prsn2

Upload: sanjeev-bansal

Post on 04-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 PRSN2

    1/67

    GOVERNMENT OF CHHATTISGARHPUBLIC HEALTH ENGINEERING DEPARTMENT

    Balrampur Augmentation Water SupplyScheme

    TENDER DOCUMENT

    FOR

    NAME OF WORK: Design, Drawing, Construction, and Testing and

    Commissioning of R.C.C. Circular Intake Well cum Pump House of InternalDia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment PlantIncluding Mechanical and Electrical accessories, Raw Water & Clear waterPumping Units, R.C.C. Sump well etc. complete under BalrampurAugmentation Water Supply Scheme.

    Estimated cost Rs. 187.66 LacsCost of Tender documents Rs. 3170.00

    EXECUTIVE ENGINEER

    PUBLIC HEALTH ENGINEERING DEPARTMENTPUBLIC HEALTH ENGINEERING DIVISION AMBIKAPUR (C.G.)

    122262261.doc - 1 -

  • 7/30/2019 PRSN2

    2/67

    I N D E X

    S.No.

    Contents Pages From- To

    1. Salient Feature of Tender

    2 Notice Inviting Tender (In English)

    3 Notice Inviting Tenders (In Hindi)

    4 Detailed Notice Inviting Tenders

    5 Tender for Lump sum contract

    6Annexure - A- Model Rules relating to labour, water supply and

    sanitation etc

    7 Annexure - B- Contractors Labour Regulations

    8 Annexure - D- Form of Income Tax clearance certificate

    9 Annexure E- Specifications & scope of the work

    10 Annexure F - Approximate tentative quantities of items of work

    11 Annexure G - Break up schedule of payment

    12ANNEXURE H INFORMATION & INSTRUCTIONSTO THEBIDDERS FORONLINE ELECTRONIC GOVERNMENTPROCUREMENT SYSTEM (e-GPS)

    122262261.doc - 2 -

  • 7/30/2019 PRSN2

    3/67

    SALIENT FEATURE OF TENDER

    1. Name of workDesign, Drawing, Construction, and Testingand Commissioning of R.C.C. CircularIntake Well cum Pump House of InternalDia. 6.0 M at River Chanan, 1.90 MLDCapacity Water Treatment Plant Including

    Mechanical and Electrical accessories, RawWater & Clear water Pumping Units, R.C.C.Sump well etc. complete under BalrampurAugmentation Water Supply Scheme

    2. Name of contractors

    A. Class of Contractor registered inP.H.E.D. C.G.

    B. Postal Address

    C. Telephone Number & Fax

    number if any

    S-IV AND ABOVE

    3. Probable amount of contract Rs. 187.66 lac

    Earnest Money Rs. 1,40,500/-

    5. Date of Issue

    6. Money receipt no. and date

    Note - This tender document with Annexure and notice inviting tender shall be part of theagreement.

    Signature and seal of contractor/firm

    Or his authorised representative

    Executive EngineerPublic Health Engg. Division

    Ambikapur

    122262261.doc - 3 -

  • 7/30/2019 PRSN2

    4/67

    IMPORTANT POINTS FOR THE GUIDANCE TO THE

    FIRMS / CONTRACTORS INTENDING TO SUBMIT TENDERS

    1.0Usually the firms / contractors are in the habit of giving too many conditions in theiroffer. According to the condition in the NOTICE INVITING TENDERS, the tenderswith the conditions are liable for rejection. The tenderers are therefore, advised tosubmit the tenders without their own conditions. In case, they consider somecondition are necessary they are requested to give clear-out, financial implicationsof each of such conditions to facilities proper comparison of the tenders.

    2.0The tenderers are requested to see that their tenders are in conformity with thecondition and clause of the N.I.T. (Notice Inviting Tender) and the contractagreement form particularly in regard to security deposit, mode of payment forextra work if any completion time, guarantee about pipe, valves and other fittingswater tightness test structure stability etc.

    3.0The Firms / Contractors some times ask for advance payment of the value of the pipespecials, valves & other through bank against railway receipt. Since this tender is

    on Lump-sum basis, such condition of payment would be principally incorrect andtherefore would not be accepted if asked for.

    4.0Some Firms / Contractors stipulate submission of break up schedule of the paymentafter award of contract. The tenderers are therefore requested to accept the breakup schedule given in tender document as Annexure G for assessment of workdone as per clause no. 15 of the form for LUMP-SUM-CONTRACT.

    5.0The firms / contractors sometimes ask for the refund of security deposit in a mannerand time not in conformity with the provision of the N.I.T. Any such condition ofrefund of security deposit shall not be accepted to the department and as such the

    tenderers and requested to agree to the condition of the N.I.T. on this behalf.

    6.0The firms / contractors usually quote some percentages above the C.S.R. for the extrawork, due to which the tenders become incomparable. The tenderers are thereforerequested to accept the payment as per the prevailing rate at the time of issue ofN.I.T. the following C.S.R. with amendments issued for the jurisdiction of Raipurzone upto date of issue of tender notice for the extra work if any.

    CIVIL WORK :40% above the S.O.R. of the Engineer-in-Chief, M.P., PWD Bhopal in force from01.11.1999 & adopted by E.N.C., PWD, Chhattisgarh with amendment upto date of

    issue of N.I.T.

    PIPE LINE WORKS:40% above U.S.R. for the water supply and sewerage installation (External) M.P.,P.H.E. in force from 18.09.2002 and adapted by E.N.C., P.H.E.D., Chhattisgarhwith amendment upto date of issue of N.I.T.

    ELETRIFICATION:

    40% above the S.O.R. of the Chief Engineer, P.W.D. (B&R) Bhopal in force from01.11.2002 with amendment upto date of issue of N.I.T.

    Some Firms / Contractors offer are valid for a period losser than that mentioned inthe N.I.T. the tenders are therefore advised to keep their offer open for acceptance

    122262261.doc - 4 -

  • 7/30/2019 PRSN2

    5/67

    for a period as prescribed in the N.I.T. i.e. 120 days from the date of opening offinancial Bids.

    Executive EngineerPublic Health Engineering Division

    Ambikapur

    122262261.doc - 5 -

  • 7/30/2019 PRSN2

    6/67

    Office of the Executive Engineer

    Public Health Engineering Division

    Ambikapur (Chhattisgarh)

    N.I.T. 02/PHED/EEAmbikapur/2008-09 Dated: 26/08/08NOTICE INVITING TENDER

    Online tender are invited on behalf of Governor of Chhattisgarh for the following

    work in form F for lump Sum contract and will be received in the office of the ExecutiveEngineer, Public Health Engg. Ambikapur from the contractors registered in class S-IVand above in PHE Department C.G.

    G.No.

    Name of work ProbableAmount ofWork(In Lacs)

    EarnestMoney(In Rs.)

    BidSubmissionfees (InRs.)

    Timeallowed

    forcompleti

    on(excluding rainy

    season)1 2 3 4 5 61 Design, Drawing, Construction, and

    Testing and Commissioning of R.C.C.Circular Intake Well cum Pump Houseof Internal Dia. 6.0 M at River Chanan,1.90 MLD Capacity Water TreatmentPlant Including Mechanical andElectrical accessories, Raw Water &Clear water Pumping Units, R.C.C.Sump well etc. complete under

    Balrampur Augmentation WaterSupply Scheme

    Rs.187.66Lacs.

    140500/- 3170.00 12months

    The Bidders intending to participate in this Tender are required to get enrolled on theabove mentioned website and get empanelled on the Sub Portal of Public Health andEngineering Department. Enrolment on the above mentioned Portal is mandatory.

    As the online Bids are required to be digitally signed, Bidders are required to obtain Class II Digital Signature Certificates (DSCs). The Bidders may contact M/s NexTenders

    (India) Pvt. Ltd., for obtaining Class II Digital Signature Certificates at M/s NexTenders(India)Pvt. Ltd. 149, 150 Mahalaxmi Cloth Market, Pandri, Raipur (C.G.) Tel. No. 0771-3204997, 3207996, Email ID [email protected].

    The Bidders are also invited to get themselves trained on the operations of the e-Procurement System. Bidders may get in touch with the Service Provider of the e-Procurement System for confirming the time and date for their training session.

    All the suppliers are required to submit Envelope A physically containing the following:

    -

    The Earnest Money In favour of the Executive Engineer, PHE Division Ambikapur.

    122262261.doc - 6 -

  • 7/30/2019 PRSN2

    7/67

    The Key Dates of Tender are

    PHD Stage/ Supplier Stage Name Start Date & Time Expiry Date & Time

    PHD Release of NIT 26-08-08 17:31 27-08-08 18:00

    Supplier Tender Download 27-08-08 18:01 16-09-08 17:30

    SupplierSubmission of Bid Hash andPayment

    27-08-08 18:01 16-09-08 17:30

    PHD Close Bidding for GeneralConditions

    16-09-08 17:31 17-09-08 17:30

    Supplier Bid Submission Online 17-09-08 17:31 22-09-08 17:30

    PHD Opening of Envelope - PQ 22-09-08 17:31 25-09-08 17:30

    PHD Shortlisting of Envelope -PQ 25-09-08 17:31 30-09-08 17:30

    PHD Opening of EMD & T and C. &Shortlisting of EMD

    30-09-08 17:31 01-10-08 17:30

    PHD Shortlisting of Terms andConditions

    01-10-08 17:31 03-10-08 17:30

    PHD Preparation of Common set of Conditions

    01-10-08 17:31 10-10-08 17:30

    Supplier Download of commn set of conditions.

    10-10-08 17:31 17-10-08 17:30

    Supplier Submission of Bid Hash of Revised Offer.

    10-10-08 17:31 17-10-08 17:30

    PHD Close for Bidding Revised Offer. 17-10-08 17:31 20-10-08 17:30

    Supplier Bid Submission Online of Revised Offer.

    20-10-08 17:31 21-10-08 17:30

    PHD Opening of Acceptance of Common set of conditions

    21-10-08 17:31 23-10-08 17:30

    PHD Shortlisting of Common set of conditions

    21-10-08 17:31 23-10-08 17:30

    PHD Opening of Revised offer 23-10-08 17:31 25-10-08 17:30

    PHD Shortlisting of revised offer 25-10-08 17:31 27-10-08 17:30

    PHD Opening of Original Offer 27-10-08 17:31 28-10-08 17:30

    PHD Shorlisting of Original Offer 28-10-08 17:31 29-10-08 17:30

    PHD

    PHD Tender Award 29-10-08 17:31 28-02-09 17:30The tender form will be issued to such contractors who will submit dully attestedfollowing documents.

