any other
source of pollution, the well shall be properly chlorinated before water is drawn
from it for drinking. All such wells shall be entirely closed in and be provided
with a trapdoor which shall be dust and water-proof.
d) A reliable pump shall be fitted to each covered well, the trap-door shall be kept
locked and opened only for cleaning or inspection which shall be done at least
once a month.
5. WASHING FACILITIES:
In every work place adequate and suitable facilities for washing shall be provided
and maintained for the use of contract labour employed therein.
Separate and adequate screening facilities shall be provided for the use of male
and female workers.
Such Facilities shall be conveniently accessible and shall be kept in clean and
hygienic condition.
6. LATRINES AND URINALS:
Latrines shall be provided in every work place on the following scale, namely:
Where females are employed there shall be least one latrine for every 25 females.
Where males are employed, there shall be least one latrine for every 25 males.
Provided that where the number of males or females, exceeds 100, it shall be
sufficient if there is one latrine for 25 males or females, as the case may be up to
the first 100 and one for every 50 thereafter.
ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and
shall have a proper door and fastenings.
iii) Construction of latrines: The inside walls shall be constructed of masonry or
some suitable heat-resisting, non-absorbent materials and shall be cement washed
inside and outside at least once a year. Latrines shall not be of a standard lower than
bore-hole system.
iv) (a) Where workers of both sexes are employed there shall be displayed outside
each block or latrine and urinal a notice in the language understood by the majority
of the workers “For Men only” or “For Women only” as the case may be.
(b) The notice shall also bear the figures of a man or a woman as the case may be.
(v)There shall be at least one urinal for male workers up to 50 and one for female
workers up to fifty employed at a time. Provided that where the number of male or
femaleworkman, as the case may be exceeds 500, it shall be sufficient if there is one
urinal for every 50 males or females up to first 500 and one for every 100 or part
thereof, thereafter.
vi) a) The latrines and urinals shall be adequately lighted and shall be maintained in
a clean and sanitary condition at all times.
b) Latrines and urinals other than those connected with a flush sewerage system
shallcomply with the requirement of the Public Health Authorities.
Water shall be provided by means of a tap or otherwise so as to be conveniently
accessible in or near the latrines and urinals.
Disposal of excreta: Unless otherwise arranged for by the local sanitary authority,
arrangements for proper disposal of excreta by incineration at the work place shall
be made by means of a suitable incinerator. Alternately, excreta may be disposed of
by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose
and covering it with a 15cm. layer of waste or refuse and then covering it with layer
of earth for a fortnight (when it will turn into manure.)
The contractor shall, at his own expense, carry out all instructions issued to him by
the Engineer - in - Charge to effect proper disposal of soil and other conservancy
work in respect of the contractor’s workman or employees on the site. The contractor
shall beresponsible for payment of any charges which may be levied by Municipal or
Cantonment Authority for execution of such work on his behalf.
PROVISION OF SHELTER DURING REST:
At every place there shall be provided, free of cost, four suitable sheds, two for
meals and the other two for rest separately for the use of men and women labour.
The height of each shelter shall not be less than 3 metres from the floor level to the
lowest part of the roof. These shall be kept clean and the space provided shall be on
the basis of 0.6 sq. m. per head.
Provided that the Engineer-in-Charge may permit, subject to his satisfaction, a
portion of the building under construction or other alternative accommodation to be
used for the purpose.
CRECHES:
At every work place, at which 20 or more women workers are ordinarily
employed, there shall be provided two rooms of reasonable dimensions for the use of
their children under the age of six years. One room shall be used as a play room for
the children and the others as their bed room. The rooms shall be constructed on a
standard not lower than the following:
Thatched roofMud floors and wallsPlanks spread over the mud floor and covered with
matting.
The rooms shall be provided with suitable and sufficient openings for light
and ventilation. There shall be adequate provision of sweeper to keep the places
clean.
The contractor shall supply adequate number of toys and games in the play
room and sufficient number of cots and beddings in the bed room.
The contractor shall provide one Dai to look after the children in the crèche
when the number of women workers does not exceed 50 and two Dais when the
number of women workers exceeds 50.
The use of the rooms earmarked as crèches shall be restricted to children,
their attendants and mothers of the Children.
CANTEENS:
In every work place where the work regarding the employment of contract
labour is likely to continue for six months and wherein contract labour numbering
one hundred or more are ordinarily employed, an adequate canteen shall be provided
by the contractor forthe use of such contract labour.
The canteen shall be maintained by the contractor in an efficient manner.
The canteen shall consist of at least a dining hall kitchen, storerooms, pantry
and washing places separately for workers and utensils.
The canteen shall be sufficiently lighted at all times when any person has access to it.
The floor shall be made of smooth and impervious material and inside walls
shall be lime washed or colour washed at least once in each year.
Provided that the inside walls of the kitchen shall be lime washed every four months.
The precincts of the canteen shall be maintained in a clean and sanitary condition.
Waste water shall be carried away in suitable covered drains and should not
be allowed to accumulate so as to cause a nuisance.
Suitable arrangements shall be made for the collection and disposal of garbage.
The dining hall shall accommodate at a time 30 per cent of the contract labour
working at a time.The floor area of the dining hall, excluding the area occupied by the
service counter and any furniture except tables and chairs shall not be less than one
square meter per dinner to be accommodated as prescribed in sub-rule 9.
(i) A portion of the dining hall, and service counter shall be partitioned off
and reserved for women workers, in proportion to their number.
Washing places for women shall be separate and screened to secure privacy.
Sufficient tables, stool, chairs or benches shall be available for the number
of dinners to be accommodated as prescribed in sub-rule 9.
(a) (i) there shall be provided and maintained sufficient utensils, crockery,
furniture and any other equipment necessary for the efficient running of the canteen.
(ii)The furniture, utensils and other equipment shall be maintained in a clean
and hygienic condition.
(b) (i)Suitable clean clothes for the employees serving in the canteen shall be
provided and maintained.
(ii)A service counter, if provided, shall have top of smooth and impervious material.
(iii)Suitable facilities including an adequate supply of hot water shall be
provided for the cleaning of utensils and equipment.
The foodstuffs and other items to be served in the canteen shall be in
conformity with the normal habits of the contact labour.
The charges for foodstuffs, beverages and any other items served in the
canteen shall be based on ‘No Profit, No Loss’ and shall be conspicuously displayed
in the canteen.
In arriving at the price of foodstuffs and other articles served in the canteen,
the following items shall not be taken into consideration as expenditure, namely:-
The rent of land and building;
The depreciation and maintenance charges for the building and equipment
provided for the canteen;
The cost of purchase, repairs and replacement of equipments including
furniture, crockery cutlery and utensils;
The water charges and other charges incurred for lighting and ventilation;
The interest and amount spent on the provision and maintenance and
equipment provided for in the canteen.
17. The accounts pertaining to the canteen shall be audited once every 12 months
byregistered accountants and auditors.
ANTI-MALARIAL PRECAUTIONS:
(As per circular No. 85/6/97/SSW-PWD/326 H. 22/8/97)
The contractor shall at his own expense, conform to all anti-malarial instructions
given to him by the Engineer-in-charge including the filling up of any borrow pits
which may have been dug by him. Employment Of screened labourers shall be
compulsory, for works in the areas of Panaji, Porvorim, Calangute, candolim and
Margao, or any other place affected by malaria epidemic. All the labourers should
possess Malaria Health Card at the construction Site.
Sub: - Anti-Larval measures.
Ref: - Circular No. 85/1/97-98/SSW-PWD/326
Dated22nd August 1997 – Addendum.
In addition to the additional conditions referred in the above circular shall be read as
follows:
“The contractors shall at his own expense take appropriate anti-larval measures to
prevent the breading of anopheles mosquitoes found in curing water as well as water
stored for construction activities as required under section 76 (A) of the Goa Health
Act.” an otherparas, shall remain unchanged.
Contravention of this provision shall result in withdrawal of work order/contract.
The Malaria health Card with photographs shall be issued by the respective Health
Officers of the area, after the photographs are made available to them. The
contractor shall at his own expense take anti larval measures to prevent the breeding
of anopheles mosquitoes found in curing water as well as water stored for
construction activities as required under section 76(A) of the “Goa Public Health
Act”.
The above rules shall be incorporated in the contracts and in notices inviting tenders
and shall form an integral part of the contracts.
Amendments:
Government may, from time to time, add to or amend these rules and issue such
directions as it may consider necessary for the purpose of removing any difficulty
which may arise in the administration thereof.
Clause 27 All sums payable by way of compensation under any of these conditions
shall be considered as reasonable compensation to be applied to the use of
Government without reference to the actual loss or damage sustained, and whether
or not any damage shall have been sustained.
CHANGE IN CONSTITUTION OF THE FIRM
Clause 28 Where the contractor is a partnership firm, the previous approval in
writing of the Engineer-in-Charge shall be obtained before any change is made in the
constitution of the firm. Where the contractor is an individual or a Hindu undivided
family business concern such approval as aforesaid shall likewise be obtained before
the contractor enters into any partnership agreement where under the partnership
firm would have the right to carry out the work hereby undertaken by the contractor.
If previous approval as aforesaid is not obtained, the contract shall be deemed to
have been assigned in contravention ofClause 20 hereof and the same action may be
taken, and the same consequences shall ensue as provided in the said Clause 20.
SETTLEMENT OF DISPUTES BY CIVIL SUITS
Clause29: Except where otherwise provided in the contract, all questions and
disputes relating to the meaning of the specifications, designs, drawings and
instructions herein after mentioned and as to the quality of workmanship or material
used on the work or as to any other question, claim, right, matter or things
whatsoever in any way arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions orders or other conditions or otherwise
concerning the works, or the execution or failure to execute the same whether arising
during the progress of the work or after the completion or abandonment thereof,
shall be settled through a Civil Suit to be filed in a Court ofcompetent jurisdiction
within the State of Goa, within 30 days from the date of rejection of any of their
claims by the Department.
Clause 30: If at any time after commencement of the work the Governor shall for
any reason whatsoever not required the whole thereof as specified in the tender to be
carried out, the Engineer-in-charge shall give notice in writing of the fact to the fact
to the contractor(s) who shall have no claim to any payment or compensation
whatsoever on account of any profit or advantage which he/they might have
derivedfrom the execution of the work in full, but which he/they did not derive in
consequence of the full, amount of the work not having been carried out neither shall
he/they have any claim for compensation by reason of any alternation having been
made in the original specifications, drawings and instructions which shall involve
any curtailment or increase of the work as originally contemplated.
Action where no specifications are available.
Clause 31: In the case of any class of work for which there is no such specification
as is mentioned in Rule 1, such work shall be carried out in accordance with the
CPWD specification 2007 with law amendments and in the event of there being no
CPWD specification, 2007 with latest amendments then in such case the work shall
be carried outin all respects in accordance with the instructions and requirements of
the Engineer-in-Charge. All works covered by this contract shall be executed in
accordance with CPWD specifications, the Bureau of Indian Standards and
additional specifications covered in this contract prevailing on the date of
submission of tender and taken as mutually complementary to each other.
These specifications are intended to generally describe the quality of materials and
workmanship to be used for the finished work. It is assumed that only the best
quality of materials and workmanship shall be used on the proposed work and that
the work shall be executed in accordance with be best latest engineering practices as
per the instructions and directions of and to the entire satisfaction of the CLIENT.
Specification for supplying, stacking and laying of stone soling for road works, in Public
works Department, Goa.
1. SCOPE:The primary function of stone soling is to distribute the traffic load over
the sub-grade (ground surface) in such a way that there will be no sinking of the road
crust in to the sub-grade under the load of traffic.
This work shall consists of laying and compacting of soling stones on prepared sub-
grade in accordance with the requirements of these specifications. The material shall
be laid in one or more layers, as necessary according to lines, grades, cross sections
and camber as shown on the drawings or as directed by the Engineer-in-Charge.
1. MATERIAL:
Soling stone – It shall be clean hard stone, free from decay and weathering. The
size of soling stone shall be as directed by the Engineer-in-Charge and its height
shall be equal to the depth of soling course as specified with a tolerance of 25mm.
Murum: - It shall be obtained from pits, weathered, disintegrated rocks or sandy
soil, with plasticity index value not more than 6. It should preferably contain
siliceous material and natural mixture of clay of calcareous origin. The maximum
size of murum shall not be more than 20 mm.
STACKING OF MATERIALS AT SITE:
3.1 Stacking of soling stones: Ground under the stacks shall be cleaned, levelled or
dressed to a uniform slope, and all humps, depressions etc. shall be removed.
Soling stone brought to site shall be broken to the specified sizes with hammers and
while stacking all kachcha and rejected stones shall be separated out and removed
from the site before soling stone shall be measured.
The soling stone shall be stacked in convenient units of 1 to 1.25 meters height, and
of uniform width and length as directed by the Engineer-in-Charge.
The stacks shall be stacked compactly. In case any stack shall be found loose and
improperly made, the Engineer-in-Charge can direct the re-stacking of some or all
the stacks.
The stacks shall be uniformly distributed along the road. The supply of soling stone
shall be completed for the entire work for a complete length of one Km. or as
directed by the Engineer-in-Charge.
3.2 Stacking of murum: Ground where stacks are proposed to be made shall be
dressed to a uniform slope and all humps, depressions etc. shall be removed. Murum
shall be got approved from the Engineer-in-Charge, before the material in bulk is
brought to site.Murum shall be stacked in convenient units of one Cu.m. The stacks
shall be made with wooden boxes open at both ends of 2x2x0.25 m. dimensions.
These shall always be kept at site for stacking and check measurements.
The stacks shall be uniformly distributed along the road. The supply of murum shall
be completed for the entire work or for a complete length of one Km. or as directed
by the Engineer-in-charge
PREPARATION OF SUB GRADE FOR LAYING SOLING STONES:-
4.1 Immediately prior to the laying of stone soling, the sub grade shall be prepared to
receive the soling (sub-base course).
Any unsuitable material encountered in the sub-grade level shall be removed as
directed by the Engineer-in-charge and replace with suitable materials, watered and
compacted, and finished to the line, grades cross sections/camber and dimensions
shown on the drawings, or as directed by the Engineer-in-charge. The sub-grade
shall be prepared by removing all vegetation and other extraneous matter, sprinkled
with water if necessary and rolled with 8-10 tones road roller. In rocky formations,
the surface irregularities shall be corrected and the levels brought up to the specified
camber with granular base materials laid and compacted in accordance with the
specifications, or as directed by the Engineer-in-charge.
All soft places (clayey strata) in the sub grade should be excavated and filled in
with firmer soil and well compacted before laying soling stone. The roller shall
move over the sub-grade till the soil is evenly and densely consolidated.
Soling stone on the edges of road is normally laid in a trench of width 15 cms on
either sides of the proposed soling width. The width of soling shall be 30 cms (i.e. 15
cms’ on either sides) more than that of the wearing course, its minimum depth shall
be 15 cms in cutting and 22.5 cms in filling and in made up soils, unless otherwise
specified. For getting consolidated soling thickness of 15, 20, 22.5 and 30 cms.
Actual loose thickness of 17.5, 22.5 and 26 and 35 cms layers, respectively shall be
laid, with suitable templates.
Laying and packing: The stones in soling shall be hand packed with greatest length
across the road. These shall be laid closely in position on the prepared sub-grade,
with its broadest side downwards and to make up the specified thickness of the base
with single stones to correct camber and grade. Projections in stones which would
result in excessive voids shall be knocked off with a hammer and/or selected tones
used to fit the slope of the stones already laid. The joints shall be staggered. All
interstices between stones shall be wedged in with smaller stones of suitable size,
well driven in to enable right packing and complete filling to intersect. Such filling
shall be carried out simultaneously with the placing in position of soling stone and
shall not lag behind. All projecting corners above thesurface level of the soling shall
be napped off with hammers to bring them in-to home. The surface shall be checked
with templates of approved design (to be provided by the contractor), and high low
spots corrected by removing soling stone and repacking.
4.4 Consolidation: The soling shall then be consolidated with power roller of min. 8
tones weight, starting at edges and working towards the centre. In case of super-
elevated curves, the rolling shall commence from the inside edge of the centre and
progress towards the outer edge. The roller shall run over the same surface of rolling
for at least eight times till the soling course is well consolidated. Not more than 200
m of the road shall be under rolling operation in any one Km, at one and the same
time unless otherwise directed by the Engineer-in-charge.
4.4.1 A layer of binding material i.e. murum or sandy soil of P.I. value not more than
6, of thickness not less than 2.5 cms, or 15% of the volume of soling whichever is
higher shall be spread over the consolidated stone soling, watered and rolled before
the wearing course is laid.
STORES SUPPLIED BY THE GOVERNMENT: Clause 32: If the specification schedule of items provides for the use of any special
description of material to be supplied from Engineer-in-Charge’s store or if it is required
that the contractor use certain store to be provided by the Engineer-in-Charge as shown in
the schedule of materials hereto annexed, the contractor shall be bound to procure and shall
be supplied such materials and stores as are from time to time required to be used by him for
the purpose of the contract only and the value of the full quantity of material and stores so
supplied at the rates specified in the said schedule of materials may be set off or deducted
from any sums, then due or thereafter to become due to the contractor under the contract or
otherwise or against or from the security deposit or the proceeds of sale thereof, if the same
is held in Govt. securities the same or a sufficient portion thereof being in this case sold for
the purpose. Notwithstanding anything to the contrary contains in any other clause of the
contract and (or CPWD Code) all stores/materials so supplied to the contractor or procured
with the assistance of the Govt., shall remain the absolute property of Govt., and the
contractor shall be trustee of the stores/materials, and the said stores/materials shall not be
removed/disposed from the site of the work on any account and shall be at all time open to
inspection by the Engineer-in-Charge. Any such stores/materials remaining unused shall be
returned to the Engineer-in-Charge at a place directed by him if by a notice by him he shall
so required, but in case it is decided not to take back the store/materials the contractor shall
have no claim for the compensation on any account of such store/materials so supplied to
him as aforesaid and not used by him or any wastage in or damage to in such
stores/materials. On being required to return the store/materials the contractor shall hand
over the store/materials on being paid or creditedsuch price as the Engineer-in-Charge
shall determine, having due regard to the condition of the stores/materials. The price
allowed to the contractor however, shall not exceed the amount charged to him,
excluding the store charge, if any. The decision of the Engineer-in-Charge shall be final
and conclusive. In the event of breach of the aforesaid condition, the contractor shall in
addition to throwing himself open to account for contravention of the terms of the
licence or permit and / or for criminal breach of trust, be liable to Government for all
advantages or profits resulting of which in the usual course would have resulted to him
by reason of such breach. Provided that the contractor shall in no case be entitled to any
compensation or damages on account of any delay in supply or non-supply thereof, of
all or any such materials and stores. Provided further that the contractor shall be bound
to execute the entire work ,if the materials are supplied by the Government within the
schedule time for completion of the work plus 50 per cent (schedule time plus 6 months
if the time of completion of the work exceeds 12 months) but if a part only of the
materials has been supplied within the aforesaid period then the contractor shall be
bound to do so much of the work be possible with the materials and stores supplied in
the aforesaid period. For completion of the rest of the work the contractor shall be
entitled to such extension of time as may be determined by the Engineer-in-Charge
whose decision in this regard shall be final.
Clause 33: In every case in which by virtue of the provisions of section 12, sub – section
(1) of the Workmen’s Compensation Act, 1923, Government is obliged to pay
compensation to a workmen employed by the contractor(s), in execution of the
works, Government will recover from the contractor(s) the amount of the
compensation so paid; and, without prejudice to the rights of Government under
section 12, sub section 2 of said act shall be at liberty to recover such due by any
other thereof by deducting it from the security deposit or from any sum due by
Government to the contractor(s) whether under this contract or otherwise.
Government shall not be bound to contest any claim made against it under section
12, (Sub-section (1) of the said Act, except on the written request of the contractor(s)
and upon his/their giving to Government full security for all cost for which
Government might become liable in consequence of contesting such claim.
Works to be executed under the direction of Engineer-in-Charge
Clause 34: All works to be executed under the contract shall be executed under the
direction and subject to the approval in all respects of the Engineer-in-Charge who
shall be entitled to direct at what point or points and in what manner they are to be
commenced, and from time to time, carried on.
Clause 35: Without prejudice to any of the rights or remedies under this contract, if
the contractor dies, the Engineer-in-charge on behalf of the Governor of Goa shall
have the option of terminating the contract without compensation to the contractor.
Clause 36.1 whenever any claim, against the contract for the payment of a sum or
money arises out of or under the contract, Govt. shall be entitled to recover such sum
by appropriating, in part or whole, the security deposit, of the contractor, and to sell
any Government Promissory notes etc forming the whole or part of such security. In
the event of the security being insufficient or if no security has been taken from the
contractor, then the balance or the total sum recoverable, as the case may be, shall be
deducted from any sum then due or which at any time thereafter may become due
from the contractor under this or any other contract with Govt. should this sum be
not
sufficient to cover the full amount recoverable, the contractor shall pay the Govt. on
demand the balance remaining due.
36.2 Government shall have the right to cause on audit and technical examination of
the works and the final bills of the contractor 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 sums is found to have been overpaid in respect of
any work done by the contractor under the contract or any workclaimed by him to
have been done by him under the contract or any work claimed by him to have been
done by him under the contract and found not to have been executed, the contractor
shall be liable to refund the amount of over payment and it shall be lawful for the
Government to recover the same from him in the manner prescribed in sub-clause
(1) of his clause or in any manner legally permissible and if as a result of audit and
technical examination, 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 the Government to the
contractor. Provided that the Government shall not be entitled to recover any sum
overpaid, nor the contractor shall be entitled to payment of any sum paid short where
such payment has been agreed upon between the Superintending Engineer or
Executive Engineer on the one hand and the contractor on the other under any term
of the contract permitting payment for work after assessment by the Superintending
Engineer or the Executive Engineer.
Patent Rights:
Clause 37: The contractor shall fully indemnify the Governor of Goa against any
action claim or proceeding relating to infringement or use of any patent or design or
any alleged patent or design rights and shall pay any royalties which may be payable
in respect of any article or part thereof included in the contract. In the event of any
claims made under or action brought against Government in respect of any such
matters as aforesaid the contractor shall be immediately notified thereof and the
contractor shall be at liberty, at his own expense, to settle any dispute or to conduct
any litigation that may arise there from, provided that the contractor shall not be
liable to indemnify the Governor of Goa if the infringement ofthe patent or design or
any alleged patent or design right is the direct result of an order passed by the
Engineer-in-Charge in this behalf.
Prohibition against the employment of coal mining or controlled area Labour
Clause 38: The contractor shall not employ coal mining or controlled area labour
falling under any category whatsoever on or in connection with the work or recruit
labour from area within a radius of 32 km. (20 miles) of the controlled area. Subject
as above the contractor shall employ imported labour only i.e. depot imported labour
or labour imported by contractors from area, from which import is permitted.
Where ceiling price for imported labour has been fixed by State or Regional
Labour committees not more than that ceiling price shall be paid to the labour by the
contractor.
The contractor shall immediately remove any labourer who may be pointed out by
the Engineer-in-charge as being a coal mining or controlled area labourer. Failure to
do so shall render the contractor liable to pay to Government a sum calculated at the
rate of Rs.10 per day per labourer. The certificate of the Engineer-in-charge about
number of coal mining or controlled area labour and the number of days for which
they worked shall be final and binding upon all parties to this contract.
It is declared and agreed between the parties that the aforesaid stipulation in this
clause is one in which the public are interested within the meaning of the exception
of Section 74 of Indian Contract Act, 1972.
Explanation: “Controlled Area” means of the following areas:
Bihar - Districts of Manbhum, Hazaribhag, Jumtra Sub-Division of SantalParganas.
West Bengal - District of Bankura, Birbhum, Burdwan,Madhya Pradesh - District of
Bilaspur.
Condition relating to the supply of unfiltered water:
Clause 39: The contractor(s) shall make his/their own arrangements for unfiltered
waterrequired for the work and nothing extra will be paid for the same. This will be
subject to the following conditions. :-
That the water used by the contractor(s) shall be fit for construction purposes, to the
satisfaction of the Engineer-in-charge.
Unfiltered water required for the execution of work may be supplied to the
contractor at the discretion of the Engineer-in-charge on the following conditions:
1. Payment by the contractors of 1% of the total cost of the entire work done under the
Contract.
2. Contractor will be allowed to take water required for construction from the
existing water supply within the plot. He will have to make his own arrangement for
storing water for construction purpose. The contractor will have also to make
necessary arrangement for pumping, carriage of water to his actual site of work. For
use of water recovery at the rate of 1% of the gross value of work done will be made
from each running account bill. The contractor will have absolutely no claim for
irregular supply of water. The contractor will have to make his own arrangement of
laying additional pipe line or making available pump as site of work. Whenever the
supply from the Government source is inadequate the contract will have to
supplement the supply of water from his own source to maintain the progress of the
work and for this nothing extra will be paid for.
3.* The Sewerage charges payable to the local authorities along with water charges
will be borne by the contractor.
(* As per Correction Slip)
39A (i) where there is no piped water supply arrangement and the water is taken by
thecontractor from the wells or hand pumps constructed by the Government no
charge shall be recovered from the contractor on that account. The contractor shall,
however, draw water at such hours of the day that it does not interfere with the
normal use for which the hand pumps and wells are intended. He will also be
responsible for all damage and abnormal repairs arising out of his use, the cost of
which shall be recoverable from him. The Engineer-in-charge shall be the final
authority to determine the cost recoverable from the contractor on this account.
