27.09.2015 Views

TENDER DOCUMENT

System No.424 Please view amendment Tender Document is ...

System No.424 Please view amendment Tender Document is ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

GOVERNMENT OF CHHATTISGARH<br />

PUBLIC HEALTH ENGINEERING DEPARTMENT<br />

<strong>TENDER</strong> <strong>DOCUMENT</strong><br />

Tender documents for Design, construction, testing and commissioning<br />

of 1 Nos R.C.C. elevated service reservoir of 3300 KL capacity on 20 mt.<br />

staging including providing and fixing of all pipes and fittings at<br />

Baghera Durg Town.<br />

On Lump sump contract basis<br />

Estimated cost Rs. 139.00 Lacs<br />

Bid Submission Fees - Rs. 3740.00<br />

EXECUTIVE ENGINEER<br />

PUBLIC HEALTH ENGINEERING DIVISION<br />

DURG CHHATTISGARH<br />

E:\Tanki\Baghera_30.sxw - 1 -


CONTENTS<br />

S. No. Particulars Page No.<br />

1 Important Points for the Guidance to tenderers<br />

2 Short Notice Inviting Tender (ENGLISH)<br />

3 Notice Inviting Tender<br />

4 Short Notice Inviting Tender (HINDI)<br />

5 Detailed Notice Inviting Tender (HINDI)<br />

6 Detail Tender Notice<br />

7 Tender for Lump-sum Contract<br />

8 Condition of contract<br />

9 Annexure “A”- Model Rules Relating to Labour,<br />

Water Supply and Sanitation in Labour Camps<br />

10 Annexure - “B” - Contractors Labour Regulations<br />

11 ANNEXURE - “E” - I Specification for Construction<br />

of R.C.C. Elevated Service Reservoir<br />

12 Special conditions - Annexure ‘E’<br />

13 Annexure - ‘G’ - Break-up Schedule of payment<br />

14 Safe Bearing Capacity Report<br />

15 Trial Pit Section<br />

E:\Tanki\Baghera_30.sxw - 2 -


CHECK LIST FOR ISSUE OF <strong>TENDER</strong> <strong>DOCUMENT</strong>S<br />

1. NIT No. and Date NIT No.30/TS/EE/Durg and Date 29.10.2010<br />

2. Due date of opening As per key date<br />

3 Name of work Design, construction, testing and commissioning of<br />

1 Nos. R.C.C. elevated service reservoir of 3300 KL<br />

capacity on 20 mt. staging including providing and<br />

fixing of all pipes and fittings at Baghera Durg<br />

Town.<br />

4 Name of Tenderer & Address _______________________________________________<br />

5 Registration details _______________________________________________<br />

6 Registration details _______________________________________________<br />

7 Experience certificate _______________________________________________<br />

8 Cost of tender documents Rs. 3740.00<br />

9 M.R. No. & Date<br />

<br />

Executive Engineer<br />

Public Health Engineering Division<br />

Durg<br />

E:\Tanki\Baghera_30.sxw - 3 -


IMPORTANT POINTS FOR THE GUIDANCE TO THE<br />

FIRMS/CONTRACTORS INTENDING TO SUBMIT <strong>TENDER</strong>S<br />

1.0 Usually the firms/contractors are in the habit of giving too many conditions in their<br />

offer. According to the conditions in the “NOTICE INVITING <strong>TENDER</strong>S”, the<br />

tenders with conditions are liable for rejection.<br />

The tenderers are therefore,<br />

advised to submit the tenders without their own conditions. In case, they consider<br />

some conditions are necessary they are requested to give clear cut, financial<br />

implications of each of such conditions to facilitate proper comparison of the<br />

tenders.<br />

2.0 The tenderers are required to see that their tenders are in conformity with the<br />

conditions and clauses of the N.I.T. (Notice inviting Tender) and the contract<br />

agreement form, particularly in regard to security deposit, mode of payment for<br />

extra work if any, completion time, guarantee about pipe, valves & others fittings,<br />

water tightness tests, structure stability etc.<br />

3.0 The firms/contractors sometimes ask for advance payment of the value of the pipe,<br />

specials, valves & others through bank against railway receipt. Since this tender is<br />

for a “turn key job” on lump sum basis, such condition of payment would be<br />

principally incorrect and therefore would not be accepted if asked for.<br />

4.0 Some firms/contractors stipulate submission of break up schedule of the payment<br />

after award of the contract. The tenderers are therefore requested to accept the<br />

Break up schedule given in tender document as ANNEXURE “G” .<br />

5.0 The firms/contractors sometimes ask for the refund of security deposit in a manner<br />

and time not in conformity with the provision of the N.I.T. Any such condition of<br />

refund of security deposit shall not be accepted to the department and as such the<br />

tenderers are requested to agree to the condition of the N.I.T. on this behalf.<br />

6.0 It is to clarify that no payment would be made on submission of drawing and design<br />

for civil work and general arrangement drawing for pipe, valves and other fitting.<br />

7.0 The tenderers are advised to keep their offer open for acceptance for a period as<br />

prescribed in the N.I.T. i.e. 120 days from the date of opening of financial Bids.<br />

Executive Engineer<br />

Public Health Engg. Division<br />

Durg (C.G.)<br />

E:\Tanki\Baghera_30.sxw - 4 -


Office of the Executive Engineer<br />

Public Health Engineering Division<br />

Durg (Chhattisgarh)<br />

NOTICE INVITING <strong>TENDER</strong><br />

NIT NO./ 30/TS/ E.E./P.H.E.Durg /10 dt. 29.10.2010<br />

On behalf of Governor of Chhattishgarh Online Tenders are invited for the<br />

following work in form “F” for Lump sum contract from eligible registered contractors in Public<br />

Health Engineering Department, Chhattishgarh.<br />

NAME OF WORK :-<br />

Group<br />

no.<br />

Name of work<br />

Probable<br />

amount<br />

of<br />

contract<br />

( In lacs)<br />

Earnest money<br />

(In Rs,)<br />

Time allowed<br />

for<br />

completion<br />

Bid<br />

Submission<br />

fees<br />

Validity<br />

of offer<br />

(From<br />

the date<br />

of<br />

opening<br />

of<br />

financial<br />

offer)<br />

Class of<br />

registered<br />

contractor<br />

1 2 3 4 5 6 7 8<br />

1 Design, construction, testing 139.00 104000.00 18 months Rs. 120<br />

and commissioning of 1 Nos. Lacs<br />

Including 3740.00 days<br />

R.C.C. elevated service<br />

rainy Payable<br />

reservoir of 3300 KL<br />

season online at<br />

capacity on 20 mt. staging<br />

the time<br />

including providing and<br />

of Bid<br />

fixing of all pipes and<br />

Preparati<br />

on and<br />

fittings at Baghera Durg<br />

Hash<br />

Town.<br />

Submissi<br />

on on the<br />

system<br />

A-IV/ S-IV<br />

and above<br />

for<br />

constructi<br />

on of<br />

O.H.T.<br />

1. The Tenderers intending to participate in this Tender are required to get enrolled on the<br />

portal http://cgeprocurement.gov.in and get empanelled on the Sub – Portal of Public<br />

Health and Engineering Department http://phed.cgeprocurement.gov.in. Enrolment on the<br />

above mentioned Portal is mandatory.<br />

2. The tenderer have to digitally sign their bids before submitting the bids hashes online thus the<br />

tenderers are advised to obtain Digital Certificates. The Bidders may contact NexTenders, for<br />

obtaining Class – II Digital Signature Certificates at NexTenders (India) Pvt. Ltd. ‘Saket’ B-31,<br />

Shailendra Nagar Raipur – 492 001 Tel. No : +917714079400, Tel. No.: +917714221020,<br />

Fax No.:+917714221023<br />

E-mail: raipur@nextenders.com<br />

E:\Tanki\Baghera_30.sxw - 5 -


3. The Tender are required to submit ‘Envelope “A” physically as per dates Indicated in Key<br />

Dates. The Physical Envelope’A’ should contain the following: -<br />

Seq<br />

No<br />

The Earnest Money, In favour of the Executive Engineer, PHE Division Durg which will<br />

be returned to the unsuccessful tenderer. The Earnest Money of the successful<br />

tenderer will be retained as part of the Security Deposit.<br />

Key Dates enclosed.<br />

PHD Stage<br />

Supplier Stage<br />

Start Date &<br />

Time<br />

Expiry Date &<br />

Time<br />

View<br />

Forms<br />

1 Release of NIT - - -<br />

2 - Tender Download a<br />

3 -<br />

4<br />

Close Bidding for<br />

General Conditions<br />

5 -<br />

6<br />

7<br />

8<br />

9<br />

10<br />

Opening of<br />

Envelope - PQ<br />

Shortlisting of<br />

Envelope -PQ<br />

Opening of EMD & T<br />

and C. & Shortlisting<br />

of EMD<br />

Shortlisting of<br />

Terms and<br />

Conditions<br />

Preparation of<br />

Common set of<br />

Conditions<br />

11 -<br />

12 -<br />

Submission of Bid<br />

Hash and<br />

Payment<br />

Bid Submission<br />

Online<br />

Download of<br />

commn set of<br />

conditions.<br />

- -<br />

a<br />

a<br />

Envelops<br />

EMD<br />

Envelope,Technica<br />

l Envelope,Price<br />

Bid Envelope,Pre<br />

Qualification<br />

EMD<br />

Envelope,Technica<br />

l Envelope,Price<br />

Bid Envelope,Pre<br />

Qualification<br />

EMD<br />

Envelope,Technica<br />

l Envelope,Price<br />

Bid Envelope,Pre<br />

Qualification<br />

EMD<br />

Envelope,Technica<br />

l Envelope,Price<br />

Bid Envelope,Pre<br />

Qualification<br />

- - Pre Qualification<br />

- - Pre Qualification<br />

- -<br />

- -<br />

- -<br />

Submission of Bid<br />

Hash of Revised<br />

Offer.<br />

a<br />

a<br />

EMD<br />

Envelope,Technica<br />

l Envelope<br />

Technical<br />

Envelope<br />

Common<br />

condition,Revised<br />

Bid<br />

Common<br />

condition,Revised<br />

Bid<br />

Common<br />

condition,Revised<br />

Bid<br />

E:\Tanki\Baghera_30.sxw - 6 -


13<br />

Close for Bidding<br />

Revised Offer.<br />

14 -<br />

15<br />

16<br />

17<br />

18<br />

19<br />

20<br />

Opening of<br />

Acceptance of<br />

Common set of<br />

conditions<br />

Shortlisting of<br />

Common set of<br />

conditions<br />

Opening of Revised<br />

offer<br />

Shortlisting of<br />

revised offer<br />

Opening of Original<br />

Offer<br />

Shorlisting of<br />

Original Offer<br />

- -<br />

Bid Submission<br />

Online of Revised<br />

Offer.<br />

a<br />

Common<br />

condition,Revised<br />

Bid<br />

Common<br />

condition,Revised<br />

Bid<br />

- - Common condition<br />

- - Common condition<br />

- - Revised Bid<br />

- - Revised Bid<br />

- - Price Bid Envelope<br />

- - Price Bid Envelope<br />

21 Tender Award - - Price Bid Envelope<br />

Kindly upload scan copies of below mentioned documents under Pre Qualification<br />

envelope & Submit attested copy of the documents in division office in due date.<br />