    1. The tender forms will be issued to such contractors who have successfully constructedIntake Well & Water Treatment Plant of minimum 50% capacity and more of givencapacity of NIT Within last five year period and having no pending work in tender period.

    2. List of works in progress, list of contract already held by the tender at the time of submittingthe tender in the department and else where showing there in the amount of each contract,

    balance of work remaining to be done, and due date of completion as per work order.3. Valid registration certificate class S-IV for construction of Water/Sewage Treatment Plant

    in PHED, C.G.

    4. List of tools and plants available with the tenders.5. Valid revenue solvency or FDR of 50% amount of revenue solvency.6. Registration in commercial tax deptt. in CG or in other states of India.7. Permanent Account Number (PAN) of the proprietor/firm photocopy is to be submitted.

    122262261.doc - 7 -

  • 7/30/2019 PRSN2

    8/67

    8. Financial Turnover of last five year.9. No price escalation will be allowed.10. Material supplied should be inspected by DGS & D/SGS/RITES.11. Eligibility norms to get tender forms.

    1. Registration:-Valid registration in C.G. PHE Deptt. in appropriate class is necessary.Registration in specials category/category of works of specialised nature.

    2. Work execution capacity: -

    Work execution capacity = AN x 2

    Where A =Work maximum amount excavation during last five yearsN =Period of work completion (in years)

    3. Experience of work: -In last 5 yearstenderer must have work execution experience

    i) Intekwell - at least 50% capacity in the name of tenderer/firm of construction ofIntekwell of half dia of internal dia meter of Intakewell mentioned in tender

    ii) Water Treatment Plant- successfully constructed Water Treatment Plant of 50%capacity and more of given capacity.

    iii) Pumping station & pumps :- at least 50% capacity discharge & head for required

    capacity in the name of tenderer/firm , mentioned in tender of maximum capacity.The Tenders will be opened online along with the physical envelopes received from thesuppliers in the presence of participated or representatives of participated bidders at

    Note:-

    1. For details on tendering procedure through the electronic tendering system, please refer

    to Instructions for Using the Electronic Tendering System document available along

    with the tender documents.

    Executive EngineerPublic Health Engineering Division

    Ambikapur

    122262261.doc - 8 -

  • 7/30/2019 PRSN2

    9/67

    dk;kZy; dk;Zikyu vfHk;arkyksd LokLF; ;kaf=dh; [k.M vfEcdkiqj

    fu-lw-a-@ 02 @ys- 'kk-@dk-v-@yks-Lok-;ka-fo-@2008vfEcdkiqj] fnukad % 26@08@08

    &%% fufonk vkea=.k lwpuk %%&

    vkWuyku fufonk,a fufonk;sa QkeZ ^,Q* esa ,deq'r vuqca/k gsrquhps mYysf[kr dk;Z ds fy;s NRrhlx

  • 7/30/2019 PRSN2

    10/67

    dh okLrfod vof/k n'kkZ;h x;h gks rFkk tks de ls de dk;ZikyuvfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gks A

    2- fufonkdkj ds ikl izxfrjr gkFk esa fy;s x;s dk;ksZ ls lacaf/krfooj.k ftlesa dk;Z dk uke] vuqca/k ekad] dk;kZns'k ekad ,oafnukad] Bsds dh ykxr] dk;Z iw.kZ djus dh fu/kkZfjr vof/k] fufonkizLrqr djus dh frfFk rd f;kfUor fd;s x;s ,oa gkFk esa fy;s x;s

    dk;Z dh ykxr bR;kfn dk fooj.k vfuok;Z :i ls izLrqr djuk gksxk A3- yksd LokLF; ;kaf=dh foHkkx NRrhlx

  • 7/30/2019 PRSN2

    11/67

    fy, vko;d fo/kqr lo & LVs'ku dh vk/kh {kerk ds fo|qr midsUnzLFkkiuk dh lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHkoA

    l- ty'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok ty ey'kqf)dj.k la;a= dh nfkZr {kerk dh de ls de 50 izfr'kr {kerk dsty'kqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd iq.kZ djus dk vuqHkoA

    bPNqd fufonkdkj &izD;ksjesaV+ flLVe dk izf'k{k.k ds fy;s&izD;ksjesaV+ lsok iznkRkk ls lEidZ dj ldrs gSA f'k{k.kdk;Ze es le; vkcVau gsrq bPNqd fufonkdkj d&izD;ksjesaV+ lsok iznkRkk ls iwoZ es gh laidZ djuk gxkAlHkh fufonkdkj d fyQkQk & v vekurh jkf'k ,oa vU; nLrkosta dslkFk eSU;qyh@Hkfrd #i ls uhps fy[ks irs ij Lrqr djuk gxkAvekurh jkfk ds fyQkQs ds lkFk fuEufyf[kr nLrkost layXu djukvko';d gS %&

    1 fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esa Lo;a ds

    uke ij vFkok QeZ ,oa daiuh ds uke ij fufonk esa nf'kZr dk;ks dsde ls de 50 izfrkr rd lQyrkiwoZd iw.kZ fd, x, dk;Z dkvuqHko izek.k i=] ftlesa vuqca/k ekad] dk;kZnsk ekad ,oafnukad] Bsds dh jkfk] dk;Z iw.kZ djus dh vof/k] dk;Ziw.kZ djusdh okLrfod vof/k dk izek.k i= tks de ls de dk;Zikyu vfHk;ark Lrjds vf/kdkjh }kjk tkjh fd;k x;k gksA

    2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Z dk uke]vuqca/k ekad] dk;kZnsk ekad ,oa fnukad] Bsds dh ykxr]dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFk rd iw.kZdk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA

    3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esa oS/kiath;u izek.k i= A

    4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50%jkf'k dk ,Q-Mh-vkj-A

    5 fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007 rd esadk;ksZa dk okf"kZd VuZ vksojA

    foHkkx ds ikl bl fufonk dh Key datesesa ifjorZu djus dk

    iw.kZ vf/kdkj jgsxkA

    (6) Financial turn over during last five years i.e. 2002-03 to 2006-07(7) List of available tools and plants for successful completion of work.(8) Valid revenue solvency of 50% amount of F.D.R.(9) The Department reserves the right to change the Key dates of the TenderProcess.

    Note:-For details on tendering procedure through the electronic tendering system,please refer to Instructions for Using the Electronic Tendering Systemdocument available along with the tender documents.

    122262261.doc - 11 -

  • 7/30/2019 PRSN2

    12/67

    dk;Zikyu vfHk;arkyksd LokLF; ;kaf=dh

    foHkkxvfEcdkiqj

    122262261.doc - 12 -

  • 7/30/2019 PRSN2

    13/67

    Office of the Executive EngineerPublic Health Engineering Division Ambikapur

    NIT No./ 02/PHED/EEAmbikapur/2008-09 Dated: 26/08/08DETAILED NOTICE INVITING TENDER

    On Line Tender are invited on behalf of Governor of Chhattisgarh for following

    work, on form F for lump sum contract and will be received in the office of the ExecutiveEngineer Public Health Engineering Division Ambikapur from contractors registered inclass S-IV and above in Public Health Engineering Department, Chhattisgarh.

    G.No.

    Name of work ProbableAmount ofWork

    EarnestMoney

    BidSubmissionfees

    Timeallowed

    forcompleti

    on(excluding rainy

    season)1 2 3 4 5 61 Design, Drawing, Construction, and

    Testing and Commissioning ofR.C.C. Circular Intake Well cumPump House of Internal Dia. 6.0 Mat River Chanan, 1.90 MLDCapacity Water Treatment PlantIncluding Mechanical and Electricalaccessories, Raw Water & Clearwater Pumping Units, R.C.C. Sump

    well etc. complete under BalrampurAugmentation Water SupplyScheme

    Rs.187.66Lacs.

    140500/-

    3170.00

    12 months

    The Bidders intending to participate in this Tender are required to get enrolled/registered on the eProcurement website (http://cgeprocurement.etenders.in) and getempanelled on the Sub Portal of Public Health and Engineering Department(http://phed.cgeprocurement.etenders.in). Enrolment/ Registration and subsequentempanelment on the above mentioned website and departments sub-portal is mandatory.

    The Bidders have to digitally sign their bids before submitting the bids hashes online.Thus the Bidders are advised to obtain Digital Certificates. The registered contractorsmay obtain information required for issuance of a Class II Digital Signature Certificatefrom the Controller of Certifying Authorities (www.cca.gov.in) or the Service Provider ofeProcurement System for Government of Chhattisgarh:The Bidders may contact M/s NexTenders (India) Pvt. Ltd., for obtaining Class II Digital

    Signature Certificates at M/s NexTenders (India)Pvt. Ltd. 149, 150 Mahalaxmi ClothMarket, Pandri, Raipur (C.G.) Tel. No. 0771- 3204997, 3207996, Email ID [email protected].

    122262261.doc - 13 -

    http://www.cca.gov.in/http://www.cca.gov.in/
  • 7/30/2019 PRSN2

    14/67

    The Key Dates of Tender are

    PHD Stage/ Supplier Stage Name Start Date & Time Expiry Date & Time

    PHD Release of NIT 26-08-08 17:31 27-08-08 18:00

    Supplier Tender Download 27-08-08 18:01 16-09-08 17:30

    Supplier

    Submission of Bid Hash and

    Payment 27-08-08 18:01 16-09-08 17:30

    PHDClose Bidding for GeneralConditions

    16-09-08 17:31 17-09-08 17:30

    Supplier Bid Submission Online 17-09-08 17:31 22-09-08 17:30

    PHD Opening of Envelope - PQ 22-09-08 17:31 25-09-08 17:30

    PHD Shortlisting of Envelope -PQ 25-09-08 17:31 30-09-08 17:30

    PHD Opening of EMD & T and C. &Shortlisting of EMD

    30-09-08 17:31 01-10-08 17:30

    PHD Shortlisting of Terms andConditions 01-10-08 17:31 03-10-08 17:30

    PHD Preparation of Common set of Conditions

    01-10-08 17:31 10-10-08 17:30

    Supplier Download of commn set of conditions.