The contractor shall be allowed to construct temporary wells in Government
land for taking water for construction purposes only after he has got permission of
the Engineer-in-charge in writing. No Charges shall be recovered from the contractor
on this account, but the contractor shall be required to provide necessary safety
arrangements to avoid any accident or damage to the adjacent buildings, road and
service lines, He shall be responsible for any accidents or damage caused due to
construction and subsequent maintenance of the wells and shall restore the ground to
its original condition after the wells are dismantled on completion of the work.
The Sewerage charges payable to the local authorities along with water charges will
be borne by the contractor (As per Correction Slip).
Return of Surplus material
Clause 40: Notwithstanding anything contained to the contrary in any or all of the
clause of this contract, where any materials for the execution of the contract are
procured with the assistance of Government either by issue from Government stocks
or purchase made under orders or permits or licences issued by Government, the
contractor shall hold thesaid materials economically and solely for the purpose of the
contract and should not dispose off them without the permission of the Government
and return, if required by the Engineer-in-charge, all surplus or unserviceable
materials that may be left with him after the completion of the contract or at its
termination for any reason whatsoever on being paid or credited such prices as the
Engineer-in-Charge shall determine having due regard to the condition of materials.
The price allowed to the contractor however shall not exceed the amount charged to
him excluding the element of storage charges. The decision of Engineer-in-charge
shall be final and conclusive. In the event of breach of the aforesaid condition the
contractor shall in addition to throwing himself open to action for contravention of
the terms of the licences or permit and/or for criminal breach of trust, be liable to
Government for all moneys, advantages or profits resulting or which in the usual
course would have resulted to him by reason of such breach.
Hire of plant and Machinery
Clause 41
(a). The following plant and machinery required for the work will be
issued to thecontractor on hire if available on conditions given below:-
-----------------------------------------------------------------------------------------------------------
Sr. No. Description Hire charges per day
-----------------------------------------------------------------------------------------------------------
(i) Road Roller for.................................. days, Rs....................
(ii) Hot Mix Plant for.............................. days, Rs....................
(iii) Paver Finisher for............................. days. Rs....................
Note: Contractor shall arrange for the Hot Mix Plant, Paver Finisher, Road Roller
and other required machineries and equipments at worksite at his cost.
(b) Plant and machinery when supplied shall be handed over and taken back at the
departmental equipment shed at STP plant, Tonca and the contractor shall bear the
cost of their carriage from the shed to the site of the work and back. The contractor
shall beresponsible to return the plant and machinery with condition in which it was
handed over to him, and he shall be responsible for all damages caused to the said
plant and machinery at the site of work or elsewhere in operation and otherwise
during transit including damage to or loss of plants and for all losses due to his
failure to return the Same soon after the completion of the work for which it was
issued. The Divisional Engineer shall be the sole judge to determine the liability of
the contractor and its extent in this regard and his decision shall be final and binding
on the contractor.The plant and machinery as stipulated above will be issued as and
when available and if required by the contractor. Rollers when required should be
obtained from the Department. The contractor shall arrange his programme of work
according to the availability of the plant and machinery and no claim, whatsoever,
will be entertained fromhim for any delay in supply by the Department.
The hire charges shall be recovered at the prescribed rates from and inclusive of
thedate the plant and machinery is handed over up to and inclusive of the date of its
return in good order even though the same may not have been working for any cause
except for Sundays and Govt. Holidays or major breakdown due to no fault of the
contractor or faulty use requiring more than 3 Working days continuously (i.e.
excluding intervening holidays and Sundays) for bringing the plant in order. The
contractor shall immediately intimate in writing to the Engineer-in-Charge when any
plant or machinery gets out of order requiring major repairs as aforesaid the
Engineer-in-Charge when any plant or machinery gets out of order requiring major
repairs as aforesaid the Engineer-in-Charge shall record the date and time of receipt
of such intimation in the log sheet of the plant or machinery. Based on this if the
breakdown occurs before lunch the period of major breakdown will be computed
considering half a day’s breakdown on the day of complaint. If the breakdown
occurs in the post lunch period the period of major breakdown will be computed
starting from the next working day. In case of any dispute under this clause, the
decision of the Superintending Engineer shall be final.
The hire charges shown above are for each day of 8 hours (inclusive of the one hour
lunch break) or part thereof. In case of steam road roller, the period of 8 hours will
be inclusive of time required to make up the boiler pressure before start of work and
to lower the boiler pressure at the close of work.
Hire charges will include driver, firemen and cleaner as required and also
lubricating oil stores for cleaning purpose and steam coal (not exceeding 1.25
quintals) to light up theroller. All other charges such as cost of steam, Coal, Power,
Fuel, Firewood Matches, Diesel Oil, Petrol, Kerosene oil, etc forerunning the
machinery and water for working and washing of steam roller and pay of Chowkidar
for guarding the T. and P. at night shall however beborne by the contractor/indenter.
Ordinarily, no plant and machinery shall work for more than 8 hours a day inclusive
of one hour lunch break or on Sunday’s and Govt. Holidays. In case of any urgent
work, however, the Engineer-in-Charge may at his discretion, allow the plant and
machinery to be worked for more than normal period of 8 hours a day or on Sundays
and Govt. Holidays. In that casethe hourly hire charges for overtime to be borne by
the contractor shall be 50% more than the normal proportionate hourly charges
(1/8th of the daily charges) subject to minimum of half day’s normal charges on any
particular day. Forworking out hire charges for overtime, a period of half an hour
and above will be charged as one hour and a period of less than half an hour will be
ignored.
The contractor shall release the plant and machinery every 10th day for periodical
servicing and / or wash out which may take about three to four hours or more. He
shall also provide the labour and water that may be required for wash out of steam
rollers. Hire charges for full day shall be recovered from the contractor for the day of
servicing/wash out irrespective of the period employed in servicing/wash out.
The plant and machinery once issued to a contractor shall not be returned by him on
account of lack of arrangements of labour and Materials etc. on his part. The same
will be returned only when they require major repairs or when in the opinion of the
Engineer-in-Charge the work or a portion of work for which the same was issued is
completed.
Log Book for recording the hours of daily work for each of the plant and machinery
supplied to the contractor will be maintained by the Department and will be attested
by the contractor or his authorised agent daily. In case the contractor contests the
correction of the entries and / or fails to sign the Log Book the decision of the
Engineer-in-Charge shall be final and binding on him. Hire charges will be
calculated according to the entries in the Log Book and will be binding on the
contractor. Similar Log Book shall be maintained for the roller arranged by the
contractor directly if the work involves use of rollers.
In the case of concrete mixers, the contractor shall arrange to get the hopper cleaned
and the drum washed at the close of the work each day or each occasion.
In case of rollers for consolidation are employed by the contractor himself, log
book for such rollers shall be maintained in the same manner as is done in case of
departmental rollers. Maximum quantity of any items to be consolidated for each
roller day shall be also same as in Annexure to Clause 34 (j) for less use of Rollers
recovery for the less rollers days shall be made at the stipulated issue rate.
(l) The contractor shall be responsible to return the plant and machinery in
thecondition in which it was handed over to him and he shall be responsible for all
damages caused to the said plant and machinery at the site of work or elsewhere
when the operation or otherwise or during transit including damage to loss of parts,
and for all losses due to his failure and return the same soon after the completion of
work for which it was issued. The Divisional Engineer shall be the sole judge to
determine the liability of the contractor and its extent in this regard and his decision
shall be final and binding on the contractor.
Conditions relating to use of asphaltic materials.
Clause 42: (i). The contractor undertakes to make arrangements for the supervision
of thework by the firm supplying the tar or bitumen used.
The contractor shall collect the total quantity of tar or bitumen required for the work
as per standard formulae, before the process of painting is started and shall
hypothecate it to the Engineer-in-Charge. If any bitumen or tar remains unused on
completion of the work onaccount of lesser use of materials in actual execution for
reasons other than authorized changes of specification and abandonment of portion
of work, a corresponding deduction equivalent to the cost of unused materials as
determined by the Engineer-in-Charge shall be made and the material returned to the
contractors. Although the materials are hypothecated to Government, the contractor
undertakes the responsibilities for their proper watch, safe custody and protection
against all risks. The material shall not be removed from site of work without the
consent of the Engineer-in-Charge in writing.
The contractor shall be responsible for rectifying defects noticed within 5 years
from the last date of performance run of the plant and the security deposit relating to
said work shall be refunded after the expiry of this period and the maintenance shall
be performed as per the direction of Engineer-In-Charge immediately as and when
directed at his own cost.
Clause 43: The contractor shall employ the following technical staff during the
execution
of the work. :-
One Project Engineer, Graduate in Civil Engineering with 10 (Ten) years of
experience in Road Works.
One Quality Control Engineer, Graduate in Civil Engineering with 5 (Five) Years
of experience.
OR
Diploma Engineer (Civil) with 10 (Ten) years of Experience.
I. For Building and Road works:-
The contractor shall employ the following technical staff during the execution of
this work:
(i)One Graduate Engineer when tendered cost of work to be executed ismore than
Rs. 10 lakhs (Rupees Ten Lakhs only).
(ii)One qualified Diploma Holder (Overseer) and having experience of not lessthan
three years when the tendered cost of work to be executed is more than Rs. 5 lakhs
(Rupees Five Lakhs only) but less than Rs. 10 lakhs (Rupees Ten Lakhs only).
(iii)One qualified Diploma Holder (Overseer) when the tendered cost of workto be
executed is more than Rs. 2 lakhs (Rupees two Lakhs only) but less than 5 lakhs
(Rupees five Lakhs only).
The technical staff should be available at site, whenever required by Engineer in-
Charge to take instructions.In case the contractor fails to employ the technical staff
as aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of
Rs.3, 000/- (Rupees Three Thousand only) for each month of default in the case of
Graduate Engineer and Rs. 1,500/- (Rupees One Thousand Five Hundred only) for
each month of default in the case of qualified DiplomaHolder (Overseer)
The decision of the Engineer-in-Charge as the period for which the required
technical staff was not employed by the contractor and as to the reasonableness of
the amount to be deducted on this account shall be final and binding on the
contractor as to the amount and the contractor’s liability to pay the said amount.
For Sanitary and Water Supply Works:-
The Contractor shall employ the following technical staff during the execution of
this work:-
(i) One Qualified Diploma Holder (Overseer) with an experience of not less than 5
years, out of which at least one year should be in Sanitary Engineering or Water
Supply Works, when the tendered cost of work to be executed is more than
Rs.50,000/- (Rupees Fifty Thousand only). The technical staff should be available at
site, whenever required by Engineer-in-Charge to take instructions.
In case the contractor fails to employ the technical staff as aforesaid, he shall be
liable to pay reasonable amount not exceeding Rs.1, 500/- (Rupees One Thousand
Five Hundred only) for each month of default.
The decision of the Engineer-in-Charge as to the period for which the required
technical staff was not employed by the contractor and as to the reasonableness of
the amount to be deducted on this account shall be final and binding on the
contractor as to the amount and the contractor’s liability to pay the said amount.:
for Electrical work
The contractor shall employ the following technical staff during the execution of
this work:-
One qualified Graduate Engineer possessing a degree from a recognizedUniversity
in Electrical Engineering and having experience of not less than 3 years or a
Diploma Holder in Electrical Engineer with not less than 7 years’ experience, when
the tendered cost of the work to be executed is more than Rs.1.5 lakhs (Rupees One
Lakh Fifty Thousand only).
(ii) One qualified Diploma Holder (Overseer) in Electrical Engineering and having
experience of not less than 3 years or Graduate Engineer in Electrical Engineering
with 2 years’ experience, when the tendered cost of the work to be executed is more
thanRs.75,000/- (Rupees Seventy five Thousand only) but less than Rs.1.5 lakhs
(Rupees OneLakh Fifty Thousand only).
One qualified Diploma Holder (Overseer) in Electrical Engineering and having an
experience of not less than 3 years when the tendered cost of the work to be executed
is more than Rs.37, 000/- (Rupees Thirty-seven Thousand only) but less than Rs.75,
000/-(Rupees Seventy – Five Thousand only).
One licensed Supervisor having experience of not less than 3 years, when the
tendered cost of the work to be executed is more than Rs.7,500/- (Rupees Seven
Thousand Five Hundred only) but less than R 37,000/- (Rupees Thirty seven
Thousand only).
The technical staff should be available at site whenever required by the Engineer-in-
Charge to take instructions.
In case the contractor fails to employ the technical staff as aforesaid, he shall be
liable to pay reasonable amount not exceeding the amount shown below against each
for each month of default.
In case where Graduate Engineer (Elect.) is required to be employed
:Rs.3,000/-(Rupees three Thousand only)
In case where qualified Diploma Holder (Overseer) in Electrical Engineer is
required to be employed. : Rs.1, 500 (Rupees One Thousand Five hundred only).
In case where a licensed Supervisor is required to be employed. : Rs.750/-
(Rupees Seven hundred Fifty only)
The decision of the Engineer-in-Charge as to the period for which the required
technical staff was not employed by the contractor and as to the reasonableness of
the amount to be deducted on this account shall be final and binding on the
contractor as to the amount and the contractor’s liability to pay the said amount.
IV. for Bridge Work:-
The Contractor shall employ one graduate Engineer with minimum five years of
experience in similar type of works.
In addition the Contractor shall also employ such technical personnel experienced
in different types of works under execution, as may be directed by the Engineer to
ensure efficient execution of the work.In case the Contractor fails to employ the
technical staff as aforesaid he shall be liable to pay a reasonable amount not
exceeding a sum of Rs. 3,000/-(Rupees Three Thousand only) for each month of
default.
The decision of the Engineer-in-Charge as the period for which the required
technical staff was not employed by the contractor and as to the reasonableness of
the amount to bededucted on this account shall be final and binding on the
Contractor as to the amount and the Contractor’s liability to pay the said amount.
Every contractor shall furnish following details of Technical Staff employed by
him/his firm, at the time of quoting the tender for the work.
i) Name of the Engineer : _____________________
Year of passing Diploma/Graduation: _____________
Since when employed with you/your firm: _________
I have read carefully the contents of clause No. 36 of form No. 7 & 8, enclosed
with tender documents and clearly understood the provisions therein.
I hereby give undertaking that I will abide by the provisions made in the clause No.
36 of form No. 7 & 8.
CONTRACTOR
Name of Contractor/Firm ________________________________________
Address _________________________________________________________
Dated: __________________
Clause 44: The whole work may be split upbetween two or more contractors or
accepted in part and not in entirety, if considered expedient.
Sales tax or any other taxon materials in respect of this contract shall be payable by
contractor and Government shall not entertain any claim whatsoever in this respect.
If pursuant to or under any law such notification or order any royalty, cess, fee or
the like becomes payable by the Government of Goa and does not at any time
become payable by the contractor to the State Govt./Local authorities in respect of
any material used by the contractor on the works then in such a case, it shall lawful
to the Govt. of Goa and it will have the right and be entitled to recover the amount
paid in the circumstances as aforesaid from the dues of the contractor.
Clause 45 Without prejudice to any of the rights or remedies under this contract, if
thecontractor dies, the Engineer-in-charge on behalf of the Governor shall have the
option ofterminating the contract without compensation to the contractor.
Clause 46: The contractor shall not be permitted to tender for works in the Goa
P.W.D. Circle (responsible for award and execution of contract) in whichhis near
relative is posted as Divisional Accountant or as an officer in any capacity between
the grades of the Superintending Engineer and Junior Engineer (both inclusive). He
shall also intimate the names of persons, who are working with him in any capacity
or are subsequently employedby him and who are near relative to any gazetted
officer in the Goa P.W.D. or in the concerned Ministry of Works and Housing. Any
breach of this condition by the contractor would render him liable to be removed
from the approved list of contractor of this Department.
Note: - By the terms “near relative” is meant wife, husband, parents and
grandparents, children and grandchildren, brothers and sisters, uncles, aunts and
cousins and their corresponding in laws.
Clause 47:No Engineer of gazetted rank or other gazetted officer employed in
Engineering or administrative duties in an Engineering Department of the
Government of Goa is allowed to work as a contractorfor a period of two years after
his retirement from Government service without the previous permission of
Government of Goa. This contract is liable to be cancelled if either the contractor or
any of his employees is found at any time to be such a person who had not obtained
the permission of the Government of Goa as aforesaid, before submission of the
tender or engagement in the contractor’s service as the case may be.
Clause 48: (i) The contractor shall see that only the required quantities of materials
aregot issued. Any such material remaining unused and in perfectly good condition
at the time of completion or determination of the contract shall be returned to the
Engineer-in-Charge at a place where directed by him, if by a notice in writing under
his hand, he shall so require. Credit for such materials will be given at the prevailing
market rate not exceeding the amount charged from him, excluding the element of
storage charges levied at the time of issue of materials to him. The contractor shall
not be entitled to cartage and incidental charges for returning the surplus materials
from and to the stores where from they were issued.
(ii) After completion of the work, the theoretical quantity of cement to be used in
work shall be calculated on the basis of statement showing quantity of cement used
is less than the quantity of cement to be used in different items of work provided in
GSR 1980. In case any item is executed for which the standard constants for the
consumption of cement are not available in the above mentioned statement or cannot
be derived from this statement, the same shall be calculated on the basis of standard
formula or be laid down by the Superintending Engineer of the circle concerned.
Over this, theoretical quantity of cement shall be allowed a variation up to 3%
plus/minus for works, estimated cost of which was put to tender is not more than Rs.
5 lakhs. The difference in the quantity of cement actually issued to the contractor
and the theoretical quantity including authorized variation, if not returned by the
contractor, shall be recovered at twice the issue rate, without prejudice to the
provision of the relevant conditions regarding return of materials governing the
contract. In the event of it being discovered that the quantity ascertained as herein
beforeprovided (allowing variation on the minus side as stipulated above), the cost
of quantity of cement not so used, shall be recovered from the contractor on the basis
of stipulated issue rates and cartage to site.
The provision of the foregoing sub-clause shall apply mutatis-mutandis in the case
of steel reinforcement of structural steel section (each diameter/section or category
shall be considered separately) except that the theoretical quantity of steel shall be
taken as the quantity required as per design or as authorized by Engineer-in-Charge,
including authorized lap pages, plus 3% wastage due to cutting into pieces. Over this
theoretical quantity, 2% plus/minus shall be allowed as variation due to wastage
being more or less.
After the completion of the work the actual quantity of cables (other than
underground cables) wires, conduits/G.I. pipes, G.I./M.S. sheets used in the various
items of work shall be calculated on the basis of the measurements recorded in the
Measurement Books for purposes of payment and for assessing the consumption of
materials used in works. Over this quantity a variation of 5% plus shall be allowed
for wastage of materials during execution in case of cables (other than underground
cables) Wires conduit pipes/G.I. pipes and 10% plus in case of G.I./M.S. sheets. The
difference in quantity of material actually issued to the contractor and the quantity
recorded in the Measurement Book including authorized variation as stated above, if
not returned by the contractor shall be recovered at twice the issue rate plus cartage
to site without prejudice to the provisions of the relevant conditions regarding return
of materials governing the contract.
After the completion of the work, theoretical quantity of bitumen to be used on
works shall be calculated on the basis of Goa P.W.D’s statement showing quantities
of bitumen to be used in different items of work provided in Goa schedule of rates or
inrespect of agreements which do not provide for or authorize application of Goa
schedule of rates, the theoretical quantity of bitumen to be used in works shall be
calculated on the basis of standard formula as laid down by Superintending Engineer
of the concerned circle. Over the said theoretical quantity of bitumen, a variation up
to plus (excess) 2½% shall be allowed.
The agreements which provide for free supply of bitumen, the value or the price of
the difference in the quantity of bitumen actually issued to the contractor and
theoreticalquantity including the above mentioned authorized variation, if not
returned by thecontractor shall be recovered at twice the issue rate including storage
charges without prejudice to the relevant conditions in the agreements reading return
of materials. In the event of it being discovered that the quantity of bitumen used by
the contractor is less than the quantity calculated in the manner aforesaid, there shall
be no recovery for less use of bitumen.The agreements which provide for supply of
bitumen at fixed rate, the value or price of the difference in the quantity of bitumen
actually issued to the contractor and the theoretical quantity including the above
mentioned authorized variation, if not returned by the contractor shall be recovered
at twice the issue rate of bitumen including storage charges without prejudice to the
relevant conditions in the agreements regarding return of materials governing the
contract. In the event of it being discovered that the quantity of bitumen used by the
contractor is less than the quantity calculated in the manner aforesaid (no variation
on the lower side shall be allowed), the cost of the quantity of bitumen not so used
shall be recovered from the contractor on the basis of stipulated issue rate including
storage charges plus cartage thereof up to site. In the event, if Bitumen used is less
than 2½% the quantity as per specifications, then the work shall either be rejected by
the Superintending Engineer or it shall be accepted at reduced rates.
(vi)The provisions made above are without prejudice to the right of the Government
to take action against the contractor under the conditions of the contract for not
doing the work according to the prescribed specification.
Clause pertaining to damage to works in consequence of hostilities Or war like
operations Clause 49: The work (whether fully constructed or not) and all materials,
machines, toolsand plants, scaffolding, temporary buildings and other things
connected therewith shall be at risk of the contractor until the work has been
delivered to the Engineer-in-Charge and a certificate from him.
To that effect is obtained. In the event of the work or any materials properly brought
to the site for incorporation in the work being damaged or destroyed in consequence
of hostilitiesor war like operations, the contractor shall when ordered (in writing) by
the Engineer-in-Charge remove any debris from the site, collect and properly stack
or remove in store all serviceable materials salvaged from the damaged work and
shall be paid at the contractrates in accordance with the provisions of this agreement
for the work of clearing the site of debris, stacking or removal of serviceable
material and for construction of all works ordered by the Engineer-in-Charge, such
payments being in addition to compensation up to the value of the work, originally
executed before being damaged or destroyed and not paid for. In case of works
damaged or destroyed but not already measured and paid for,the compensation shall
be assessed by the Engineer-in-charge up to Rs. 5000/- and by the Superintending
Engineer concerned for a higher amount. The contractor shall be paid for the
damage/destruction suffered and for restoring the material at the rates based on
analysis of rates tendered for in accordance with the provisions of the agreement.
The certificate of the Engineer-in-Charge regarding the quality and quantity of
materials and the purpose for which they were collected shall be final and binding on
all parties to this contract.Provided always that no compensation shall be payablefor
any loss in consequences ofhostilities or war like operations (a) unless the contractor
had taken all such precautions against air raid as are deemed necessary by the A.R.P.
Officers or the Engineer-in-Charge,
(b) for any materials etc. not on the site of the work or for any tools, plant,
machinery, scaffolding, temporary buildings and other things not intended for the
work. In the event ofcontractor having to carry out reconstruction as aforesaid, he
shall be allowed such extension of time for its completion as is considered
reasonable by the Engineer-in-charge.
Clause 50: The contractor shall comply with the provisions of the Apprentices Act,
1961and the rules and orders issued there under from time to time. If he fails to do
so, his failure will be a breach of the contract and the Superintending Engineer
may, in his discretion, cancel the contract. The contractor shall also be liable for
any pecuniary liability arising on account of any violation by him of the provisions
of the Act.
Clause 51: The Security deposit should not be refunded till clearance certificate
from labour officer is obtained by the contractor.
Clause 52: The Contractor shall deposit royalty and obtain necessary permit for
supply to the red bajri, stone Kankaretc from local authority (As per Correction
Slip).
The royalty on minor minerals like laterite, basalt, river sand, brick, earth etc
consumed on the contract work will be recovered by the department from the
running bills of the contractor, at rate stipulated in the Notification
No.5/62/2001/Mines published in official Gazette series I No.7 dated : 18/05/2006
or as amended from time to time.
In the event of the contractor claiming exception from payment of Royalty, he
will have to produce satisfactory documentary evidence to the said effect for
counter checking with the Directorate of Industries and Mines.
c) The contractor shall deposit royalty and obtain necessary permit for supply of red
Basalt, stone Kankar and other minor minerals like laterite basalt, rivers and, brick,
earth etc from local authorities and shall communicate to the director of Industries and
Mines, Government of Goa, the particular of the suppliers of the above Minor Minerals
from time to time in the course of the execution of the works. Copy of the said
communication shall be endorsed to the Division and Sub-Division concerned in any
case before the preparation of the final bill.
Royalty
See Rule 22 (1) (i)
MINERAL RATES
Lime stones and its varieties.
When used for lime burning
Prepared Lime
When used as building stone ballast metal grit, etc. Rs.75.00per cubic metre.
Kankar when used for lime burning
Lime shells, when used for lime burning.
Building Stone
Laterite Chiras Rs.66.00 per cubic metre.
Laterite rubbles Rs.9.60 per cubic metre.
Basalt, masonry stones other than Rs.62.40 per cubic metre.
Laterite chiras and rubbles, metal grit
Basalt blocks.
Boulder, shingle gravel Kankar all used for constructional
Purpose, either by excavation or collection. Rs.9.60 per cubic metre.
Ordinary Sand used for construction purpose either by
Extraction or collection. Rs.41.30 per cubic metre.
Pebbles, and modules of chalcedoni, quartzite stone or flint Rs.42.50 per cubic metre
Ordinary clay when used for manufacture of tiles. Rs.15.00 per cubic metre
Murrum, Matti and other coloured matti (not amounting to ochre)
Rs.12.00per cubic meter
Brick-earth Rs. 15.00 PER cubic metre
Ordinary earth Rs. 12.00 PER cubic metre
Rs.5.00 per cubic metre.
Rs.5.00 per cubic metre.