1) Valid registration certificate of P.H.E. Deptt. Chhattisgarh.<br />

2) Copy of PAN card issued by I.T. department.<br />

3) Proof of registration in commercial tax department.<br />

4) Experience Certificate of construction of O.H.T. of minimum 50 % capacity that<br />

of tendered O.H.T. capacity experience certificate should be issued not less<br />

than EXECUTIVE ENGINEER work.<br />

5) The details of works in hand indicating name of work, Agreement no. work order<br />

no. and date amount of contract period of completion, value of work and<br />

balance work in hand with details of work on the date of submission of Tender;<br />

shall be essentially submitted ( as per enclosed proforma )<br />

6) List of equipment’s owned by the contractor along with proprietary certificate/<br />

registration required for execution of work in prescribed period.<br />

7) Financial turn over of last 5 years i.e. 2005-2006 to 2009-2010.<br />

8) Vailid revenue Solvency is registration is done on revenue Solvency basis.<br />

9) Registration Certificate from “Chhattisgarh Building and other construction<br />

welfare Board”.<br />

9.A Cess @ 1% ( One percent only ) shall be deducted at source, from every<br />

bill of contractor by Executive Engineer under “Building and other<br />

Contraction for workers welfare, cess Act – 1996”<br />

9.B It is mandatory for the contractor (s) to get himself themselves registered<br />

with “Chhattisgarh Building and other construction welfare Board” for<br />

work amounting to Rs. 10.00 lakhs (Rs. Ten Lakhs ) and above and<br />

E:\Tanki\Baghera_30.sxw - 7 -


enclosed a true copy of such registration certificate along with the tender,<br />

otherwise his/their tender shall not be considered for qualification.<br />

Other condition of N.I.T.<br />

1) All materials supply for the work should be insfected by DGS & D/ SGS/RITES.<br />

2) Department reserve the right to change the key dates.<br />

3) There will be no escalation Payment for the works.<br />

E:\Tanki\Baghera_30.sxw - 8 -


Z<br />

10- fufonk izi= izkIr djus gsrq vgZrk ekin.M<br />

1- iath;u %&<br />

yksd LokLF; ;kaf=dh foHkkx NRrhlx


Endt.no./ /TS/EE// Durg dated :<br />

Copy forwarded to -<br />

1. Personal Secretary, Hon’ble Minister , Public Health Engineering Department, Govt. of<br />

Chhattisgarh DKS Bhawan Raipur.<br />

1. The Secretary, Public Health Engineering Department, Govt. of Chhattisgarh DKS Bhawan<br />

Raipur.<br />

1. The Engineer-in-Chief, Public Health Engineering Department, Chhattisgarh Raipur<br />

1. The Chief Engineer, Public Health Engineering Deptt. Raipur Zone Raipur<br />

1. The Collector, Durg<br />

1. The Superintending Engineer, Public Health Engineering Department, Circle Durg.<br />

1. The Executive Engineer, PHE Division……………………….<br />

1. The Assistant Engineer, PHE Sub Division………………………..<br />

1. Shri Sanjay Rathore Asstt. Engineer Office of the Engineer-in-Chief, PHE Deptt. Raipur. He is<br />

requested to make available this NIT on Public Health Engineering Department C.G. Web site<br />

www.phed.cg.nic.in<br />

1. Notice Board<br />

Executive Engineer<br />

Public Health Engg. Division<br />

Durg<br />

E:\Tanki\Baghera_30.sxw - 10 -


dk;kZy; dk;Zikyu vfHk;ark] yksd LokLF; ;kaf=dh; [k.M nqxZ ¼NRrhlx


fufonkdkj dks Pre qualification fyQkQk ds lkFk fuEu nLrkost Scanned dk;Z viyksM djus ds<br />

lkFk&lkFk lR;kizfr le; lhek ds vanj [kaM dk;kZy; esa tek djuk gksxkA<br />

1½<br />

2½<br />

3½<br />

4½<br />

yksd LokLF; ;kaf=dh foHkkx NRrhlx


1- iath;u %&<br />

yksd LokLF; ;kaf=dh foHkkx NRrhlx


fu-lw-Øa-@ @ r”kk-@dk-v-@yks-Lok-;ka-fo-@2010 nqxZ] fnukad %<br />

izfrfyfi %&<br />

1- fut lfpo] ekuuh; ea=h] ¼Lora= izHkkj½ NRrhlx


PUBLIC HEALTH ENGINEERING DEPARTMENT CHHATTISGARH<br />

PUBLIC HEALTH ENGINEERING DEPARTMENT DURG DIVISION<br />

DETAILED <strong>TENDER</strong> NOTICE<br />

NIT NO. 30/TS/PHE/10 DATED : 29.10.10<br />

Date of issue of N.I.T. : 29.10.2010<br />

Due date of receipt of Tenders : 15.11.2010<br />

Online Tenders are invited on behalf of Governor of Chhattisgarh for the following work in<br />

form "F" for Lump sum contract from eligible registered contractors in Public Health<br />

Engineering Department, Chhattisgarh.<br />

NAME OF WORK :<br />

Design, construction, testing and commissioning of 1 Nos. RCC elevated service<br />

reservoirs including providing and fixing of all pipes and fittings of 3300 KL capacity on<br />

20m staging at Baghera under durg Aug. Water supply scheme Durg.<br />

(2) Probable amount of contract - Rs. 139.00 Lacs<br />

(2) Earnest Money - Rs. 104000<br />

(3) Cost of Tender documents - Rs. 3740.00<br />

(2) Time allowed for completion - 18 months (Including rainy season)<br />

(2) Validity of Offer - 120 days from date of opening financial offer.<br />

(3) Class of registered contractor - S-IV & above<br />

1.0 GENERAL<br />

1.1 Tender must be submitted in form for “Lump-Sum-Contract” duly filled in as per instruction<br />

contained in this tender notice and in the said tender form.<br />

1.1 Lump-sum-tender shall be inclusive of all the items of works viz. Construction of service reservoir,<br />

providing & fixing of C.I.D.F. pipes, specials and valves and all accessories including testing etc.<br />

complete as detailed in ANNEXURE E-I AND E-II.<br />

E:\Tanki\Baghera_30.sxw - 15 -


1.3 The lump sum offer should be expressed both in figures and words in indelible ink or type written<br />

and all corrections & over written should be neatly scored out and rewritten and all corrections<br />

should be duly attested prior to the submission of tender.<br />

1.4 Each tenderers shall supply the name, residence and place of business of the person submitting<br />

the tender and shall be signed by the tenderer with his usual signature. Tender by partnerships<br />

and furnish the full names of all partners. An attested copy of the constitution of the firm and the<br />

registration number of the firm shall be furnished. In such a case, the tender must be signed<br />

separately by each partner thereof or in the event of the absence of any partner it must be signed<br />

on his behalf by a person holding power of attorney authorising him to do so. Tender by<br />

corporation shall be signed with legal name of the corporation followed by the name of state of<br />

incorporation and by signature and by designation of the Present, Secretary or other persons<br />

authorized to sign it in the matter.<br />

2. SUBMISSION OF <strong>TENDER</strong> :<br />

The Tenderer shall fill/upload the Bids online and the Bid Hashes of four envelopes shall be<br />

digitally signed and submitted online as per mentioned key dates. The Bidders shall also have to<br />

submit Bids online (decrypt the bids using their Digital Certificate and encrypt the bids) as per<br />

mentioned key dates. There shall be four separate Online envelopes as under:-<br />

E:\Tanki\Baghera_30.sxw - 16 -


2.1 The first online Pre qualification envelope shall contain the scanned copies of the<br />

Pre Qualification documents.<br />

1.1 Valid registration certificate in PHE Deptt. C.G.<br />

1.2 Copy of PAN card issued by I.T. department.<br />

1.3 Proof of registration in commercial tax department.<br />

1.4 Experience Certificate of construction of O.H.T. of minimum 50% capacity<br />

that of tendered O.H.T. capacity Experience certificate should be issued<br />

not less than the rank of the Executive Engineer.<br />

1.5 The details of works in hand indicating name of work, Agreement no.,<br />

work order no. and date, amount of contract, period of completion, value<br />

of work and balance work in hand with details of work on the date of<br />

submission of Tender; shall be essentially submitted ( as per enclosed<br />

proforma)<br />

1.6 List of equipment’s owned by the contractor along with proprietary<br />

certificate/ registration required for execution of work in prescribed period.<br />

1.7 Financial turn over of last 5 years i.e. 2005-2006 to 2009-10<br />

1.8 Vailid revenue solvency is registration is done on revenue solvency<br />

basis.<br />

Envelope - A<br />

The second online envelope A shall contain the details of Earnest Money,<br />

scanned copy of the Physical Earnest Money<br />

The Physical Earnest Money which is to be submitted manually in Physical<br />

Envelope –A where it should be clearly written on the envelope as under:-<br />

ENVELOPE - A<br />

EARNEST MONEY<br />

From - (… Name of Contractor…)<br />

and should reach Executive Engineer, PHE Division Durg. as per date and time<br />

mentioned in the key dates<br />

E:\Tanki\Baghera_30.sxw<br />

1- fufonk izi= izkIr djus gsrq vgZrk ekin.M<br />

- 17 -


2.2 ENVELOPE - B<br />

2.3<br />

The third Online envelope shall contain terms and conditions and all the technical details<br />

and specifications of the proposed work. The Scanned copy of terms and conditions,<br />

along with technical specifications and drawings etc. should be submitted online in<br />

Envelope “B”.<br />

ENVELOPE – C<br />

This Envelope shall contain only the Lump-sum offer. The tenderer shall have to duly fill<br />

their Lump-sum offer in appropriate online form meant for it.<br />

2.4 Tender forms will be issued to and received from the contractors, registered in appropriate<br />

category as shown in the NOTICE INVITING <strong>TENDER</strong>S, who have successfully completed<br />

the work of construction of R.C.C. elevated service reservoir of 850 K.L. capacity or more,<br />

with in last 5 year including providing and fixing of C.I. Pipes, C.I. specials and all accessories,<br />

complete on Lump Sum Basis. A certificate of concerning department for successful<br />

completion of such work shall have to be produced along with the application for issue of<br />

tender form. The intending tenderers shall have to furnish adequate documentary proof of<br />

their capability to undertake work of such magnitude at the time of applying for tender<br />

documents. It will be entirely for the Executive Engineer to decide whether to issue tender<br />

form to a firm/contractor applying for tender documents.<br />

3.0 Not more than one tender shall be submitted by a contractor/firm. No two or more concerns in<br />

which an individual is interested as a proprietor and/or a partner shall tender for the execution of<br />

the same work. If they do so such tenders are liable to be rejected.<br />

4.0 Tenderers must be signed, properly Online (it should be digitally signed too) and sent either by<br />

registered post well in advance of the due date or handed over personally to the Executive<br />

Engineer or in his absence to the Divisional Accountant who will issue an acknowledgment in<br />

token of receipt. Tender receiving dates are given in the web site which is to be considered.<br />

5.0 Tenderers will have to submit their own design for this work. At the time of submitting tenders<br />

the contractor will have to submit an out line plan, elevation and a section drawing of the<br />

proposed work as detailed in specifications attached.<br />

6.0 The rates quoted by the contractor shall not be altered by the contractor during the term of<br />

contract and shall be firm.<br />

7.0 The Contractor/firm shall make their own arrangement for supply of water for construction, and<br />

other purposes, and no lead for water or any other material will be paid for. The tendered amount<br />

should be inclusive of all lead and lifts for all the materials. The contractor should himself verify<br />

the lead of different materials before submitting his tender. However water for testing of the tank<br />

shall be given by the department free of cost at ground level near the over head tank site.<br />