    10-10-08 17:31 17-10-08 17:30

    Supplier Submission of Bid Hash of Revised Offer.

    10-10-08 17:31 17-10-08 17:30

    PHD Close for Bidding Revised Offer. 17-10-08 17:31 20-10-08 17:30

    Supplier Bid Submission Online of Revised Offer.

    20-10-08 17:31 21-10-08 17:30

    PHD Opening of Acceptance of Common set of conditions

    21-10-08 17:31 23-10-08 17:30

    PHD Shortlisting of Common set of conditions

    21-10-08 17:31 23-10-08 17:30

    PHD Opening of Revised offer 23-10-08 17:31 25-10-08 17:30

    PHD Shortlisting of revised offer 25-10-08 17:31 27-10-08 17:30

    PHD Opening of Original Offer 27-10-08 17:31 28-10-08 17:30

    PHD Shorlisting of Original Offer 28-10-08 17:31 29-10-08 17:30

    PHDPHD Tender Award 29-10-08 17:31 28-02-09 17:30

    1.0 The tender form will be issued to such contractors who will submit dullyattested following documents.

    The tender forms will be issued to such contractors who have successfully constructedIntake Well & Water Treatment Plant of minimum capacity 50% and more ofgiven capacity of NIT Within last five year period and having no pending workin tender period.

    1.2The details of works in hand indicating name of work, Agreement no., work orderno. and date, amount of contract, period of completion, value of work andbalance work in hand with details of work on the date of submission of Tender;shall be essentially submitted.

    1.3Valid registration certificate in PHE Deptt. C.G.

    122262261.doc - 14 -

  • 7/30/2019 PRSN2

    15/67

    1.4List of equipments owned by the contractor along with proprietary certificate/registration required for execution of work in prescribed period.

    1.5Valid revenue solvency or F.D.R. of half of its amount.1.6Copy of registration in Commercial tax Department in any state of India.1.7Financial turn over of last 5 years.

    1-8 fufonk izi= izkIr djus gsrq vgZrk ekin.M1- iath;u%&yksd LokLF; ;kaf=dh foHkkx NRrhlx

  • 7/30/2019 PRSN2

    16/67

    dk;Ziw.kZ djus dh okLrfod vof/k dk izek.k i= tks de ls dedk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gksA

    2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Z dkuke] vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsds dhykxr] dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFk rdiw.kZ dk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA

    3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esaoS/k iath;u izek.k i= A

    4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds50% jkf'k dk ,Q-Mh-vkj-A

    5 fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007 rdesa dk;ksZa dk okf"kZd VuZ vksojA

    (6) Financial turn over during last five years i.e. 2002-03 to 2006-07(7) List of available tools and plants for successful completion of work.

    (8) Valid revenue solvency of 50% amount of F.D.R.

    The Department reserves the right to change the Key dates of the TenderProcess.

    Note:- For details on tendering procedure through the electronic tenderingsystem, please refer to Instructions for Using the Electronic TenderingSystem document available along with the tender documents.

    dk;Zikyu vfHk;ark]yksd LokLF; ;kaf=dh

    [k.MvfEcdkiqj

    122262261.doc - 16 -

  • 7/30/2019 PRSN2

    17/67

    2.0 SUBMISSION OF TENDERS :

    The Tenderer shall fill/upload the Bids online and the Bid Hashes of threeenvelopes shall be digitally signed and submitted online as per mentioned keydates. The Bidders shall also have to submit Bids online (decrypt the bids usingtheir Digital Certificate and encrypt the bids) as per mentioned key dates. Thereshall be three separate Online envelopes as under:-

    2.1 ENVELOPE Pre Qualification & Envelope - A

    The online envelope A shall contain the details of Earnest Money, scanned copyof the Physical Earnest Money and scanned copy of following documents will besubmitted in the online prequalification envelope.

    1.1 Experience certificate of executing treatment plant, Intake well of such

    magnitude under flowing and standing water conditions of river from the

    competent authority not below the rank of Executive Engineer. The

    certificate should indicate all the details of contract executed.

    1.2 The details of works in hand indicating name of work, Agreement no., work

    order no. and date, amount of contract, period of completion, value of work

    and balance work in hand with details of work on the date of submission of

    Tender; shall be essentially submitted.

    1.3 Valid registration certificate in PHE Deptt. C.G.

    1.4 List of equipments owned by the contractor along with proprietary

    certificate/ registration required for execution of work in prescribed period.1.5 Valid revenue solvency or F.D.R. of half of its amount.

    1.6 Copy of registration in Commercial tax Department in any state of India.

    1.7 Financial turn over of last 5 years.

    1-8 fufonk izi= izkIr djus gsrq vgZrk ekin.M1- iath;u %&

    yksd LokLF; ;kaf=dh foHkkx NRrhlx

  • 7/30/2019 PRSN2

    18/67

    ek=k ds dk;Z dh x.kuk dk vkadyu fuEukuqlkj gksxk %&

    fiNys ikap o"kksZ esa &

    v- baVsdosy @ tsd osy %& bl dk;Z dk vuqHko izek.ki=lkekU;r% baVsdosy @ tsdosy dk O;kl nkkZrs gq, fd;k tkrk gSAvr% fufonk esa nfkZr baVsdosy ds vkarfjd O;kl ds vk/ks vkrfjdO;kl ds baVsdosy ds fuekZ.k dk vuqHkoA

    c- iafiax LVs'ku %& fufonk esa mYysf[kr gsM ,oa fMLpktZ dsfy, vko;d fdyksokV ls de ls de vk/kh {kerk ds fdyksckV dsiafiax lsV~l dk vuqHkoA izLrkfor iafiax lsV~l ,oa vU;vko;drkvksa ds fy, vko;d fo/kqr lo & LVsku dh vk/kh {kerk dsfo/kqr midsUnz Lfkkiuk dh lQyrkiwoZd fuekZ.k iw.kZ djus dkvuqHkoA

    l- ty'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok tyey 'kqf)dj.k la;a= dh nfkZr {kerk dh de ls de 50 izfrkr {kerk

    ds tykqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd iq.kZ djus dkvuqHkoA

    bPNqd fufonkdkj &D;ksjesaV+ flLVe dk fk{k.k ds fy;s&D;ksjesaV+ lsok nkRkk ls lEidZ dj ldrs gSA fk{k.kdk;Ze es le; vkcVau gsrq bPNqd fufonkdkj d&D;ksjesaV+ lsok nkRkk ls iwoZ es gh laidZ djuk gxkAlHkh fufonkdkj d fyQkQk & v vekurh jkfk ,oa vU; nLrkostads lkFk eSU;qyh@Hkfrd #i ls uhps fy[ks irs ij Lrqr djuk

    gxkA vekurh jkfk ds fyQkQs ds lkFk fuEufyf[kr nLrkost layXudjuk vko';d gS %&

    1 fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esaLo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij fufonk esanf'kZr dk;ks ds de ls de 50 izfrkr rd lQyrkiwoZd iw.kZfd, x, dk;Z dk vuqHko izek.k i=] ftlesa vuqca/k ekad]dk;kZnsk ekad ,oa fnukad] Bsds dh jkfk] dk;Z iw.kZ djusdh vof/k] dk;Ziw.kZ djus dh okLrfod vof/k dk izek.k i= tks dels de dk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k

    gksA2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Zdk uke] vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsdsdh ykxr] dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFkrd iw.kZ dk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA

    3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esaoS/k iath;u izek.k i= A

    4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh

    ds 50% jkf'k dk ,Q-Mh-vkj-A5 fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007rd esa dk;ksZa dk okf"kZd VuZ vksojA

    122262261.doc - 18 -

  • 7/30/2019 PRSN2

    19/67

    6) foHkkx ds ikl bl fufonk dh Key dates esa ifjorZu djus dk

    iw.kZ vf/kdkj jgsxkA

    (6) Financial turn over during last five years i.e. 2002-03 to 2006-07(7) List of available tools and plants for successful completion of work.(8) Valid revenue solvency of 50% amount of F.D.R.(9) The Department reserves the right to change the Key dates of the Tender

    Process.Note:-For details on tendering procedure through the electronic tendering system,please refer to Instructions for Using the Electronic Tendering Systemdocument available along with the tender documents.

    Executive EngineerPublic Health Engg.

    Division

    Ambikapur

    ENVELOPE - A

    EARNEST MONEY

    From - ( Name of Contractor)

    2.2 ENVELOPE - B

    The third Online envelope shall contain terms and conditions and all the technicaldetails and specifications of the proposed work. The Scanned copy of terms andconditions, along with technical specifications and drawings etc. should besubmitted online in Envelope B.

    2.3 This Envelope shall contain only the Lump-sum offer. The tenderer shall have toduly fill their Lump-sum offer in appropriate online form meant for it.

    2.4 Tender will be submitted with the Earnest Money, of Rs. 140500.00 In favour ofthe Executive Engineer, PHE Division Ambikapur which will be returned to theunsuccessful tenderer. The Earnest Money of the successful tenderer will be

    retained as part of the Security Deposit.2.52.5.1

    2.5.2

    FORM OF EARNEST MONEY :The amount of Earnest Money should be deposited in the Treasury/State Bank ofIndia and the challan should be submitted in the envelope A as mentioned aboveunder para (2.1).If, however, instead of depositing in cash in treasury, the tenderer may deposit theEarnest Money, in and of the following forms :-(A) Treasury Receipt(B) National saving Certificates(C) Treasury Bonds(D) Approved Interest Bearing Securities

    (E) Govt. promissory Notes in National Loan Plan(F) Post Office cash certificates(G) 10 Years Treasury Savings/Deposits/ Certificates(H) 12 Years National Savings Certificates

    122262261.doc - 19 -

  • 7/30/2019 PRSN2

    20/67

    (I) 10 Years Defence Deposit Certificates(J) All small savings securities and post office Saving Bank Account, duly

    pledged to Government(K) National Savings Certificates duly hypothecated in the name of the Govt. of

    C.G.(L) Units of Unit Trust of India(M) Demand Draft of SBI or Scheduled Bank(N) Debentures of M.P. Housing Board as approved by MPFD Memo No.