Rs.5.00 per cubic metre. Rs.5.00 per cubic metre
Substitution of schedule II - For Schedule II appended to the principal Rules, the
following schedule II shall be substituted, namely:-
SCHEDULE - II
(See Rule 22(1) (ii)
Rate of dead rent per year
For area up to for areas above
Type of Minor Mineral 5 Hectare 5 hectare
Rate per
Hectare or part
Thereof
Ordinary sand/pebbles/laterite chiras Rs.20000.00 Rs.3000.00
Basalt/Granite/metal Grit/Lime Shell. Rs.30000.00 Rs.7000.00
Brick earth/Matti/ Laterite rubbles /Murrum Rs.10000.00 Rs.2000.00
and other minor minerals.
Department of mines Notification No : 04/59/2015 Mines published in official
Gazette series I No.37 dated 10/12/2015.
Completion Certificate
Clause 53: Within 10 days of the completion of the work, the contractor shall give
notice of such completion to the Engineer-in-Charge and withinthirty(30) days of the
receipt of such notice the Engineer-in-Charge shall inspect the work, and if there is
no defect in the work shall furnish the contractor with a certificate of completion
otherwise a provisional certificate of completion indicating defects (a) to be rectified
by the contractor and/or (b) for which payment will be made at reduced rates, shall
be issued but no certificate of completion, provisional or otherwise, shall be issued,
nor shall the work be considered to be complete until the contractor shall have
removed from the premises on which the work shall be executed all scaffolding,
surplus materials, rubbish and all huts and sanitary arrangements required for
his/their work people on the site in connection with the execution of the works as
shall have been erected or constructed by the contractor(s) and cleaned off the dirt
from all wood works, doors, windows, walls, floors, or other parts of any building,
in, upon or about which the work is to be executed or of which he may have had
possession for the purpose of the execution thereof, and not until the work shall have
been measured by the Engineer-in-Charge. If the contractor shall fail to comply with
the requirements of this Clause as the removal of scaffolding, surplus materials and
rubbish and all huts and sanitary arrangements as aforesaid and cleaning of dirt on or
before the date fixed for the completion of the work, the Engineer-in-Charge may at
the expense of the contractor remove such scaffolding, surplus materials and rubbish
etc., and dispose off the same as he thinks fit and clean off such dirt as aforesaid; and
the contractor shall have no claim in respect of any such scaffolding or surplus
materials as aforesaid except for any sum actually realized by the sale there of.
53A When the annual repairs and maintenance of works is carried out, the splash
and droppings from white washing, colour washing, painting, etc. on walls, floors
doors windows, etc. shall be removed and the surface cleaned simultaneously with
the completion of these items of work in the individual rooms quarters or premises
etc., where the work is done without waiting for the actual completion of all the
other items of work in the contract. In case the contractor fails to comply with the
requirements of this Clause the Engineer-in-Charge shall have the right to get this
work done at the cost of the contractor, either departmentally or through another
agency. Before taking such action, the Engineer-in-Charge shall give two days’
notice in writing to the contractor.
53 B The contractor shall submit completion plan, longitudinal section indicating
exact position of pipelines, sewers, CD works, canals, roads, manholes, valves, valve
chambers
Executed by him and directed by theEngineer-in-charge within 3 months from physical
Date of completion of work. The contractor shall forward two such copies duly
signed by the engineer employed by him in terms contact and furnish one copy along
with the final bill to be submitted by him.
In case, the contractor fails to submit the completion plan as aforesaid, he shall be
liable to pay a sum equivalent to 2.5% of the value of the work or as may be fixed by
the Superintending Engineer concerned and in his respect the decision of the
Superintending
Engineer shall be final and binding on the contractor.
53 C Deduction of 2% (five percent) income tax from the gross amount of each bill of the
Contractor shall be made as per the provision of section 194-C of the Income Tax
Act 1961. In addition to this, a deduction of 1% Labour cess and GST @ as directed
by the competent authority from the gross amount of each bill of the contractor shall
be made.
53 D The contractor shall submit bar chart and CPM/PERT diagram within ten days
of issue letter of acceptance and get it approved by the Engineer-in-charge in
advance to co-ordinate the work of the agency.
53 E The contractor shall get the item of water proofing and anti-termite treatment
executed by the approved water proofing and anti-termite agencies and shall furnish 10
years guarantee Certificate.
53 F The contractor will sign the following registers whether by himself of through his
Authorized representative.
1 Cement register 8 Road metal consolidation register
2 Bitumen register 9 Site order book
3 Log book of machinery (if any 10 Materials at site account
machinery is issued)
4 Paints register 11 Hindrance register
5 Testing of materials Register 12 L, X – section register
6 All Field Records 13 Sieve analysis register
7 Bitumen Extraction test Register 14 Hot mix register (Plant & site)
Extracts of the Minutes of Meeting of the Task Force Committee on Malaria held in
the Conference Hall, Secretariat on 15-07-1997 are transcribed below:
Issue of health cards :
Under the provision of Public Health Act, the contractor/builder has to get his
labourers screened for malaria and necessary cards with photographs are issued to
them by health officer of the concerned jurisdiction. So far, over 5000 labourers are
issued cards and over 200 labourers are detected positive in this exercise. This is a
significant achievement as the labourers detected are symptomatic carriers, which
are potential reservoirs for spreading of Malaria. As a large number of labourers
are brought to this state and considering the fact that they constantly visit their
nativeplaces in Malaria endemic area in other states, the screening has to be taken
on war footing manner to cover all labourers specially in Malaria endemic areas
namely Panaji, Candolim, Calangute and Margao.
In addition to the screening done at Health Centers, the Chief Engineers (P.W.D.)
and the Director of Municipal Administration will issue instructions to their
concerned Engineers working in the above mentioned areas to identify the labour
concentrations and to inform the Health Department or other concerned Health
Centers the day fixed for the Screening of the labourers. The Surveillance Workers
of the concerned Health Department/Centre will go to the site and collect the blood
smears and subsequently the Health Officer will issue the cards after the
photographs are made available to them.
Whenever any contract/work order or N.O.C. has been issued to any party,
P.W.D. or the Municipal Authority or Panchayat should ensure that the clause
stating that “only the labourers possessing the malaria Health Card should be
employed for the work or at that construction site” should be included. For
contravening this provision, work order issued to the contractor or N.O.C. given,
will be withdrawn.
Notification
24/21/2009-LAB-ii (13)
Employment in any commercial or industrial establishment engaged in
commercial, manufacturing and service activities, other than covered
under any of the other entries contained in the schedule.
24/21/2009-LAB-II (14)
(i) Employment in construction or maintenance of roads or in building
operators. (ii) Stone breaking and stone crushing and (iii) maintenance
of building, as specified in the schedule below
RATES OF WAGES
I) Unskilled (Rs.307/- per day)
1. Labourer 9. Mazdoor
2. Sweeper 10 Valve Controller
3. Cleaner 11. Coolie
4. Bhisti 12. Peon
5. Chowkidar 13 Watchman
6 Beldar 14 Flag Man
7 Gardener/Mali 15 Gate man
8.
Concrete (hand mixer)
Any other category by whatever name called which are of unskilled nature
II) Semi-skilled/Unskilled supervisory (Rs. 368/- per day)
1. Excavator 10 Mason (brick layer Second class)
2. Driller (hole rock) 11 Blacksmith
3. Head Chowkidar 12 Fitter (Assistant Semi-skilled)
4. Laboratory boy 13 Brick layer (Class II)
5. Pump Attendant 14 Bandhari
6. Head Surveyor 15 Grinder
7. Carpenter 16 Store man
8 Fitter 17 Fireman
9 Mazdoor 18 Cleaner (Truck Roller Concrete
Mixer etc)
(Any other category by whatever name called which are of semi skilled
nature)
III) Skilled categories (Rs. 423/- per day)
1 Mistri Grade I 13 Traser
2 Plumber Licensed, Class I 14 Concrete mixer maker
3 Driver (Road Roller, Concrete 15 Concrete mixer operator
mixer, Truck)
4 Driver (Motor vehicle) 16 Electrician
5 Driver (Truck, Diesel Engine) 17 Head man (Wall sinking)
6 Mason (Stone Work) 18 Mistri
7 Machinist 19 Lineman
8 Meter Reader 20 Mechanic
9 Plumber 21 Operator ( Cinema Projector
Compressor, Crane Dumper,
Excavator, Generator, Pump
Tractor , Vibrator etc)
10 Pump engine driver 22 Pump man
11 Fitter 23 Work Assistant
12 Tracer Technical Assistant 24 Technical Assistant
IV) Highly Skilled (Rs. 465/- per day)
1 Mason (plaster of Paris Ornamental
work and ceiling)
8 Highly Skilled electrician
2 Painter (Artist First Class) 9 Head plumber
3 Foreman 10 Head Mechanic
4 Assistant Foreman 11 Mason (Stone work
ornamental)
5 Furniture Carpenter 12 Welder
6 Fitter 13 Air-conditioner
7 Head Mistri 14 Welder-cum-fitter
(Any other category by whatever name called involving work of Highly
skilled nature)
V) Supervisory (Rs. 465/- per day)
1 Section Officer /Junior Engineer 3 Supervisor
2 Overseer
VI) Clerical (Rs. 423/- per day)
1 Clerk 5 Tool Keeper
2 Store Clerk 6 Typist
3 Store issue 7 Computer Operator
4 Accounts Clerk 8 Store Keeper I, II etc.)
(Any other category by whatever name called which are Clerical nature.)
C H A P T E R – V I I
S P E C I A L C O N D I T I O N S O F C O N T R A C T
1. Execution of work
a) The contractor’s scope of work will broadly consists of but is not limited
to work items as described in CHAPTER IV of this tender document.
b) The scope of work also include any other item/work required to
complete the work in all respects and as per specification, drawings and
the instructions of the Engineer in Charge given from time to time,
whether specifically mentioned in the tender document or not.
c) A set of drawings and a list thereof are included in CHAPTER XI.
These drawings are tentative and are meant only for guidance in
submitting the tender. Final work will be executed as per the approved
drawings, which will be prepared by the tenderer and approved by
Client.
d) All the items of work to be executed in the tender/contract are indicated
in the Price Bid in CHAPTER VIII.The quantities indicated are
approximate and are liable to variation.
2. Tenderers Special Conditions: The tenderer should not stipulate any special conditions while submitting their
tender. In such an eventuality CLIENT reserves the right to summarily reject
such tenders without assigning any reason whatsoever. The tenderer should
submit his tender in full conformity with the given tender conditions and
specifications. If any particular data is furnished by the tenderer in response to
specific tender conditions by which such particulars are required to be
furnished at the tender stage this shall not be treated as special condition for the
purpose of this para.
3. Rates Final And Binding: Otherwise specified elsewhere in these tender against the description of items
under schedule of quantities shall include the cost of:
i) All preliminary, incidental and temporary works required to be carried
out and complete the work in all respects and,
ii) All labour, materials, tools, plant, oil & fuel for plants and equipment,
transport, handling, construction of service roads, walk-ways, jetties,
slip ways, etc. required in connection with the main item of work and
also the auxiliary and incidental works,
iii) All investigations, studies, testing and all other items of work required
to comply with the special conditions, specifications and other provision
of Tender documents mentioned.
iv) Providing all necessary facilities required for departmental inspections
and visits by CLIENT
v) All the elements of GST duty and any other taxes, levies, octroi
including turnover tax as per extent rule, royalties, environmental cess,
patent fees etc.
vi) All the expenses for preparation and submission of completion drawings
at final stages including getting them approved by CLIENT.
vii) Any other items required to be carried out and complete the work.
viii) Site facilities as asked for in special conditions of contract.
The rates quoted by the tenderer and accepted by CLIENT shall hold
good till the completion of the work. No claims based on the fluctuation
of prices, taxes, etc. Shall be admissible.
4. Correction Slips To Codes, Rules, Reference Books, Etc.: Irrespective of what is stated in the tender document, the various IS codes,
rules and reference books of PWD & CPWD should be taken to mean such
codes, rules and reference books including the correction issued up to date of
invitation of tender.
5. FOREIGN EXCHANGE REQUIREMENT: Any demand foreign exchange, for importing of equipment and materials
would not be accepted.
6. PROGRESS SCHEDULE: a) The contractor shall furnish within the period stipulated in writing by
client a programme in quadruplicate indicating the date of actual start,
the monthly progress expected to be achieved and the anticipated
completion date of each major event of work, also indicating dates of
procurement and setting up of materials, plant and machinery. The
programme is to be such as to be feasible of achieving completion of the
whole work in the time limits prescribed.
b) No revised schedule shall be operative without such acceptance in
writing by the Engineer. The Engineer is further empowered to ask for
more detailed/modified programme for any item or items, in case of
urgency of work.
c) The contractor shall arrange sufficient materials plant, equipment and
labour as may be necessary to maintain the progress schedule.
d) Further, the contractor shall submit the progress reports on work in
forms and statements, etc. at periodical intervals in the form of progress
charts, forms, statements and/or reports as may be approved by the
Engineer.
7. LAND a) Land for site office, store work shop, labour camps etc will be made
available as near to the site of work as possible and all necessary
expenses for the same will be at the contractors cost. No extra payment
will be made on this account.
b) After completion of the work, the contractor shall render all land under
his temporary occupation to useable condition at his cost and hand it
over to Client without any encumbrance within 2 months of completion
of the work. In the event of failure to clear the site, CLIENT will get this
done at his risk and cost after serving one month's notice. Refund of
security deposit will be subject to these compliance provisions.
8. MATERIAL AT SITE:
8.1 Materials Required:
a) The Department shall not supply any material required during execution
of work.
b) All materials including cement and steel required for all temporary
works in connection with the execution of all works under the contract
shall have to be arranged by the contractor at his own cost. The
rate/rates quoted /accepted are deemed to be inclusive of the cost of all
such materials.
c) Before procuring the materials, contractor shall obtain the approval of
Engineer for the samples of materials proposed to be used in permanent
works. Test certificates from approved laboratory/institute for various
materials shall be produced before use of such materials.
d) The contractor shall be fully responsible for the safe handling and safe
custody of the materials.
e) CLIENT reserves the right to inspect any of the depots of the contractor
where materials have been stored, also to inspect the places where the
contractor fabricates or otherwise process these materials. The
contractor shall provide all facilities at his cost for such inspection.
f) The contractor shall not transfer any of the materials brought by him for
this work to any place except his approved store depot or fabrication
yard or the site of work without specific order of Engineer.
g) Test Certificate
The valid test certificates from reputed manufacturers shall be produced
for all equipments and materials alongwith supplies
9. SCHEDULE OF PAYMENT A) Measurements, certificates and payments to contractors shall be
governed by relevant clauses of CLIENT’s General conditions of
contract, unless other wise expressly stipulated hereunder or elsewhere
in this contract.
B) All measurements will be made in metric units. Figures and dimensions
as shown on drawings shall prevail over the scaled dimensions.
Dimension/details in drawing to a larger scale shall prevail over the
dimensions/details in the drawings to smaller scale.
C) Schedule of payment shall be as below;
a) Civil Works: Payment considered as 70% of the total cost of
construction to be paid as under.
i) 5% payment on approval of process and general
arrangement drawings against irrevocable bank guarantee
of equivalent amount.
ii) 5% payment on approval of all RCC design and drawings.
iii) 80% Payment against monthly R.A.bills as per approved
price breakup or proportionate to the Estimated cost
iv) 5% payment on completion, testing and successful
commissioning of the plant.
v) 5% payment on successful completion of trial run for 3
months.
b) For Electrical & Mechanical Works: Payment
considered as 30% of the total cost of construction to be paid as
under.
i) 5% payment on approval of process and general
arrangement drawings against irrevocable bank guarantee
of equivalent amount.
ii) 5% payment on placement of orders for equipments
against the acceptance of orders by manufactures /
suppliers subject to production of irrevocable bank
guarantee of equivalent amount.
iii) 70% payment on supply of equipments. As against RA bills as per
approval price breakup or proportionate to the estimated cost
whichever is less
iv) 10% payment on erection
v) 5% payment on completion, testing and commissioning
vi) 5% payment on successful completion of trial run for 3
months
D) The bills should be submitted along with necessary required certificates
stating,
a) That the labours employed by me/us have been paid minimum
wages as per Government Rule, fixed in similar type of works in
the area.
b) That I/We possess labour licence for my/our work and for this
particular work.
c) That the measurements recorded in this bill are accepted by
me/us.
d) That I/We have no other claims whatsoever outstanding against
this bill.
e) That I/We have extended the provident fund benefit to the staff
engaged by me/us and the requisite amount of provided fund has
been remitted to the provident fund commissioner.
f) That all the insurance policies taken for fulfillments of the
contract are in force.
E) The on account bills (also referred to as monthly Running Account
Bills) shall normally be prepared at monthly intervals unless otherwise
stated elsewhere in the tender and contract. There is no fixed time limit
for release of payment after submission of bills by the contractor.
F) Final payment of the balance amount due will be made after the
completion of the entire work and on certification by the Client that the
work has been completed in all respects and found satisfactory.
G) Notwithstanding the provisions under this clause the mode and terms of
payment may be modified as per mutually agreed terms and conditions
while accepting the tender.
H) Income Tax at appropriate rate along with surcharge as applicable
thereon will be deducted from the gross amount of all bills of the
contractor in accordance with relevant section of the current Income Tax
Act. It should be understood that the Income Tax payable will be
assessed in due course by the appropriate Income Tax Authority,
whereupon the final Income Tax payable by the contractor will be
known. The contractor will have to settle the matter with the said
Appropriate Authority. The recovery of tax at source and applicable
surcharge thereon is an ad-hoc interim recovery made as per statutory
orders of Government of India.
.
10. DEFECT LIABILITY PERIOD:
The period of comprehensive operation and maintenance of 60 months (Sixty
months) referred to in clause above shall, for the purpose of this contract, be
termed as the "maintenance cum defect liability" period. During this period of
60 months, besides day to day operation and maintenance of the plant by
providing materials, skilled and unskilled labour, supervision and laboratory
testing services, contractor shall also be responsible for attending to any defect
that is observed in the equipment, instrument etc. supplied by him under this
contract. The contractor shall depute experienced and qualified personnel with
necessary tools, tackles, spares, replacements etc., to rectify all defects that
may appear in the work executed by him in pursuance of the contract and
includes warranties against manufacturing/fabrication defects covering all
materials, plants, equipment, components and the like supplied and installed by
the contractor and against workmanship defects, for the work executed by the
contractor.
12. CONSTRUCTION EQUIPMENTS: i) The contractor shall arrange and operate at his own cost, all necessary
tools, plant, machinery and equipment necessary for successful and
timely completion of the work. Any provision contrary to this appearing
in the special condition of contract or elsewhere in these tender
documents shall be inoperative.
ii) If in the opinion of the Client, equipment/plant brought by the contractor
are not suitable for the work concerned, the Client shall have the right to
order the contractor to replace them by suitable plant/equipment. In the
interest of public convenience, the Client may insist on a specific way of
execution of the work.
13 WATER SUPPLY:
13.1 During Execution
The Contractor shall make his own arrangements to obtain clean water supply
necessary for the work as well as for drinking water for his labourers at his own
cost, and the quoted rate shall be deemed to include the cost of such water
supply arrangements. On request by the contractor, Client may give assistance
only to the extent of recommending the contractor’s application for water
supply to any authority arranging such supply. Any provision contrary to this
appearing in special conditions of contract or elsewhere in these tender
documents shall be inoperative.
13.2 During Operation And Maintenance
During operation and maintenance period contractor will be allowed to use
treated water from the plant for use of contractor’s staff on duty as well as for
meeting various requirement of this plant only.
14. SANITARY FACILITIES The contractor shall be required to provide necessary sanitary facilities in the
labour camps according to the rules of the local Public Health and Medical
Authorities. All the labourers should posses Malaria health cards at the
construction site. Contravention of this provision shall result in withdrawal of
workorder/contract. The respective health officers of the area shall issue the
Malaria health card with photograph after the photographs are made available
to them
15. POWER SUPPLY
i) During construction of water treatment facilities, Contractor shall be
responsible for obtaining electric supply required for the construction
works from Goa State Electricity Board authorities at his own cost, and
the rates quoted by him shall be deemed to be include the cost of
obtaining electric supply and the charges for electricity consumed.
Any
provision contrary to this appearing in the special conditions of contract
or elsewhere in these tender documents shall be inoperative.
ii) The Contractor will make arrangements at his own cost by providing
emergency power supply to maintain continuity of electric power
required for construction works.
iii) During Operation and Maintenance period power supply will be
arranged by CLIENT free of cost, however, installation shall be
arranged by the contractor at his cost which includes deposit with
Electricity Department if any.
16. DISPOSAL OF CONTRACTOR’S MATERIAL LEFT OVER
AT SITE: The Contractor shall ensure that no materials/wastes/plant equipment, etc. are
dumped at the site. In case, any of the above-mentioned items are dumped,
the contractor shall clear the same from the site before completion of the work,
at his own cost.
17. ADVERTISING: i) The contractor shall treat the contract and everything within it as private
and confidential. In particular, the contractor shall not publish any
information, drawing or photograph relating to the works and shall not
use the site for advertising purpose, except with written consent of the
Client and subject to such conditions as he may prescribe.
ii) The contractor shall provide all facilities to Client or its authorised
representative to collect information, photographs or make movies of
any stage of work including the working of the contractor's plant,
machinery and equipment etc. for records, publication, or any other
purpose.
iii) The contractor shall supply at his own cost 3 sets of photographs of the
works carried out from time to time as per instructions of Client. In the
event of any dispute or termination of contract either by Client or the
contractor the contractor shall arrange to obtain photographs of the
works completed upon the date of such termination of contract. The
photographs shall be colour prints. The contractor shall also supply a
video recording of 180 minutes duration of all the sequences of
construction along with English commentary.
18. EMERGENCY WORKS: In the event of any accident or failure accruing in, on or about the work or
arising out of or in connection with the construction, completion or
maintenance of the works, which in the opinion of the CLIENT requires
immediate attention, Client may bring its own workmen or other agency to
execute or partly execute the necessary works or carry out repairs, if the Client
considers that the contractor is not in a position to do so in time, and charge the
cost thereof, as to be determined by Client, to the Contractor.
20. WORK CARRIED OUT AT PLACES AWAY FROM THE
SITE: The contractor shall give the CLIENT written notice regarding his intention to
manufacture at a place away from the site, stating the place and time of,
manufacture, so that the CLIENT may inspect during stages of the production
or manufacture. Failure to give such notice may result in the rejection of the
materials or component. The contractor at his cost shall provide all facilities for
inspection of such work at places away from the site.
21. INTERRUPTION OF WORKS DURING MONSOON: Normal period of monsoon in the area is from 1st June to 30th September. The
contractors should, therefore plan and programme his work bearing this fact in
mind.
22. RECORDS AND REGISTERS: The contractor shall maintain records, plans and charts showing the dates and
progress of all main operations. The Client shall have access to this information
at all times. All tests will be carrying out in presence of CLIENT. Records of
these tests shall be handed over to the Engineer's representative after carrying
out tests. The CLIENT will maintain the following Registers at site: -
i) Site Order Register:
The contractor shall promptly sign orders given therein by the Client or
his representative or his superior officers and comply with them. The
Contractor shall report the compliance to the CLIENT in good time so
that it can be checked.
ii) Cement Register:
This register will be maintained to record, daily receipt and issue of the
cement duly indicating balance quantity. The quantum of work done for
the cement issued on a particular date will also be mentioned.
iii) Labour Register:
This register will be maintained to show the daily strength of labour in
different categories employed by the contractor during construction
period. During comprehensive maintenance, details of staff employed
and their attendance shall be shown to CLIENT.
iv) Plant and Machinery/Instrument/Equipment Register:
This register will record daily the particulars of machinery with the
contractor in working condition and working at site.
v) Measurement Register:
A register will be maintained at site wherein detailed measurement of all
items will be recorded. To facilitate understanding of measurements,
necessary dimensioned sketches will be drawn in this register. The
register is required to work out the actual quantities of work done.
vi) Log Book of events:
All events are required to be chronologically logged in this book,
shiftwise and datewise.
vii) Material test register:
All tests results of materials used in works shall be chronologically and
structure wise shall be maintained.
viii) All other register considered necessary by the CLIENT, shall be
maintained at site.
In addition to the registers mentioned above, the contractor shall maintain
proforma, charts, periodical returns, etc. as required under various laws and
acts and as may be specified by the Engineer.
The registers, proforma, charts, etc. Will be the property of CLIENT.
All the registers, etc. mentioned in (i) to (viii) above will be jointly signed by
the contractor's and Client's representatives.
23. WORKING METHOD:
i) The contractor shall submit within the time stipulated by the Client in
writing the details of actual methods that he would adopt for the
execution of any item as required by the CLIENT at each of the
locations, supported by necessary detailed drawing and sketches
including those of the plant and machinery/Instrument/ equipment that
would be used, their locations, arrangement for conveying and handling
materials etc. and obtain prior approval of the CLIENT well in advance
of starting of such item of work. The CLIENT reserves the right to
suggest modifications or make complete changes in the method
proposed by the contractor whether accepted previously or not, at any
stage of the work, to obtain the desired accuracy, quality, safety and
progress of work which shall be binding on the contractor and no
claim on account of such change in method of execution will be
entertained by CLIENT, so long as specifications of the item remain
unaltered.
ii) The contractor shall submit a detailed programme for the whole work at
the commencement of the contract. He shall further submit a detailed
programme in the form of network analysis his forecast for cash-in-flow
from PWD for the coming calendar month by the 25th of each month and get
the same approved by the CLIENT. PWD reserves the right to modify or
change any programme submitted by the contractor and the contractor shall
have no claim for extra payment or compensation on the ground of such
change of his programme.