E:\Tanki\Baghera_30.sxw - 18 -


8.0 Tender of any contractor who proposes any addition or alternation to any of the conditions laid<br />

down is liable to be rejected.<br />

9.0 Accepting authority does not bind itself to accept the lowest or any tender and may reject any or<br />

all tenders without assigning reasons thereof.<br />

10.0 General Specifications for work have been given in the enclosed annexure. However,<br />

following order of priority regarding specification for the work shall be followed by the<br />

contractor.<br />

10.1 Specification as detailed under this contract under special condition Annexure “E”<br />

10.1 Relevant I.S. Specification.<br />

10.1 Specifications as may be given in writing by the Engineer-in-Charge from time to time.<br />

10.1 Maharastra P.W.D. Specification.<br />

10.1 Manual on water supply and treatment by CPHEEO, Ministry of W & H, New Delhi.<br />

11.0 CHANGE IN SPECIFICATION :-<br />

11.1 Nothing in this clause, however, shall curtail the right of the “Engineer-in-Charge” to alter the<br />

specification for any part or whole of the work, if he considers it necessary in the interest of<br />

work. On all matters where there is difference of opinion between the contractor and the<br />

Executive Engineer, P.H.E. Division Durg (C.G.) the matter will be referred to the<br />

Superintending Engineer, Public Health Engineering Department, Durg Circle Durg whose<br />

decision will be final, conclusive and binding on the contractor.<br />

11.2 The right to reject or accept any or all tenders without assigning any reason lies with the<br />

competent authority of the Department.<br />

12.0 SUBMISSION OF <strong>TENDER</strong> :<br />

The Tenderers shall fill/upload the Bids online and the Bid Hashes of three envelopes shall be<br />

digitally signed and submitted online as per mentioned key dates. The tenderers shall also<br />

have to submit Bids online (decrypt the bids using their Digital Certificate and encrypt the bids)<br />

as per mentioned key dates. There shall be four separate Online envelopes as under:-<br />

The first online Pre qualification envelope shall contain the scanned copies of the Pre<br />

Qualification documents.<br />

A) Experience certificate of successful completion of work of same nature in<br />

contractor's/firm's/company's own name indicating agreement no., work order no. and<br />

date, amount of contract, stipulated period of completion, actual period of completion<br />

during last five year i.e. 2005-2006 to 2009-2010. The certificate should be issued by an<br />

officer not below the rank of Executive Engineer.<br />

B ) The details of works in hand indicating name of work, Agreement no., work order no.,<br />

and date, amount of contract, period of completion, value of work and balance work in<br />

hand with details of work on the date of submission of Tender.<br />

E:\Tanki\Baghera_30.sxw - 19 -


C) Valid registration certificate in appropriate class in PHE Deptt. C.G.<br />

D) Valid revenue solvency of F.D.R. of half of its amount.<br />

E) Financial turn over works during last five financial years i.e. 2005-2006 to 2009-20010<br />

The Second online envelope shall contain details of Earnest Money, scanned copy of<br />

the Physical Earnest Money<br />

The Physical Earnest Money which is to be submitted manually in Physical Envelope –A<br />

where it should be clearly written on the envelope as under:-<br />

ENVELOPE - A<br />

EARNEST MONEY<br />

From - (… Name of Contractor…)<br />

and should reach Executive Engineer, PHE Division Durg. as per date and time mentioned in<br />

the key dates<br />

12.1 EARNEST MONEY :<br />

12.2 No tender will be received without deposit of earnest money of Rs. 104000.00 (Rs. One Lacs<br />

Four Thousand only) which will be returned to the unsuccessful tenderers on the rejection of their<br />

tenders or earlier, and will be retained from successful tenderer as part of the security deposit.<br />

12.3 FORM OF EARNEST MONEY :<br />

Where the tenderer proposes to pay the earnest money in cash he shall pay it to the credit of<br />

revenue deposit on behalf of Executive Engineer PHE Division Durg in the branch of the State<br />

Bank of India/Government Treasury or Sub-Treasury within the jurisdiction of the Executive<br />

Engineer mentioned above. If, however, the tenderer wishes to deposit the earnest money in<br />

any one of the following forms he may do so.<br />

12.2.1 Units of Unit Trust of India.<br />

12.2.1 Treasury Receipts<br />

12.2.1 Treasury Bonds<br />

12.2.1 Approved Interest bearing Security.<br />

12.2.1 Government Promissory Notes in National Loan Plan.<br />

12.2.1 Post Office Cash Certificate<br />

12.2.1 10 years Treasury Saving/Deposit/Certificate<br />

12.2.1 Demand Draft of State Bank of India or Scheduled Banks<br />

12.2.1 National Saving Certificate<br />

E:\Tanki\Baghera_30.sxw - 20 -


12.2.1 Bank Draft Issued by big Urban Banks whose working capital exceeds Rs. 5 Crores for A,B &<br />

C Class. Central Co-operative Banks/Non-Scheduled State Co-operative Banks, Subject to the<br />

conditions that the drafts are encased by accepting authority as soon as they are received and<br />

contracts are allotted only after the encasement of drafts as per MPFD No.F/2/18/77/R/5/(iv)<br />

dated 13.2.1978.<br />

12.2.1 12 Years national Plan Saving Certificate.<br />

12.2.1 10 Years Defence Deposit Certificate.<br />

12.2.1 All Small Saving Securities and Post Office Saving Bank Account duly pledged to Government.<br />

12.2.1 National Saving Certificates duly hypothecated in the name of the Governor of Chhattisgarh.<br />

12.2.1 Debentures of the Chhattisgarh Housing Board as approved by M.P./Chhattisgarh Finance<br />

Department Memo No.1319/2306/IV/R-5/75, dated 17.10.1975.<br />

12.2.1 Demand draft as approved by M.P./Chhattisgarh finance department memo no.669/IV/B-1/75<br />

dated 12.8.1975.<br />

12.3 The intending tenderer from other states may remit the earnest money in the form of Bank Draft<br />

of the State Bank of India or any other Scheduled Bank to the Executive Engineer, Public Health<br />

Engineering Division Durg.<br />

12.4 EARNEST MONEY IN SEPARATE COVERS :<br />

The earnest money in one of the prescribed form should be send by registered post/speed<br />

post on/before the date mentioned in keys dats.<br />

12.5 ADJUSTMENT OF EARNEST MONEY :<br />

Earnest money which has been deposited for a particular work will not ordinarily be adjusted<br />

towards the earnest money for another work, but if the tender of the contractor for a work in<br />

the Division has been rejected and the earnest money has been refunded to him it may be so<br />

adjusted by the Executive Engineer.<br />

12.6 SECURITY DEPOSIT :<br />

The Security Deposit to be taken for the due performances of the contact, under the terms and<br />

conditions given in the tender form, will be the Earnest money at the time of tender plus a sum<br />

to make it equal to 5% of the amount of contract to be paid within 10 days from the date of<br />

issue of award of contract. The S.D. can be converted into Government Securities, interest<br />

bearing securities except Bank Guarantee.<br />

12.7 <strong>TENDER</strong> <strong>DOCUMENT</strong>S :<br />

Tender documents duly filled in shall be submitted in the following form. There shall be three<br />

separate covers :<br />

12.7.1 ENVELOPE ‘A’<br />

E:\Tanki\Baghera_30.sxw - 21 -


This envelope contain Earnest Money deposit in proper form pledged in the name of the<br />

Executive Engineer, PHE Division Durg. It should be clearly written on the envelope as<br />

‘ENVELOPE ‘A’ “EARNEST MONEY”.<br />

12.7.2 ENVELOPE ‘B’<br />

12.7.3 The third Online envelope shall contain terms and conditions and all the technical<br />

details and specifications of the proposed work. The Scanned copy of terms and<br />

conditions, along with technical specifications and drawings etc. should be submitted<br />

online in Envelope “B”.<br />

12.7.4 This Online envelope shall contain only cost of the lump sum offer (i.e. the price bid) and on<br />

front side of the envelope it should be clearly stated as Envelope ‘C’ containing “Cost of the<br />

LUMP-SUM-OFFER IN BLOCK LETTERS”.<br />

12.7.5 The Online Envelope ‘C’ containing cost of Lump Sum Offer shall not be opened on the day of<br />

receipt of tenders, but only Online Envelope ‘A’ containing Earnest Money and Envelope ‘B’<br />

containing the terms and conditions involving financial implications and detailed specifications<br />

shall be opened. Technical details of the offer shall be opened on the date of receipt of tender<br />

in the presence of the contractors/firms or their authorized representatives who may choose to<br />

remain present, and only after the financial effect has completely been ascertained, the<br />

Envelope ‘C’ of lump sum offer shall be opened in the presence of the contractors or their<br />

authorized representatives on the appointed date, time and place.<br />

12.8 IMPLICATION OF SUBMISSION OF <strong>TENDER</strong><br />

12.8.0 Tenderers are advised to visit the proposed work site sufficiently in advance of the date fixed<br />

for submission of tender. The tenderer shall be deemed to have full knowledge of all the<br />

relevant documents, proposed sites of constructions, soil samples or strata condition at site,<br />

etc., whether he inspects the site or not.<br />

12.8.1 The submission of the tender by contractor implies that he has read notice and conditions of<br />

tender and he has himself made aware of the scope of work and specifications of work to be done<br />

and has seen the quarries with their approaches, site of work etc. and has satisfied himself<br />

regarding suitability and availability of materials at the quarries. The responsibility of opening of<br />

new quarries and construction and maintenance of approaches there of shall be wholly with the<br />

contractor.<br />

12.8.2 The drawing of the RCC elevated service reservoir showing the elevation and approximately<br />

dimensional details of architectural appearance shall be invariably submitted with the tender. The<br />

tenderers failing to comply with this condition may render their tender unsuitable for consideration.<br />

12.8.3 Escalation: - The price variation condition shall not be applicable in this contract.<br />

12.9 LIST OF WORKS IN PROGRESS :<br />

E:\Tanki\Baghera_30.sxw - 22 -


This must be accompanied by a list of contracts already held by the tenderer at the time of<br />

submitting the tender in Chhattisgarh P.H.E. Deptt. and else where showing therein :-<br />

12.9.1 The amount of each contract.<br />

12.9.2 Balance of work remaining to be done and<br />

12.9.3 The amount of revenue/solvency certificate produced by him at the time of enrollment in the<br />

P.H.E.D. or F.D.R. of 50% amount of revenue solvency.<br />

12.10 RELATIONSHIP:<br />

No Contractor shall be permitted to tender for work against this N.I.T. if any of his relative is<br />

posted as Divisional Accountant or as an Officer in any capacity between grades of<br />

Superintending Engineer and Assistant Engineer both inclusive in the administrative<br />

jurisdiction of the E.E. contractor shall have to intimate the name of person who are near<br />

relative or Gazetted officer in the C.G. P.H.Engg. Department. Any breach of this condition by<br />

the contractor would render him liable to be removed from approved list of contractors of this<br />

department.<br />

NOTE -<br />

By the term ‘near relative’ is meant wife, husband, parents and grand parents, children and<br />

grand children, brothers and sisters, uncles and cousins and their corresponding in-law.<br />

13.0 OPENING AND ACCEPTANCE OF <strong>TENDER</strong> :<br />

13.1 PLACE AND TIME OF OPENING:<br />

The tenders shall be to opened at the time and place stated in Para 1 by the Executive<br />

Engineer In the first instances, the first online Pre qualification envelope containing the<br />

scanned copies of the Pre Qualification Documents as mentioned in the Tender<br />