    1319/2306(iv)-R-5/75 dated 17th oct. 1975(O) Bank Draft issued by big Urban Banks whose working capital Exceeds Rs. 5

    crores and A,B and C class Central/Co-operative Banks/Non ScheduledState Co-operative Banks, subject to the conditions that the contracts areallotted only after the encashment of Draft as per MPFD No.F/3/18/77/8/5(IV) dated 13.02.1973

    2.6

    2.7

    EARNEST MONEY IN SEPARATE COVERS:-

    The Earnest Money, in any one of the prescribed form should be deposited asmentioned under para 2.5 and not kept in the cover containing tender. If theEarnest Money is not found in accordance with the prescribed mode, tender shall

    be returned unopened to the tenderer.

    ADJUSTMENT OF EARNEST MONEY :-

    The Earnest Money which has been deposited for a particular work will notordinarily be adjusted towards the earnest money for another work, but if thetender of a contractor for a work in the same Division has been rejected and theEarnest Money has not been refunded to him due to some reasons it may beadjusted for this work by the Executive Engineer, provided amount retained isequal or more than required Earnest Money for this work.

    2.8 SECURITY DEPOSIT :-

    The Security Deposit to be taken for the due performance of the contract under theterms and conditions printed on the tender form will be the earnest money plus anamount to make it equal to 5% ( five percent ) of the cost of work put to tender, asper clause 1 of condition of contract of form F.

    2.9

    2.9.1

    IMPLICATION OF SUBMISSION OF TENDERS :-

    Tenderers are advised to visit the site sufficiently in advance of the date fixed forthe submission of the tender. The Tenderer shall be deemed to have fullknowledge of all relevant documents alignment of pipe line, sub soil strata, bearingcapacity, hydrological and topographical site conditions etc. whether he inspects itor not.

    2.9.2

    The submission of a tender by a tenderer implies that he has read the notice,conditions of the tender and all the contract documents and has made himself fullyaware of all the standards and specifications in this respect laid down in therelevant IS specifications, IRC specifications, manual on water supply andtreatment, and Annexure-E having the scope and the specification of the work tobe done. The contractor will be deemed to have seen the site of works andquarries with their approaches etc, and get satisfied himself regarding thesuitability and availability of opening new quarries and construction andmaintenance of the approaches shall rest wholly with the contractor.

    2.9.3 The contractor shall make his own arrangement for supply of water forconstruction, purposes. No lead and lift for any other material including water willbe paid. The tender offer should be inclusive of all leads and lifts for the materials.The contractor should himself verify the leads of different materials before

    122262261.doc - 20 -

  • 7/30/2019 PRSN2

    21/67

    submitting his tender.

    2.9.4

    ESCALATION :-

    The scope of work includes all costs, and no escalation will be paid on thisaccount.

    2.10 LIST OF WORKS IN PROGRESS :-

    Tenders must be accompanied by a list of Contracts already held by the tendererat the time of submitting the tender, in the Department and elsewhere showingtherein.

    (i) the amount of each contract(ii) balance of work remaining to be done and(iii) the amount of solvency-certificate produced by him at the time of

    enrolment in the department

    2.11 RELATIONSHIP :-

    The contractor shall not be permitted to tender for works in the Division,

    (responsible for award and execution of contract) in which his near relative isposted a Divisional Accountant. He shall intimate the names of his near relativeworking in Chhattisgarh. Secretariat and P.H.E. Divisions. He shall also intimatethe name of person working with him in any capacity or subsequently employed byhim and who are near relatives to any Gazetted Officer in the Chhattisgarh.Secretariat. Any breach of this condition by the contractor would render him selfliable to be removed form the approved list of contractors of the P.H.E.Department.

    NOTE: - By the term near relative is meant wife, husband, parents and son,Grand son, brothers, sisters, brothers in laws, father in law and mother in law.

    2.12 WITNESS: -

    The tender for the works shall be witnessed by a contractor failure to observe thiscondition shall render the tender of the contractor liable to Rejection.

    3.0 OPENING AND ACCEPTANCE OF TENDERS: -

    3.1 PLACE AND TIME OF OPENING: -

    The tenders shall be opened at time and place stated in para 1. In the firstinstances, the first online Prequalification envelope containing scan copy ofdocuments required as minimum qualification to bid shall be opened and then thePhysical envelope containing the earnest money shall be opened. If the earnestmoney is found proper, the online envelope -A containing the Earnest Money

    details, its scanned copy shall be opened. If the tenderer found qualified as perminimum qualification, the online Envelope B containing the terms and conditionswill be opened in the presence of such contractors, who choose to be present.

    A common set of conditions would then be drawn by the Superintending Engineer,after hearing the views of all the contractors, who choose to be present. After this,the contractors will be directed to submit their revised offer. The revised offer shallbe submitted in two online envelopes, envelope - CT containing acceptance of thecommon terms and conditions and envelope RB containing revised offer. Thetenderer shall have to duly fill their revised offer in appropriate online form meantfor it. The Bid hashes of revised offer and revised offer shall be submitted on or

    before a date and time specified.

    3.2 POWER OF EXECUTIVE ENGINEER :-

    122262261.doc - 21 -

  • 7/30/2019 PRSN2

    22/67

    The Executive Engineer does not bind himself to accept or recommend foracceptance to the Superintending Engineer or other higher authority, the lowest orany tender or to give any reasons for his decision.

    3.3 CONDITIONAL TENDER :-

    Conditional tenders are liable to be rejected.

    3.4 CANVASSING :-

    Canvassing for support in any form for the acceptance of any tender is strictlyprohibited. Any tenderer doing so will render himself liable to penalties which mayinclude removal of his name from the Register of approved contractors of penalaction under section 8 of M.P. Vinirdishta Bhrashta acharan Nivaran Vidheyak,1982.

    3.5 ONLINE SUBMISSION OF TENDER:-

    No Sealed envelopes will be accepted only the bids submitted online will beopened.

    3.6 AUTHORITY OF EXECUTIVE ENGINEER :-

    The authority competent to accept a tender, reserves the right for accepting thetender for the whole work or for a distinct part of it, or distributing the workbetween two or more tenderers.

    3.7 VALIDITY OF OFFER :-

    Tender shall remain valid up to 120 days from the date of opening of financial offeri.e. Envelope - C and in the event of the tenderers withdrawing the offer before theaforesaid date for any reason whatsoever, Earnest Money Deposited with thetender shall be forfeited to the Government.

    4.04.1

    TIME OF COMPLETION :-The time allowed for carrying out the work i.e. 12 months excluding rainy seasonshall be strictly observed and shall be reckoned from the date of issue of writtenorder to commence the work. Delay beyond the specified time limit will be subjectto liquidated damages according to clause 13 of Form F of Lump sum contract.

    4.2 TIME SCHEDULE :-

    The work shall be done by the contractor according to the schedule fixed inconsultation with the competent authority. BAR/PERT/CPM chart showing Detailedprogramme shall have to be submitted and adhered to by the contractor.

    5.0 PAYMENTS BY CHEQUES :-The running payments shall be made in accordance with the Break up schedule ofpayment as per Annexure G ( As per clause 15 of form F )

    6.0 SPECIFICATIONS :-

    6.1 The detailed specifications for the work have been given in the enclosedAnnexure-E. However, the following order of priority regarding specifications shallbe followed by the contractor.

    6.1.1

    Specifications given in the Annexure-E enclosed.

    6.1.2

    Specifications for pipes, valves, specials, rubber, gaskets RCC and other civilworks and materials shall be governed by the relevant latest IS codes, IRCspecifications and National Building code of India (latest revision)

    122262261.doc - 22 -

  • 7/30/2019 PRSN2

    23/67

    6.1.

    3

    6.1.4

    Manual on water supply and treatment (latest edition) published by CPHEEO, NewDelhi.

    Any other specifications, not covered under the above said standards, as shall bedecided by the Engineer-in-Charge i.e. Executive Engineer.

    6.2 CHANGE IN SPECIFICATIONS :-

    Nothing in earlier clause shall, however, curtail the right of the Executive Engineerto alter the specifications for any part or whole of the work if he considers itnecessary in the interest of work. On all matters where there is difference ofopinion, between the contractor and the Executive Engineer, the matter will bedecided by the Superintending Engineer which shall be binding.

    7.0 CEMENT :-

    The cement required for the work will be arranged by the contractor at his owncost. Cement used in the structure will be ordinary portland cement as per relevant

    IS.

    8.0 MISCELLANEOUS CONDITIONS :-

    8.1 SUBLETTING WORK :-

    The contractor shall not without the prior approval of the competent authority, inwriting, sublet or assign to any other party or parties the whole, or any portion ofthe work under the contract. Where such approval is granted, the contractor shallnot be relieved of any obligation or duty or responsibility which he under takesunder the contract.

    8.2 BLASTING :-

    No blasting work should be allowed for excavation & other work. Use of explosivewill be avoided for foundation excavation which will be done by dropping heavychisels.

    8.3 TAXES :-

    All charges regarding taxes and duties including the sales tax, Royalities, OctroiDuties, Excise, Turnover tax, commercial tax etc. levied on the contract work byGovt., local bodies or private individuals will be payable by the contractor. Thedepartment will grant a certificate for the quantity actually used on the works.

    Necessary certificate for exemption of excise duty for item included in Govt. ofIndia excise department notification no. 6/2007 excise date 1-3-07 and upto daterelevant notification and amendment shall be provided by the department but willnot entertain any claim on this account. It will be contractor duty to ascertain theabove taxes and include in his lump-sum offer.

    8.4 ROYALTY :-

    Minerals extracted for works carried out on behalf of the government, from thequarries in possession of and controlled by the State Government is subject topayment of Royalty by the contractor to whom it shall not be refundable.

    8.5 Model rules related to labour, water supply and sanitation in labour camps.

    The contractor will be bound to follow the Model Rules, relating to layout WaterSupply and sanitation in labour camps, as per Annexure - A and the provisions ofthe National Building Code of India, in regard to construction and safety.

    122262261.doc - 23 -

  • 7/30/2019 PRSN2

    24/67

    8.6 FAIR WAGES :-

    The contractor(s) shall pay not less than the fair wages to labour engaged by himon the work ( copy of the Rules enclosed as Annexure - A )

    8.7 WORKS IN THE VICINITY :-

    The Executive Engineer, reserves the right to take up Departmental work or toaward works on the contract in the vicinity without prejudice to the terms of

    contract.8.8 BEST QUALITY OF QUARRIED MATERIALS :-

    If the quarry material of more than one quality is found, the material approved bythe Executive Engineer will only used by the contractor. If the materials of requiredSpecification is not available in the near by area/quarry, the contractor shall haveto arrange the same from the place where it is available.