24. NIGHT WORK:
i) Work under this contract shall not be carrying out between sunset and sunrise
without the previous permission of the CLIENT. However, on request in
writing by the contractor, the CLIENT may grant permission
ii) for doing works after sunset if he is satisfied that the contractor's
arrangements for so doing the work will ensure quality and workmanship
and will also ensure safety of workmen and structures. The contractor will
be primarily responsible to fulfil these conditions during the execution of
works. If will be his responsibility to provide adequate lighting at all working
places as well as to ensure safe working. He will also appoint, if necessary
men for watching of the temporary structure during the progress of the work at
night.
iii) If the Client is satisfied that the work is not likely to be completed in time
except by resorting to night work, he may order the contractor to carry out the
works even at night without conferring any rights on the CONTRACTOR for
claiming any extra payments for the same. The contractor will be responsible
to comply with all the directions and instructions given by the CLIENT in this
regard. The contractor shall comply with all statutory regulations for night
working.
25. ASSOCIATING A SUB-CONTRACTOR FOR THE WORKS:
Contractor may associate sub-contractor/or sub-contractors of repute for doing
specialised works with the explicit approval of CLIENT. This has to be spelt out at
the time of tendering. The contractor shall submit a letter of consent from the sub-
contractors for all works including Instrumentation, plumbing, piping and electrical
works. Such letter of consent shall be attached in this tender. If further change is
required at later date this has to be got approved by CLIENT Such consent if given
shall not however relieve the contractor from any liability or obligation under the
contract and he shall be responsible for the acts, defaults and neglects of the sub-
contractor, his agents, servants or workmen. Provided always that provision of labour
on a piecework basis shall not be deemed to be a sub-contract under this clause. All
payments by CLIENT shall be made only to the principal contractor.
26. PATENED DEVICES, MATERIALS & PROCESSES:
When the contractor desires to use any designed device, material or process covered
by letter or patent or copy right for such use shall be secured by suitable legal
arrangement and agreement shall be filed with the CLIENT, if so desired by the latter.
27. Transport Of Labour To And From Work Site As labour camps for labour will have to be located by the contractor in the land
arranged by him for facilitating movement of labour to work site and back, the
contractor will have to make suitable arrangement at his own cost. Facilities
are to be given to labour as per statutory provision at no extra cost to CLIENT..
28. Site Conditions And Facilites: It will be deemed that he has by personal inspection or other means
acquainted and satisfied himself about the site conditions, working conditions
in the area, availability or otherwise of materials, labour, water supply,
electricity etc. before tendering. The requirements of working space and the
space required for storing materials, workshops, offices, before tendering. It
will be deemed that all the relevant factors connected with the execution of
work have been gone into in detail by the tenderer before submitting the
tender for the work.
29. Arrangements For Permits Or License: a) Arrangements for permits and license for material will not be made by
Client. The contractor will have to make his own arrangements. Also
Client shall arrange no import license for this work.
b) All approvals, licenses etc. required by the respective authorities
including approval from the Pollution Control Board of Goa
Government and any other statutory local authority has to be obtained
by the contractor.
30. Storage Of Inflammable Articles: No inflammable materials, such as petroleum oil etc. within the meaning of the
Indian Petroleum Act and Indian Explosives Act shall be stored at site or
adjacent land until the contractor has obtained the approval of CLIENT and
necessary license under the Act. All due precautions as required under the
Acts shall be taken by the contractor.
31. Anti-Malaria Precautions: Every precaution shall be taken by the contractor to prevent the breeding of
mosquitoes on the works during construction and all receptacles used for the
storage water must be suitably protected for this purpose or must be emptied at
close of the work every day as required under section 76(A) of the Goa Health
Act.
32. Notice To Public Bodies: The contractor shall give to the Municipality, Police, Panchayat and other
authorities all notices that may be required by the law and obtain all requisite
licenses for temporary obstructions, enclosures and pay all fees, taxes and
charges which may be leviable on account of his own operation in executing
the contract. He should make good any damage to adjoining premises whether
public or private and provide and maintain any light etc. required at night.
33. Figures, Dimensions: Figures and dimensions on drawings shall supersede measurements by scale,
and drawings to a large scale shall take precedence over those to a smaller
scale.
34. Plea Of Custom: The Plea of 'Custom' prevailing will not on any account be permitted as an
excuse for infringement of any of the conditions of contract or specifications.
35 First Aid: The contractor shall maintain in a readily accessible place first aid appliance
including an adequate supply of sterilized dressing and sterilized cotton wool.
The appliances shall be placed under the charge of responsible and qualified
person who shall be readily available during working hours.
36. Damage By Accidents Or Fire Or Floods Or Tides: The contractor shall take all precautions against damages from accidents or
fires or floods or tides. No compensation will be allowed to the contractor for
his tools, plants materials machines and other equipment lost or damaged by
any cause whatsoever. The contractor shall be liable to make good the damage
to any structure or part of a structure plant or material of every description
belonging to CLIENT, lost or damaged by any cause during the course of
contractor's work. CLIENT will not be liable to pay to the contractor any
charges for rectification or repairs to any damage which may have occurred
from any cause whatsoever, to any part of new structures during construction.
37. Inspection By Inspecting Officer:
37.1 Notice In Writing:
When inspection during manufacture or before delivery of dispatch is required, notice
in writing shall be sent by the contractor to the Inspecting Officer when the stores or
materials to be supplied are ready for inspection and test, and no stores shall be
delivered or dispatched until the Inspecting Officer has certified in writing that such
stores have been inspected and approved by him.
M/s RITES, a Govt. of India enterprise having its registered office at 27, Barakhamba
Road, New Delhi has been appointed by the Govt. of Goa as agency for Quality check
(QCA) of this project. They have full authority to inspect the (ongoing and
completed) works as well as materials brought to site.
37.2 MARKING OF STORES:
The contractor shall if so required at his own expense mark all the approved stores
with a recognised Government, or purchaser's mark. The Inspecting Officer shall also
have power to mark the rejected stores with a rejection mark so that they may be
identified, if resubmitted for Inspection.
38. FACILITIES FOR TEST AND EXAMINATION:
The contractor shall at his own expenses, afford to the Inspecting Officer/ (QCA) all
reasonable facilities and such accommodation as may be necessary for satisfying
himself, that the stores are being and/or have been manufactured in accordance with
the particulars. The Inspecting Officer/ (QCA) shall have full and free access at
any time during the execution of the contract to the contractor’s works for the
purpose aforesaid and he may required the contractor to make arrangements for
inspection of the stores or any part thereof or any materials at his premises or at
any other place specified by the Inspecting Officer/(QCA) and if the contractor
has been permitted to employ the services of a sub-contractor, he shall in the
contract with the sub-contractor reserve to the Inspecting Officer/(QCA) as
similar right.
39. COST OF TEST
The contractor shall provide without any extra charge, all materials, tools,
labour and assistance of every kind which the Inspecting Officer/(QCA) may
demand of him for any test and examination other than special or independent
test, which he shall require to be made on the contractor's premises and the
contractor shall bear and pay all cost attendant thereof if the contractor fails to
comply with the conditions aforesaid, the Inspecting Officer/(QCA), shall, in
his sole judgement be entitled to remove for test and examination all or any
of the stores manufactured by the contractor to any premises other than his
(contractor's) and in all such cases the contractor shall bear the cost of
transport and/or carrying out such tests elsewhere. A certificate in writing of
the facilities and the means for test and examination shall be final.
40. FACILITIES TO BE PROVIDED AT SITE:
a) The contractor shall provide at his own cost fully furnished office
accommodation at site for three staff members of the department.
41. Power Of Attorney: The tenderer whether a sole proprietor, a limited company or a partnership
firm, if they want to act through agent or individual partner/partners should
submit along with the tender or at the later stage a power of attorney duly
stamped and authenticated by a Notary Public or a Magistrate in favour of the
specific person whether he/they be partners of the firm or any other persons
specifically authorizing him/them to submit the tender sign the agreements,
receive money, witness measurements, sign measurement books, compromise
settle, relinquish any claim or claims preferred by the firm and sign 'No Claim
Certificate', and refer all or any disputes to arbitration.
42. Legal Charges: All legal documents such as Partnership Deed, Power of Attorney, Guarantee
Bonds, Indemnity Bonds etc. executed before or after submission of
tender/acceptance of tender will be got verified by Client from appropriate
legal authority. The charges as may be incurred from time to time for such
verification shall be borne by the contractor.
43. Subsequent Modification To Legal Documents: Cancellation or creation or correction of any documents such as Power of
Attorney, Partnership Deed etc., which may have a bearing on the Tender/
Contract, should be communicated forthwith by the tenderer/contractor in writing
failing which Client shall not have responsibility or liability for any action taken
on the strength of the said documents.
44. Authorised Representative:
The tenderer/Contractor should nominate his representative(s) on the works and at
the site of work, who will be authorized to receive and acknowledge and
implement the instructions and orders issued by the Engineer and inspecting
officials of Client . The attested specimen signature of the contractor's
representative(s) shall be submitted and deposited with the Engineer as well as the
Engineer-in-charge of the work before starting the work. The Power of Attorney
mentioned in clause (s) above may also be extended to cover the stipulations,
made in this clause.
45. Compensation For Delay:
45.1 Work to be completed In Time
(a) The contractor should analyze or break down the work to be executed by
him into several parts or items and specify the time for the completion of
each part or item, in the form of BAR Chart and PERT Chart suiting the
milestones. The contractor shall submit his programme of work on award
of the work to him for approval of Executive Engineer, Works Division
XVII (PHE- N), PWD, Alto Porvorim, Bardez, Goa
a) The contractor shall complete each part or item on or before such specified
time, time being intended to be of the essence of the contract and
b) If the contractor fails to do so complete each part or item of work before
such specified time, the contract becomes voidable at the option of
CLIENT and
c) The contractor shall be liable to pay to CLIENT the compensation as
mentioned earlier.
46. Royalties, Licence fees etc.
The contractor shall defray the cost of al royalties, fees and other payment in
respect of patents, patent rights and licenses which may be payable to patentee,
licensee or other person or corporation and shall obtain all necessary licensee. In
case of any breach (whether wilfully or inadvertently) by the contractor of this
provision, the contractor shall indemnify CLIENT against all claims, proceedings,
damages, cost charges, loss and liability which they or any of them may sustain,
incur or be put to by reason or in consequence of, directly or indirectly, any such
breach and against payment of any royalties, damages, or other nomies which
Ownwer may have to make to any person or paid in total to the patent rights in
respect of the users of any machine, instruments, process, articles, matter or
things constructed, manufactured, supplied or delivered by the contractor to
his order under this contract.
47. TAXES AND DUTIES AND CESS ETC.:
a) All rates quoted in the tender shall be deemed to be inclusive of all
duties cess, taxes GST etc and royalty charges. No claim shall be
entertained on this account.
b) The rate quoted shall be based on the prevailing rates of GST, freight
charges and other taxes, duties or levies prevailing on the date of
opening of the tender. Any claim due to escalation in prices of materials,
equipments, labour will not be entertained during construction and
Operation & Maintenance period.
48. Contractor’s Liability And Insurance:
a) From commencement to completion of works, the contractor shall take
full responsibility for the care of the work and for taking precautions to
prevent loss of/or damage to the works and to minimise the loss or
damage to the maximum extent possible and shall be liable for any
damage or loss that may happen to the works or any part thereof from
any cause whatsoever, including causes such as lightening, explosion,
earth quake, storm, hurricane, floods, inundation, subsidence, landslides,
rock slides, riots (excluding civil war, rebellion, revolution and
insurrection) and shall at his own cost repair and make good the same
so that at all times the work shall be in good order and condition and
in conformity in every respect with the requirements of the contract.
Explanation: For the purpose of this condition, the expression "from
commencement to completion of work" shall mean the time
commencing from the issue of the acceptance letter to the contractor by
CLIENT and ending with or extending up to the expiry of
comprehensive maintenance period provided in the Agreement.
b) From commencement of the work to the completion of the work, the
contractors shall take insurance for covering their plant, machinery and
materials, which they will be collecting from time to time in connection
with construction work by a suitable policy. The contractor shall pay
the entire premium towards the policy. The policy shall be deposited in
original with CLIENT.
c) Before commencing the work the contractor shall, without limiting his
obligation and responsibility under this condition insure against any loss
of life or injury to the third party personnel or property. For this
purpose, contractor shall take insurance for a value not less than
Rs.10.00 lakhs. The contractor shall pay the entire premium. The policy
and documents of this insurance shall be deposited in original with
CLIENT.
d) Before commencing the work, the contractor shall without limiting his
obligation and responsibilities under this condition, insure against any
loss of life or injury to any personnel in the employment of contractor/
subcontractor. For this purpose, insurance shall be taken by the
contractor/sub-contractor. Such insurance shall be taken to include
categories of employees/workmen covered by the Workmen's
Compensation Act, 1923 as well as those employees/workmen not
covered by the said act. Separate insurance policies may be taken for
employees/workmen covered by Workmen's Compensation Act, 1923
and employees/workmen not covered by the said Act. The contractor
shall pay all the premia. Policy/policies taken under this para for the
personnel in employment with the contractor/sub-contractors only in the
name of contractor/sub-contractor. In the event of any loss or injury to
the personnel in the employment with the contractor/sub-contractor, the
contractor shall recover directly from the insurance company and ensure
that payment of the same is made to the affected parties. The policy in
original shall be deposited with CLIENT
e) The Contractor shall at all times indemnify and keep indemnified
CLIENT non-judicial stamp paper of the value of Rs.100/- against all
losses and claims for injuries or damage to any person or any property
whatsoever which may arise out of or in consequence of the
construction and maintenance of the work and against all claims,
demands, proceedings, damages, costs, charges and expenses
whatsoever in respect of or in relation thereto.
f) The contractor shall at all times indemnify and keep indemnified
CLIENT on non-judicial stamp paper against all losses and claims,
damages or compensation under the provisions of payment of Wages
Act 1936, Workmen's Compensation Act 1923, Industrial Disputes Act
1947 and Contract Labour (Regulation and Abolition) Act 1970 or any
modifications thereof or any other law relating that to and rules made
there under from time to time or a consequence of any accident or injury
to any workman or other person in or about the work whether the
employment of the employer or Contractor or not and also against all
costs, charges and expenses of any suit, action or proceedings
whatsoever out of such accident or injury or combination of such claim.
g) The Contractor shall provide CLIENT with documentary evidence from
time to time that he has taken out all the insurance policy mentioned in
the foregoing paragraphs and that he has paid necessary premia for
keeping the policies valid till the expiry of the maintenance period.
h) The Contractor may appoint sub-contractor with the approval of
CLIENT. However, the contractor will be responsible for any claim
resulting from the failure of the sub-contractors. The entire liability
including that of the sub-contractors will be of the contractor and this
should be certified by them. While taking the insurance policies,
contractor should indicate clearly to the insurance company that policy
issued shall cover their sub-contractors and nominated contractors also.
i) If required, the sub-contractor shall also take similar insurance for the
item of work being executed by them, with clear undertaking that the
full responsibility of the liability will be with the contractor.
j) If the Contractor and/or his sub-contractors or nominated contractors, if
any, shall fail to effect and keep in force the insurance referred to above
or any other insurance which he/they may be required to affect under the
terms of contract, then in any such case, CLIENT may, without being
bound to, effect and keep in force any such insurance policy and pay
such premium or premia, as may be necessary for that purpose from
time to time and deduct the amount so paid by the CLIENT from any
moneys due or which may become due to the contractor or recover the
same as a debt due from the contractor.
k) All insurance to be effected by the contractor and/or his sub-contractor
or nominated contractors, if any, shall be taken out only with the
Insurance Company or Companies approved by CLIENT.
l) Without prejudice to any of his obligations and responsibilities under
this condition, the contractor shall on or before executing the agreement,
furnish to CLIENT certificate in the format given below, indicating the
insurance obtained by him.
Particulars
Contractors plant,
machinery &
material Insurance
Third party
Insurance
Workmen Insurance
Covered by
workmen
Compensation
Act
Not Covered
by Workmen
Compensation
Act
1 2 3 4 5
Name Of the
Insurance
Company
Policy No.
Value In Rs.
Date of Issue
Date of expiry
m) No work shall commence by the contractor unless and until he has
obtained the insurance required to be obtained by him under or by the
foregoing clauses and no work shall be carried out or continued by the
contractor unless and until each such insurance is current and valid at
the time. The contractor shall furnish all the receipts in original along
with one photocopy thereof for the payment of premium. The original
receipts will be returned to the contractor after verification. Payment of
contractor's bill for works done shall be subjected to the fulfillment of
this condition.
n) If the contractor shall not perform and observe any of the duties and
obligations devolving upon him hereunto, mentioned and if such
omission or breach by the contractor shall involve CLIENT with
liability, tortuous or otherwise and/or any loss or damage, CLIENT shall
be entitled to recover the amount of restitution from any moneys due to
the contractor from CLIENT under this contract or any other contract.
o) In the event of any claim for insurance becoming due on account of any
eventualities covered by the respective Insurance policy/Policies,
Contractor shall reinstall the installation, replace the materials or pay
compensations to the affected personnel/employees without waiting for
settlement of claim from insurance company.
p) All the insurance policies required to be obtained by the contractor as
per the above mentioned clauses shall be deposited by the contractor
with CLIENT in original.
49. HANDING OVER OF WORK: All the works and materials before being finally taken over by CLIENT, it will
be the entire liability of the contractor for guarding, maintaining and making
good any damages of any magnitude. It is, however, understood that before
taking over such work, CLIENT will not put it to its regular use as distinct
from casual or incidental one, except as specifically mentioned elsewhere in
this contract or mutually agreed to.
50. Alternative Due To Rejected Work In the event of any work/s is/are abandoned on account of rejection by
CLIENT, the extra cost involved in providing for the alternative arrangements
shall be borne by the Contractor. The rates offered shall be deemed to have
provided for this contingency.
51. Testing of works and materials and preparation of Samples: The Contractor shall, if required by CLIENT, arrange to test materials and/or
portion of the works at his own cost in order to prove their soundness and
efficiency. If after any such test, the work or portions of the works are found, in
the opinion of the Engineer, to be defective or unsound, the contractor shall
pull down and re-erect the same at his own cost. Samples of various materials
shall be submitted by the Contractor to the CLIENT for approval and only after
the approval is accorded, shall be materials be ordered and procured. If the
consultant so desires, the contractor shall, at his own cost, prepare samples to
indicate the workmanship on various items and effect of use of different
materials.
52. Codes Relevant I.S.& B.S. Code books with up to date corrections shall be made
available at site before starting of work at the cost of contractor for use of
Engineers.
53. Working Drawings & As built Drawings The contractor at his own cost shall submit to Client three sets of working
drawings incorporating all the changes effected during the approval by ower.
Work will be executed as per these approved drawings only. After the work is
completed six sets of As Built drawings shall be prepared. These drawings
should indicate all the changes made in working drawings during the execution
of work. The changes done in levels, dimensions, shape and specifications, if
any should be clearly indicated. All the Drawings pertaining to this contract
shall be prepared on ‘AutoCAD’. Besides prints as mentioned above, drawing
shall also be submitted on Compact Disc, for CLIENT’s use and record.
54. ROYALTY ON MATERIALS The royalty on Minor Minerals like laterite, basalt, river sand, brick, earth etc.
consumed on the contractor’s work will be recovered by the Department from
the running bills of the contractor as per the lastest rates issued by the
Government.
In the event of the contractor claiming prior payment of royality, he will have
to produce satisfactory documentary evidence to this effect, from the
Directorate of Industries & Mines.
55. Contractor's Overall Responsibility: This is to reiterate that it is the contractor's overall responsibility for all the
risks to the works, workmen, damages to CLIENT’s property, etc. and the
rates include all such contingencies.
The contractor should frame his rates which should include the cost of
dewatering, shoring, bailing out water, providing diversion channel etc. bunds
channels or other devices necessary for diversion of water by gravity flow and
or / or pumping / bailing out of water by manual labour or otherwise.
The contractor shall employ at least one graduate senior Engineer to supervise
the work on behalf of the contractor; and intimate the name to the Divisional
Officer in which he should possess the power of Attorney and able to take his
on decision in the absence of contractor and he should take instructions from
the Divisional Officer or his representative and comply with them the
contractor shall maintain all the instruments and appliances required to keep an
effective quality control of concrete and reinforcing steel. If, in the opinion of
the Divisional Officer, any of the contractors staff is found to be substandard or
not possessing requisite qualification / experience and Divisional Officer
expresses his desire that such a person should be replaced the contractor should
immediately replace such a person from site of work.
The contractor at his own cost, on taking over the site shall fix a board a size
1.2 M X 0.75 metres displaying the following.
1. Name of work
2. Name of Contractor
3. Commencement of work
4. Scheduled date of Completion
5. Estimated cost of work
This board should be painted with navy blue lettering, on off white background
and this board should be maintained throughout the contract period.
56. COLLECTION OF DATA TENDERER’S RESPONSIBILITY The tenderer shall visit the site and acquaint himself fully of the site before
submission of tenders and no claims whatsoever will be entertained on the
pleas of ignorance or difficulties involved in execution of work or carriage of
materials.
57. FORCE MAJOR
Any delays in or failure of the performance of either part hereto shall not
constitute default hereunder or give rise to claims for damages, if any, to the
extent such delays or failure of performance is caused by occurrences such as
Acts of Goa or the public enemy, expropriation or confiscation of facilities by
Government authorities, riots or illegal strikes. The contractor shall keep
records of the circumstances referred above and bring these to the notice of the
Divisional Officer in writing immediately on such occurrences.
58. WORK ON SUNDAYS AND HOLIDAYS For carrying out works on Sundays and Holidays, the contractor will approach
the Divisional Officer or his representative at least two days in advance and
obtain permission in writing. The contractor shall submit to the Divisional
Officer reports at regular intervals regarding the state and progress of works.
The details and proforma of the report will mutually be agreed after the award
of contract.
59. Operation & Maintenance Manuals:
a) The contractor shall supply five sets of service manuals and As Built
drawings made on CAD, list of spare parts with descriptive catalogues
and description of the installation provided and procedure for
maintenance in quadruplicate in bound documented manner. Operation
instructions at main console room, and Plant Building shall be in the
form of mimic diagram, inscribed in anodised aluminium plate of
appropriate size size.
b) Operation/Demonstration/Training of staff:
On completion of entire work as detailed out in this tender contractor
shall impart training, in proper operation and day to day maintenance of
the plant to the CLIENT’s operating staff, who will be deputed for the
operation and maintenance of the plant, or to representatives of any
other agency engaged by CLIENT for the purpose. Training shall be
given by the qualified and experienced person and shall be stretch over
duration of 15 days. The contractor shall arrange notes, handouts and
other material required for the purpose.
60. Specifications All works covered by this contract shall be executed in accordance with
CPHEEO Manual, CPWD specifications, the Bureau of Indian Standards and
additional specifications covered in this contract prevailing on the date of
submission of tender and taken as mutually complementary to each other.
These specifications are intended to generally describe the quality of materials
and workmanship to be used for the finished work. It is assumed that only the
best quality of materials and workmanship shall be used on the proposed work
and that the work shall be executed in accordance with be best latest
engineering practices as per the instructions and directions of divisional
officers and to the entire satisfaction of the CLIENTS.
C H A P T E R – V I I I
P R I C E S C H E D U L E
1. The bidder shall have to give price schedule for lump sum price of 15 MLD
capacity Water Treatment Plant as per Price Schedule “A” & “B”
2. The payment terms shall be strictly followed as per the tender.
3. The price shall be quoted on total lump sum basis as per Appendix A & B.
4. Tenderers are advised to fill in the cost exactly as per the format in the Price bid.
Changes and alterations in the format is not permitted.
5. Amount quoted against any item shall be for the complete work related to the
item as per the description and specifications given in the tender document, and
as per the other requirements for proper functioning, etc., whether it is
specifically described or/not.
6. Rates and cost quoted shall be inclusive of all taxes duties, government cess.
Transportation cost, loading unloading at site, all labour charges, and supervision
expenses. Contractor’s office and site overheads, incidental expenses etc. As no
extra payment will be made on any account.
7. For all equipment item, cost of making foundations and for carrying out minor
modification in the existing structure as required for the proper installation of the
equipment shall be included in the cost Quoted for that item.
8. For Piping work cost of support, pipe racks, brackets, etc. whatsoever is required
for proper laying of pipeline as per relevant IS code shall be included in the rates.
10. Rates for Operation and Maintenance services shall be given on monthly basis
and shall include all cost of providing staff, their traveling expenses,
accommodation, medical and other benefits, as well as cost of treatment
chemicals, materials, maintenance spares, analysis of treated water samples from
a recognized laboratory.
11. Tenderer should not put any condition in the price bid.
8 . 5 A P P E N D I X – A
“Designing, Detail Engineering, Construction and Commissioning of 15MLD
Water Treatment Plant at Housing Board - Porvorim on Turnkey Basis,
including Operation & Maintenance for a period of 5 years.
Sr.
No.
Description
TENDER AMOUNT FOR:
“Designing, Detail Engineering,
Construction and Commissioning
of 15MLD Water Treatment Plant
at Housing Board - Porvorim on
Turnkey Basis.
1 2 3
1. “Designing, Detail Engineering,
Construction and Commissioning of
15MLD Water Treatment Plant at
Housing Board - Porvorim on Turnkey
Basis, , with guarantee for five years
incorporating all the stipulations indicated in
the tender document associated with civil,
electrical and mechanical works etc. complete.