Document will be opened then the Physical envelope containing the earnest money<br />

shall be opened. If the earnest money is found proper, the online envelope -A<br />

containing the Earnest Money details, its scanned copy and scan copy of documents<br />

required as minimum qualification to bid shall be opened. If the tenderer found<br />

qualified as per minimum qualification, the online Envelope B containing the terms and<br />

conditionsin the presence of the tenderers or their duly authorized agents who may choose<br />

to remain present at the time of opening. The Executive Engineer, under unavoidable<br />

circumstance, may depute another officer in his absence to receive and open tenders on his<br />

behalf.<br />

A common set of condition would then be drawn by the S.E. after<br />

hearing the views of all the contractors, who choose to be present. After this, the<br />

E:\Tanki\Baghera_30.sxw - 23 -


contractors will be directed to submit their revised offer. The revised offer shall be<br />

submitted in two online envelopes, envelope - CT containing acceptance of the<br />

common terms and conditions and envelope –RB containing revised offer. The<br />

tenderer shall have to duly fill their revised offer in appropriate online form meant for it.<br />

The Bid hashes of revised offer and revised offer shall be submitted on or before a<br />

date and time specified This offer shall -<br />

1. In case of lump sum and percentage tenders, in online form, specifying the increase<br />

or decrease, if any, on the original offer.<br />

2. If there is no change in the original offer, the contractor shall have to resubmit their<br />

original offer as revised offer and also have to accept the common terms and<br />

conditions in their revised offer.<br />

13.2 POWERS OF EXECUTIVE ENGINEER :<br />

The Executive Engineer does not bind himself to or recommend for the acceptance of higher<br />

authority the lowest or any tender or to give any reason for his decision.<br />

13.3 CONDITIONAL <strong>TENDER</strong> :<br />

Conditional tenders are liable to be rejected.<br />

13.4 CANVASSING :<br />

Canvassing is support of any firm/contractor for the acceptance of any tender is strictly<br />

prohibited. Any tenderer doing so will render himself liable to penalties which may include<br />

removal of his name from the Register of approved contractors or penal action under section<br />

8 of M.P./C.G. Vinirdishtra Bhrasta Acharen Niwaren Vidheyak 1982.<br />

13.5 Digitally Signed <strong>TENDER</strong>S :<br />

The tenders will be rejected if not digitally signed .<br />

13.6 VALIDITY OF OFFER :<br />

Tender shall remain open up to 120 days from the date of opening of price bids and in the<br />

event of the tenderers withdrawing the offer before the aforesaid date for any reason<br />

whatsoever, earnest money deposited with the tender shall be forfeited to Government.<br />

14.0 SPECIFICATION :<br />

14.1 A brief note on the specification for work in enclosed as ANNEXURE E-I & E All materials<br />

required for construction pertaining to this tender shall be in accordance with standard<br />

specifications of building and communication department of Maharashtra Government (with all<br />

amendments issued up to the date of receipt of tender) and relevant ISI code of practice. This<br />

I.S.S. will be given preference in case there is difference in Maharashtra P.W.D. Specification<br />

land I.S.S.<br />

14.2 MATERIALS OF CONSTRUCTION:<br />

E:\Tanki\Baghera_30.sxw - 24 -


The materials of construction to be used in the work shall be governed by the provision of Part<br />

5 of the National Building Code of Government of India and the relevant Indian Standard<br />

specification including amendments and revisions issued up to date of issued of tender notice.<br />

14.3 WORKMANSHIP:<br />

The work shall be carried out according to the specifications referred to herein after and<br />

according to sound engineering practice. The decision of the Executive Engineer in respect of<br />

workmanship shall be final.<br />

14.4 CONCRETE:<br />

All concrete shall be mixed in concrete mixer and compacted by mechanical vibrators, Slump<br />

test shall be carried out during concreting and sample test cubes shall be prepared and tested<br />

in due course by the contractor at his cost. The results of the tests shall confirm with the<br />

required standards and if the Engineer-in-Charge Considers that a structural test is necessary<br />

the same shall be carried out as instructed by the Engineer-in-charge at contractor’s expenses<br />

and if the result of this be dissatisfactory, the contractor will be bound to take down and<br />

reconstruct the particular portion of work which has given dissatisfactory test results.<br />

All materials issued on the Civil work should be of quality approved by<br />

the Engineer-in-Charge. Rejected materials should be removed from the site immediately.<br />

The C.I. Pipe for inlet, outlet, overflow and scour arrangements should be of double flanged<br />

C.I. pipes class ‘B’ confirming IS 7181-1974. The CI specials viz. Duck foot bends etc. should<br />

be of double flanged medium class Confirming to IS 1538-1976. The inlet pipes, outlet pipe,<br />

over-flow pipe and scour pipes should be provided with C.I. double flanged sluice valves as<br />

given in ANNEXURE ‘E’. Use of suitable paints and coating for under water fittings to prevent<br />

corrosion are to be provided by the Contractors.<br />

14.5 TESTS :<br />

All water tight structures will have to be tested for water tightness by the contractor at his own<br />

cost and such structures shall be deemed to have passed the water tightness test if it full fills<br />

all the requirements specified in IS 3370 (Part-I) 1965 under para 10. The stability of structure<br />

as a whole against over turning and sliding should be ensured as per provisions made in<br />

relevant I.S. Codes. All machinery, pipes, labourers shall be provided for the test by the<br />

contractor at his own cost.<br />

14.5.1 After completion of the work, the complete drawing of the service reservoir showing the details<br />

of all pipes, pipe fittings, C.I. valves and other accessories shall be supplied by the contractor in<br />

six copies free of cost.<br />

15.0 PAYMENT :<br />

E:\Tanki\Baghera_30.sxw - 25 -


15.1 Payment to the contractor will be made as per clause 15 of the Tender form for lump sum<br />

contractor. For assessment of work done, up to different stages the break up schedule is given in<br />

ANNEXURE ‘G’. No change in this payment schedule will be permitted.<br />

15.1 The security deposit of the contractor shall not be refunded before the expiry of 6 months after<br />

testing and commissioning of the reservoir. It shall not be refunded also before the settlement<br />

and payment of the final bill.<br />

16.0 SUPPLY OF MATERIALS :<br />

All the materials of approved quality conforming to relevant ISS required to the proper<br />

completion work shall be arranged by contractor.<br />

16.1 CEMENT :<br />

The cement will be arranged by the contractor and conform to following IS Code :-<br />

(A) Ordinary low heat Portland cement confirming to IS 269-1976 (Latest revision).<br />

(A) High strength O.P.C. confirming to IS 8112/89 (latest revision) Grade 43/Grade 53 staging<br />

and container.<br />

The test certificate shall be required for the cement to be used.<br />

16.2 STEEL FOR REINFORCEMENT :<br />

All the iron and steel required for the work will be procured by the contractor at his own cost.<br />

The Department shall not supply any quantity of steel under any circumstances. Steel for<br />

reinforcement shall conform to IS432-1966 (with up to date revision)and IS 1139-1966 (with<br />

up to date revision). Contractor shall be required to produce the test certificate of the<br />

manufacturers before use of steel for the work. No untested steel will be allowed to be used<br />

under any circumstances. The Department, however, reserves right to get the steel tested at<br />

the cost of contractor.<br />

16.3 PIPES SPECIALS AND VALVES :<br />

All the pipes for inlet, outlet, overflow and scour should be C.I. double flange Class ‘B’<br />

conforming to IS 7181-1974 CI specials, Duck-foot bends etc. should be double flanged<br />

medium class confirming to IS 1538-1976 and C.I. valves should be of double flanged class II,<br />

with hand wheel and worm gear arrangement confirming to relevant I.S.S.<br />

17.0 MISCELLANEOUS CONDITIONS :<br />

17.1 The contractor shall not start without prior approval of the competent authority in writing,<br />

sublet or assign to any other party or parties the whole or any portion of work under<br />

the contract. In case such approval is granted, the contractor shall not be relieved of any<br />

obligation, duty or responsibility which he undertakes under the contract.<br />

17.2 TAXES, DUTIES & CESS :<br />

E:\Tanki\Baghera_30.sxw - 26 -


All dues regarding taxes and duties including the Commercial Taxes, Income tax, Royalties,<br />

Octroi Duties, Excise, Turnover Commercial Taxes on work, Contract etc. Levied on the<br />

contractor’s work by Government and local bodies or private individuals will be payable by the<br />

contractor. The department will only grant a certificate if needed for the quantities actually<br />

used on the work and will not entertain any claim on this account. It will be the contractor’s<br />

duty to ascertain the above commercial Taxes if any, and include in his tender price. No<br />

separate claim shall be entertained on this account by the Department. The rate quoted<br />

should include all commercial Taxes and should be F.O.R. at site of work with Contractor’s full<br />

responsibility of storage and insurance etc. complete. Escalation in taxes or duties in any<br />

form shall not be payable.<br />

17.3 The royalty charges for will be borne by Contractor.<br />

17.4 RULES OF LABOUR CAMPS :<br />

The contractor will be bound to follow the Chhattisgarh model rules relating to lay out, water<br />

supply and sanitation in labour camps (ANNEXURE ‘A’) and the provisions of National<br />

Building Code of India in regard to constructions and safety.<br />

17.5 FAIR WAGES :<br />

The contractor (s) shall pay not less than the fair wages to labour engaged by him on the work<br />

(Copy of the Rules enclosed as Annexure-“B”)<br />

17.6 WORKS IN THE VICINITY :<br />

The Executive Engineer, reserves the right to take up Departmental work or to award works<br />

on the contract in the vicinity without prejudice to the terms of contract.<br />

17.7 BEST QUALITY OF QUARRIED MATERIALS :<br />

If in the quarry, material of more than one quality is found the material of best quality, out of<br />

two will be used by the contractor.<br />

17.8 REMOVAL OF UNDESIRABLE PERSONS :<br />

The contractor shall, on receipt of the requisition from the Executive Engineer, at once remove<br />

any person employed by him on the work who in the opinion of the Executive Engineer is<br />

unsuitable or undesirable.<br />

17.9 AMOUNT DUE FROM CONTRACTOR :<br />

Any amount due to Government from the Contractor on any account of concerning work may<br />

be recovered from his as arrears of land revenue.<br />

17.10 TOOLS AND PLANTS:<br />

The contractor shall arrange at his own cost all Tools and Plants required for proper execution<br />

of work. Certain plants, may however, be issued to the contractors by the Department, as a<br />

special case as per provision of Para 9.015 of the M.P.W.D. Manual Vol.1 if are available and<br />

separable.<br />

17.11 TIME SCHEDULE :<br />

E:\Tanki\Baghera_30.sxw - 27 -


The work shall be done by the contractor according to the time schedule fixed by the<br />

competent authority. A bar chart showing completion schedules shall have to be submitted<br />

along with offer by the tenderer.<br />

17.12 TIME OF COMPLETION<br />

The time allowed for carrying out the work as entered in the N.I.T. shall be strictly observed by<br />

the contractor and shall be reckoned from the date of issue of work order to commence the<br />

work and liquidated damage will be dealt with in accordance with clause 13 of form of lump<br />

sum contract.<br />

17.13 PAYMENTS BY CHEQUES :<br />

The running payments of running account Bills will be made by “Payee’s Account Cheques<br />

only” on the State Bank of India, Durg and Bank Commissioning charges (for releasing) such<br />

payments shall be payable by the contractor. The payment to the contractor will be made as<br />

per clause 15 of the form for Lump Sum contract and for assessment of valuation of work<br />

done, the break up schedule given in Annexure ‘G’ will be followed and the payment shall be<br />

regulated accordingly.<br />

17.14 Contract or will submit a report of labour engaged to local employment office and copy of the<br />

same be attached with the running account bill, failing which no payment will be made to the<br />

contractor.<br />

17.15 Every contractor who employees on any day of the proceeding 12 months, 20 or more<br />

workers on contract is required to obtain license from the licensing officer of the area<br />

concerned as per provisions contained under sub-section 4 “B” of Section II of the contract<br />