    8.9 REMOVAL OF UNDESIRABLE PERSONS :-

    The contractor shall on receipt of the requisition from the Executive Engineer, atonce remove any person employed by him on the work who in the opinion of the

    Executive Engineer is unsuitable or undesirable.8.10 AMOUNT DUE FORM CONTRACTOR :-

    Any amount due to Government from the Contractor on any account of concerningwork may be recovered form him as arrears of Land Revenue.

    8.11 TOOLS & PLANTS :-The contractor shall arrange at his own cost all Tools and Plants required forproper execution of work. Certain plants, may however, be issued to thecontractors by the Department, as special case as per provision of W.D. ManualVol. 1 if are available and sparable .

    8.12 RIGHT TO INCREASE OR DECREASE OF WORK :The competent authority reserves the right to increase or decrease any item ofwork during the currency of the contract and the contractor will be bound tocomply with the order of the competent authority without any claim forcompensation or higher rates for additions and alterations.

    8.13 LABOUR REPORT :-

    Contractor will submit a report on labour engaged to local employment office andcopy of same may be attached with the running account bill, failing which Rs.50/-will be deducted from each running bill. Total recovery on this account may beeffected on the final bill.

    8.14 LABOUR LICENCE :-

    Every contractor who employs on any day of the preceding 12 months, twenty ormore workers on contract is required to obtain licence from the Licensing Officer orthe Contract as per provision contained under Sub-section 4 (b) of section 2 of theContract Labour ( Regulation and Abolition ) Act 1970 as per provision containedin Section 12 of Act. No, contractor shall execute any work without obtaininglicence, contravention of above is punishable and contractor is liable to beprosecuted. The successful tenderer is liable to produce licence as and whendemanded by the Executive Engineer, obtained form labour Department as laiddown in chapter 4 of Contract labour ( Regulation and abolition) Act 1970.

    8.15 LABOUR HUTMENT :-

    The contractor shall make arrangement, at his own cost, for housing his staff andstores for the work and Model Rules relating to labour Water supply andsanitation shall be followed.

    122262261.doc - 24 -

  • 7/30/2019 PRSN2

    25/67

    8.16 DEFECT LIABILITY PERIOD :-

    The defect liability period in respect of the entire work as a whole or in parts ofindividual components included in this contract shall be 6 months form the date ofcompletion of work and certified by the Executive Engineer as per clause 10 ofform F.

    8.17 TECHNICAL SUPERVISION :-The Contractor shall employ a Graduate Engineer during the execution of the work:-(A) The technical staff should be available at site whenever required by the

    Executive Engineer to give instructions.(B) In case the contractor fails to employ a Graduate Engineer as aforesaid

    Deptt. shall have the right to take suitable remedial measures.(C) The contractor should give the names and other details of the Graduate

    Engineer/Diploma holder Sub-Engineers when he intends to employ or whois under employment, before he commences the work.

    (D) The contractor should give a certificate to the effect that the GraduateEngineer is exclusively in his employment.

    1. It is not necessary for the contractor (or partner in case of firm/company)who is himself an engineer to employ engineer for the supervision of thework so long as the Contractor/partner works similar to what would havebeen done by and Employed Engineer.

    2. The retired Engineer who is holding Diploma in Civil Engineer or a Diplomaholder having 5 years or more experience will be treated as GraduateEngineer, for the operation of above clause.In case of the contractor fails to employ the technical staff as aforesaid heshall be liable to pay to the government a sum of Rs. 3000/- (Rupees threethousand) for each month of default.

    9.0 AGREEMENT :-

    9.1 The Notes and specifications given in the detailed notice inviting tenders and itsannexure are to be read in conjunction with conditions given in the short noticeinviting tenders and the conditions of Contract. These have been intended tosupplement the provisions, in the NIT and the conditions of the Contract. All thesewill be binding on the contractor and shall form part of the agreement. However, incase of any contradiction between the common set of conditions and the NIT, thecommon set of conditions will supersede.

    9.2 EXECUTION OF AGREEMENT:-The Tenderer whose tender has been accepted shall have to execute theagreement with in a fortnight of the communication of the acceptance of his tender

    by the competent authority. Failure to do so will result in the Earnest Money beingforfeited to Govt. and tender being cancelled. If the tenderer whose tender hasbeen accepted is not registered in the P.H.E.D. he shall have to get himselfregistered in appropriate class within fort night of acceptance of his tender butprior to drawl of agreement otherwise his earnest money will be forfeited.

    10.0 ANNEXURE :-

    Other than form F and condition of contract following documents are appended asannexure with this N.I.T. and these shall be part of contract agreement.

    ANNEXURE A Model Rules relating to labour, water supply andsanitation etc.

    ANNEXURE B Contractors Labour Regulations

    ANNEXURE D Form of Income Tax clearance certificate

    122262261.doc - 25 -

  • 7/30/2019 PRSN2

    26/67

    ANNEXURE E Specifications of the work

    ANNEXURE F Schedule of quantity for quoting the rates.

    ANNEXURE G Break schedule of payments

    ANNEXURE H INFORMATION & INSTRUCTIONSTO THE BIDDERSFOR ONLINE ELECTRONIC GOVERNMENTPROCUREMENT SYSTEM (e-GPS)

    Executive EngineerPublic Health Engineering Division

    Ambikapur

    GOVERNMENT OF CHHATTISGARHPUBLIC HEALTH ENGINEERING DEPARTMENT

    TENDER FOR A LUMP-SUM CONTRACT

    I/We do hereby tender to execute the whole of the work described in the

    Drawing Nosand according to the annexed specification signed

    by. and dated.. for the sum of

    Rs (Rupees) and

    should this tender be accepted I/We do hereby agree and bind my self/ourselves to abide

    by and fulfill all the conditions annexed to the said specification or in default thereof to

    forfeit and pay to the Governor of Chhattisgarh, the penalties of sums of money

    mentioned in the said conditions, viz.

    Dated : Tenderers Signature

    Witness : Address :

    Address :

    The above tender is hereby accepted by me on behalf of the Governor ofChhattisgarh.

    The Signature of the authorityby whom the tenderhas been accepted

    SECURITIES

    122262261.doc - 26 -

  • 7/30/2019 PRSN2

    27/67

    Name Address Occupation Remarks

    122262261.doc - 27 -

  • 7/30/2019 PRSN2

    28/67

    CONDITIONS OF CONTRACT

    1. The person(s) whose tender may be accepted (hereinafter called the contractor(s)shall within ten days of the receipt by him/them of the Notification of theacceptance of his/their tender, deposit with the E.E. a sum equal to Five (5%)percent (including E.M.) of the sum specified in the tender either in Cash or Govt.Securities endorsed to the Executive Engineer (if deposited for more than 12months). All damages to be borne or other sums of money payable by the

    Contractor(s) to the Governor of Chhattisgarh under the terms of this Contract maybe deducted from or paid by the sale of sufficient part of his/their security depositor from the interest arising there from or from any sums which may be due or maybecome due to the contractor(s) by the Governor of C.G. on any accountwhatsoever. In the event of his/their security deposit being reduced by reason ofany deduction or sale as aforesaid or by reason of forfeiture under Clause 13, thecontractor (s) shall within ten days there after make good in cash or Govt.securities endorsed as aforesaid any sum or sums which may be necessary tomake the amount of deposit equal to 5% of the sum specified in the tender.

    The Contractor(s) is/are to provide every thing of every sort and kind (with theexception noted in the schedule attached) which may be necessary and requisitefor the due and proper execution of the several works included in the contractaccording to the true intent and meaning of the drawings and specifications takentogether, which are to be signed by Executive Engineer, Public HealthEngineering Department, Division Ambikapur(hereinafter called the E.E.) andthe contractor (s) whether the same may or may not be particularly described in thespecification or shown on the drawings, provided that the same are reasonably andobviously to be inferred there from and in case of any discrepancies between thedrawings and the specification the E.E. is to decide which shall be followed.

    2. The Contractor (s) is/are to set out the whole of the works in conjunction with anofficer to be deputed by the E.E. and during the progress of the works to amend

    on the requisition of E.E. any error which may arise therein and provide all thenecessary labour and the materials for so doing. The contractor(s) is/are to provideall plant, labour and materials (with the exceptions noted in the schedulesattached) which may be necessary and requisite for the works. All materials andworkmanship are to be the best of their respective kinds. The contractor(s) is/areto leave the work in all respect clean and perfect at the completion thereof.

    3. Complete copies of the drawings and specification signed by the E.E. are to befurnished by him to the contractor (s) for his/their own use, and the same or copiesthereof are to be kept with site in charge of the contractor (s) agent who is to beconstantly kept on the ground by the contractor(s) and to whom the instructionscan be given by the E.E. The Contractor (s) is/are not to sublet the works or any

    part thereof without the consent in writing of E.E.

    4. The E.E. is to have at all times access to works which are to be entirely under hiscontrol. He may require the contractor (s) to dismiss any person in the Contractor(s) employ upon the works who may incompetent or misconduct himself andcontractor (s) is/are forthwith to comply with such requirements.

    5. The Contractor (s) is/are not to vary or deviate from the drawings or specificationor execute any extra work of any kind whatsoever unless upon the authority ofExecutive Engineer to be sufficiently shown by any order in writing by any plan ordrawings expressly given and signed by him as an extra or variation or by any

    subsequent written approval signed by him. In case of daily labour all vouchers forthe same are to be delivered to the E.E. or the Officer in charge at least during theweek following that in which the work may have been done and only such day thework is to be allowed for as such as may have been authorised by the E.E. to be

    122262261.doc - 28 -

  • 7/30/2019 PRSN2

    29/67

    so done unless the work can not from its character be properly measured andvalued. The drawings in respect of which this contract is drawn up provide for aminimum depth of foundations for good soil. Any extra depth will be measured asextra.When the foundation trenches have been opened up and will be paid for inaddition to the sum contracted for the completed work.