The scope of work includes design, drawing,
construction, fabrication, erection supply,
delivery, installation, testing, commissioning
machineries, providing and installing raw water
rising main. (The water treatment plant to
deliver treated water as per CPHEEO
standards.) Clear water sump, Clear water sump
to Pumping mains from Clear Water Sump to
various existing Reservoirs in Porvorim, as per
specification and as per detailed scope of work
described in tender documents and as per
direction of Engineer-in-charge, and furnishing
performance guarantee with all labour,
materials, machinery, etc. complete including
necessary hydraulic testing, structural testing
for water tightness, equipments testing, and
trial run for a period of One month complete, as
per Project Details.
Rs. In Figures ________________ Rs. In Words ____________________
_______________________________
_______________________________
_______________________________
Signature & seal of the tenderer
EXECUTIVE ENGINEER
APPENDIX – B
1. Designing, Detail Engineering, Construction and Commissioning of
15MLD Water Treatment Plant at Housing Board - Porvorim on
Turnkey Basis, including Operation & Maintenance for a period of
5 years.
Operation and maintenance cost of the plant for a period of five years.
Sr.
No. Description
Rate per
month
Amount for 60
months
1 The cost of operation &
maintenance of the plant for a
period of five years after
successful completion, testing, trial
run of the plant as per terms &
conditions. The operation and
maintenance cost shall be inclusive
of the cost of any or all spares,
chemicals, consumables,
manpower etc. with following cost
breakup.
a) Consumables/Chemicals
b) Manpower
TOTAL
SIGNATURE & SEAL OF THE TENDERER
EXECUTIVE ENGINEER
Total of Appendix A & B in words:
Total of Appendix A and B in figures:
SIGNATURE & SEAL
OF THE TENDERER
EXECUTIVE ENGINEER
Works Division XVII (PHE-N),
PWD, Alto Porvorim, Bardez, Goa
Witness:
1.
2.
Date :
Place :
C H A P T E R I X
Project Details
9 . 1 B a c k g r o u n d I n f o r m a t i o n
Public Works Department of Goa is constructing and maintaining Water
Treatment facilities for supplying treated water to Public. Department intends to
construct WTP at Porvorim having output capacity of 15000 Cum/day (15MLD).
The WTP is based on Pressure Filtration Technology for filtration followed
by disinfection of filterd water by chlorine for making it suitable for drinking
Purposes.
Department has floated this tender to invite bids from experienced contractor
who have successfully constructed such facilities in past and who have design, detail
engineering capabilities and financial resources for execution of such projects. Basic
design norms to be followed for design of facilities under this contract are stipulated
in this tender.
Tenderers are advised to go through all the details carefully, visit the
proposed site/s before submitting their bids.
9.2 General
Work of designing, detail engineering construction of facilities, providing
installation and testing of equipment, electrical work and interconnecting piping,
rising main on Turnkey basis, commissioning of plant performance trials of
completed plant, giving performance tests, and subsequent operation and
maintenance for a period of five years are included in the scope work under this
tender. Information about the design details, extent of requirement of equipment,
instruments, electrical work, interconnecting piping, specifications etc. are given in
this section of the Tender document. Information furnished here spell out minimum
requirement and is for the guidelines of the tenderers. Tenderers in their own interest
are advised to visit the Site and make their own assessment about the requirement of
various items for satisfactory completion of the work. Drawings etc. issued with this
document are for the purpose of providing guidelines to the tenderers. Work under
the contract will be executed as per the ‘approved drawings’, which will be prepared
by the contractor and approved by CLIENT. Contractors are advised to frame their
proposal following guidelines and by including equipment, electrical items,
interconnecting piping and valves, components of pumping station and rising main
etc. as per the specifications given in the tender document. During Comprehensive
operation and maintenance period of sixty months ( 5 years), contractor will operate
and maintain the plant in such away that 15000 m3 treated water meeting the stated
quality requirement with respect to all parameters is made available for supply to
public.
9.3 Location
The site for the proposed water treatment plant is located at Porvorim in Goa.
Survey Nos 166 and 168 of Penha-De-France of Bardez Taluka. Behind GCA
Cricket Stadium, Police Quarters Porvorim-Goa.
9.4 Recommended Design Norms
Treatment Facilities are to be designed as per design norms given in Manual On
Water Supply and Treatment, Published by CPHEEO, Ministry of Urban
Development, Govt of India.
Design of electrical system, equipment, operating controls, etc shall be in
conformity with relavent design code and as described in this tender document.
Objective of design and detail engineering shall be to achieve desired treated
water quality, smooth and maintenance free operation of the facilities and
optimization on capital and O & M cost.
9.5 Raw Water
Raw-water for the proposed project will be made available by Water Resource
Department, Government of Goa at Porvorim adjacent to site of proposed WTP
in a lake (RCC Tank) having water Depth 4 to 4.5M below Ground Level.
9.5.1 Desired Daily Output
Tenderer shall consider expected internal losses in the process. Plant design shall
be for least internal losses. Desired Daily output of the WTP afer considering
internal losses to be 15000 Cum Per day (15MLD)
9.5.2 Raw Water Quality
Analysis report for water quality is enclosed at Chapter XII. Tenderer shall
independently get the water quality analysed before finalizing his designs and
proposals. While designing system, due consideration shall be given to expected
seasonal variation in the water quality.
9.5.3 Desired Treated Water Quality
Facilities shall be designed so as treated water quality always meet the quality
requirement in respect of all the parameters as listed in Table 2 and Table 2 A.
Table 1 Desired Treated Water Quality in respect of Physical and Chemical
Parameters
Sr. No Characteristics Value
1 Turbidity (NTU) 1
Sr. No Characteristics Value
2 Colour (Units on Platinium Cobalt scale) 5
3 Taste and Odour Unobjectionable
4 PH 7.0 to 8.5
5 Total dissolved solids (mg/l) 500
6 Total hardness (as CaCO3)(mg/l) 200
7 Chlorides (as Cl)(mg/l) 200
8 Sulfates (as SO4) (mg/l) 200
9 Fluorides (as F) (mg/l) 1.0
10 Nitrates (as NO3) (mg/l) 45
11 Calcium (as Ca) (mg/l) 75
12 Magnesium (as Mg) (mg/l) < 30
13 Iron (as Fe) (mg/l) 0.1
14 Manganese (as Mn) (mg/l) 0.05
15 Copper (as Cu) (mg/l) 0.05
16 Aluminum (as Al) (mg/l) 0.03
17 Alkalinity (mg/l) 200
18 Residual Chlorine (mg/l) 0.2
19 Zinc (as Zn) (mg/l) 5.0
20 Phenolic compounds (as Phenol) (mg/l) 0.001
21 Anionic detergents (mg/l)(as MBAS) 0.2
22 Mineral Oil (mg/l) 0.01
23 Arsenic (as As) (mg/l) 0.01
24 Cadmium (as Cd) (mg/l) 0.01
25 Chromium (as hexavalent Cr) (mg/l) 0.05
26 Cyanides (as CN) (mg/l) 0.05
27 Lead (as Pb) (mg/l) 0.05
28 Selenium (as Se) (mg/l) 0.01
29 Mercury (total as Hg) (mg/l) 0.001
30 Polynuclear aromatic hydrocarbons (PAH)
(mg/l)
0.2
31 Pesticides (total, mg/l) Absent
32 Gross Alpha activity (Bq/l) 0.1
33 Gross Beta activity (Bq/l) 1.0 Notes On Table 1
If there are 250 mg/l of sulfates, Mg content can be increased to a maximum of 125
mg/l with the reduction of sulfates at the rate of 1 unit per every 2.5 units of sulfates.
Table 2 a Bacteriological Quality Of Drinking Water
Organisms Guideline value
All water intended for drinking
E.coli or thermotolerant coliform
bacteria
Must not be detectable in any 100 ml sample
Treated water entering the
distribution system
E.coli or thermotolerant coliform
bacteria
Must not be detectable in any 100 ml sample
Total coliform bacteria Must not be detectable in any 100 ml sample
Treated water in the distribution
system
E.coli or thermotolerant coliform
bacteria
Must not be detectable in any 100 ml sample
Total coliform bacteria Must not be detectable in any 100 ml sample. In
case of large supplies where sufficient samples
are examined , must not be present in 95% of
samples taken throughout any 12 month period.
9.5.4 Treatment Requirement
It is envisaged that in order to achieve Desired treated water Quality (as given in
2 and Table 2 a above) treatment for removal of following is provided
➢ Turbidity
➢ Suspended Solids
➢ Iron
➢ Coliforms
Besides, above treatment in the main stream a side stream shall also be provided
for recovery and recycling of water. This stream will comprise of collection of
dirty water, its clarification and recycling of supernatant in to main process
stream.
Schematic Flow Diagram of Treatment Process as envesiged in conceptual design
is enclosed in Chapter XI.
9.5.5 Battery Limit
Work under this contract will start at Raw-water tank .(Raw-water take off point)
and will end at Pure water Pumping main, laying Pure water Rising main from
Pure water pumping station of WTP up to various existing OHRs as mentioned in
chapter IV earlier and interconnections with exsting OHRs.
9.5.6 RCC
All water retaining structures to be built with M30 Grade of concrete and other
works which includes buildings etc. to be built with M25 Grade of concrete.
TMT steel should be used as reinforcement in all RCC works.
9.6 Brief Description And Specifications for Treatment Plant
Units
9.6.1 General
Units of the WTP to be located in the Area as shown in the figure 2.
Lay out shall be so that 4 m space is maintained between two units and
appropriate pathways and approaches are provided for each and every treatment
plant unit. All interconnecting piping from one unit to other shall be laid below
ground. Pipe and valves should not obstruct the approach pathways.
Interconnecting pipes, valves on the pipes and channels shall be designed to carry
20 % excess flow over normal design flow.
Inlet and outlet of all the plant units shall also be suitable for passing 20 % excess
hydraulic flow without adversely affecting the treatment process.
Work under this contract shall be carried out as per approved drawings.
Contractor will submit drawings along with design calculations reference codes,
etc. for approval of Client. Proposal shall be framed in line with salient
specifications given in this tender document.
9.6.2 Raw-water Pump House
A RCC Framed Structure of having RCC roof and Galvulium Sheets supported
on GI pipes above RCC Roof. Refer drawing enclosed.
Required suction pipe with foot valve, NRV, making 2 Nos of opening in RCC
Raw-water tank for suction line, (1 No opening for suction line other for future
requirement closed with MS Flanged Plate) supply and installation of Raw-water
Pumps (2W + 2S), delivery line, Electrical Panels, Starters etc. in Raw-water
Pump House to be incorporated in the design.
9.6.3 Construction of Shed for Pressure Filters.
Construction of shed to accommodate 8Nos of shells of Pressure Sand filters
shells each having output of 2.5MLD, having sufficient working space around
shells and between the shells.
The structure to be RCC footings, columns, Tie beams, construction of plinth
with masonary, backfilling in plinth, Rubble soling and PCC 150mm thick . Shed
open in sides and Roof of Galvulium sheets supported on trusses, Purlins etc. All
the steel section to be painted with Corrosion Resistant paint, provision for
support/Pedestrals for Pressure filter shells, pipelines, valves to be made.
9.6.4 Construction of Chlorinator shed
An independent chlorine shed of minimum 115m2 shall be provided. A chlorine
drum store and Chlorination Room shall be provided at suitable location to
facilitate dosing of chlorine for pre and post chlorination in the plant. Chlorinator
Room and Chlorine Drum Store shall be RCC frame structure. Chlorine
store will have walls on three side up to 1000 mm ht. Chlorinator Room shall
have full height Brick/ Laterite Masonry walls.
Location of chlorine drum store shall be suitable for easy loading and unloading
of drums from the lorry.
Provision for electrically operated hoist shall be made for loading and unloading
of drums from the lorry as well as for handling of drums in the chlorine store.
Provision for an alkali pit shall be made so as any leaking drum can be dumped in
to it by lifting and moving by hoist prvided for handling of the drums.
Floor of drum store shall be provided with iornite top finish
Chlorinator Room shall be suitable for locating Two nos Vaccum type
chlorinators and ancillary equipments.
Room shall be provided with appropriate capacity roof extractor for venting out
contaminated air.
Contractor will have to obtain necessary approvals for storing of Chlorine Drums
from Explosive Inspector’s office and all other statutory approvals required for
handling, storage and use of chlorine gas in pressurized cylinder.
9.6.5 Chemical House
An independent Chemical House of area minimum 30m2 shall be provided.
Chemical House shall be provided to meet following reqirement
• Storage of Chemicals required for the treatment process up to one
months storage
• For housing Solution Preparation Tanks
• For housing Dosing Equipment
Two nos of Chemicals dosing Tanks shall be provided in chemical house.
Provision shall be made to provide space for dosing pumps for dosing chemicals
and control panel etc. near the Solution Tank.
An electrically operated hoist shall be provided for lifting alum from store.
9.6.6 Office cum Laboratory Building
A separate building (G+2) structure as office cum laboratory building including,
store room, toilet arrangement separate for officers, ladies staff and gents staff
has to be provided, having a plinth area not less than 150sq.mts. (G +2 )
Requisite laboratory equipments glass ware & furniture as per the list enclosed
may be supplied. Flooring for this building will be of vetrified tiles brand and
shade will be approved by Engineer-in charge. The work is to be completed
including all plumbing, electrical works and providing and laying required
electrical and other fixtures.
9.6.7 Chlorine Contact Tank
A properly designed Chlorine Contact Tank shall be provided after the filter.
CCT will be RCC water retaining structure. CCT shall be designed to provide
minimum 20 minutes Hydraulic retention time. All interlnal and external surfaces
of CCT shall be provided with 20 mm thick smooth cement plaster in 1:4 C:M.
Food grade epoxy paint shall be applied on all internal surfaces of the CCT.
Suitable number vents shall be provided in the tank for ventilating fre chlorine.
Internal baffles shall be constructed in CCT for creating back mixing.
9.6.8 Pure Water Sump
A sump of 650 m3 capacity shall be provided to receive filtered and disinfected
water. Shape of the sump should facilitate easy placement of pure water pumps,
filter back wash pumps, utility water pumps etc. Pure Water Sump will be RCC
water retaining structure. All internal and external surfaces of Pure Water Sump
shall be provided with 20 mm thick smooth cement plaster in 1:4 C:M. Food
grade epoxy paint shall be applied on all internal surfaces of the Pure Water
Sump.
9.6.9 Pure Water Pump House
A pure water Pump House of RCC framed structure shall be provided adjacent to
Pure Water Sump. Size of the Pump house shall be suitable for housing the
following
Working and Standby pure water pumps
Working and Standby Filter Back Wash Pumps
Utility Water Pumps
Chlorination Motive Water Pumps
Electrical Control Panels for the Pumps
Electrically operated crane to lift Pumps, Motors,etc. is to be provided in pure
water pump house.
Pump house shall be RCC Frame structure with Brick/ Laterite Masonry walls.
Due consideration shall be given to provide suitable architectural feature to the
Pumps House Building.
9.6.10 Lamella Clarifier for dirty back wash water
Lamella clarifier shall be provided for separating solids from the dirty backwash
water, before recycling. Capacity of the tank shall be suitable to process all the dirty back wash water, assuming that one back wash will come after every Three
hours. Tank shall be constructed in RCC. Structured lamella packs shall be provided
in the tank. It shall be designed for loading rate below 10 m3 /m2/hour with respect to
cross cross section area of clarifier tank. HRT shall not be below 1.25 hours.
Loading rate with respect to lamella surface shall be below 0.8 m3 /m2/hour. Angle
of inclination of lamella etc shall also be in line with standard design practice for
such units. Lamella clarifier for dirty back wash water processing shall be provided
with hopper bottom. Sludge scrapping mechanism may not be considered for this.
9.6.11 Dirty Water Backwash Sump
A Dirty Water Sump Capacity 60m3 is to be constructed in RCC to collect
Backwash Water from Pressure Filters.
9.6.12 Electrical Sub-station & Generator Area.
The scope of work includes design, equipment selection, manufacture, inspection at
Contractor's works, supply, installation (including storing, unloading and
transferring the material / equipment to Contractor’s storage area, maintaining
equipment / material in safe custody and assembling the elements of the equipment
and installing at the place of work), testing and commissioning of the plant
equipment/ electrical system on ‘turnkey’ basis. The Contractor shall submit their
design calculations/ drawings based on ‘Design criteria for electrical equipment/
system’. These specification cover substations, main and auxiliary transformers,
HV/MV/LV switchboards, MV/LV energy efficient motors, MV soft starters, MV
and LV capacitors, HV, MV and LV power cables and control cables, DC supply
system, other allied equipment, etc. along with the specifications for workmanship,
laying cables, lighting system, earthing systems, lightning protection etc. It shall be
the responsibility of the Contractor to design the electrical system based on the
selection of the mechanical equipment. A 11KV supply will be made available upto
the sub-station. Contractor has to supply and provide metering equipments including
all accessories.
The poles to be used in sub-station should be Galavanised. Anticorrosive coating to
be provided inside the panel boards, metering equipments etc. A provision for
Generator to be kept in sub-station with all the fittings as whenever required plant
will be operated on Generator. Contractor has to provide a one working and one
standby main transformers in sub-station. Arrangments to be done by the contractor
for idle running of the standby tranformers.
The Bidder shall make his own estimate of sizes, ratings and quantities for substation
equipment, all plant items and miscellaneous systems such as earthing, lightning
protection, lighting, auxiliary power distribution, etc. Design of electrical system
(i.e. substation, main and auxiliary transformers and other electrical equipment) shall
be based on electrical load and requirement. Sufficient space in the switchyard and
switchboard/ control room shall be provided for expansion/ up-gradation of
switchyard / electrical equipment/ switchboard for future expansion. It should be
clearly understood that the Contract will be on ‘turnkey’ basis and no variation will
be allowed for items of works not foreseen or omitted by the Bidder at the bidding
stage, except where specifically indicated in the bid documents.
All equipment offered shall comply with the requirements specified in the latest
editions of applicable Indian/ International Standards and shall also comply with the
good engineering practices.
All test reports shall be properly maintained by the Contractor duly approved by the
statutory bodies and shall be handed over to the Department after completion of the
job. All instrument and accessories required for testing and commissioning of the
equipment specified herein shall be provided by the Contractor at no extra cost to the
Department.
Liaison with State Electricity Board, RIO and other Government organization/
statutory bodies for obtaining Power supply/ other clearance shall be Contractor’s
scope. After completion of installation work, the Contractor shall arrange for
inspection and obtain approval from the concerned statutory bodies. Any fees that
are to be paid to such statutory bodies for testing, inspection or calibration shall be
paid by the Contractor. Any modification / revision in the equipment / installation of
equipment as required by the statutory bodies shall be carried out by the Contractor.
All such costs / fees for revisions / modifications shall be deemed to be included in
the prices of supply, installation, testing and commissioning of equipment as quoted
by the Contractor.
9.6.13 Compound Wall
The compound wall is to be provided to the WTP as per drawing enclosed.
9.6.14 Roads
Bitumious Roads as per various standards to be constructed inside the WTP premises
connecting each units of WTP. Roads are to be kept with the width of miminum four
Meters.
9.6.15 Raw-water Pumping Machinery
Location:- Raw-water Pump House.
Type of Pump:- Centrifugal
Pump Nos:- 2 Working + 2 stand by.
Pumps shall be provided with prime movers operating at 11 kv supply.
MOC Shaft EN-8
Casing CI
Impeller Ni- Hardened CI/ SS 304
Approved Make Kirloskar/ KSB/ Worthington/ Fairbank&Morse/ Mather&
Platt
Effeciency of pump shall not be below 85 % at duty conditions.
Including all the fittings, valve, NRA, foot valves etc. Electricity Panels,
starters and 3000kg capacity Electricity driven Hoist.
9.6.16 Prechlorination
A dose of pre-chlorination and dosing of PAC/Alum is to be done before
admitting raw-water into pressure filter. The primary objective of Pre-
chlorination is to control the growth of micro organisms that might interfere with
filtration. This also keeps filter media free of slime growth which not only
impair filtration but also back washing.
9.6.17 Pressure Sand Filters
a) Quantity = 7 Nos(6W+1S)
b) Capacity = 2.5MLD each
c) Moc of Vessel = MS
d) Operating Pressure = 5kg/sqcm
e) Type of valve = Individual Butterfly
f) Pressure Gauge = Inlet/Outlet
g) Max Pressure drop = 0.8kg/Sq.cm
9.6.18 Filter Back wash Pumps
One working and one stand by pump shall be provided for the purpose of
backwashing filters. Pump shall be located in pure water pump house.
Pumps shall be horizontal centrifugal type. Discharge rate and head of
pumps shall be suitable for effective backwashing of filters in minimum
amount of time. Pump shall be of approved make and design.
MOC Shaft EN-8
Casing CI
Impeller Ni- Hardened CI/ SS 304
Approved Make Kirloskar/ KSB/ Grund Foss / Kishore
9.6.19 Specification For Twin Lobe Type Rotary Air blower
Quantity Two (One working + One Stand By)
Duty Providing clean dry and oil free air for backwashing
of filters
Equipment shall be designed to provide clean, dry.
Oil free air at optimum power consumption and least
noise level. Twin Lobe type Rotary Air Blower,
operating below 1000 RPM is recommended. There
should be provision in the design to increase or
decrease air out put from the blower to the extent of
20 %.
Noise level Below 90 db at a distance of 5 M., from blower
Accessories Inlet and outlet Silencers, Pressure gauge, Safety
Valve, Vibration Isolation Pads, Air Filter, etc. Safety
Guard (covers) for V- belt & pulley
Testing Blower to be tested for capacity, pressure, power
consumption, noise level and vibration, etc. at
vendors shop as per BS 1571. Dynamic Balancing of
rotor and shaft shall be as per ISO 1940.
Scope Of Supply Blowers and Motors duly mounted on the Base frame
and fitted with all accessories mentioned above and
painted high quality Industrial Paint, all nut bolts and
fasteners what ever required for securing blower in
place.
c) With Supply Test certificates, Reports, Performance Curves, O&M
manuals, List of spares that is required for two years
of operation.
Approved Makes SLM Manecklal, Kay Blowers, Kirloskar, Everest, C.
Bole,
Roots. Triveni
Electric Motors Kirloskar, Crompton Greaves, NGEF, Bharat Bijlee
9.6.20 Dosing Pumps for Alum and chlorine:- 4 Nos (2W+1S)
Including all control Panels & cabling. Drain at outlet of Backwash
connecting Dirty Water Tank.
Make of Pump:- ASILMI/Edose/Positive/Equivalent.
9.6.21 Pure water Pumping Machinery in Pure water Pump House.
1) Pure water Pumping Machinery for
Coquiro OHR & Defence Colony OHR & JMJ Sump
No of Pumps:- 2 Nos (1W+1S)
2) Pure Water Pumping Machinery for
Torda OHR and Quitla Sump
Nos of Pumps:- 2 Nos (1W+1S)
3) Pure water Pumping Machinery for Pundalik Nagar OHR PDA
Colony GLR
No of Pumps:- 2Nos (1W+1S)
Pumps shall be provided with prime movers operating at 11 kv supply.
MOC Shaft EN-8
Casing CI
Impeller Ni- Hardened CI/ SS 304
Approved Make Kirloskar/ KSB/ Worthington/ Fairbank&Morse/ Mather&
Platt
Effeciency of pump shall not be below 85 % at duty conditions.
Including all the fittings, valve, NRA, foot valves etc. Electricity Panels,
starters and 3000kg capacity Electricity driven Hoist.
9.6.22 Utility Pumps
Total No:- 2(1W+1S)
Locations:- Pure water Pump House
Function:- For water REquirment in Adm.Bldg, Chemical House and
Chlorine House.
9.6.23 Specification for lamella Packs
In case vendor is proposing lamella clarifier in place of conventional clarifier,
structured lamella packs made in appropriate garde plastic material shall be
provoded. Lamella pack shall have suitable area so as loading rate with respect
to lamella pack surface remain below 0.75 m3/m2 / hour Lamella pack shall be of
hexagonal chevron type. Angle of inclination for lamella pack placement shall
be for getting optimum clarification of water. MOC for lamella pack shall be
PVC
Approved Make MM Aqua
9.6.24 Dirty Back wash transfer Pumps One working and one stand by pump of adequate capacity and head shal be
provided for transferring dirty back wash water from dirty back wash tank to
lamella clarifier. Pump shall be motorsubmersible type and shall be provided
with auto operation facilities as per the level of water in dirty backwash tank.
Brief Description
Type Vertical, Motor Submersible type, centrifugal, non-clog
pumps
Location Pumps to be in a RCC Dirty Backwash water sump
Material a) Casing Cast Iron
b) Impeller SS304/ CI
c) Seal Tungsten Carbide
Prime Mover Submersible type electrical motor in a waterproof and sealed
enclosure
Scope of Supply
Following will be included in the scope of supply
a) Design, manufacture /procurement, transportation to the site installation
testing and commissioning of motor submersible type pumps with all the
accessories as described here below;
✓ Supply cable ofsuitable length, duly connected to the
motor and cable entry to the pump body duly sealed.
✓ Chain of suitable length for lowering and pulling out the
pump
✓ Guide rail if required for vendors design
✓ Slip on type special coupling flange for connecting pump
to the
Fixed delivery pipe, if guide rail arrangement is
provided..
✓ Control panel and instrumentation for automatic
operation of the pumps. Control panel shall have all the
features as described in the specifications
Recommended Makes
KSB/ Kishore Pumps/ HBD/ Darling Pumps
9.6.25 Chlorination System
Chlorination system comprise of following shall be provided
a. Two No Vaccum Type chlorinator (One Working + One Stand By)
b. Two No Motive Water pumps ( One Working + One sytand By)
c. Ejector
d. Connector for duty and auxillary Chlorine Tonner and gas piping
e. Solution Piping and diffusers
f. Chlorine leak detactors
g. Safety equipment
h. All other accessories required for safe operation of the chlorine system
i. Chlorine storage:- For 4 tonners
j. Weight of each Tonner:- 900Kg
k. Lifting capacity of hoist:- 3000Kg electrically drive trolley.
l. Capacity of each chlorinator:- 2.00Kg/hr
Connector for tonners shall have automatic switch over arrangement from duty
tonner to auxillary tonner when duty tonner gat emptied. Weighing arrangement
for Duty and auxillary tonner shall be provided.