Labour (regulation and abolition) Act, 1970 as per provision contained in Section 12 of the Act,<br />

No contractor shall execute any contract work without obtaining license, Contravention of<br />

above is punishable and contractor is liable to be prosecuted.<br />

17.16 The successful tenderer is liable to produce license as and when demanded by the Executive<br />

Engineer obtained from the labour department as laid down in Chapter IV of contract labour<br />

(regulation and abolition) Act, 1970.<br />

18.0 TRANSPORT OF MATERIALS :<br />

The contractor shall make his own arrangement for transport, handling and storage of all<br />

materials. The Government is not bound to arrange for priorities for getting wagon or any<br />

other materials though all possible assistance by way of recommendations will be given, if it is<br />

found necessary in the opinion of the Engineer-in-charge. If it proves ineffective, the<br />

contractor shall have no right to claim for any compensation on this account.<br />

19.0 AGREEMENT :<br />

E:\Tanki\Baghera_30.sxw - 28 -


EXECUTION OF AGREEMENT<br />

The Tenderer whose tender has been accepted (here-in-after referred to as the contractor)<br />

produce on appropriate solvency certificate if so required by the Executive Engineer and will<br />

execute the agreement in the prescribed form within one month of the communication of the<br />

acceptance of his tender by the competent authority. Failure to do so will result in the earnest<br />

money being forfeited to Government.<br />

19.2 CONDITION APPLICATION FOR CONTRACT :<br />

All the conditions of the tender notice will be binding on the contractor and shall form part of<br />

the agreement to be executed by the contractor in addition to the conditions of the contract in<br />

the prescribed form.<br />

19.3 The contractor shall employ the following technical staff, during the execution of work.<br />

19.3.1 One Graduate Engineer when the cost of work to be executed is more than<br />

Rs.5.00 Lakhs.<br />

19.3.2 One Diploma Holder Engineer, when the cost of work to be executed is Rs.2.00 Lakhs and<br />

more but not more than Rs.5.00 Lakhs.<br />

19.3.3 The contractor should give the names and other details of the Graduate Engineer, Diploma<br />

Holder Engineer whom he intends to employ or who is under employment on the work at<br />

the time he commences the work.<br />

19.3.4 The technical staff should be available at site whenever required by the Engineer-in-Charge to<br />

take instructions.<br />

19.3.5 In case the contractor fails to employ the technical staff as aforesaid Government shall have<br />

the right to take suitable remedial measures.<br />

19.3.6 The contractor should give certificate to the effect that Engineer is exclusively in his<br />

employment.<br />

PROVIDED THAT :<br />

A Graduate Engineer or Sub-Engineer may look after more than one work in the same locality,<br />

but total value of such work under him should not exceed Rs.20.00 Lakhs in the case of<br />

Graduate Engineer and Rs.5.00 Lakhs in case of Diploma Engineer.<br />

It is not necessary for the contractor or partner in case of firm company who is himself an<br />

Engineer to Employ Engineer for the supervision of the work so long as the contractor/partner<br />

works similar to what would have been done by an employed Engineer.<br />

The retired Engineer having similar type of experience who is holding Diploma may be treated as<br />

the Graduate Engineer for the operation of the above clause.<br />

In case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay to<br />

the Government a sum of Rs.25000.00 (Rs. Twenty five thousand) only for each month of<br />

defaults in case of graduate Engineer and Rs.15000.00 (Rs. fifteen thousand only) for each<br />

month of defaults in the case of Diploma Holder Engineer.<br />

E:\Tanki\Baghera_30.sxw - 29 -


19.4 The tenderer shall be required to furnish a bar chart for manufacture and supply of various items<br />

involved in the contract which shall be strictly adhered by them so as to complete the work within<br />

the time schedule.<br />

20.0 TESTING AND SATISFACTORY COMMISSIONING OF WATER SUPPLY THROUGH<br />

RESERVOIR :<br />

The contractor will make his own arrangement of water for construction & curing, although the<br />

arrangement of entire quantity of water required for testing up to ground level near the reservoir<br />

will be made available by the department however all other arrangement will have to be made by<br />

the contractor for testing. The testing of tank will have to be done as per relevant I.S.<br />

Specification. The loss in water level should be within the specified limit. There should be no<br />

leakage or sweating in the reservoir. If the same is found, it will have to be rectified by the<br />

contractor & after making it good again testing will have to be done by the contractor to satisfy<br />

the departmental officers. After satisfactory testing is done & the reservoir is commissioned, the<br />

contractor will himself or will depute his authorized representative to remain present for one<br />

month after commissioning to observe working of the reservoir and if any defect is observed, he<br />

will rectify the same.<br />

20.1 The contractor shall make his own arrangement at his own cost for housing his staff and store<br />

for the work and M.P./C.G. Model rules relating to lay out, water supply and sanitation shall be<br />

followed.<br />

20.2 The L.S. offer should include de-watering, bailing out foundation water, rain water, if any, which<br />

shall be required to be done by the contractor at his own cost, and for which no payment will be<br />

admissible.<br />

20.3 Detailed specification and leaflets giving make etc. for all items to be brought for installation in<br />

the work shall be submitted by the contractor.<br />

20.4 No tenders shall be accepted or contract given to any contractor or firm who is not registered as<br />

an institution with the Labour Commissioner M.P./Chhattisgarh under the Contractor (Labour<br />

Regulation and Abolition Act 1970) and the contract (Labour Regulation and abolition Madhya<br />

Pradesh/C.G. Rules, 1970) and if the tender is not accompanied with a license to this effect.<br />

E:\Tanki\Baghera_30.sxw - 30 -


ANNEXURE : Following documents annexed with this N.I.T. shall form part of the contract agreement.<br />

ANNEXURE ‘A’ : Model Rules relating to labour, water supply, sanitation in labour camp.<br />

ANNEXURE ‘B’ : Contractor’s Labour Regulations.<br />

ANNEXURE ‘E-I’ : Specification for construction of R.C.C. Over Head Reservoir.<br />

ANNEXURE ‘G’ : Break up schedule for payment.<br />

ANNEXURE ‘E’ :<br />

Special Conditions<br />

ANNEXURE ‘F’ :<br />

INFORMATION & INSTRUCTIONS TO THE <strong>TENDER</strong>ERS FOR<br />

ONLINE ELECTRONIC GOVERNMENT PROCUREMENT SYSTEM<br />

(e-GPS).<br />

Executive Engineer<br />

Public Health Engg. Division<br />

Durg (C.G.)<br />

E:\Tanki\Baghera_30.sxw - 31 -


GOVERNMENT OF CHHATTISGARH<br />

PUBLIC HEALTH ENGINEERING DEPARTMENT<br />

<strong>TENDER</strong> FOR A LUMP-SUM CONTRACT<br />

I/We do hereby tender to execute the whole of the work described in the Drawing Nos…<br />

………and according to the annexed specification signed by…………………………. and dated………<br />

…………….. for the sum of Rs……………………………………………………… (Rupees………………<br />

……………………………………………………) and should this tender be accepted I/We do hereby<br />

agree and bind my self/ourselves to abide by and fulfill all the conditions annexed to the said<br />

specification or in default thereof to forfeit and pay to the Governor of Chhattisgarh, the penalties of<br />

sums of money mentioned in the said conditions, viz.<br />

Dated :<br />

Tenderer’s Signature<br />

Witness : Address :<br />

Address :<br />

The above tender is hereby accepted by me on behalf of the Governor of Chhattisgarh.<br />

The…………………<br />

Signature of the authority<br />

by whom the tender<br />

has been accepted<br />

SECURITIES<br />

Name Address Occupation Remarks<br />

E:\Tanki\Baghera_30.sxw - 32 -


CONDITIONS OF CONTRACT<br />

1. The person(s) whose tender may be accepted (hereinafter called the contractor(s) shall within ten<br />

days of the receipt by him/them of the Notification of the acceptance of his/their tender, deposit<br />

with the E.E. a sum equal to Five (5%) percent (including E.M.) of the sum specified in the tender<br />

either in Cash or Govt. Securities endorsed to the Executive Engineer (if deposited for more than<br />

12 months). All damages to be borne or other sums of money payable by the Contractor(s) to the<br />

Governor of Chhattisgarh under the terms of this Contract may be deducted from or paid by the<br />

sale of sufficient part of his/their security deposit or from the interest arising there from or from<br />

any sums which may be due or may become due to the contractor(s) by the Governor of C.G. on<br />

any account whatsoever. In the event of his/their security deposit being reduced by reason of any<br />

deduction or sale as aforesaid or by reason of forfeiture under Clause 13, the contractor (s) shall<br />

within ten days there after make good in cash or Govt. securities endorsed as aforesaid any such<br />

or sums which may be necessary to make the amount of deposit equal to 5% of the sum specified<br />

in the tender.<br />

The Contractor(s) is/are to provide every thing of every sort and kind (with the exception noted in<br />

the schedule attached) which may be necessary and requisite for the due and proper execution of<br />

the several works included in the contract according to the true intent and meaning of the<br />

drawings and specifications taken together, which are to be signed by Executive Engineer, Public<br />

Health Engineering Department, Division Durg (hereinafter called the E.E.) and the contractor (s)<br />

whether the same may or may not be particularly described in the specification or shown on the<br />

drawings, provided that the same are reasonably and obviously to be inferred there from and in<br />

case of any discrepancies between the drawings and the specification the E.E. is to decide which<br />

shall be followed.<br />

2. The Contractor (s) is/are to set out the whole of the works in conjunction with an officer to be<br />

deputed by the E.E. and during the progress of the works to amend on the requisition of E.E. any<br />

error which may arise therein and provide all the necessary labour and the materials for so doing.<br />

The contractor(s) is/are to provide all plant, labour and materials (with the exceptions noted in the<br />

schedules attached) which may be necessary and requisite for the works. All materials and<br />

workmanship are to be the best of their respective kinds. The contractor(s) is/are to leave the<br />

work in all respect clean and perfect at the completion thereof.<br />

2. Complete copies of the drawings and specification signed by the E.E. are to be furnished by him<br />

to the contractor (s) for his/their own use, and the same or copies thereof are to be kept with site<br />

in charge of the contractor (s) agent who is to be constantly kept on the ground by the contractor<br />

(s) and to whom the instructions can be given by the E.E. The Contractor (s) is/are not to sublet<br />

the works or any part thereof without the consent in writing of E.E.<br />

E:\Tanki\Baghera_30.sxw - 33 -


2. The E.E. is to have at all times access to works which are to be entirely under his control. He may<br />

require the contractor (s) to dismiss any person in the Contractor (s) employ upon the works who<br />

may incompetent or misconduct himself and contractor (s) is/are forthwith to comply with such<br />

requirements.<br />

2. The Contractor (s) is/are not to vary or deviate from the drawings or specification or execute any<br />

extra work of any kind whatsoever unless upon the authority of Executive Engineer to be<br />

sufficiently shown by any order in writing by any plan or drawing expressly given and signed by<br />

him as an extra or variation or by any subsequent written approval signed by him. In case of daily<br />

labour all vouchers for the same are to be delivered to the E.E. or the Officer in charge at least<br />

during the week following that in which the work may have been done and only such day the work<br />

is to be allowed for as such as may have been authorized by the E.E. to be so done unless the<br />

work can not from its character be properly measured and valued. The drawings in respect of<br />

which this contract is drawn up provide for a minimum depth of foundations for good soil. Any<br />

extra depth will be measured as extra when the foundation trenches have been opened up and<br />

will be paid for in addition to the sum contracted for the completed work.<br />

6. Any authority given by the E.E. for any alteration of additions in or to works is not to vitiate the<br />

contract, but all additions, omission or variations made in carrying out the work to be measured<br />

and valued and certified by the E.E. and added to or deducted from the amount of the contract, as<br />

the case may be, at rates as mentioned in clause 15 of NIT. In such in which rates do not exist,<br />

the Superintending Engineer will fix the rates to be paid.<br />

6. All works and materials brought and left upon the ground by the contractor (s) or his/their orders<br />

for the purpose of forming part of the works are to be considered to be the property of the<br />