    6. Any authority given by the E.E. for any alteration of additions in or to works is notto vitiate the contract, but all additions, omission or variations made in carrying out

    the work to be measured and valued and certified by the E.E. and added to ordeducted from the amount of the contract, as the case may be, at prevailing ratesof PHE Division Ambikapur . In such in which rates do not exist, theSuperintending Engineer will fix the rates to be paid. When it is requirednecessarily the contractor will be bound to execute ten percent extra work of lump-sum offer and he draw proper benefit of the original lump-sum schedule of work forwhich it was aimed.

    7. All works and materials brought and left upon the ground by the contractor (s) orhis/their orders for the purpose of forming part of the works are to be considered tobe the property of the Governor of C.G. and the same are not to be removed ortaken away by the contractor (s) or any other person without the special license

    and consent in writing of the E.E. but the Governor of C.G. is not to be in any wayanswerable for any loss or damage which may happen to or in respect of any suchwork or materials either by the same being lost or stolen or injured by weather orotherwise.

    8. The E.E. has full power to ask the contractor for the removal from the premises ofall materials which in his opinion are not in accordance with the specification andin case of default the E.E. shall be at liberty to employ other persons to remove thesame without being answerable or accountable for any loss or damage that mayhappen or arise to such materials at the contractors cost. The E.E. is also to havefull power to require other proper materials to be substituted and in case of defaultthe E.E. may cause the same to be supplied and all costs which may attained such

    removal and substitution are to be borne by the contractor.9. If in the opinion of the E.E. any of the works are executed with improper materials

    or defective workmanship, the contractor (s) is/are when required by the E.E.forthwith to re-execute the same and to substitute proper materials andworkmanship and in case of default of the contractor(s) is so doing within a weekthe E.E. is to have full power to employ other persons to re-execute the work andthe cost thereof shall be borne by the contractor (s).

    10. Any defects, shrinkage or other faults which may appear within 6 months, from thecompletion of work arising out of defective or improper materials or workmanshipare upon the direction of the E.E. to be amended and made good by thecontractor(s) at his/their own cost unless the E.E. shall decide that he/they ought to

    be paid for the same and in case of default the Governor of C.G. may recover fromthe Contractor (s) the cost of making good the works.

    11. From the commencement of the works to the completion of the same they are to beunder the contractor (s) charge. The contractor (s) is/are to be held responsiblefor and make good all injuries, damages and repairs, occasioned or renderednecessary to the same by fire or other causes and they are to hold the Governor ofChhattisgarh harmless from any claims for injuries to persons or for structuraldamage to property happening from any neglect, default want of proper care ofmisconduct on the part of the contractor (s) or of any one in his/their employ duringthe execution of the work.

    12. The E.E. is to have full power to send workmen upon the premises to executefittings and other works and included in the contract for whose operation thecontractor (s) is/are to afford every responsible facility during ordinary working

    122262261.doc - 29 -

  • 7/30/2019 PRSN2

    30/67

    hours, provided that such operations shall be carried on in such manner as not toimpede the progress of the work including in the contract but the contractor (s)is/are not to be responsible for any damage which may happen to or beoccasioned by any such fittings or other works.

    13. The works comprised in this tender are to be commenced immediately upon receiptof the order of commencement given in writing by the E.E. when possession of thesite can be had. The whole work including all such additions and variations as

    aforesaid (but excluding such if any as may have been postponed by an order fromthe E.E.) shall be completed in every respect within 12 months including rainyseason from the date of issue of the aforesaid order and if from any causewhatever other than will full obstruction or defaults, on the part of E.E. or his staffand except as hereinafter provided the whole of such work shall not be finished tothe satisfaction of the E.E. within the said period, the contractor (s) shall forfeit tothe Governor of C.G. from his/their security deposit by way of ascertained andliquidated damages for each defaults and not by way of penalty, the sum ofRs.1100.00 (Rupees One thousand one hundred only) per day for everycompleted day of such default provided that the entire amount of damages to beforfeited under the provisions of this clauses shall not exceed 10% on the

    estimated value of the whole work as shown in the tender.Provided nevertheless that if the contractor (s) shall be of the opinion that he/theyis/are entitled to any extension of time on account of the works being altered,varied or added to or on account of any delay by reason of any inclement whetheror causes not under the control of the contractor(s) in consequence of orders tothat effect from the E.E. himself which orders, the such cases it shall be competentfor E.E. by an order in writing to extend the aforesaid period for final completion bysuch period or periods as he shall deem reasonable and the contractor (s) is/are tocomplete the works within such extended period or periods as aforesaid. Providedthat the contractor (s) shall not be entitled to any extension of time unless he/theyshall within 3 days after the happening of the event in respect of which he/they

    shall consider himself/themselves entitled to any extension to the E.E., givingwritten notice of such claim to any extension of time and of the ground or groundsand of the amount thereof unless in any case the E.E. shall in his directiondispense with such notice and certify for an extension of time. Nevertheless and incase of any extension of time, the aforesaid provisions with amount for damages indefaults of due completion shall apply in case of non-completion of the workswithin the extended time. Provided that the Contractor (s) shall not be entitled toany extension of time in respect of the extra work involved in extra depth offoundation mentioned in Clause 5.

    14. If the contractor (s) shall become bankrupt or compound with or make anyassignment for the benefit of his/their creditors or shall suspend or delay theperformance of his/their part of the contract( Except on account of causesmentioned in Clause 13 or in consequence of not having proper instructions forwhich the contractor (s)shall have duly applied). The E.E. may give to theContractor (s) or his/their assignee or trustee, as the case may be, notice requiringthe work to be proceeded with and in case of default on the part of the contractor(s) or his/their assignee or trustee for a period of 7 days, it shall be lawful for theE.E. to enter upon and take possession of the work and employ any other personor persons to carry on and complete the same and to authorise his/them to use theplant, materials and property of the contractor (s) upon the work and the costs andthe charges incurred in any way in carrying on and completing the said works areto be paid to the E.E. by the contractor(s). The E.E. shall be the final authority to

    determine the amount spent to complete the unfinished works. The certificate ofE.E. as the value of the balance work done shall be final and conclusive againstthe contractor.

    122262261.doc - 30 -

  • 7/30/2019 PRSN2

    31/67

  • 7/30/2019 PRSN2

    32/67

    into any engagements or made any advances to labour or taken any other preliminary orincidental measures on account of or with a view to the Executive of the works or theperformance of the contract.

    Dated : Signature of the Contractor

    122262261.doc - 32 -

  • 7/30/2019 PRSN2

    33/67

    ANNEXURE - AMODEL RULES RELATING TO LABOUR, TO WATER SUPPLY AND

    SANITATION IN LABOUR CAMPS

    NOTE :-

    These model rules are intended primarily for labour camps which are not of apermanent nature. They lay down the minimum desirable standard which shouldbe adhered to standards in permanent on semi permanent labour camps should

    not obviously be lower than for temporary camps.1. LOCATION :

    The camp should be located in elevated and well drained ground in the locality

    2. Labour huts to be constructed for one family of 5 persons each. The layout to beshown in the prescribed sketch.

    3. HUTTING : The huts to be built of local materials. Each hut should provide atleast 20 sqm of living space.

    4. SANITARY FACILITIES :

    Latrines and urinals shall be provided at least 15 mtrs away from the nearest

    quarters separately for men and women and specially so marked in the followingscale.

    5. LATRINES : Pit provided at the rate of 10 user or families per seat. Separate arerequired as the privacy can also be used for this purpose.

    6. DRINKING WATER :

    Adequate arrangements shall be made for the supply of drinking water. Ifpracticable filtered and chlorinated supplies shall be arranged when supply isfrom intermittent sources over head storage tank shall be provided with a capacityof five confirm to the sanitary standard laid down in the report of the ruralsanitation committee. The well should be at least 30 meters away from anylatrine or other source of pollution. If possible the pump should be installed fordrawing the water from well. The well should be effectively disinfected one everymonth and the quality of the water should be got tested at the Public HealthInstitution between each work of disinfecting.

    7. BATHING AND WASHING :

    Separate bathing and washing plan shall be provided for men and women forevery 25 persons in the camp. There shall be one gap and space of 2 sqm forwashing and bathing. Proper drainage for waste water should be provided.

    8. WASTE DISPOSAL :

    Dustbin shall be provided at suitable places in camp and the residence shall bedirected to throw all rubbish into those dustbins. The dustbin shall be providedwith cover. The contents shall be removed every day and disposed off bytrenching.

    9. MEDICAL FACILITIES :

    9.1 Every camp where 1000 or more persons reside shall be provided withwhole time doctor and dispensary. If there are women in the camp a wholetime Nurse shall be employed.

    9.2 Every camp where less than 1000 but more than 250 persons resides shall

    be provided with a dispensary and a part time, Nurse/Midwife.9.3 if there are less than 250 persons in any camp a first aid kit shall be

    maintained in charge of whole time persons trained in first side.

    122262261.doc - 33 -

  • 7/30/2019 PRSN2

    34/67

    9.4 All the medical facilities mentioned above shall be for the all residents inthe camp, including a dependent of workers, if any, free of costs.

    9.5 For each labour camp there should be qualified sanitary inspector andsweepers should be provided in the following scales :-

    9.5.1 For camps with strength over 200 but not exceeding 500 persons - Onesweeper for every 75 persons above the first 200 for which 3 sweepers willbe provided.

    9.5.2 For camps with strength over 500 persons - One sweeper for every 100persons above first 500 for which 6 sweepers should be provided.

    122262261.doc - 34 -

  • 7/30/2019 PRSN2

    35/67

    ANNEXURE - B

    The contractor shall pay not less than fair wage to labours engaged byhim in the work:

    EXPLAINATION :

    A. FAIR WAGES means whether for time of piece work as notified on the date ofinviting tenders and where such wages have not been so notified the wagesprescribed by the competent authority for division in which the work is done.

    B. The contractor shall, notwithstanding the provision of any contract to thecontrary, cause to be paid a fair to labours indirectly engaged on the workincluding any labour engaged by his sub-contractor in connection with the saidwork as if labourers had been immediately employed by him.

    C. In respect of all labour directly or indirectly employed on the works or theperformance of his contract, the contractor shall comply with or cause to becomplied with the Labour Act. in force.

    D. The Executive Engineer/Sub-Divisional Officer shall have the right to deductfrom the money due to the contractor any sum required or estimated to berequired for making good, the loss suffered by a worker or workers by reason ofnon-fulfilment of the conditions of the contract for the benefit of the workers nonpayment of the wages or of deductions made from his or their wages which arenot justified by their terms of contract or non-observance of regulations.