Leak detector with alarm system shall be located in Chlorinator Room as well as
in Chlorine Drum Store. Signal from leak detector shall activate exhaust sytem
One set of safety equipment and emergency repair tool kit shall be provided in
chlorinator Room as well as in drum store area.
Safety charts and printed oprating instruction in bold readable prints shall be
paste on walls of Chlorine Drum Store and Chlorinator Room
Solution piping shall be in HDPE/ PP. Solution piping shall be suitable for dosing
at pre and post chlorination locations
Approved Make Penwalt/ Capital Control/ BANACO/ Seven Tren
9.7 BRIEF DESCRIPTION OF INSTRUMENTATION
Providing following listed monitoring and control instrumentation is minimum
requirement under this contract
Sr.
No.
Instrument Type Location
1. Water Flow Meter Electro
Magnetic
Type
Raw Water
Pumping
Main
2. Water Flow Meter Electro
Magnetic
Type
Clear Water
Pumping
Main
3. Water Flow Meter Ultrasonic
Type
After
Filteration
4 Level sensor Controller
for water tanks
Float /
Capacitance
type
Pure Water
Sump
5. Pressure Gauges Bourdon type On all pump
and air
blower
discharge
lines
Providing power supply, signal cables etc whatsoever required for
instrumentation work is included in the scope of tenderer.
9.8 Brief Description and specification for Interconnecting
Piping Supplying, laying jointing and testing of interconnecting piping and valves with
all accessories like support brackets pipe racks etc. are included in the
contractor’s scope of work. All the piping shall be carried out as per the
specifications given in this tender document and following the relevant IS codes,
using best quality material. Tenderers are advised to make their own assessment
of the requirement of Pipes Valves, fittings. Jointing material, gaskets, nuts bolts,
and pipe supports etc. whatsoever is required for successful completion of the job
as per the specifications.
Pipeline shall be design-taking following into consideration
Sr. No Pipe details MOC
1 Pipe from Raw Water Pumping DI /MS
2 All interconnecting piping between plant
units
DI/MS
3 Filter Back wash water line DI/MS/CS epoxy
paintes
4 Scour Air Line MS/DI
5 Sludge and dirty back wash water lines DI
6 Chemical dosing line HDPE/ PP
7 Chlorine solution line HDPE/PP
8 Pure Water pipes & fittings within pump
house
DI/MS
9 Pure Water pipes & fittings from Pump
House to Various Reservoirs.
DI/MS
All fitting in HDPE/ PP line shall be moulded / electrofusion joints.
Contractor shall get the design of Pure Water Transfer line checked from an
individual/Institution of repute and provide certificate about safety of line
and associated Pumping Machinery.
9.9 Brief Description Of The Electrical Work
9.9.1 General
Electrical work shall be carried out in accordance with the General specifications
for Electrical works as given in the tender document. Work is described in brief
here. However this description is meant to provide a guideline to the tenderer and
spell out the minimum requirement. Tenderers are advised to make there own
assessment to arrive at requirement for successful completion of the work as per
the specifications. This description given here for the purpose of guideline only
work shall be executed as per the approved drawings, which will be prepared by
the Contractor and approved by Client. Tenderer shall submit Single line
diagram of electrical work in technical part of their Tender.
Electrical work in the plant shall be comprised of mainly the following.
a. Designing, manufacturing transportation to site, installation testing and
commissioning of Motor Control Centers, complete with all components,
control circuits, internal wiring, etc.
b. Laying, jointing, and testing of power and control cables between MCC and
the various electrical drives.
c. Installation of lockable push Button Switches near all the drives.
d. Installation of control circuits for pumps and Alum and disinfectant dosing
equipment etc wherever indicated.
9.9.2 Motor Control Center
One or more MCC shall be provided in the plant at suitable location for
controlling operation of Electrical drives. Supply up to one point shall be
provided by Client from here supply to main MCC and Sub MCC shall be
included in the contractor’s scope of work.
Main and sub MCC shall be designed keeping following requirement in mind.
Suitable no of spare feeders (up to 10%) shall be provided in the all MCC
Suitable no of spare feeders for single-phase supply shall be included in the
design.
ALL the drives whose operation is automatic will be controlled from the MCC. A
Push Button station with lockable stop button shall be provided near each such
drive.
All the drives whose operation is not manual will be controlled from the MCC
but ON/Off operation will be carried out from local push button station Mounted
near the drive. Stop push Button in this case will also be lockable.
In all cases where Duty and Standby equipment are provided, arrangement shall
be made in the control circuit for automatic selection of duty equipment in
rotation.
Manual Over ride arrangement shall be provided in all automatic operations.
Description of Motor Control Centers
Type : Vertical, self-standing, fully enclosed, dust
and vermin proof, non draw out type.
Incomer : One No. Comprised of
MCCB/FSU
Ampere meter
Voltage Meter
Selector Switches for Ampere meter and
Voltage Meter
Indicators for R, Y, B
CTs
Control fuses
Three phase Energy meter
Bus bar : Bus bar of suitable amperage capacity, made
of electrolyte grade aluminum, supported on
DMC/SMC insulators and protected by heat
shrinkable, color coded PVC sleeve. Bus bar
shall be horizontally placed in Bus bar
chamber
Feeders (Three Phase) : Required Number of suitable rating comprised
of
the following;
FSU
Power fuses
Contactor
Overload relay with single phasing prevantor
Start– Stop, Fault trip reset push buttons
On and Fault trip indicator
Control fuses
Feeders (Single Phase): Required No of suitable rating, each consist of
MCB
Neutral Contactor
Approved make of Components: L&T/ Siemens/ Crompton/ English
Electric/BCH
Interlocking arrangement for pump operation wherever required shall be
provided.
Feeders above 15 HP will also be provided with ampere meter and CT
Feeders above 20 HP shall have start delta starter.
MCC and all other electrical work shall be as per relevant codes and as per the
General specifications given in Section 9 of this tender document
9.9.3 Cabling work
Supply, Transportation to site, Laying, Jointing and testing of all Power
cables and control cables are included in the scope of the contractor.
Tenderer shall submit his own cable schedule with the tender.
Minimum size of Power Cable shall be 3 c x 4 Sq. mm AYWY
Minimum Size of Power cable shall be 3c x 1.5 Sq. mm YWY
Cable sizes shall be as per the relevant Code, also taking into
consideration Genral specifications given in section 9.0
9.9.4 LIST OF INSTRUMENT /EQUIPMENTS FOR LABORATORY
The following equipments would have to be housed in the Laboratory with 2.00
M.T. air conditioner unit.
EQUIPMENTS
1 Turbidity meter (Hach-make) Range- 0 to 1000
NTU
2 Digital PH meter (Hach-make)
3 Dissolved Oxygen meter (Hach-make)
4 Conductivity meter (Hach-make)
5 Spectro – photo meter (DR/ 2010 Hach-make)
6 Digital Balance (Swiss-make) Readability 0.0001
Mg.
7 B.O.D. Incubator (Temp. Range 5 oC to 50 oC
with stabilizer)
8
Refrigerator 286 litre (Godrez make with
stabilizer)
9 Two pan balance (Weighing upto 5 kgs. Along
with different weights)
10 Magnetic Stirrer.
11 Aplab floculator (Aplab make)
12 Oven (Temp. Range 0 oC to 300 oC ) (Neolab-
make)
13 Oven (Temp. Range 0 oC to 50 oC ) (Neolab-
make)
14 Auto clave for sterilization (Neolab-make)
15 Heating plate (Neolab-make)
16 C. O. D. Apparatus.
G L A S S – W A R E
Capacity Borocil
make
Requirement
s 20 Beaker griffin with spout - 100 ml. - do - 6 Nos.
21 Beaker griffin with spout - 150 ml. - do - 6 Nos.
22 Beaker griffin with spout - 250 ml. - do - 6 Nos.
23 Beaker griffin with spout - 500 ml. - do - 6 Nos.
24 Beaker griffin with spout - 1000 ml. - do - 6 Nos.
25 B.O.D. bottle with I.C. stopper - 300 ml. - do - 10 Nos.
26 Reagent bottle with I.C. head - 250 ml. - do - 15 Nos.
27 Reagent bottle with I.C. head 500 ml. - do - 6 Nos.
28 Reagent bottle Amber with I.C. head - 250 ml. - do - 12 Nos.
29 Reagent bottle Amber with I.C. head - 500 ml. - do - 6 Nos.
30 Bureetle ‘A’ class - 25 ml. - do - 4 Nos.
31 Bureetle ‘A’ class - 50 ml. - do - 4 Nos.
32 Measuring cylinder - 10 ml. - do - 6 Nos.
33 Measuring cylinder - 25 ml. - do - 6 Nos.
34 Measuring cylinder - 50 ml. - do - 6 Nos.
35 Measuring cylinder - 100 ml. - do - 6 Nos.
36 Measuring cylinder - 250 ml. - do - 6 Nos.
37 Measuring cylinder - 500 ml. - do - 4 Nos.
38 Measuring cylinder - 1000 ml. - do - 4 Nos.
39 Dishes Petri 50 X 17 mm. - 12 Nos.
40 Dishes Petri 80 X 17 mm. - - do - 24 Nos.
41 Flask flat bottom - 100 ml. - do - 10 Nos.
42 Flask flat bottom - 250 ml. - do - 10 Nos.
43 Flask flat bottom - 500 ml. - do - 12 Nos.
44 Flask flat bottom - 1000 ml. - do - 6 Nos.
45 Volumetric flask I.C. stopper - 100 ml. - do - 10 Nos.
46 Volumetric flask I.C. stopper - 250 ml. - do - 10 Nos.
47 Volumetric flask I.C. stopper - 500 ml. - do - 10 Nos.
48 Volumetric flask I.C. stopper - 1000 ml. - do - 6 Nos.
49 Pipete measuring - 1 ml. - do - 10 Nos.
50 Pipete measuring - 5 ml. - do - 10 Nos.
51 Pipete measuring - 10 ml. - do - 6 Nos.
52 Pipete measuring - 25 ml. - do - 6 Nos.
53 Test tube with rim 10 X 75 mm - do - 50 Nos.
54 Test tube with rim 12 X 100 mm - do - 50 Nos.
55 Test tube with rim 15 X 150 mm - do - 50 Nos.
56 Test tube with rim 18 X 150 mm - do - 50 Nos.
57 Test tube with rim 10 X 150 mm - do - 50 Nos.
58 Test tube with rim 12 X 100 mm - do - 50 Nos.
59 Test tube with rim 15 X 150 mm - do - 50 Nos.
60 Test tube with rim 18 X 150 mm - do - 50 Nos.
61 Watch glass Dia. 75 mm. - do - 12 Nos.
62 Watch glass Dia. 100 mm. - do - 12 Nos.
63 Watch glass Dia. 150 mm. - do - 12 Nos.
64 Conical glass 250 ML. - do - 20 Nos.
65 Funnel - do - 6 Nos.
66 Silica crucible dia – 80 mm - do - 12 Nos.
67 Silica crucible dia – 40 mm Borosil make 12 Nos.
68 Desicator - do - 6 Nos.
C H E M I C A L S
70. Acetic Acid
71. Ammonium Chloride
72. Ammonium solution
73. Ammonium acetate
74. Ammonium Ferrous Sulphate
75. Ammonium Nitrate
76. Ammonium bottle
77. Barrium Chloride
78. Boric Acid
79. Bromocresal purple
80. Ammonium Sulphate
81. Ammonium thiocyanate
82. Brilliant green Indicator
83. Bromothyanol blue Indicator
84. Brilliant green Bile Broth
85. Buffer tablets PH 4.0
86. Buffer tablets PH 7.0
87. Buffer tablets PH 9.2
88. Calcium Chloride
89. Calcium Carbonate
90. Calcium Hydroxide
91. Carbon tetra chloride
92. Copper Sulphate
93. Calcium Sulphate
94. Chloroform
95. Citric Acid
96. Dichloromethene
97. Diethyl ether
98. E.D.T.A. (Disodium salt)
99. Ferric chloride
100. Hydrochloric Acid
101. Iodine
102. Eriochrome Block T Indicator
103. Ferrous sulphate
104. E.D.T.A. (Magnesium salt)
105. Lead Acetate
106. Magnesium chloride
107. Magnesium sulphate
108. Methyl orange Indicator
109. Methanol
110. Nitric acid
111. Per chloric acid
112. Phenol
113. Phenolred indicator
114. Potassium Bromate
115. Potassium chloride
116. Potassium chloroplatinate
117. Potassium chromate
118. Potassium dichromate
119. Potassium Iodine
120. Potassium Permagnate
121. Silver Nitrate
122. Sodium acetable
123. Sodium Hydroxide
124. Sodium chloride
125. Sodium molybdate
126. Sodium sulphate
127. Sodium Thiosulphate
128. Stanu chloride
129. Sucrose
130. Sulphuric acid
131. Hexamine
132. Hychazine sulphate
133. Hydroxyl ammonium chloride
134. Lactose Broth
135. Nutrier Ager
136. O-Tulidine
137. Potassium Aluminium sulphate
138. Oxalic Acid
139. Methyl Red
9.10 Brief Description OF Performance Trials And Operation
And Maintenance Services.
9.10.1 Performance Trials
After completion of the WTP in all respect, contractor will conduct performance
trials of the plant for a period of one month. During this period plant will be
operated as per the design considerations to achieve treated water quality as per
CPHEEO norms. Performance of the WTP as well as individual equipment and
all other components of the system will be evaluated by the CLIENT. On
achieving satisfactory performance contractor will be asked to give 144 Hours
continuous ttest run wherein working of equipment, instrumentation, electrical
items, pipes valves etc. will be critically checked for their performance on duty
conditions. Any item failing shall have to be replaced by the contractor without
any cost to the Client. The contractor shall arrange chemicals, lubricants, skilled
and unskilled labour, supervision and laboratory testing etc. whatsoever is
required for satisfactory completion of the performance trial.
A certificate for completion of the plant will be issued after successful
completion of the performance test runs as described above. From here defect
liability period and Comprehensive Operation &Maintenance Period will begin.
9.10.2 Operation And Maintenance Services.
Contractor will operate and maintain the WTP and other facilities constructed
under this contract, for a period of sixty months.
➢ Day to day operation of the plant in proper and approved manner to achieve
desired treated water quality and quantity as described in the Section 9.5 of
the tender document, by providing all consumable chemicals, lubricants,
skilled and unskilled labor, supervisor, technicians and laboratory testing
services, etc., whatsoever is required for proper operation of the plant.
CLIENT will provide Electricity required for operation.
➢ Proper upkeep of Water Treatment Facilities to keep all equipment items,
instrumentation, valves, piping, and Electrical components in perfect working
condition, all the time, by providing spares, preventive and periodival
maintenance by skilled technicians, electricians etc.
➢ Conducting water testing in the plant and maintaining records thereof
➢ Displaying value of water parameters at suitable location in the plant
➢ Arranging detailed analysis of water for all the parameters listed in Table 9.5
to 9.5.7, at least twice in a month from a laboratory approved by CLIENT
➢ Submitting report on operation and maintenance of water treatment plant
alsong with statements of chemical consumptions, power consumptions, raw
water intake and treated water production etc to CLIENT the end of every
month. Reports will give data recorded on daily basis. Reports shall be
computer generated and shall have charts graphs, etc.
➢ Creating data base on O & M parameter in soft form and handing over the
same to Client on monthly basis
Tenderer shall submit a organization chart to indicate his manpower planning
for the work of operation and maintenance of the water treatment facilities.
9.10.Energy consumption
Tenderer shall fill power absorption figures at duty conditions, for all the
equipment at appropriate place in the data sheet. These figures will be considered
as guarantee for power absorption by the equipment. CLIENT will conduct
energy audits from time to time during operation and maintenance period. The
power absorption shall be as per the guaranteed figure at the time of
commissioning and performance trial. It shall not exceed by more than 10%
during the operation and maintenance period In case it esceeds beyond 10 %
contractor will have to rectify the equipment so as the power absorption by
equipment remain within 10 % of the guaranteed figures.
TOTAL POWER CONSUMPTION CONSIDERING BKW OF EACH UNIT KWH/DAY The contractor will be responsible for smooth and satisfactory operation and
maintenance of the treatment plant including all the pumping units and other
accessories starting from Raw water intake to various Reservoirs for a period of 5
years.
The general condition and scope shall be as under:-
a. To operate and maintain the treatment plant, instruments and
equipments in accordance with the aim and purpose of treatment to
meet guaranteed quality criteria. The plant and equipments covered
under the above contract will be totally attended to, by the contractor
including any “Trouble shooting” to ensure smooth and trouble free
operation.
b. The contractor will monitor the performance of the treatment plant,
analysis of the inlet & outlet samples. Contractor shall initiate and take
adequate actions to ensure smooth and satisfactory performance/
running of the plants on a 24 hours/ round the clock basis.
c. The contractor shall prepare and implement, an effective plant
maintenance performance in consultation with Client, It is an absolutely
contractor’s responsibility to look after all sorts of maintenance whether
Preventive or break-down.
d. Contractor will be responsible for keeping up-to –date record of
documents for equipments and maintaining every day log book relating
to various analysis performed.
e. The contractor will prepare and submit a daily report of plant
performance and will assist owner in preparing the necessary
documents for their purpose and records.
f. The contractor will be responsible to carry out day to day as well as
periodic maintenance, necessary to ensure smooth and efficient/ running
of all equipments/ instruments comprising the raw water treatment plant
and Treated water pumps.
g. Contractor will comply with all safety rules and regulations and all inter
disciplinary measures as followed by the Owner.
h. The owner will not be responsible for any accident/ injury to the staff of
the contractor. Further the Owner will not provide any insurance or
medical facility to the staff of contractor.
i. All Central/ State Government/ Semi- Government / Local Body’s Rules
and Regulations pertaining to this contract shall be followed and
observed by the contractor without any extra cost to the Owner.
No accommodation/ guest house/ transportation facility will be provided
by the Owner to the Contractor.
j. The contractor will provide the necessary tools and tackles required for
day to day maintenance .
k. The spares etc. required for operating maintaining the installation for a
period of 5 years shall be at the cost of the tenderer.
General Specifications For Electric Work
1.1.1 Specifications For Pvc Insultated Electric Cables - 650/1100v Grade
Power Cable
650/1100 Volts grade, PVC insulated, extruded PVC inner sheathed, flat/round
galvanised steel wire armoured overall PVC served, aluminium conductor cable
conforming to IS : 1554 (Part I) with its latest amendments and of required sizes
and lengths.
Control Cable
650/1100 Volts grade, PVC, insulated, extruded PVC inner sheathed, round
galvanised steel wire armoured overall PVC served, copper conductor cable
conforming to IS: 1554 (Part I) with its latest amendments and of required
lengths.
General Requirements
(a) The constructional details with technical particulars in quadruplicate shall be
furnished along with offer.
(b) All the cables shall be inspected and tested in accordance with relevant
standards and manufacturer's certificates in quadruplicate shall be furnished for
Routine and Type Tests.
i. Revision in length and/or deletion of any item during placement of order
should be acceptable.
1.1.2 Specifications For Lighting Installation
General
The lighting installation shall include, lighting boards, point wiring, fans, lighting
fixtures, receptacles etc. The requirements of major components are given here
under:
Lighting Boards
The Lighting Boards shall be of adequate size and shall be of sheet metal with
bakelite top. Each lighting board shall have MCB on incoming side. The
switches shall be rocker type of adequate size and shall operate only one lighting
fixture/receptacle/fan. The fan regulator shall also be mounted on the lighting
board. Each lighting board shall have 5 Amp. 1 phase, multi-pin plug socket with
control switch.
Point Wiring
The point wiring shall be with copper cable in 1.6 mm2 (minimum) thickness,
laid in heavy duty PVC conduit and shall be concealed.
Industrial Receptacles
The industrial receptacles shall be 20 Amp, 3 phase metal clad plug and socket
with switch. The switch shall be interlocked such that the plug cannot be inserted
or removed when switch is in "ON" position.
Ceiling Fans
The ceiling fans shall be of 1200 mm sweep and shall have three aluminum
blades, hanging shackle cover and top cover. The fan shall have two ball
bearings. The fan regulator shall be electronic type and to be mounted on
lighting board. The rating of the regulator shall be at least five times the fan
rating.
Ventilation Fan
The ventilation fan shall have dual function of air exhaust and air supply with the
help of reversal of rotation. The ventilation fan component shall be of material
suitable for duty conditions e.g. for corrosive atmosphere FRP/Polypropylene
material shall be used. Fan shall be located at suitable distance from ceiling and
ducting if required shall be provided.
The switch shall be mounted at a suitable location.
Lighting Fixtures
The lighting fixtures shall be as indicated on the drawing. The fixture shall be
complete with all accessories and lamp/tube light. The ballast shall be copper
wound, in capsulated in CRCA can and filled with polyester resin. The ballast
should accompany with power factor improving capacitor.
Main Lighting Distribution Board:
L.D.S. shall be made from 14 gauge MS sheet duty printed having incoming
switch fuse units and adequate nos. of outgoing MCBs.
Earthing
The earthing of metallic parts and each pin shall be done by copper wire.
Earth Leakage Circuit Breaker
Earth leakage circuit breaker shall be provided in the main lighting distribution
board to cover all lighting circuits.
1.1.3 Specification For Industrial Push Button Stations:
Following are the specifications covering requirement of industrial type push
button stations. Push button stations shall conform in all respect to following
specifications and specific requirements of type, material of construction, cable
entries, name plate details etc. mentioned herein.
CODES
Push button stations shall conform to relevant Indian standards, some of which
are listed below with up-to-date revisions:
(a) IS:4794 (part I) : Specification for push button switches.
(b) IS:2147 : Degree of protection provided by enclosures for low
voltage switch gear and control gear.
Site Conditions:
(a) Ambient temperature : Maximum 47 degree C
Minimum 5 degree C
(b) Relative humidity : Maximum 88, 16 minimum
(c) Atmosphere : Industrial
Operating Condition:
(a) Control supply : 240 V AC, 50 HZ/220V DC.
(b) Contact rating : 10 Amps. at 500 V AC, 50 HZ.
(make /break/ carry)
Construction:
The push button station shall be cast iron/cast aluminum enclosure and shall be
robust in construction. These shall be dust/vermin proof and weatherproof in
construction suitable for outdoor installation without any canopy. All mating
surfaces shall be provided with non-deteriorating type neoprene gaskets to
prevent ingress of dust and moisture. The construction shall conform to the
degree of protection equivalent to IP. 55 of IS:2147. The enclosure shall be free
from blow holes and similar defects.
Push button stations shall have four lugs for fixing on wall or fabricated steel
support. The lugs shall be offset so that the rear of the unit stays away from the
surface by at least 5 mm. Two of the holes shall be round and the other two
oblong to facilitate correct positioning.
The push button elements shall be mounted inside housing while the actuators
shall be mounted on the cover.
The push button elements shall be of Larsen & Toubro or Siemens make. The
start push button shall be shrouded to avoid inadverting starting operations. The
stop push button shall have key operated locking facility in STOP position.
The push button stations shall be provided with cable entries at the bottom as
specified. Double compression type nickel plated brass weatherproof cable
glands shall be provided. All other hardware shall be chromium plated mild steel
and fixing bolts shall be of high tensile steel. Complete set of necessary special
tools shall be supplied for installing and maintaining push button stations.
The push button stations shall be complete with internal wiring up to a terminal
block provided in a separate chamber. Wiring shall be carried out with 1.5 sq.
mm copper conductor, 650 V grade insulated wires. The wires shall have
Ferrules at both the ends and the terminals shall be numbered. The terminals
shall be vibration proof of ELMEX or equivalent make.
Each push button shall be provided with 2 nos. external earth terminals, each
terminal complete with two plain and one spring washers. The sizes of terminal
shall be suitable for connection of 6 sq. mm aluminum conductor.
A name plate indicating the equipment operated shall be provided for each push
button station. The particulars of name plate shall be as specified. Name plates
shall be engraved on 3 ply black-white-black laminated bakelite sheet, using
square cutters. Name plates shall be fixed by screws and not pasted.
Painting:
All metal surfaces shall be thoroughly cleaned, degreased pickled and
phosphatised and thereafter a coat of epoxy base primer shall be applied. After
removing all imperfections, all metal surfaces shall be finished with two coats of
stoved epoxy paint. The final finish shall be as per color shade that is approved
by Client.
Inspection And Testing:
During manufacturing time the push button stations shall be subjected to
inspection by Client. All push button stations shall be subjected to routine tests
in accordance with relevant standards and including the following:
i. Operational test
ii. Insulation test with 500 V magger.
iii. HV test at 2 KV for one minute.
iv. Earth continuity test.
v. General dimensional check as per approved drawing.
All the tests shall be witnessed by the Client 10 days advance notice shall
be given to Client to enable to witness the tests.
Drawings/Documents:
(A) Drawings/documents to be submitted along with tender:
(a) Certified dimensional drawings showing general arrangement, cross
section and parts list. - 3
copies.
(b) Descriptive leaflets - 3
copies.