Governor of C.G. and the same are not to be removed or taken away by the contractor (s) or any<br />

other person without the special license and consent in writing of the E.E. but the Governor of<br />

C.G. is not to be in any way answerable for any loss or damage which may happen to or in<br />

respect of any such work or materials either by the same being lost or stolen or injured by weather<br />

or otherwise.<br />

6. The E.E. has full power to ask the contractor for the removal from the premises of all materials<br />

which in his opinion are not in accordance with the specification and in case of default the E.E.<br />

shall be at liberty to employ other persons to remove the same without being answerable or<br />

accountable for any loss or damage that may happen or arise to such materials at the contractors<br />

cost. The E.E. is also to have full power to require other proper materials to be substituted and in<br />

case of default the E.E. may cause the same to be supplied and all costs which may attained such<br />

removal and substitution are to be borne by the contractor.<br />

E:\Tanki\Baghera_30.sxw - 34 -


6. If in the opinion of the E.E. any of the works are executed with improper materials or defective<br />

workmanship, the contractor (s) is/are when required by the E.E. forthwith to re-execute the same<br />

and to substitute proper materials and workmanship and in case of default of the contractor(s) is<br />

so doing within a week the E.E. is to have full power to employ other persons to re-execute the<br />

work and the cost thereof shall be borne by the contractor (s).<br />

6. Any defects, shrinkage or other faults which may appear within 6 months, from the completion of<br />

O.H.Tank arising out of defective or improper materials or workmanship are upon the direction of<br />

the E.E. to be amended and made good by the contractor(s) at his/their own cost unless the E.E.<br />

shall decide that he/they ought to be paid for the same and in case of default the Governor of<br />

C.G. may recover from the Contractor (s) the cost of making good the works.<br />

6. From the commencement of the works to the completion of the same they are to be under the<br />

contractor (s) charge. The contractor (s) is/are to be held responsible for and make good all<br />

injuries, damages and repairs, occasioned or rendered necessary to the same by fire or other<br />

causes and they are to hold the Governor of Chhattisgarh harmless from any claims for injuries to<br />

persons or for structural damage to property happening from any neglect, default want of proper<br />

care of misconduct on the part of the contractor (s) or of any one in his/their employ during the<br />

execution of the work.<br />

6. The E.E. is to have full power to send workmen upon the premises to execute fittings and other<br />

works and included in the contract for whose operation the contractor (s) is/are to afford every<br />

responsible facility during ordinary working hours, provided that such operations shall be carried<br />

on in such manner as not to impede the progress of the work including in the contract but the<br />

contractor (s) is/are not to be responsible for any damage which may happen to or be occasioned<br />

by any such fittings or other works.<br />

6. The works comprised in this tender are to be commenced immediately upon receipt of the order of<br />

commencement given in writing by the E.E. when possession of the site can be had. The whole<br />

work including all such additions and variations as aforesaid (but excluding such if any as may<br />

have been postponed by an order from the E.E.) shall be completed in every respect within<br />

6 (six) months including rainy season from the date of issue of the aforesaid order and if from any<br />

cause whatever other than will full obstruction or defaults, on the part of E.E. or his staff and<br />

except as hereinafter provided the whole of such work shall not be finished to the satisfaction of<br />

the E.E. within the said period, the contractor (s) shall forfeit to the Governor of C.G. from his/their<br />

security deposit by way of ascertained and liquidated damages for each defaults and not by way<br />

of penalty, the sum of Rs.1000.00 (Rupees one thousand only) per day for every complete day of<br />

such default provided that the entire amount of damages to be forfeited under the provisions of<br />

this clauses shall not exceed 10% on the estimated value of the whole work as shown in the<br />

tender.<br />

Provided nevertheless that if the contractor (s) shall be of the opinion that he/they is/are entitled to<br />

any extension of time on account of the works being altered, varied or added to or on account of<br />

E:\Tanki\Baghera_30.sxw - 35 -


any delay by reason of any inclement whether or causes not under the control of the contractor(s)<br />

in consequence of orders to that effect from the E.E. himself which orders, the such cases it shall<br />

be competent for E.E. by an order in writing to extend the aforesaid period for final completion by<br />

such period or periods as he shall deem reasonable and the contractor (s) is/are to complete the<br />

works within such extended period or periods as aforesaid. Provided that the contractor (s) shall<br />

not be entitled to any extension of time unless he/they shall within 3 days after the happening of<br />

the event in respect of which he/they shall consider himself/themselves entitled to any extension<br />

to the E.E., giving written notice of such clam to any extension of time and of the ground or<br />

grounds and of the amount thereof unless in any case the E.E. shall in his discretion dispense<br />

with such notice and certify for an extension of time. Nevertheless and in case of any extension of<br />

time, the aforesaid provisions with amount for damages in defaults of due completion shall apply<br />

in case of non-completion of the works within the extended time. Provided that the Contractor (s)<br />

shall not be entitled to any extension of time in respect of the extra work involved in extra depth of<br />

foundation mentioned in Clause 5.<br />

14. If the contractor (s) shall become bankrupt or compound with or make any assignment for the<br />

benefit of his/their creditors or shall suspend or delay the performance of his/their part of the<br />

contract( Except on account of causes mentioned in Clause 13 or in consequence of not having<br />

proper instructions for which the contractor (s)shall have duly applied). The E.E. may give to the<br />

Contractor (s) or his/their assignee or trustee, as the case may be, notice requiring the work to be<br />

proceeded with an in case of default on the part of the contractor (s) or his/their assignee or<br />

trustee for a period of 7 days, it shall be lawful for the E.E. to enter upon and take possession of<br />

the work and employ any other person or persons to carry on and complete the same and to<br />

authorise his/them to use the plant, materials and property of the contractor (s) upon the work and<br />

the costs and the charges incurred in any way in carrying on and completing the said works are to<br />

be paid to the E.E. by the contractor(s). The E.E. shall be the final authority to determine the<br />

amount spent to complete the unfinished works. The certificate of E.E. as the value of the<br />

balance work done shall be final and conclusive against the contractor.<br />

14. The Contractor (s) shall be paid on the completion of each calendar month commencing from the<br />

date of issue of work order a sum of 90% of the total value of the work done since the last<br />

payment according to the certificate of E.E. When the work shall be completed the contractor (s)<br />

is/are to be entitled to receive one moiety of the amount remaining due according to the best<br />

estimate of the same that can be made and the contractor (s) is/are to be entitled to receive the<br />

balance of all moneys due or payable i.e. Security Deposit etc. to him/them under or by virtue of<br />

the contract within twelve months from the completion of the works. Provided always that no final<br />

or other certificate is to cover or relive the contractor(s) from his/their liability under provision of<br />

the clause 10 whether or not the same be notified by the E.E. at the time or subsequently to the<br />

granting of any such certificate.<br />

E:\Tanki\Baghera_30.sxw - 36 -


14. A certificate of the E.E. or an award of the referee hereinafter referred to, as the case may be<br />

showing the final balance due or payable to the contractor(s) is to be conclusive evidence of the<br />

works having been duly completed and the contractor (s) is/are entitled to receive payment of the<br />

final balance, but without prejudice to the liability of the contractor (s) under provision of clause 10.<br />

17. Provided always that in case any question, dispute or difference shall arise between the E/E and<br />

the contractor (s) as to what additions, if any, ought in fairness to be made to the amount of the<br />

contract by reason of the works being delayed through no fault of the contractor (s) or by reason<br />

or on account of any directions or requisitions of the E.E. involving increase cost to the contractor<br />

(s) beyond the cost properly attending the carrying out of the contract according to the true intent<br />

and meaning of the signed drawings and specifications, or as to the works having been duly<br />

completed or as to the construction of these presents or as to any other matter or thing arising<br />

under out of this contract, except as to mattes left during the progress of the works to the sole<br />

decision or requisition of the E.E. under clauses No.1,4,8 and 9, or in the case contractor(s) shall<br />

be dissatisfied with any certificate of the E.E. under clause 6 or under the provision in Clause 13<br />

or in case he shall with hold or not give any certificate to which he/they may be entitled, or as to<br />

the right of the contractor (s) to receive any compensation or as to the amount of such<br />

compensation payable to him/them under clause 18, then such question, dispute or difference or<br />

such certificate or the value or matter which should be certified as the case may be, is to be from<br />

time to time submitted to the arbitration of a tribunal composed of one arbitrator nominated by the<br />

contractor (s) and one arbitrator nominated by the E.E/S.E. In the event of a disagreement<br />

between the arbitrators on any matter or matters, such matter or matters shall be referred to an<br />

umpire to be nominated by the C.E. and the award of such arbitrators or the umpire is to be final<br />

and where necessary to be equivalent to a certificate of the E.E. and the contractor (s) is/are to be<br />

paid accordingly.<br />

17. If at any time before or after the commencement of the work, Governor of C.G., shall for any<br />

reason whatsoever.<br />

18.1 Cause Alterations, Omissions or Variation in the drawings and specification involving any<br />

curtailment of the works or originally completed ; OR<br />

18.2 Not required the whole of work as specified in the tender to be carried out, the Contractor (s)<br />

shall have no claim to any payment compensation whatsoever on account of any profit or<br />

advantage which he/they might have derived from he execution of the work in full as specified in<br />

the tender but which he/they did not derived in consequence of the curtailment of the works by<br />

reason of alterations, omissions or variation or in consequence of the full amount of the work not<br />

having been carried out.<br />

But the Contractor (s) shall be entitled to compensation for any loss sustained by him/them by<br />

reason of his/their having purchased or procured any materials or entered into any engagements or<br />

made any advances to labour or taken any other preliminary or incidental measures on account of or<br />

with a view to the Executive of the works or the performance of the contract.<br />

E:\Tanki\Baghera_30.sxw - 37 -


Dated : Signature of the Contractor<br />

ANNEXURE - “A”<br />

MODEL RULES RELATING TO LABOUR, TO WATER SUPPLY AND SANITATION IN<br />

NOTE :-<br />

LABOUR CAMPS<br />

These model rules are intended primarily for labour camps which are not of a<br />

permanent nature. They lay down the minimum desirable standard which should<br />

be adhered to standards in permanent on semi permanent labour camps should not<br />

obviously be lower than for temporary camps.<br />

1. LOCATION :<br />

The camp should be located in elevated and well drained ground in the locality<br />

2. Labour huts to be constructed for one family of 5 persons each. The layout to be<br />

shown in the prescribed sketch.<br />

3. HUTTING : The huts to be built of local materials. Each hut should provide at least<br />

20 sqm of living space.<br />

4. SANITARY FACILITIES :<br />

Latrines and urinals shall be provided at least 15 mtrs away from the nearest<br />

quarters separately for men and women and specially so marked in the following<br />

scale.<br />

5. LATRINES : Pit provided at the rate of 10 user or families per seat. Separate are<br />

required as the privacy can also be used for this purpose.<br />

6. DRINKING WATER :<br />

Adequate arrangements shall be made for the supply of drinking water.<br />

practicable filtered and chlorinated supplies shall be arranged when supply is from<br />

intermittent sources over head storage tank shall be provided with a capacity of five<br />

confirm to the sanitary standard laid down in the report of the rural sanitation<br />

committee. The well should be at least 30 meters away from any latrine or other<br />

source of pollution. If possible the pump should be installed for drawing the water<br />

from well. The well should be effectively disinfected one every month and the<br />

quality of the water should be got tested at the Public Health Institution between<br />

each work of disinfecting.<br />

7. BATHING AND WASHING :<br />

Separate bathing and washing plan shall be provided for men and women for every<br />