    E. The contractor shall be primarily liable for all payments to be made under andfor the observance of the regulations aforesaid without prejudice to his right toclaim indemnity from his sub-contractor.

    F. 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 conduct.

    G. The contractor shall obtain a valid license under the Contract (Regulation &Abolition) Act, in force and rule made thereunder by the competent authorityfrom time to time before commencement of work and continue to have a validlicense until the completion of the work.

    Any failure to fulfil this requirement shall attract the penal provisions of thiscontract arising out of the resulted non execution of the work assigned to thecontractor.

    122262261.doc - 35 -

  • 7/30/2019 PRSN2

    36/67

    ANNEXURE - D

    FORM OF CERTIFICATE OF INCOME TAX TO BE SUBMITTED BY CONTRACTOR (S)

    TENDERING FOR WORKS COSTING RS.2.00 LAKHS OR MORE

    1. Name & Style (of the company, firm, H.U.F., or Individual) in which theapplicant assessed to Income Tax and Address for purposes of assessment.

    2. The Income Tax Circle/Ward/District in which the applicant is assessed toIncome Tax.

    3. Following particulars concerning the last Income Tax Assessment made :-

    3.01 Reference No. (Or G.I.R. No.) of the assessment

    3.02 Assessment year and Accounting year

    3.03 Amount of Total Income Assessed

    3.04 Amount of Tax Assessed I.T., S.T., E.P.T., B.P.T.

    3.05 Amount of Tax Paid I.T., S.T., E.P.T., B.P.T.

    3.06 Balance being tax not yet paid and reasons for such arrears.

    3.07 Whether any attachment or certificate proceedings pending in respect ofthe arrears.

    3.08 Whether the company or firm or H.U.F. on which the assessment wasmade has been or is being liquidated, woundup dissolved, petitioned orbeing declared insolvent as the case may be.

    3.08.1 The Position about later assignment namely, whether returns submittedunder section 22 (1) or (2) of the I.T. Act and whether tax paid undersection 18 (a) of the Act and the amount of tax so paid or in arrears.

    4. In case there has been no Income Tax Assessment at all in the past, whetherreturns submitted under section 21 (1) or (2) and 18-A (3) and if so, theamount of Income Tax Return or Tax paid and the Income TaxCircle/Ward/District concerned.

    5. The name and address of branch (es) verified the particulars set out aboveand found correct subject to the following remarks.

    Dated.. Signature of I.T.C.

    Circle/Ward/District

    122262261.doc - 36 -

  • 7/30/2019 PRSN2

    37/67

    ANNEXURE - E

    Specification & Detailed Scope of Work

    NAME OF WORK: Design, Drawing, Construction, and Testing and Commissioning ofR.C.C. Circular Intake Well and Pump House of Internal Dia. 6.0 M at RiverChanan, 1.90 MLD Capacity Water Treatment Plant Including Mechanical and

    Electrical accessories, Raw Water & Clear water Pumping Units, R.C.C. Sump welletc. complete under Balrampur Augmentation Water Supply Scheme.

    The work includes the following items of works:-

    (A) Design, Drawing, Construction and Testing of one no. 6.0 M inside dia R.C.C. Intakewell with Pump House on top of it with 20.0 M (appx.) long R.C.C. Foot Bridge.

    (B) Supply, Installation and Commissioning of 2 nos. Centrifugal Pump sets for Raw WaterPumping including pipeline, electric panel etc.

    (C) Design, Construction, Supply of Electro-mechanical equipments, testing andCommissioning of 1.90 MLD capacity Water Treatment Plant including Sump well andpumping station etc.

    (D) Supply, Installation and Commissioning of 2 nos. Centrifugal Pump sets for pumpingClear Water from Treatment Plant to Over Head Tank.

    A detailed description with specifications of all works is given as follows:-

    (A) Technical Details and Specification for Construction of intake well cum pumphouse on River Galfulla for Kusmi Augment ation Water Supply Scheme.

    1.0GENERAL1.1The job implies all works from preliminary investigation and the entire construction

    including providing and fixing of various items mentioned in proceeding paras to thefinal commissioning of the structure including all ancillary works such as constructionof coffer dam, dewatering, bailing out of water, etc. all.

    1.2The tenderers offer should be technically sound and economically viable.

    1.3 The tenderers are required to carry out the complete construction of civil work, until the

    whole structure is handed over to the Department. Testing will also have to be carriedout at contractors cost and it will be the responsibility of tenderers to ensure thatrespective guarantees are achieved.

    1.4 The Intake well will be constructed near the bank of River Chanan. The Intake well isrequired to house, 2 nos. Vertical Turbine pumps. Therefore, contractor should haveadequate technical know-how to decide the arrangement of pumps installationconcealed cabling and control panel etc. the contractor will have to carry outmodification, addition and alteration in the design of structure to meet suchrequirements, if needed without causing any extra cost of Lump sum offer.

    He will therefore design the Intake well cum pump house in such a manner that itshould meet the hydraulic requirements of Pumps to be installed in it.

    122262261.doc - 37 -

  • 7/30/2019 PRSN2

    38/67

    1.5 In the Intake well cum pump house, provision for installing a total of 2 nos. of VerticalTurbine pumps. One pump set will work at a time. The civil structure will have toensure that no vortex is formed and there is no interference or pump starvation byoperating these pumps in any group or independent operation.

    1.6 PRELIMINARYINVESTIGATIONIt will be necessary for the tenderes to depute technical personnel to visit the site and

    contact the office of the Engineer-in-charge to collect all relevant data for designing theentire construction work of said structure. However, the preliminary geological,hydrological and topographical details as taken by Department are as follows:-

    A. HYDROLOGICAL DATA:The cross section of river at proposed construction site is available in the office of theExecutive Engineer, Ambikapur Division.

    B. GEOLOGICAL DATA:The department has taken trial bore up to 10M depth at the proposed site and thedetails of trial bore are enclosed.

    1.7 PREPARATIONOF TECHNICALDETAILSThe tenderers shall prepare the technical report for design and construction of the saidwork incorporating complete information, specification and data.

    1.8 TENDERDRAWINGAt the time of submitting tender the contractor shall have to submit an outline plan andsection of the proposed work showing different components.

    2.0 DETAILS SCOPE OF WORK2.1 LOCATION OF INTAKE WELLThe inlet pipe with suitably designed strainer will be inside the river where as the

    Intake well will be near bank of river and should satisfy pre and post flood /submergence conditions. Its successful functioning should be ensured at H.F.L.condition of source as well as at minimum draw down level.

    2.2 DETAILDESIGN2.2.1 After written order to commence the work, the contractor will have to submit thestructure details design and drawings of the entire structure including allied workswithin 30 days. The entire civil works related to installation of those item viz, opening insteining of Intake Well, opening in slabs for pumps, Hoist and Gantry supportarrangement, inlet pipe between river and intake well etc. are to be provided by thecontractor with suitable designed strainer and shall be a part of this contract.

    2.2.2 Detail design will include calculations for the following components :-1. Design of R.C.C. Intake well cum pump house with approach bridge.2. Design of Inlet pipe to be provided between river and Intake well.3. Designing of discharge floor, plan of pumps and control valves.4. Design of motor floor and plan of motors location, control panels, cable

    trenches etc.5. Design of Pump house wall.6. Design of Gantry column and ring beam.7. Design of roof slab.8. Design of staircase and stairs from discharge floor to intake well bottom

    floor & discharge floor to motor floor.

    122262261.doc - 38 -

  • 7/30/2019 PRSN2

    39/67

    2.2.3 DRAWINGSDetail working drawings each in 3 sets will be submitted for record ofDepartment. The detail designs will also be submitted in three copiesduly well binded. In addition to above drawings in 3 sets will be given tothe Engineer-in-charge for the execution of the work.

    2.2.4 The responsibility for designs, construction, structural stability and watertightness in all R.C.C. structure shall rest solely with contractor. The contractorsshall have to submit four sets of completion drawings immediately aftercompletion of work.

    2.3 FOUNDATION OF INTAKEWELLThe foundation of Intake well, cum pump house will be designed and

    constructed keeping in view to strata met in foundation, maximum scour depth, weightof super structure, velocity forces, wind forces, live load of pumps, motors, pipes,dynamic forces due to vibrations of pumps, water thrust, seismic force, other live loadsover structures, including uplift pressure etc. complete. The bottom floor will be

    capable of with standing up lift pressure when the water level is at the HFL (invert levelof top most inlet pipe) and inside is empty. Any other forces required to be taken forsafe design which are not mentioned here will also be taken into consideration for thedesign. The stability of Intake well, cum pump house will also be checked for seismicforces.

    The foundation of the Intake well cum pump house shall be kept below scourlevel. The depth of foundation should also be sufficient from consideration of bearingcapacity, settlement, and suitability of strata at foundation level and stability ofstructure as a whole against overturning and sliding.

    The scour depth calculated for maximum discharge of river. The depth of scourfor Intake well shall be taken as 2.0 times the mean depth of scour for the maximumdischarge. The mean depth of scour shall be calculated from formula as given in IRC78-1983.

    In case, if it is required to rest foundation on erodable strata, the depth offoundation below the scour line shall not be less than 1.2 Mtrs. In case of foundationresting on rock, the minimum embedment of foundation into rock below shall be 1.5Mtrs. In soft rock or 1.0 M in hard rock. The depth of embedment shall exclude thatportion of rock which is weathered or fissured.

    The foundation shall be designed for worst combination of loads and forces.

    For laying foundation concrete under water, it shall be done by skip boxes ortermite pipe. Pumping out of water shall not be permitted from the time of placing ofconcrete up to 72 hrs. Thereafter.

    The foundation of Intake well cum pump house will be laid over minimum CC M15 15 cm thick concrete. The minimum grade of concrete used in structure will be CCM 25 and stresses in concrete will be taken from IS:3370.

    Use of explosive will be avoided for foundation excavation, which will be doneby dropping heavy chisels. If at all breaking of rock is not possible by chisel only thenexplosive will be used.