(B) Drawings/documents to be submitted for approval after placement of
order:
(a) Certified dimensional drawing showing
general arrangement, cross section and parts list. - 4 copies
(C) Drawings/documents to be submitted as final documents:
(a) Certified dimensional drawing showing
general arrangement, crossection and parts list. - 6
copies.
(b) Descriptive leaflets - 6
copies.
(c) Routine test certificates - 6
copies.
1.1.4 Specification For Switchgears, P. C.'S., M.C.C.
General:
A Scope
The present specification applies to medium and low voltage power centres,
motor control centres, and auxiliary boards.
B Codes
Unless they are at variance with the clauses of this specification the switchgear
and their components shall comply with the applicable Indian Standards listed
below:
IS 375 Marking and arrangement for Switch gear bus-bars main connections
and auxiliary wiring.
IS 2705 Current transformers
IS 3156 Voltage transformers
IS 1248 Idicating instruments, electrical
IS 2147 Dgrees of protection provided by enclosures for low voltage switch
gear and control gear.
IS 4237 Gneral requirements for switch gear and Control gear for voltage not
exceeding 1000V
IS 4047 Heavy duty air-break switches and fuses for voltage not exceeding
1000V
IS 4064 Normal duty air-break switches and fuses for voltages not exceeding
1000V
IS 2208 HRC Cartridge fuse links up to 650 V.
IS 2607 Air-Break isolators for voltage not exceeding 1000V
IS 2959 AC Contractors for voltages not exceeding 1000V
IS 1822 AC Motor starters for voltages not exceeding 1000 V
IS 12640 Residual current-operated circuit breakers- specification
C Operating Conditions:
i. Standard Performances:
The performances of the switch gears are referred to the following
conditions:
Altitude : MSL
Ambient temperature : 5 degree C to 46 degree C
Ambient relative
humidity : 16 to 88%
Voltage Variation : 10 %
Frequency Variation : 3%
Switch gear located outdoors shall in addition be suitable for rainy and dusty
conditions, without any additional weather protection.
ii. Power Supply
Voltage for motor driver 440V 10% for kW <160
Frequency 50 3% Hz
Current AC, 3 Phase supply
D Location
The switch gears shall be suitable for installation inside a closed room, without
ventilation and with a temperature of 460C in the ambient surrounding the closed
room.
Switch gear manufacturer shall be responsible for correct sizing of switching
devices and auxiliary equipment, considering the above type of installation.
E. Definitions:
i. High voltage : above 650 V
ii. Medium voltage : below 650 V and above 250 V
iii. Low voltage : 250 V and below
iv. Switch gear means in general a line-up of vertical units containing
powercircuit breakers gr switch-fuse combinations together with
associated relaying and instrumentation.
v. Motor control centre means a line-up of vertical units of non draw-
out type equipped with fuses, contractor, relays and instrumentation.
vi Combination of switch gear and motor control centers bused
together may be required. Typical examples are medium voltage
motor control centers combined with incoming circuit breakers and
bus tie associated with their relaying and instrumentation.
vii. Draw-out means having separable contacts on all power and control
connections.
viii.Plug-in means having separable contacts on the supply side power
connections.
GENERAL TECHNICAL REQUIREMENTS:
A) General Arrangement
i. All switch gears shall be metal clad type and shall consist of standard
pre-fabricated vertical units, either made of plates and iron shapes or
of reinforced plates, assembled to form a rigid free-standing dead
front structure. Vertical units shall be assembled to form a continuous
line-up of uniform height.
ii. The units will be used for housing power circuit breakers, isolators,
motor starters, switch gears, etc. as specified on the attached
drawings. Detailed description of the different type of units shall be as
given on the particular drawing applicable to each type of switch gear.
iii. Auxiliary or bus transition units shall be supplied if required for
mounting of auxiliary devices and to accomplish main bus
arrangements as required by the attached drawings.
These units shall match and line up with the units specified in point
II.A(ii) and shall be of the same type of construction as per point IIA
(i) sheet metal barriers shall be used for isolation of the bus and other
compartments from each other as per paragraph II.D.
iv. The switch gears shall be completely enclosed except for ventilation.
Doors or covers shall be provided with gasket to provide additional
protection against dust.
All opening for ventilation shall be screened or otherwise protected to prevent the
entrance of small animals and vermin. They shall be suitable for the ambient
conditions specified and shall be specially treated for tropical climates.
v. Steel screws, bolts and washers shall either be plated or otherwise
suitably treated to prevent corrosion.
vi. Suitable hooks shall be provided for lifting the switch board. These
hooks when removed shall not leave any openings in the switchboard.
B. Future Expansion:
Provisions shall be made for addition of future units on either ends of a switch
gear line-up, after its installation on site. Ends of bus-bars must be suitably
drilled for this purpose.
C. Accessibility:
i. The switchboard shall be suitable for back to wall arrangement and shall be
convenient for working from the front.
A vertical channel of adequate width (minimum 200mm) shall be provided on the
front of each vertical unit of a Motor Control Centre for accommodating the
entering cables. A common vertical channel may be used for two adjacent units
provided its actual width is at least 300 mm.
ii. Checking and removal of components shall be possible without disturbing
adjacent equipment. All auxiliary equipment shall be easily accessible. Settling
of relays shall be possible without de-energising other equipment.
D. Compartments:
i. Each unit of a switch gear shall have necessary interior sheet metal
barriers to form separate compartments for busses, switching devices,
entering cables connection and voltage transformers assembly.
ii. Compartments for cable connections shall allow cable pulling,
termination and connection work with the switch gear energised,
without any special safety precaution.
iii. Compartments containing switching devices shall be completely
segregated in order to prevent any transmission of ionised gas from one
compartment to another.
iv. Adequate barriers shall permit personnel to work safely within an empty
switchingdevice compartment, or one from which the switching device
assembly has been temporarily removed, with bus energised.
Segregated vertical buses shall have minimum sized opening for plug-in
contacts for medium voltage switch gears and control centres.
E. Base-Frame:
All units shall be field assembled on a suitable base frame, supplied with the
switch gear, to be buried into the floor, base-frame shall be delivered before the
shipping time of the switch gear itself for its installation on site.
Amply dimensioned oblong holes shall be provided on the bottom of all units for
their assembly on the base-frame which in turn shall have threaded holes.
F. Main-busses:
i. A single main three-phase or three-phase plus neutral bus shall extend
through all units of the switch gear line-up and shall be of uniform cross-
section throughout the switch gear. Bus shall be copper or alternatively
aluminum. Copper busses shall have high-pressure silver plated bolted
joints. If aluminum bus is used, bus treatment, such as plating, and details
of connections shall be subject to Client's approval.
ii. All bus work, both main and droppers, shall be designed and braced to
withstand the forces resulting from a short-circuit anywhere in the switch
gear. The short circuit level shall be specified on the attached drawings.
Dynamic stresses shall be calculated on the basis of the specified peak
and sustained short circuit currents,
iii. All bus supports shall be of non-carbonising material resistant to acid
and alkali and having non-hygroscopic characteristics.
iv. Busses shall be colour coded; phases and neutral shall be identified and
located with respect to one another, in accordance with the applicable
code and standard.
v. Main busses shall be sized to carry continuously the current specified in
the attached drawings. The vertical droppers shall be sized to carry
continuously at least the rated current of the connected switching
devices, when multiple switching devices are combined in tiers for a
vertical unit, the droppers shall be able to carry the total current resulting
from the combination of all switching devices.
vi. For large switch gears with busses of considerable length expansion
joints shall be provided.
vii.If neutral bus is specified without specifying its current rating, the rating
shall be 50% of the phase bus current rating. Neutral bus shall be
insulated from the structure. A means for isolating the neutral bus shall
be provided, such as bolted link, at the incoming circuit breaker and bus
tie circuit breaker.
viii Bus-bars must be housed in suitable chambers and shall be accessible
only with special tools for inspection.
G. Ground Bus:
i. A continuous ground bus, 50 x 6 mm, copper or alternatively of
equivalent aluminum section shall be provided. The ground bus shall
extend through all units and solidly connect these units. Clamp type
terminals shall be provided at each end for connection to a 120 sq..mm.
cable.
ii. The ground bus shall be accessible in each cable entering a compartment
or a channel either directly or through a branch extension to ground the
cable armour and shields.
H. Wiring and terminal strips:
i. Wiring for control, signalling, protection and instrument circuits
between equipment and terminal strips shall be copper conductor, PVC
insulated, rated 1.1 kv, with cross section in no case less than 1.5 sq. mm.
Wiring shall be enclosed in plastic vertical or horizontal channels; a 25%
spare space shall be left on channel for eventual future wiring
modifications. Channels shall not disturb accessibility for operation and
maintenance of equipment. Wire for connection between moving parts
shall be flexible stranded conductors shall be soldered at the ends before
connections are made to the terminals.
ii. Conductors shall be terminated with adequate sized compression type
lugs for connection to equipment terminals and terminal strips.
iii. Wires shall be marked, at each end, using self-sticking wire marker
tapes or PVC Ferrules. Wire mark shall be the number of terminal to
which the wire is connected - number of the terminals block on which it is
connected - number of terminal block from/to which the wire is destined -
number of the terminal from/to which the wire is destined. The terminal
block numbering has to be as much clear as possible in order to avoid
maintenance difficulties.
iv. Terminal strips for connecting entering control cables shall be
conveniently located so that they are accessible for connection work
without danger of contact with live parts.
Supporting facilities shall be provided for clamping control cables in
order to avoid tensile stress at the terminals. Terminal strips shall be
separated by metal barriers or enclosures from power circuits.
v. Control cables shall enter the switch gears from bottom unless
otherwise stated on drawing.
vi. 10% spare terminals shall be provided on each terminal block.
Sufficient terminals shall be provided on each terminal block to ensure
that not more than one outgoing wire is connected per terminal.
Shorting type terminals shall be used for all C T secondary circuits.
vii. The terminals shall be vibration proof and of sufficient current rating.
I. Power Connections:
i. Connection of power cables to medium voltage switch gears shall be made
inside the vertical channel. Terminals shall be adequately sized for
connecting cables. Terminals for copper cables shall be either of the
tunnel type with recessed head screws or of the bolt type suitable for
compression lugs. Terminals for aluminum cables shall be of the tunnel
type with recessed head screws made of high strength aluminum alloy or
stainless steel. Alternatively bolted type terminals with cable lugs shall be
used. "Cupal" washers shall be used for all copper-to-aluminum joints.
ii. Power and control cables shall enter the switch gear from the bottom
unless otherwise stated on the drawing.
iii. Terminals and terminal lugs shall be located sufficiently away from
gland plates or cable boxes to facilitate easy connection.
J. Name Plates:
i. A name plate with the switch gear designation shall be put at the centre
of the upper part of the switch gear on both front and rear side.
ii A name plate shall be provided for each vertical unit and/or for each
cubicle (in case of multi tiered vertical units) showing the number of the
vertical unit and cubicle and the legend of the service of the connected
supply or user.
Iii Each and every individual device, control and terminal strips shall have
a name plate designating the function as well as the device function
number as per drawings.
Iv Special warning plates shall be provided stating specified instructions
for manual switching of interlocked circuit breakers, earthing switches
etc.
v. Danger mark plate shall be provided at both the ends of the switch gear.
vi. Nameplates shall be of the laminated "black-white-black" or white-red-
white" lamicoid sheets, with lettering cut through the surface lamination
to provide white lettering for nameplates of above points II.J(i) to
II.J(iii) and red lettering for II.J(iv) All nameplates shall be fastened by
screws and not by adhesive. Engraving shall be done by square cutters;
V groove cutters are not acceptable.
K. Finishing:
i. All metal surfaces shall be thoroughly cleaned and degreased to remove
mill scale, rust, grease and dirt. Fabricated structures shall be pickled
and then rinsed to remove any trace of acid. The under surface shall be
prepared by applying a coat of phosphate paint, and a coat of yellow
zinc chromate primer. The under surface shall be made free from all
imperfections before undertaking the finishing coat.
After preparation of the under surface, the switchboard shall be spray
painted with two coats of final paint. Colour chips of final paint shall
be approved by before final painting is started. The finished panels
shall be dried in stoving ovens in dust free atmosphere. Panel finish
shall be free from imperfections like blemishes, pinholes, orange peels,
run-off paint, etc.
ii. All unpainted steel parts shall be chromium plated or otherwise suitably
treated to prevent rust, corrosion, unless these parts are mobile elements
which shall be suitably greased.
MAIN COMPONENETS CHARACTERISTICS:
A. Switching Devices:
i. They will consist of fuses, switches, contactors and will be specified in
detail on the attached drawings.
Ii. Contactors and switches shall comply with relevant standards
applicable to the specific switch board. Ratings shall be indicated for
each switchboard in the data sheets or drawings attached to the tender.
The preferred rated voltages for main circuits of contactors shall be 400
V and 240 V for control and auxiliary circuits.
iii. Triping relays:
Unless specified otherwise, these shall be hand reset auxiliary relays
suitable for flush or projection mounting enclosed in a dust proof case.
Wherever specified neon "trip healthy" indicating lamps must be
connected in series with the relay.
iv. Fuses and fuse bases:
Fuses shall be of HRC cartridge, non-deteriorating type with
interrupting capacities in excess of those specified on the drawings.
They shall conform to IS:2208 category of duty, class 3AC.
Fuses shall have an operating indicator which shall be visible without
removal of the fuses from service. Removal of the fuses, however, must
be possible, although full voltage may exist at the terminals. Fuses shall
be of pressure fitted type and shall have ribs on the contact blades to
ensure good line contact.
v. Contactors;
Contactors shall be of the air-break type. Contactors shall be provided
with 3 main contacts, one hold-on contact and 2 NO + 2 NC auxiliary
contacts. The main contacts shall have ratings as shown in the relevant
single line diagram. the auxiliary contacts shall be rated for a
minimum of 10 amps. at 400 V. The contactors shall be suitable for
continuous uninterrupted duty and shall be equipped with manual reset,
ambient compensated, adjustable thermal overload relays, one in each
phase. The reset push button should be capable of being operated
without opening the compartment door. The coil should be suitable for
operation from 240 V and shall work satisfactorily between + 10% and
- 15% of the rated voltage.
The contactor drop off voltage shall be within 45% and 65% of the rated
voltage.
The contactor ratings shall be intended for AC 3 Phase duty as per IS: 2959.
vi. Single phasing preventors:
All motors feeders shall be provided with single phasing preventors to
disconnect the motors from power supply made available through the
contractor when single phase conditions occur. This feature must
come into operation irrespective of the over-load relay setting and load
on the motor. The single phase preventor shall be of negative phase
sequence type.
vii. Overload Relay
Overload relay shall be of bimetal, individual mounting type, tripple
pole with adjustable range. The relay shall be hand reset type with
auxiliary contacts for tripping and indications. The bimetal overload
relay shall be provided with temperature compensating strip so as to
offset the effect of ambient temperature variations.
B. Metering transformers:
i. Current transformers shall be of dry insulated type. Primary and
secondary terminals shall be marked with polarity.
ii. Current transformers shall be mounted in the switch gear stationary
part, not on the circuit breakers. Current transformers shall have
sufficient capacity to operate with the burden imposed by the devices
shown on drawings with their accuracy classification. Current
transformer rating class and accuracy shall be shown on the drawings.
Current transformers shall withstand dynamic and thermal stresses
originated by the specified short circuit current.
iii. In general protective current transformers shall have an accuracy limit
factor (saturation factor) greater than 10. Current transformers for
instruments shall have an accuracy limit factor (saturation factor) less
than 5. If required interposing current transformers with saturation
factor less than 5 and 1/1 ration may be used to supply instruments fed
by current transformers having an accuracy limit factor greater than 10.
iv. Transformers ratios are specified on the attached drawings. Secondary
current of C.T. is normally 5A except 1A when remote relay or meter
is specified.
v. Unless otherwise required for proper relaying one side of current
transformer secondary shall be grounded. Current transformers shall be
grounded in the compartment with the meters or relays which they
serve and each current transformer group shall be grounded with a
separate identified lead which may be disconnected for testing.
C. Auxiliary relays:
Auxiliary relays shall have terminals of the screw type. Relay characteristics
shall be standardised to the maximum extent in order to minimise the number of
types required. Relay covers shall be of non ignitable material. Relays on which
the function of a contact may be changed from NC to NO and vice-versa by
simply changing the contact arrangement are preferred. Auxiliary relay contacts
shall be rated at least 5A, 240V AC and 1.5A, 110V DC.
D. Metering Instruments:
Indicating instruments shall be of the 96 x 96mm square type, flush mounted,
except for in comer, which shall be 144 x 144 mm.
Indicating instruments shall be square and flush mounted on the front of the
vertical units, and shall be visible without opening doors and KVARH meters
may be mounted inside the vertical units. Ammeters for motors, shall have the
end portion of the scale restricted enough to read the motor locked rotor current
without affecting the correct reading of the motor full load current at 1/3 of the
scale. For other feeders full load current shall be on the centre of the scale. All
ammeters shall have circular scale.
Other instruments shall have linear scales. Instruments connected to protective
current transformers shall be protected by HRC fuse against damage from fault
currents which are in excess of their overload rating.
Metering instruments shall be those specified on the attached drawings.
E. Control and signaling devices:
Pilot lights, control switches, push-button, etc. shall be those specified on the
attached drawings. They shall be of a type approved by Client.
Lamps shrouds shall permit replacement of lamps from the front. No deformation
or damage shall result from the lamps heating. A resistor shall be provided in
series with lamps supervising tripping circuits in order to avoid tripping in case of
short circuited lamp holder. Reducing resistor shall be sized to allow continuous
service with short-circuited lamps holder. Indicating lamps shall be suitable for
operation on AC or DC control supply voltages.
All indicating lamps shall be filament type and shall be with series resistor and
HRC fuse. Illuminated windows for indicating each type of faults shall be
included.
F Capacitors
i. Power factor correction capacitor shall comply with IS:2993 and
IS:2834 regulations and safety codes. Capacitors shall be designed to
withstand safely without any injury or damage, the highest, system voltage
electro-dynamic and thermal stresses caused by transient over-currents
during switching.
ii Capacitor units shall consist of standard elements wound from
continuous reels of high purity. Unit shall have a built in current-
limiting HRC fuse. Also capacitor units shall be provided with directly
connected discharge device. The container shall be non-metallic
polypropylene dielectric. The capacitor shall have self-healing
characteristic.
Limits of Supply:
The supply of switch gear shall include the switch gear itself complete of all
normal components and devices required for full and proper operation of the
equipment even though such components or devices may not be shown in detail
on drawings.
Switch gear shall be in working order, provided with the following ancillary
components necessary for normal and safe maintenance and operation.
a) Special tools:complete set of special tools shall include all necessary devices
for lifting installing, withdrawing, testing and maintaining the contactors,
fuses, relays and any other component of switch gear.
b) spare fuses for control and power. Spare fuses shall be equal to 50% of
installed fuses with a minimum of 6 units for each fuse size.
c) Handles for removing fuses shall be delivered with each switch gear.
Field Erection:
A This will consist of mechanical installation alignment, assembly, inter
wiring connection of units shipped separately, commissioning in order
to deliver at site a switch gear:
- ready for connection to entering power and control cables.
- and then ready for putting into operation after cabling.
B The supply of switch gear shall include in addition commissioning and
start-up supervision by a manufacturer's specialist even if the erection
of the switch gear is done by others.
C Protection relay testing and calibration shall be made at site by relay
sub-supplier specialist using his own testing and calibrating facilities.
The sub-supplier specialists charges will be at the switch gear
manufacturer's cost.
Switch gear and Equipment Certification:
Manufacturer shall state in its bid whether proposed switch gears have been
tested by an independent recognized testing organization:
If available, copy of the test certificates shall be attached to the bid.
Tests and Inspection:
A During fabrication time, switch gear shall be subject to inspections by
Engineers of Client or of an Agency authorised by Client.
Manufacturer shall furnish to Inspectors all requested information
concerning the supply.
B Tests shall be carried out in Manufacturer's factory at its care and
expense. Tests shall be those specified by the applicable code as
standard tests.
C In addition, tests shall be made to check mechanical and electrical
correctness of equipment operation and wiring to Client’s
specifications and elementary diagrams. These tests shall be
provisionally made at manufacturer's factory by providing temporary
connection of external wiring to switch gear units in order to stimulate
final assessment of the same. Tests shall be then finally performed at
site, with the presence of the manufacturer's specialist, once the
external cable connections have been completed.
D Shop tests shall be witness by an Engineer of Client.
E Acceptance tests shall be carried out as follows:
i. A general visual check shall be carried out and shall cover
measurement of the overall dimensions, location, number and type of
terminal blocks as shown on the dimension drawings, location,
connection or terminals etc.
ii. Check of manual and electrical control shall be conducted under the
worst conditions of auxiliary voltage.
iii. Dry insulation test with power frequency voltage, for the main and
auxiliary circuits shall be conducted.
iv Check of the resistance of the main circuits. Typical tests carried out
on a prototype by a recognised testing institute shall be required to be
presented at the time of inspection.
v. Operations check carried out by testing each and every control
function as per the schematic diagrams by stimulating fault conditions
and operation of control switches etc.
vi. Relay shall be tested with secondary induction equipment and shall be
field calibrated points. As stated in above 5% relay testing shall be
carried out by the relay suppliers specialists.
Drawings:
A Manufacturer shall submit for Client approval the schematic diagrams
prepared by him on the basis of Client 's requirement. These diagrams
shall be used for trouble-shooting and maintenance and shall show any
device and terminal number.
It is intended that manufacturer's schematic diagrams shall replace
Client's elementary diagrams, if any, which will be deleted. The
Client/ Consultant's approval of the manufacturer's drawings shall not
relieve the manufacturer of his responsibility for deviation from the
specifications or drawings or for any mistakes, errors or omissions in
manufacturer's drawings.
B. Once manufacturer's schematic diagrams have been finally approved by
Client manufacturer shall prepare wiring connection diagrams of each
cubicle.
These diagrams shall show any wiring inside the cubicle terminal
strips. Client/ Consultant's approval of these drawings is required
before the vendor proceeds with the manufacture of the switch gear
panels.
C. Manufacturer shall submit number of prints of schematic and wiring
diagrams as under:
1. For approval - 4 sets
2. Approved drawings - 6 sets
3. Final drawings
after commissioning - 6 sets
D Switchgear foundation and base frame drawings shall be furnished
within 4 weeks of placement of order.
10 General Specifications For Electric Motors Up To 415 V
1.1.5 General
Following are the specifications of the squirrel cage induction motors. Motors
shall conform in all respect to following specifications and specific requirements
of rating, voltage, speed, mounting, type of enclosure, area classification, gas
groups, cable size mentioned herein.
1.1.6 Applicable Codes:
Motors shall conform to relevant Indian Standards, some of which are listed
below, with up to date revisions:
a. IS-325 induction motors, 3 phase
b. IS-1231 Induction motors, three phase foot mounted, dimensions of
c. IS-4029 Induction motors, three phase guide for testing
d. IS-2223 Flange mounted AC induction motors, dimensions of
e..IS-2253 Designations for types of construction and mounting
arrangements of rotating electrical machines
f. IS-4691 Degrees of protection provided by enclosures for rotating
electrical machinery
g. IS-4889 Rotating electrical machines, efficiency of, methods of
determination.
h. IS-4729 Measurement and evaluation of vibration of rotating
electrical machines
i. IS-4728 Terminal marking for rotating electrical machinery.
1.1.7 Operating Conditions:
A. Geography
Altitude : m above MSL
Minimum Relative Humidity : %
Maximum Relative Humidity : %
Rainfall : 1200 mm yearly precipitation over
months of June through October.
Ambient temperature DBT WBT
Summer (deg. C) 43.3 25.6
Monsoon (deg. C) 32.2 28.3
Winter (deg. C) 15.6 10.6
** Occasionally temperature reaches 47 deg. C (DBT) during the peak summer
season.
B Power Supply
Voltage for motor driver : 440V 10% for kW <160
Frequency : 50 3% Hz
Current : AC, 3 Phase supply
Motors shall be of continuous rating capable of delivering rated power constantly
without any limitation or adverse effect.
C Location:
Motors shall be suitable for outdoor location and shall not require any additional
protection against weather at the site of installation.
1.1.8 General Technical Requirements:
A Construction Arrangement:
The forms of construction, shall be as per IS 2253. The more usual construction
arrangements are the following and supplier shall select any one of them to suit
driven machine.
Horizontal:
IM B3 - Horizontal shaft motors floor mounting, body with feet, mounting on
sub-structure
IM B5 - Horizontal shaft motors, flange mounting, body without feet, mounting
on flange.
Vertical:
IM V5 - Motors with shaft vertically downwards, wall mounting body with feet.
IM V1 - Motors with shaft vertically downwards, flange mounting body
without feet.
IM V6 - Motors with shaft vertically upwards, wall mounting, body with
feet.
IM V3 - Motors with shaft vertically upwards, flange mounting, body without
feet.
For vertical motor rain hood shall be provided on top.
B. Enclosure type:
Motors shall be in TEFC enclosure having degree of protection IP-55 as per IS-
4691. The motor shall be weatherproof suitable for outdoor installation without
any additional protection against rain. Drain plug shall be provided at the bottom
for draining condensed moisture. Lifting lug shall be provided. For vertical
motor two lifting lugs, on sides diametrically opposite shall be provided.
Driven Machines:
The motors shall be suitable for driving the driven machine specified. Motors
shall be suitable for starting and re accelerating the specified load. Starting and
re acceleration shall be successful even with a voltage drop of about 25% at
motor terminals.
Starting of motors:
Method of starting will be direct-full-voltage except when otherwise specified.
The starting duty which the motor is capable of meeting shall be indicated by the
supplier. In any case the starting current shall not exceed 650% of rated current
inclusive of permissible tolerances.