25 persons in the camp. There shall be one gap and space of 2 sqm for washing<br />

and bathing. Proper drainage for waste water should be provided.<br />

If<br />

E:\Tanki\Baghera_30.sxw - 38 -


8. WASTE DISPOSAL :<br />

Dustbin shall be provided at suitable places in camp and the residence shall be<br />

directed to throw all rubbish into those dustbins. The dustbin shall be provided with<br />

cover. The contents shall be removed every day and disposed off by trenching.<br />

9. MEDICAL FACILITIES :<br />

9.1 Every camp where 1000 or more persons reside shall be provided with whole<br />

time doctor and dispensary. If there are women in the camp a whole time<br />

Nurse shall be employed.<br />

9.2 Every camp where less than 1000 but more than 250 persons resides shall be<br />

provided with a dispensary and a part time, Nurse/Midwife.<br />

9.3 if there are less than 250 persons in any camp a first aid kit shall be maintained<br />

in charge of whole time persons trained in first side.<br />

9.4 All the medical facilities mentioned above shall be for the all residents in the<br />

camp, including a dependent of workers, if any, free of costs.<br />

9.5 For each labour camp there should be qualified sanitary inspector and<br />

sweepers should be provided in the following scales :-<br />

9.5.1 For camps with strength over 200 but not exceeding 500 persons - One<br />

sweeper for every 75 persons above the first 200 for which 3 sweepers will be<br />

provided.<br />

9.5.2 For camps with strength over 500 persons - One sweeper for every 100<br />

persons above first 500 for which 6 sweepers should be provided.<br />

E:\Tanki\Baghera_30.sxw - 39 -


ANNEXURE - “B”<br />

The contractor shall pay not less than fair wage to labours engaged by him in the<br />

work:<br />

EXPLAINATION :<br />

A. “FAIR WAGES” means whether for time of piece work as notified on the date of<br />

inviting tenders and where such wages have not been so notified the wages<br />

prescribed by the competent authority for division in which the work is done.<br />

B. The contractor shall, notwithstanding the provision of any contract to the contrary,<br />

cause to be paid a fair to labours indirectly engaged on the work including any<br />

labour engaged by his sub-contractor in connection with the said work as if<br />

labourerers had been immediately employed by him.<br />

C. In respect of all labour directly or indirectly employed on the works or the<br />

performance of his contract, the contractor shall comply with or cause to be<br />

complied with the Labour Act. In force.<br />

D. The Executive Engineer/Sub-Divisional Officer shall have the right to deduct from<br />

the money due to the contractor any sum required or estimated to be required for<br />

making good, the loss suffered by a worker or workers by reason of non-fulfillment<br />

of the conditions of the contract for the benefit of the workers non payment of the<br />

wages or of deductions made from his or their wages which are not justified by their<br />

terms of contract or non-observance of regulations.<br />

E. The contractor shall be primarily liable for all payments to be made under and for<br />

the observance of the regulations aforesaid without prejudice to his right to claim<br />

indemnity from his sub-contractor.<br />

F. The Regulations aforesaid shall be deemed to be a part of this contract and any<br />

breach thereof shall be deemed to be a breach of this conduct.<br />

G. The contractor shall obtain a valid license under the Contract (Regulation &<br />

Abolition) Act, in force and rule made thereunder by the competent authority from<br />

time to time before commencement of work and continue to have a valid license<br />

until the completion of the work.<br />

Any failure to fulfill this requirement shall attract the penal provisions of this contract<br />

arising out of the resulted non execution of the work assigned to the contractor.<br />

E:\Tanki\Baghera_30.sxw - 40 -


ANNEXURE - ‘E’ - I<br />

SPECIFICATION FOR CONSTRUCTION OF R.C.C. ELEVATED SERVICE<br />

RESERVOIR<br />

1.0 SCOPE OF WORK :<br />

1.1 THE WORK INVOLVES :<br />

Design Construction testing and commissioning of One Number R.C.C. Elevated<br />

Service Reservoir at Baghera Durg Twon having capacity 3300 Kilo Litres on 20 m<br />

staging respectively including providing and fixing of double flanged C.I. pipes class<br />

‘B’ Horizontally cast conforming to IS 7181-1974 for Inlet, Outlet, scour and over flow<br />

delivering up to 2.0 metre away from R.C.C. outer columns of reservoir, C.I. double<br />

flanged heavy duty specials and duck foot bends conforming to IS 1538-1976, and<br />

C.I. double flange ISI marked sluice valves (Class-II) etc. and providing and fixing of<br />

all accessories such as lightening arrestor, water level indicator, RCC stair case from<br />

ground level to tank floor level, steel ladders from balcony to roof and aluminium<br />

ladder from roof to inside floor level of tank, ventilating cowls, manhole covers with<br />

frame and G.I. pipe railing for stairs and at roof flooring etc. all complete as per<br />

detailed specifications on lump sum contract.<br />

1.2 The Service Reservoir should be circular in shape supported over circular columns.<br />

The depth of water in the tank shall the difference of level between lowest supply and<br />

full supply level of the tank. The foundation, columns, bracings etc. should be so<br />

designed, so as to have a provision for construction of a single story building between<br />

the G.L. bracing and first bracing with R.C.C. roof and brick walls. The position of<br />

bracing shall be so fixed that the height of floor is minimum 3.5 M and the top of<br />

ground level bracing is 0.6 M above general ground level. The construction of such<br />

building is not included in this lump sum contract.<br />

2.0 GENERAL<br />

2.1 The work of construction of R.C.C. Over Head Service Reservoirs involves specialised<br />

workmanship, hence requirement of higher standard than general concrete work is<br />

essential. The height of staging will be reckoned from an assumed ground level at the<br />

site and road level nearest to the site, i.e., the ground level at the site or road level<br />

which ever is higher shall be treated as the base level for determination of staging<br />

height.<br />

E:\Tanki\Baghera_30.sxw - 41 -


2.2 The tenderers submitting their offer on form of LUMP SUM CONTRACT shall submit<br />

the drawing of proposed Reservoir with the tender in envelope ‘B’ of technical offer.<br />

They will further be required to submit detailed design, drawings and calculation within<br />

one month of acceptance of their tender for scrutiny and approval by competent<br />

authority. The responsibility for design, construction structural stability and water<br />

tightness will, however, rest solely with the contractor and he shall have to make good,<br />

any damage or loss to the Government due to defect if any, of the above mentioned<br />

work. The contractor shall have to make the tank chlorine resistant as heavy dose of<br />

chlorination is expected to be given in water.<br />

2.3 The offer shall include provision for 1.0 m wide R.C.C. balcony at bottom slab level<br />

railing to balcony and at roof level, lightening arrestor, water level indicator, 1.0 meter<br />

wide RCC stairs from ground level to tank floor with railing and all pipes and fitting<br />

(including puddle collars) up to duck foot bends and from duck foot bend up to 2.0<br />

meters out side the supporting structures i.e. RCC column including C.I. valves etc.<br />

including their painting and architectural treatment, protection and drainage work and<br />

all as mentioned in Annexure “E” special condition.<br />

3.1 As per trial pit section the safe bearing capacity is 10 T/sqm (approx.) at proposed site<br />

below 2.00 m from G.L.<br />

The contractor should satisfy himself about this test report<br />

as he bears the sole responsibility regarding the structural safety of the structure.<br />

4.0 STEEL :<br />

4.1 The contractor shall have to arrange himself the entire quantity of steel required for<br />

the completion of the work under contract, No steel shall be supplied by the<br />

department.<br />

No extension of time will be granted by the department for non<br />

availability of or non procurement of steel in time or late supply of steel or for any<br />

other reasons what-so-ever.<br />

4.2 The steel for reinforcement shall conform to IS 432-1966 or IS 1139-1966 amended<br />

up to date and a test certificate shall be required to be furnished to the department in<br />

support thereof. The stresses in steel for design purposes should be taken as<br />

specified in IS Code 3370 (Part-II) 1965 amended up to date.<br />

4.3 In additions, the contractor shall be required to get tested the random samples of the<br />

Steel brought at site to see whether they conform to relevant I.S. specifications. The<br />

cost of such tests shall be borne by the contractor.<br />

5.0 The contractor shall have to make his own arrangement for requirement of electric<br />

power and telephone connections for construction work, if they desire these facilities.<br />

The department shall provide assistance by way of recommendation only.<br />

6.0 For blasting operation, if required in foundation, excavation, the contractor will make<br />

his own arrangement for license, permits and blasting materials from competent<br />

authority.<br />

E:\Tanki\Baghera_30.sxw - 42 -


7.0 The contractor will have make his own arrangement for water, required for execution<br />

of the works. For testing of tanks, the department will provide water at ground level<br />

near the tank. However all other arrangement for testing of tank shall have to be<br />

made by the contractor at his own cost.<br />

8.0 The M.S. ladder 600 mm wide from balcony to the top roof slab of the tank should be<br />

provided. The tank will have a 1.2 m wide gallery on around at the level of bottom<br />

slab.<br />

9.0 The RCC stairs of 1.2 m width from ground level to the gallery at bottom slab level<br />

should be provided. Width of the R.C.C. & stair from balcony to roof of the tank shall<br />

be 0.70 m.<br />

10.0 G.I. Pipe railing of 32mm dia, medium class, in three rows shall be provided for RCC<br />

stairs from ground level to gallery all around the gallery and the roof slab.<br />

11.0 The Railing should consists of R.C.C. vertical post of 1.25 mm dia and 1.2 metre<br />

height,<br />

1.50 metre spacing welded to 150x150x4mm base plate. The whole<br />

assembly shall further be welded to M.S. anchor plate of size 200x200x4 mm size,<br />

which shall be embedded into concrete with suitable hold fast. This anchor plate shall<br />

be embedded while concreting is being done and not at later date.<br />

12.0 An alluminium ladder shall be provided from man hole to the inside floor of the tank.<br />

The aluminium ladder 600 mm wide shall comprise 2 nos. 100x44x3 mm rectangular<br />

tube (Aluminium) stringers and 80x38x3 mm rectangular tube footrest at 400 mm c/c.<br />

13.0 M.S. ladder 600 mm wide from gallery to the top of roof shall complies to stringers of<br />

size 50x50x6mm and foot rests of two M.S. bars of 17 mm dia each at 300 mm c/c.<br />

The railing parallel to stringers shall be of 20 mm dia G.I. Pipe in three rows<br />

connected to stringers by 50x50x6 mm angles at 1.5 metres c/c. This ladder should<br />

start from the end of the entry cut one in gallery. All Iron works railing, ladders should<br />

be applied with 2 coats of approved quality and make enamel paint over a primer coat.<br />

14.0 To avoid any unauthorised person to climb the over head tank, the entry at the bottom<br />

of the stair case should be closed with suitable arrangements.<br />

15.0 Two C.I. Manhole covers and frame of approved quality 455 mm x 610 mm internal<br />

dimension weighing not less than 38 kg shall be provided. The weight of cover shall<br />

be 23 kg and weight of frame 15 kg.<br />

16.0 Air vents wherever necessary shall be 150 mm dia swan neck type, with minimum<br />

10 nos. shall be provided.<br />

17.0 To avoid any accident at the time of cleaning or maintenance of the tank, the opening<br />

of the out let and scour pipes should be covered with aluminimum Jali of suitable size.<br />