    2.4 WELLSTEINING

    122262261.doc - 39 -

  • 7/30/2019 PRSN2

    40/67

    The thickness of steining of Intake well cum pump house will be designedkeeping in view the various stresses developed due to self load of steining, superstructure live load, due to pumps, motors and pipe column assembly of three pumpingsets, water forces due to river floods, velocity forces, wind force, dynamic forces, dueto vibration of motors, water thrust in discharge pipe, due to water hammer and otherlive loads over slabs, roofing, balconies (as specified in forth coming paras), otherloads due to buoyancy effect and any other forces required to be taken for safe designwill also be taken into consideration which are not mentioned here. The steining shall

    be designed for the various combinations of forces. Its stability shall be checked for theworst condition including the condition will be in R.C.C. The minimum thickness ofIntake well from the bottom floor to pump house floor level will not be less than 400 mmeven if it comes on lower side after design. Above pump floor level the minimumthickness shall not be less than 200 mm. The minimum grade of concrete shall be M 25.

    2.5 STAIR CASEA R.C.C. Stair case of 1.0 M width (for a live load of 500 kg/sqm) from pump

    house floor to roof level along the outer circumference of the well and 0.8M wideR.C.C. stairs from pump floor level to bottom of the intake well shall be provided, onthe inner circumference of the steining. The stairs shall be provided in such a way that

    there is no obstruction due to inlet ports or operating rods etc. The intermediatelandings will be provided at 3.0 M vertical intervals in staircase. Railing with R.C.C.columns at 1.5 M c/c embedded in cement concrete with 3 rows of 25 mm dia mediumclass G.I. pipes will be provided on stair case.

    2.6ELECTRIFICATIONThe electrification of the whole pump house inside and outside the Intake well

    shall be done in such a manner that the standard level of illumination is obtained at allplaces. The writing should be either concealed or with PVC conduits of superior quality.The total number of light points shall be not less than 5 inside the pump house. Theinside of Intake well shall be illuminated with the help of 2 fountain lights. The outer

    illumination should also have two sodium vapour lamps.

    2.7 PROVIDING AND FIXING OF INLETPORTSIt is proposed to provide three nos. inlet ports as per design at various levels

    and directions to draw water from various levels of reservoir during minimum drawdown level and at the time of heights flood. Each inlet port will be designed to allow theflow of raw water at the rate of 2.0 MLD when 60 cm head is available above crown ofthe port.

    2.8BUTTERFLY VALVEButterfly valves shall be provided on all the three inlet ports which shall conform

    to relevant ISI with up to date amendment duly inspected by DGS & D/SGS/RITES.

    The advantages to provide butterfly valves are to enjoy zero leakage and its functionshall be certain, even if operated after a long time gap.

    The location and R.L. of these inlet ports will be decided by the Executive Engineer incharge during the time of construction. The levels and locations of inlet ports as shownin drawing are tentative.

    2.9M.S. STRAINERSMinimum 10 mm thick mild steel strainers will be provided on outer side of every

    inlet ports. It will have flanges to bolt with inlet port. The strainers area of perforation(holes of 22 mm dia each) shall be twice the inlet port area. Since it will be submerged

    always hence it will be painted with epoxy paint after sand blasting. Epoxy paint andprimer shall be coaltar epoxy as per I.S.I. specifications.

    2.10 PUMP HOUSEFLOOR

    122262261.doc - 40 -

  • 7/30/2019 PRSN2

    41/67

    A floor slab at R.L. 78.00 M shall be provided. On this floor provisions areconsidered to install the 2 nos. pumping sets, its starters, control panels, bush barchannels etc. The floor slab shall be designed for a live load of 1000 kg/sqm plus thepoint loads for pump sets each of 1000 kg approximately. All the civil works involvedfor installation of pump and its foundation, cable trenches etc. opening in floor slab andwalls of well are included in this contract. On pump floor; plain cement concrete ironisttiles will be provided. An opening of 1.5M x 1.5M with steel frame and cover shall beprovided on motor floor, to facilitate the lifting of motors and unloading of motors, pipes

    and other machineries. A balcony of 1.0M width shall be provided on motor floor levelall around the pump house with 1.2M high railing. The minimum grade of concreteshall be M25.

    2.11 PUMP HOUSEThe entire construction of pump house will be of R.C.C. The Pump House shall

    be Circular / Octagonal in shape. The R.C.C. wall of pump house shall not be less than200 mm thick M-20. The details of floor and cantilever balcony has already beenmentioned earlier. 0.75 meter wide Cantilever chajjas at approximately 2.4 M height onthe outer side of pump house shall be provided over window / ventilators. Goodarchitectural appearance shall be provided to pump house. A main entrance of 2.4 M x

    1.5 M shall be provided facing towards the stair case. The railing as per thespecification given earlier shall be provided all around the balcony. Sufficient doors,ventilators and windows of press steel frames fully paneled shall be provided in pumphouse, which will be at least 30% of motor floor area for light and ventilation. One doorof 2.4 M x 1.0 M wide shall be provided towards river side to watch the floods andwater level of river. The height of pump house shall be at least 5.0 M from motor floorlevel to roof level.

    Two nos. exhaust fans shall be provided for effective room temperature control.

    2.12 ROOF SLABThe roof slab of pump house shall be of R.C.C. and it shall be designed for live

    load of 150 kg/sqm. The minimum grade of concrete shall be M25.

    2.13 ARRANGEMENT OF GANTRY GIRDERCantilever projection not less than 0.5 M shall be provided all around on the

    inner side of the pump house wall; at 5.0 M height from motor floor level, to supportgantry girder crane through columns. Rails of suitable size will be provided all aroundthis projection; over which the gantry girder crane will move along the circumference.

    The Circular traveling Gantry Crane of 2.0 MT. capacity shall be provided withcross travel trolley and chain pulley block. It shall be operated manually from motorfloor level.

    2.14 INLET PIPE BETWEEN INTAKE WELL CUM PUMP HOUSEThe intake pipes between the Intake well cum pump house shall be ISI mark

    C.I.D.F. pipe class-B conforming to IS 1537. Duly inspected by DGS & D/SGS/RITESand shall be provided at 3 different levels. The length of pipe shall be as perrequirement at site to draw river water from the river.

    2.15 LIGHTENING ARRESTORAluminum lightening arrestor with all accessories shall be provided as per ISspecification for safety of structure.

    2.16 PAINTING

    122262261.doc - 41 -

  • 7/30/2019 PRSN2

    42/67

    Two coats of snowcem painting on the entire civil work shall be done inside andoutside of the entire work. Two coats of enamel oil paint over primer shall be done ondoors, windows, ventilations and all steel fabrication work i.e. railing, gantry girder etc.

    2.17 CONCRETEEntire concrete used in the structure shall be Design Mix controlled concrete only. Incase of controlled concrete, theoretical consumption shall be the actual consumption.However minimum cement content and maximum water cement ratio shall be as per

    IS: 456-1978.

    2.18 Providing and installation of manually operated hoist with 0.3 cum capacity grabbucket :-

    A manually operated hoist with 0.3 cum capacity grab bucket shall be providedwith lifting arrangement to clean the bottom of the intake well which is likely to be siltedup during rainy season. The hoist shall be installed at pump house floor and shall becapable of lifting silt / sand from the bottom of the intake well of to level of 2 M abovethe pump house floor level.

    2.19 Bank protection work around the intake well :-

    The tenderer shall do the bank protection work around the intake well for adistance of at least 20 M on both sides.

    2.20 Approach bridge :-A R.C.C. bridge of minimum 3 M wide and approximately 20.0 M long (appx.) is

    proposed for approach to the intake well cum pump house from the bank.

    Executive EngineerPublic Health Engineering Division

    Ambikapur

    122262261.doc - 42 -

  • 7/30/2019 PRSN2

    43/67

    LEADING DETAILS DESIGN DATA, SPECIFICATION AND SPECIAL FEATURES FORDESIGN AND CONSTRUCTION OF INTAKE WELL CUM PUMP HOUSE

    1. Capacity of Intake Well : 3.0 MLD with preferable Internal Dia 6.0 M

    2. Location of site : The particulars of location of the proposedsite are as under :

    Name of river : Chanan RiverDistance from the nearestRly. station :

    Distance from main town :

    3. Hydraulic data3.1 Name of river : Chanan River

    3.2 H.F.L. : 76.00 M3.3 Lowest water level : M3.4 Average Bed level :60.00 M3.5 Average Bank level :

    4. Important LevelsDischarge floor level : 72.00 MMotor floor level : 78.00 MTop slab level of Pump House : 83.00 M

    5. Invert Levels of Inlet port1st inlet port : 64.00 M2nd inlet port : 59.00 M3rd inlet port : 58.50 M

    6. Minimum DimensionsDiameter of well : 6.0 M(below discharge floor)

    Diameter between discharge : 6.20 M

    floor & motor floor level

    Diameter above motor floor level : 6.40 M.

    7. Minimum Head room at Various FloorsDischarge floor : 3.80 MMotor floor : 4.80 M

    8. Minimum steining thickness

    Upto Discharge floor : 400 mmFrom DF Level of Motor floor : 300 mmAbove motor floor : 200 mm

    122262261.doc - 43 -

  • 7/30/2019 PRSN2

    44/67

    9. Width of StairsFrom DF to bottom floor of : 0.8 Mintake well

    From discharge floor to motor : 1.0 MFloor

    10. Railings

    On stairs and balcony of motor : 1.2 M height RCC post @ 1.5 M c/c withfloor and below discharge three row of 25 mm dia G.I. pipe medium

    floor level class

    11. Scour level : One meter below rock top level12. Bottom floor level of Intake well : Min. 3.50 M below river Bed level

    13. Allowable bearing capacity at thefoundation location including the

    effect of wind shall be as under

    13.1 For Intake well : 30 T/M2

    13.2 For R.C.C. bridge : 15 T/M2

    14. Design LoadingsOn discharge floor

    Live load : 1000 kg/sqm.

    Concentrated load : 1000 kg at each opening for pump

    No. of Pumps : 2 nos.

    On Motor floorLive load : 1000 kg/sqm.

    Concentrated load of each : 2 MT.

    Motor

    No. of Motors : 2 nos.

    For stairs inside the well : 500 kg/sqm.

    For stair case from bridge to : 500 kg/sqm.Motor level

    Gantry support : 3MTRoof slab of pump house : 150 kg/sqm.For approach bridge : 750 kg/sqm.

    15. BuoyancyBuoyancy allowed in the design of

    the Intake well and bridge foundation shall be 100% for foundation resting on rock

    16. Seismic ZoneZ