For motors of the capacity above 25 HP, starting shall be using fully automatic
star-delta starter, with electronic timer and with single phase preventor and under
voltage release.
Coupling:
Motors shall be provided with single bare-shaft extension with key way and key.
Vibration:
Motors shall be statically and dynamically balanced so that vibration in any
direction, as measured at the bearing housing under the following conditions,
shall not exceed the limits given in IS: 4729.
Motor running at rated voltage and frequency.
Shaft axis in normal position
Direction of Rotation:
The motors shall be suitable for operating in either direction of rotation unless
other wise specified.
Motor windings and connection:
Motors shall be provided with class 'B' Insulation.
Windings of motors shall be preferably delta connected with Six terminals
provided in the terminal box. Suitable treatment shall be rendered to the winding
for withstanding chemically laden atmosphere.
Terminal box:
Six terminals shall be brought out in the terminal box. Terminal box shall be
amply sized to receive and accommodate and terminate supply cable. Necessary
shorting strips shall be provided in terminal box for making the connection delta.
The motor terminal box shall be provided with cable lugs and glands suitable for
termination of 3 core aluminum conductor PVC insulated, armoured and PVC
overall sheathed cable of size specified. Cable glands shall be nickel plated brass
double compression weather proof type. The terminal box shall have IP 55 type
protection as per IS 4691. The terminal boxes on motor shall be oriantable in
four position of 90.
Phase Marking:
Appropriate phase markings as per IS-4728 shall be provided inside the terminal
box. It shall be non-movable and indelible.
Earthing Terminals:
Two Earthing terminals shall be provided for each motor. Earthing lugs shall be
provided on these terminals and lugs shall be suitable to take cable of half the
size of power cable specified but not less than 6 mm2.
Bearings:
Bearing shall be of SKF or equivalent make. Bearing shall have an operating life
of at least 40,000 hours. Bearing shall be adequate to absorb axial thrust in either
sense from the driven load together with any thrust produced by the motor itself
or due to shaft expansion. Bearing housing shall have protection of IP-55 as per
IS-4691. Bearing shall allow a perfect noiseless and durable operation of the
machine.
Painting
Motors shall be painted with anticorrosive paint.
Name Plate-Rating Plate:
Name plate and rating plate shall be of stainless steel and following information
shall be provided on the name plate.
Motor tag No.
Motor Serial No.
Type (Frame size)
No. of phases, frequency, voltage
Connection (Delta)
Full load Current
KW/HP
RPM
Power Factor
Class of Insulation
Bearing Nos.
Indian Standard Specification ref. no.
Documentation Requirement
a) With quotation
i. Certified Dimensional drawings
ii. Torque speed curve with GD2
iii. Thermal withstanding characteristics
b) On placement of order
i Certified dimensional drawing - 6 sets
ii Routing tests certificate - 6 set
c) Installation, operation and
Maintenance instructions - 6 sets
d) Torque speed curves with GD2 - 6 sets
e) Thermal withstand characteristics - 6 Sets
f) Terminal box details drawing - 6 sets
Testing:
Motors shall be tested in accordance with relevant Indian Standard at
Manufacturer's works. Motors will be inspected by Client. Vendor shall make
necessary arrangements for witnessing the testing by Client 's authorised
representative.
General Specifications for Horizontal Centrifugal Pump
A) INTENT OF SPECIFICATION
The specification covers the design, performance, manufacturing, shop testing,
erection, testing and commissioning at site of the horizontal centrifugal pumps.
B) CODES AND STANDARDS
The design, manufacture and performance of the horizontal centrifugal pumps
shall conform to the latest revisions of the following codes and Indian Standards,
in addition to other stipulations and standards mentioned elsewhere in the
specification.
(a) IS:1520 Horizontal centrifugal pumps for clear cold fresh water
(b) IS:5120 Technical requirement rotodynamic special purpose pumps
(c) IS:5639 Pumps handling chemicals and corrosive liquids
(d) IS:5659 Pumps for process water
(e) Standards for Hydraulic Institute, USA.
The material of construction for the various components of the pumps shall
conform to the applicable standards like - "American Society of Testing and
Materials (ASTM)" and Indian Standards.
C) DESIGN AND CONSTRUCTION
Pumps shall be of horizontal/vertical split casing. Design and construction of
various components of the pumps shall conform to the following general
specifications. For material of construction of the components, data sheets in
Section 9.12.3 may be referred to.
Casing
The casing shall be structurally sound to provide housing for the pump assembly
and shall be designed hydraulically to minimise radial loads at part load
operation.
Impeller
The impeller shall be as per the proven design of the manufacturer. It shall be
keyed to the shaft and looked in position. The rotor assembly shall be statically
and dynamically balanced and designed with critical speed substantially above
the operating speed.
Impeller/Casing Wearing Rings
Replaceable type wearing rings shall be provided at suitable locations for each
pump. The rings shall be so fitted as to prevent turning while the pump is in
operation.
Shaft
The shaft shall be adequately sized to withstand all stress from rotor weight and
hydraulic loads etc. The shaft shall be ground and polished to final dimensions.
Shaft Sleeves
Pump shafts shall be protected by renewable type shaft sleeves, which shall
extend well beyond the pump glands. The sleeves shall be highly polished and
shall be securely fastened to the shaft to prevent any loosening.
Bearings
Heavy-duty bearings, adequately designed for the type of service specified and
for long and trouble-free operations, shall be furnished. The design shall be such
that the bearing lubricating oil does not contaminate the liquid being pumped.
Thrust Bearings
Adequately designed thrust bearings to absorb pump thrust or other unbalanced
force, if any, shall be provided.
Lubrication system shall be designed in such a way that in case of total power
failure, there will not be any damage while coasting down to stop.
Stuffing Boxes
Stuffing boxes of packed ring construction or of mechanical seal type as desired
in the Data Sheet attached with this specification shall be provided. The vendor
shall provide the necessary piping, valves, fitting, etc. for the gland sealing
connection. For mechanical seals, the mating surfaces shall be suitably hard
faced to ensure long life.
Pump Shaft-Motor Coupling
The pump and motor shaft shall be connected with a suitably designed flexible
coupling of approved design preferably with a spacer to facilitate dismantling of
the pump without disturbing the motor. necessary coupling guards for the
coupling shall also be furnished.
Base Plate
A common base plate for mounting the pump and the corresponding driver motor
shall be furnished. The base plate shall be of fabricated steel and of rigid
construction, properly ribbed as required. Dripling with drain tap suitable for type
of service specified shall be furnished.
Drain, Vent and Priming Connection
Each pump shall be provided with a drain, vent and priming connection at
suitable locations.
Drive Motor and its Control
Please refer Electrical Specification enclosed herewith this specification.
Anchor Bolts, Sleeves, Inserts, Lifting Lugs, Eye Bolt, etc.
The vendor shall supply all anchor bolts, foundation plates sleeves, nuts inserts,
etc. to be embedded in concrete for the equipment to be supplied. The length of
the foundation bolts shall be liberally sized to reach below the reinforcement
level.
Each equipment shall be provided with suitable lifting lugs, eye bolts, etc. to
facilitate maintenance.
Consistent with good operating characteristics and high efficiency, each pump
shall have a continuously rising head capacity characteristics curve without any
zone of instability. Power flow characteristic shall preferably be non-overloading
type beyond rated duty point. The characteristic curves of each set of pumps
shall match each other for equal sharing in case of parallel operation. The pump
motor set shall be designed in such a way that there is no damage due to reverse
flow through the pump which may occur due to any mal operation of the system.
The pumps shall be suitably designed also for smooth and trouble free continuous
solo operation in the event of trip out of the remaining pumps running in parallel.
The pumps shall be designed to have best efficiency at the rated duty point. The
pumps shall be suitable for continuous operation within a wide range above and
below the rated duty point. The Vendor shall clearly indicate in his offer, such
range of operation within which each category of pumps can satisfactorily
operate on continuous basis.
Drive motors for each category of pumps shall be suitable for use on 414 V +
10%, 3 Phase. 50 Hz., + and neutral grounded system. Drive motors shall have
15% spare margin over the maximum power requirement of the pump within the
range of operation.
D) TESTING
Testing and Inspection at Manufacturer's Works
The manufacturer shall conduct all tests required to ensure that the equipment
furnished shall conform to the requirements of this specification and in
compliance with requirements of the applicable codes.
The particulars of the proposed tests and the procedures for the tests shall be
submitted to Client for approval before conducting the tests.
The Client's representatives shall be given full access to all tests. prior to pump
performance tests, the Manufacturer shall inform the Client allowing adequate
time so that if the Client desires his representatives can witness the test.
All materials and casting used for the equipment shall be of tested quality. The
test certificates shall be made available to Client.
The pump casing shall be hydraulically tested at 200% of pump rated head or at
150% of shut-off head, whichever is higher. The test pressure shall be maintained
for at least half an hour.
The pump rotating parts shall be subjected to static and dynamic balancing tests.
All pumps shall be tested at the shop for capacity, head efficiency and brake
horsepower and cavitation. The tests are to be done according to the
requirements of the "Hydraulic Institute" of U.S.A., ASME Power Test Code
PTC-8.2 (latest edition) and Indian Standards as applicable.
The pump accessories e.g. the thrust bearing, the motor pump shaft coupling etc.
will be subjected to tests as per Manufacturer's standard.
The combined vibration of pump and motor should be restricted to the limits
specified by Hydraulic Institute Standards, USA, when the pump in operation at
any load singly or in parallel.
Tests on motors shall be conducted as per electrical specification enclosing
herewith this specification.
The reports and certificates of all the above mentioned tests to ensure satisfactory
operation of the system shall be submitted to the Client before despatch.
As cast heat marks to be provided on castings for casing and impeller.
Tests at Site
After erection at site, pumps as detailed under different groups shall be operated
to prove satisfactory performance as individual equipment as well as a system.
Note:-
1. It may be noted the section of Brands as mentioned in this Chapter is within
the preview of chief Engineer.
2. Brand names of all Electrical Items to be as per Electrical GSR or as per prior
approval of Chief Engineer.
C H A P T E R - X
D a t a S h e e t s
Tenderers are required to fill up the data sheets given in this section. The data
furnished in the data sheets will be used for technical evaluation of the tenderers
proposal. Care shall be taken to furnish information to the fullest possible extent
and if required it shall be supported with brochures drawings etc.
TO BE FILLED BY THE TENDERER
1 Raw-Water Pumps and Pump House
a No of Pumps
b Type
c Capacity
d Head
e Make
f Motor Rating
g Motor Make
2 Raw-water Pumping Main
a Size of main mm
b Length of main
c MOC
d Design velocity of fluid M/Sec
e Friction Coefficient considered for
design
f Surge Protection considered and
Protection provided.
g Electrically operated Hoist
3 Pressure Sand Filter
a Quantity
b Capacity
c MOC
d Operating Pressure
e Type of valves
f Pressure Gauges provided at
g Maximum Pressure drop
H Diameter of Shell
I Length of Shell
J Overall height
K Filter Media
4 Backwashing
Rate of air flow (M3 / M2 / Min.)
Air pressure (Kg / cm2)
Duration of air scouring (min. )
Air distribution pipe
Material
Size (MM)
5 Air blower
No. of unit 1 + 1 (Working + Standby)
Capacity (M3 / hrs.)
Pressure
Type
Make
Motor
No. of unit
Type
Class of insulation
HP / RPM
Make
6 Backwashing
Rate of backwashing (M3 / M2 / Min. )
Duration (Min.)
Pressure required
Backwash pumps
No. of pumps 1 + 1 (Working + standby)
Capacity of each (M3 / hr)
Head
Type
Mat. Of constn.
Make Motor
No. of unit 1 + 1 (Working standby)
Type
Class of insulation
HP / RPM
Make
Drain
7. Types of valve and Make
Raw-water Pumping main
Pressure filter Inlet
Filter water outlet
Backwash Inlet
Backwash Outlet
Air Scour Inlet
8 CHLORINATION FACILITY
a Chlorinator
No of unit
Capacity (Kg / hrs.)
Type
Make
Dimensions of Room
b Chloinator Drum Store
Size
Storage capacity
c Emergency Alkali Pit
Dimensions and construction detail
d Monorail & Hoist
Capacity
e Emergency repair Kit
f Safety Equipment for Chlorinator Room
g Safety equipment for chlorine drum
storage area
9a REUSE FACILITY FOR BACKWASH
Dirty Backwash Tank
No. of unit One
Capacity
Size (M X M)
Free board (MM)
Liquid depth (M)
Bottom slope
Mat. Of Construction RCC M-30
b Back Wash Water Transfer Pumps
No. of pumps 1 + 1 (Working + standby)
Capacity (M3 / hrs.)
Head
Type
Make
Motors
No. of unit
Type
Class of insulation
HP / RPM
Make
c Lamella Clarifier
No. of unit
Dimensions
Side water depth (M)
Bottom slope
Free board
Mat. Of construction RCC M30
10 Pure Water Sump & PUMP House
a Ground Sum Capacity m3
Dimensions
Construction
11 Pure water Pumps
a Pure water Pumping Machinery for
Coquiro OHR & Defence Colony OHR & JMJ
Sump
Pure Water Pumps
No of Units
Type
Capacity
Head
Make
Motor Rating
Motor Make
b Pure Water Pumping Machinery for
Torda OHR and Quitla Sump
Pure Water Pumps
No of Units
Type
Capacity
Head
Make
Motor Rating
Motor Make
c Pure water Pumping Machinery for Pundalik
Nagar OHR PDA Colony GLR
Pure Water Pumps
No of Units
Type
Capacity
Head
Make
Motor Rating
Motor Make
12 Electricaly Operated Hoist for Pump House
13 Pure water Pumping Mains
a Coquiro OHR & Defence Colony OHR & JMJ
Sump
Size of the main mm
Length of the main M
MOC
Design Velocity of Fluid m/sec
Friction coefficient considered for design
Surge pressure considered and protection provided
b Torda OHR and Quitla Sump
Size of the main mm
Length of the main M
MOC
Design Velocity of Fluid m/sec
Friction coefficient considered for design
Surge pressure considered and protection provided
c Pundalik Nagar OHR PDA Colony GLR
Size of the main mm
Length of the main M
MOC
Design Velocity of Fluid m/sec
Friction coefficient considered for design
Surge pressure considered and protection provided
9.1 DATA SHEET FOR PUMPS
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
1 Manufacturer
2 Model
3 Type
4 No. Provided
5 Rated Capacity
( L/sec)
6 Suction Condition
7 TDH at Rated
Capacity (MWC)
8 Shut off Head MWC
9 Pump efficiency at
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
rated capacity %
10 Pump input power at
rated capacity (kW)
11 Power required at
shut off (kW)
12 Power input of
motor at rated
capacity (kW)
13 Design Temperature
14 Pump Speed
15 Size of suction end
(mm)
16 Size of discharge
end (mm)
17 No. of Stages
18 Impeller
Size (mm)
Type
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
19 Material of
Construction
With BHN
a) Casing
b) Impeller
c) Impeller wearing
ring
d) Casing wearing
ring
e) Shaft sleeve
f) Shaft
g) Stuffing box
h) Nut, Bolts &
fasteners
i) Base Plate
j) Bearings
20 Pump shaft bearings.
a) No.
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
b) Type of
Lubrication
c) Arrangement for
cooling
21 Pump thrust
bearings
a) Location
b) Type of
lubrication
c) Arrangement for
cooling.
22 Gland sealing
arrangement
23 Pump design code
/standard
24 Type of coupling
between motor &
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
pump
25 Is performance
testing possible at
manufacturer’s
workshop
26 Motor
a) Type
b) Rating
c) Speed
d) Speed Torque
characteristics
e) Pull out torque in
% of full load
torque.
f) Starting torque in
% of full load
torque.
g) Full load current
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
(Amps.)
h) Starting current
(Amps)
i) Efficiency at 50
% load
j) Efficiency at 75
% load
k) Efficiency at full
load
l) Power factor at
50% load
m) Power factor at
75 % load
n) Power factor at
full load
o) Full load slip %
p) Starting time at
85 %of voltage
Sr.
No
Raw-
water
pumps
Filter
Back
Wash
Pumps
Back
Wash
Transfer
Pumps
Pure Water Pumps Chlorination
Motive
Water
Pumps
Utility
Water
Pumps
Coquiro
OHR&
Defence
Colony OHR
& JMJ Sump
Torda
OHR and
Quitla
Sump
Pundalik
Nagar OHR
& PDA
Colony
GLR
Tag no.
q) Safe stall time at
100 % of voltage
r) temperature rise
at full load
(degree C)
s) Insulation class
t) Protection
u) Over load
protection device
Design code &
standards
C H A P T E R - X I
L i s t o f D r a w i n g s .
Following drawings, which are enclosed with the tender form are for the reference of the Tenderers.
C H A P T E R - X I I
P r o f o r m a e A n d F o r m a t s
12.1 Profarma of Agreement
Public Works Department, Government of Goa
PROFORMA OF AGREEMENT
(To be stamped in accordance with the Stamp Act)
AGREEMENT FOR --------------------------------------------------------------------------------------------------------------------Article of
Agreement made at ____________________________day of _____________month of Two thousand and between
Executive Engineer, Works Division XVII (PHE- N) , PWD, Alto Porvorim, Bardez, Goa, (hereinafter called the 'OWNER') of the one
part and ___________________________________ whose registered office is situated at _______________________
______________________________(hereinafter called the CONTRACTOR') of the other part.
WHEREAS
The OWNER being desirous of having provided and executed certain works mentioned, enumerated or referred to in the Tender
Notice, General Tender Notice, instructions to Tenderers, General Conditions of Contract, Special Conditions Of Contract, Additional
Special Conditions of Contract, specifications, schedule of quantities for works, drawings and other documents constituting the
'TENDER' and acceptance thereof, copy thereto annexed all of which are designed to form part of this Contract and are included in the
term 'CONTRACT' wherever herein used.
AND WHEREAS :
The OWNER accepted the Tender of the Contractor for the provision and the execution of the said work at the rates/percentage stated
in the schedule of quantities of works (hereinafter called the 'schedule of rates' upon the terms and subject to the conditions of contract
).
AND WHEREAS :
The Contractor has deposited with the PWD the sum of
Rs._______________(Rupees________________________________________ _____________________only) being the security
deposit payable by him to be retained until the expiry of the defects liability period for the due observance and performance of this
Contract. NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED BY AND BETWEEN THE PARTIES AND
DECLARED AS FOLLOWS :
1. The documents which form part of the Contract will be the Tender notice, General Tender notice including corrigendum to Tender
notice, instructions to Tenderer, General Conditions of Contract, Special Conditions, Additional Special Conditions, specifications,
drawings, schedule of quantities for constituting a 'Tender' and acceptance thereof. It is further agreed that the Works Order No.
__________dated______________________ shall be part of the Contract between the parties.
2. In consideration of the payments to be made to the contractor for the work to be executed by him, the contractor shall and will duly
provide, execute and complete the said work on or before the dates mentioned in the time schedule of completion of work attached to
the Tender documents and shall maintain the same at his own cost for the defects liability period thereafter and perform all such acts
and things in the Contract mentioned or described or which are to be implied therefrom or may be reasonably necessary for the
completion of the said works at the times and the manner subject to the terms and conditions or stipulations mentioned in the Contract.
3. In consideration of the due provision, execution and completion of the said works, the OWNER does hereby agree with the
Contractor that the OWNER will pay to the contractor the respective amount for the work actually done by him at the 'SCHEDULE'
rates/quoted percentages and such other sums as may become payable to the contractor under the provisions of the contract, such
payment to be made at such time and in such manner as provided in the agreement.
4. In consideration of the due provisions, execution and completion of the said work, the contractor does hereby agree to pay to the
OWNER the amount as may be due to the OWNER and such other sum or sums as may become payable to the OWNER towards loss,
damage to the OWNER’s equipment materials, construction plant and machinery, including those hired to the contractor, if any as set
forth in the said conditions of contract, such payments to be made at such time and in such manner as provided in the contract.
5. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen in Goa State, and the courts in
Goa shall have jurisdiction to determine the same.
6. The several parts of this contract have been read by/to us and fully understood by us.
IN WITNESS WHEREOF THE PARTIES HERETO HAVE SIGNED AND SUBSCRIBED THEIR HANDS AND SEALS TO
THESE PRESENTS IN DUPLICATE THE DAY AND YEAR FIRST MENTIONED ABOVE.
SIGNED AND DELIVERED
FOR AND ON BEHALF of Public Works Department, Govt of Goa
Executive Engineer, Works Division XVII (PHE- N) , PWD, Alto Porvorim, Bardez, Goa.
Signature_______________
Designation______________
Seal
Signed and delivered for and on behalf of
____________________________ Signature_______________
Seal of contractor
In the presence of witness
1._________________________ Address_________________
_______________________
2._________________________ Address_________________
_______________________
12.2 Formats
12.2.1 Turnover Details
FORMAT I
Sr. No. Year Name Of The Work Turnover
1
2
3
2013-14
2014-15
2015-16
4
5
2016-17
2017-18
Note
1.Average annual financial turnover on construction works should be at least Rs. 24,27,70,452/- for each year during last three consecutive
financial years.
2.Annual report/Audited Balance Sheets for the last three financial years are required to be submitted. , duly certified by authorized Charted
Accountant
203
12.2.2 List Of Machinery
Format II
List of Machinery and Equipments, Tools & Plant to be deployed for the work
Sr. No. Item Available with the
tenderer for this work
proposed to be
purchased
Total Make Capacity Age of equipment Present condition of
machinery/ Equipment or Not
204
12.2.3 List of Personnel
Format III
List of Technical and Stores, Purchase and Account Personnel to be appointed for this
work Sr. No Designation Qualifications Experience (years)
Degree
Holders
Diploma Holders Others Total 1-5 5-10 10-15
15
1. Chief Project Manager/Project
Manager and above.
2 Senior Engineers
2a Senior Engineers
(Quality Control)
3 Engineer
3a Engineer (Q,C)
4 Forman /Supervisor
5 Accounts Executives
6 Stores
7 Others
1) Bio data of personnel at sr. no. 1 to 3a to be submitted
2) Tenderer shall submit the above information on separate sheet in above format
12.2.4 Details of Work in Hand
Format –IV
Details Of Work In Hand (As On March 2018) Sr.no. Name Of The work Salient Features of
the work
Name of the Client with
address
Year of award of
work
Tender Cost Cost of completed
Work as On
Balance cost of work
in hand completion tender
205
Includes work tendered for but not yet awarded, Also Specify Position L-1/ L-2 etc in case tender
has been opened. This is a format only
206
12.2.5 Office Organization
FORMAT V
OFFICE ORGANIZATION Sr.No. Description Address Name of MD/
Proprietor
Name Of The
Person to be contacted by
Owner , for any
Clarification
Telephone No.
1)
2)
3)
Registerd Office
Head Office
Goa Office, if any
12.2.6 Experience in Similar Type of Work
Format VI
Sr. No
.
Name of The work Salient Features of the work*
Name Of he client with
address
Cost Of the work Time of completion Date Of
Commencement
Date Of Completion
Notes
1) Clients work order, completion certificate, performance certificate, have to be
enclosed.
207
2) List out the works, year wise, according to the date of start.
3) Above list should also include works which are in progress.
4) Enclose photographs of the work done
• This will necessarily include details of capacity, flow diagram of Process adopted and design parameters,units involved
With theie sizes.
208
C H A P T E R – X I I I
ANNEXURES
S C H E D U L E - 1
R A T E S OF R O Y A L T I E S
(See Rule 22& 26)
Royalty
See Rule 22 (1) (i)
MINERAL RATES
Lime stones and its varieties.
When used for lime burning
Prepared Lime
When used as building stone ballast metal grit, etc. Rs.75.00per cubic metre.
Kankar when used for lime burning
Lime shells, when used for lime burning.
Building Stone
Laterite Chiras Rs.66.00 per cubic metre.
Laterite rubbles Rs.9.60 per cubic metre.
Basalt, masonry stones other than Rs.62.40 per cubic metre.
Laterite chiras and rubbles, metal grit
Basalt blocks.
209
Boulder, shingle gravel Kankar all used for constructional
Purpose, either by excavation or collection. Rs.9.60 per cubic metre.
Ordinary Sand used for construction purpose either by
Extraction or collection. Rs.41.30 per cubic metre.
Pebbles, and modules of chalcedoni, quartzite stone or flint Rs.42.50 per cubic metre
Ordinary clay when used for manufacture of tiles. Rs.15.00 per cubic metre
Murrum, Matti and other coloured matti (not amounting to ochre) Rs.12.00per cubic meter
Brick-earth Rs. 15.00 PER cubic metre
Ordinary earth Rs. 12.00 PER cubic metre
Rs.5.00 per cubic metre.
Rs.5.00 per cubic metre.
Rs.5.00 per cubic metre. Rs.5.00 per cubic metre
210
Substitution of schedule II - For Schedule II appended to the principal Rules, the
following schedule II shall be substituted, namely:-
SCHEDULE - II
(See Rule 22(1) (ii)
Rate of dead rent per year
For area up to for areas above
Type of Minor Mineral 5 Hectare 5 hectare
Rate per
Hectare or part
Thereof
Ordinary sand/pebbles/laterite chiras Rs.20000.00 Rs.3000.00
Basalt/Granite/metal Grit/Lime Shell. Rs.30000.00 Rs.7000.00
Brick earth/Matti/ Laterite rubbles /Murrum Rs.10000.00 Rs.2000.00
and other minor minerals.
Department of mines Notification No : 04/59/2015 Mines published in official
Gazette series I No.37 dated 10/12/2015.