18.0 WORKMAN SHIP :<br />

E:\Tanki\Baghera_30.sxw - 43 -


18.1 EXCAVATION :<br />

The depth of excavation will generally be guided by the underground strata and the<br />

safe bearing capacity of the foundation soil and as directed by the Engineer-in-<br />

Charge. Strata chart of trial pit section is made available just for guidance for the<br />

purpose of preliminary design consideration only. Safe B.C. shall have to be verified<br />

by the contractor by actual site investigation by conduction plate load test and tests of<br />

under Ground strata/soil at his own cost. Test results of soils, foundation shall be<br />

submitted before start of work along with the detailed structural design. No payment<br />

will be made to the contractor for carrying out these tests or on account of any<br />

variation in the soil bearing capacity and design change due to strata. No dewatering<br />

shall be payable under any circumstances whether natural, artificial or manmade.<br />

18.2 FILLING FOUNDATION WITH BED CONCRETE (Levelling course) :<br />

The foundation shall be laid over bed concrete (i.e. levelling course) of at least<br />

150 mm thick or more, with at least 1:3:6 (M-100) concrete with 40 mm gauge graded<br />

metal or the prescribed mix as per instruction of Engineer-in-Charge and as per<br />

relevant I.S. Code.<br />

18.3 REINFORCED CONCRETE WORK :<br />

It shall be strictly as per Annexure ‘E’ special condition. The concrete mix and<br />

minimum cement concrete specified in Annexure ‘E’ shall be rigidly followed.<br />

Where the concrete has not fully hardened all laitance shall be removed by scrubbing<br />

the wet surface with wire or bristle brushes, care being taken to avoid dislodgement of<br />

the particle of aggregate. The surface shall be thoroughly wetted and all free water<br />

removed. The surface shall then be coated with neat cement grout. The first layer of<br />

concrete to be placed on this surface shall not exceed 15 CM (or 6”) in thickness, and<br />

shall be rammed against old work, particulars attention being paid to corners and<br />

close spots. Concrete should be thoroughly compacted and fully worked around the<br />

reinforcement around embedded fixes and into corner of the form work.<br />

18.4 MEASURING (Concrete mix proportioning) :<br />

The quantity of cement shall be determined by weight Ordinary Portland cement<br />

conforming to IS 269-1976 shall be taken to weight 50 kg/bag. The quantities of fine<br />

and coarse aggregates shall be determined either by volume or by weight. The<br />

proportion of find and coarse aggregate shall be in accordance to para 8 of<br />

456-1978.<br />

18.5 MIXING :<br />

Concrete shall be mixed in a mechanical mixer. Mixing shall be continued till there is<br />

a uniform distribution of the ingredients and the mass is uniform in colour and<br />

consistency but in no case the mixing shall be done for less than two minutes.<br />

IS<br />

E:\Tanki\Baghera_30.sxw - 44 -


18.6 TRANSPORTING :<br />

Concrete shall be handled from the place of mixing to the place of final deposit as<br />

rapidly as practicable by methods which will prevent segregation or loss of any<br />

ingredients and maintaining the required workability.<br />

18.7 PLACING AND COMPACTING :<br />

The concrete shall be placed and compacted before setting could commence and<br />

should not be subsequently disturbed. Methods of placing should be such that there<br />

is no segregation (Concreting) shall be carried out continuously up to construction<br />

joints, the position and arrangement of which shall be determined by the designer.<br />

When the work has to be resumed on surface which has hardened, such surface shall<br />

be roughened. It shall then be swept clean, then the roughly wetted and covered with<br />

a 12 mm layer of mortar which shall be freshly mixed and placed immediately before<br />

the placing of the concrete.<br />

18.8 MECHANICAL VIBRATION :<br />

When mechanical vibrations for compacting concrete are used, reduced water content<br />

should be adopted. Over vibration or vibration of very wet mixed is harmful and<br />

should be avoided when-ever vibration has to be applied externally the design of form<br />

work and the disposition of vibrators should receive special consideration to ensure<br />

efficient compaction and to avoid surface blemishing.<br />

18.9 CURING :<br />

The concrete shall be covered with a layer of old gunny bags or canvass or similar<br />

absorbent material and kept constantly wet for at least twenty eight days from the date<br />

of placing of concrete.<br />

18.10 FORM WORK<br />

18.10.1 The form work shall confirm to the shape lines and dimensions as shown on<br />

the drawings and so constructed as to remain sufficiently rigid during the placing and<br />

compacting of concrete, and shall be sufficiently tight to prevent loss of liquid from<br />

concrete. Only well designed and proper steel form work shall be used.<br />

18.10.2 The form work shall be cleared off. All rubbish particularly chippings, shaving<br />

and saw dust shall be removed from the interior of the forms before the concrete is<br />

placed and the form work in contact with the concrete shall be cleaned and thoroughly<br />

wetted or treated with an approved composition.<br />

E:\Tanki\Baghera_30.sxw - 45 -


18.11 STRIPPING OF FORM WORK :<br />

18.11.1 In no circumstance form work should be struck off until the concrete reaches<br />

the strength of at least twice the stress to which the concrete may be subjected at the<br />

time of stripping.<br />

18.11.2 In normal circumstances i.e. temperature above 20 0 C form work may be<br />

struck after expiry of the following periods as per IS 456-1978.<br />

(A) Vertical sides of slabs, beams and columns 48 hours.<br />

(B) Bottom of slabs under 4.5 M Span : 7 days<br />

(C) Bottoms of slabs over 4.5M Span : 14 days<br />

(D) Bottoms of beam under 6 M Span : 14 days and<br />

(E) Bottoms of beam over 6 M Span<br />

: 21 days<br />

The form work should be left longer, as it would assist the curing. The number of<br />

props, their sizes and position shall be such as to be able to safely carry the full<br />

dead load of the slab, beam or arch as the case may be together with any live load<br />

likely to occur during curing or further construction.<br />

19.0 MATERIAL :<br />

19.1.1 STEEL :<br />

All metal for reinforcement shall be free from loose mill scale, loose rusts, oil and<br />

grease or other harmful matter. The steel used for reinforcement shall be cleaned<br />

immediately before placing the concrete.<br />

19.1.2 PLACING :<br />

All reinforcement shall be placed and maintained in position shown in the drawing.<br />

It is very difficult and costly to alter concrete once placed. It is, therefore very<br />

important to check the reinforcement and its placing before being covered.<br />

19.1.3 SIZE AND QUALITY OF STEEL BARS :<br />

The steel bars used for reinforcement shall be strictly as per relevant IS<br />

Specifications, and the contractor shall have to produce the test certificate of the<br />

Steel to be used.<br />

19.2 AGGREGATES :<br />

All aggregates shall conform to all provisions and test methods of IS 383-1970<br />

E:\Tanki\Baghera_30.sxw - 46 -


19.3 STORAGE OF MATERIALS :<br />

Cement shall be stored properly in a dry ventilated buildings.<br />

20.0 DESIGN MIX :<br />

20.1 The contractor shall submit mix designs for each strength the proposed slump<br />

proportional weight of cement saturated surface, dry aggregates and water. The<br />

mixes shall have to be designed as per relevant I.S. Specification.<br />

20.2 The proportion of the concrete shall be such as to work readily into forms angles and<br />

ground the reinforcement without excessive manipulation, segregation of water gain.<br />

20.3 The water content shall not be increased from the amount required by the design mix<br />

unless cement at required water cement ratio added. The Engineer-in-charge may<br />

require additional cement without extra compensation to the contractor if he considers<br />

that concrete does not produce the required strength.<br />

21.0 TEST :<br />

21.1 All tests as specified in the I.S. Specifications codes and required for the execution of<br />

the work shall be carried out by the contractor at his cost as per instruction of<br />

Engineer-in-charge.<br />

21.2 FIELD TESTS :<br />

The contractor shall provide all arrangements for field test to exercise proper quality<br />

control over works specifically for test mentioned under para 20.1<br />

E:\Tanki\Baghera_30.sxw - 47 -


21.3 All double flanged pipes (Class B conforming to IS 7181-1974) flanged and D.F. cast<br />

iron puddle collars, bell mouths and other specials required for inlet, outlet, over flow<br />

and scour shall be conforming to IS 1538:1976 required for inlet, outlet, overflow and<br />

scour will be supplied and fixed in position by the contractor from desired inside level<br />

of the tank to duck foot bend one metre below G.L. and further providing and fixing all<br />

double flanged C.I. Pipes and specials from duck foot bend on ward up to 2.0 M<br />

outside the supporting structure of the tank (i.e. RCC column) shall also be supplied<br />

and fixed by the contractor including testing of the fittings and joints with cost of the<br />

materials and joints. All the fittings shall be as per I.S. Specifications.<br />

The arrangement for inlet, outlet, overflow and scour pipes shall be such that all these<br />

pipes and independent of each other and each of these shall have bell mouths at their<br />

ends. The top of bell mouths of inlet and over flow shall be at F.T.I. and top of bell<br />

mouths of outlet shall be 15 cm above floor of the tank, where as the bell mouth of<br />

scour pipe shall be flushed with floor level. All these vertical pipes shall terminate with<br />

flanged duck foot bends bottom fixed one meter below ground level. Further D.F.<br />

pipes should be provided up to 2.0M away from the supporting structure of the tank.<br />

All these duck foot bends shall be fixed with heavy class ISI identification mark sluice<br />

valves. The contract also includes providing and fixing of sluice valves. Valves<br />

chambers and chamber covers.<br />

All the pipes and specials required for above shall be fix during concreting. Specials<br />

which are to be embedded in concrete shall have puddle collars at the centre of<br />

concrete thickness.<br />

The dimensions of the pipes valves shall be as under :-<br />

S.No. Location Diameter Type Valves Quantity<br />

1 Inlet Pipe size 450 mm dia C.I.D/F Pipe 450 mm dia 1 no.<br />

2 Outlet Pipe size 600 mm dia C.I. D/F Pipe 600 mm dia 1 no.<br />

3 Overflow Pipe size 450 mm dia C.I.D/F Pipe - -<br />

4 Scour Pipe size 350 mm dia C.I.D/F Pipe 350 mm dia 1 no.<br />

Note - The top of the inlet/outlet/scour and overflow pipe should have bell mouth<br />

21.4 Scour pipe of OHT should be connected to the nearest natural drain/sewerage line<br />

available with pipes and other required specials provided by the department but<br />

including testing by the contractor.<br />

E:\Tanki\Baghera_30.sxw - 48 -


22.0 The tank will have to be tested for the water tightness as per IS 3370 and it will be the<br />

responsibility of the contractor to make it water tight. Any defects, shrinkage or other<br />

faults which may appear within 6 months from the completion of the tank arising out of<br />

defective or improper materials or workmanship are upon the direction of the<br />

Executive Engineer to be amended and made good by the contractor(s) at his/their<br />

own cost unless the Executive Engineer shall decide that he/they ought to be paid for<br />

the same and in case of default the Governor of C.G. may recover from the contractor<br />

(s) the cost of making good the works.<br />

The arrangements of water for construction shall be done by the contractor at his own<br />

cost. For testing purposes, the contractor will have to give a test of water tightness of<br />

the reservoir to the entire satisfaction of the department.<br />

The responsibility of<br />

structural stability shall also rest solely with the contractor. The refund of earnest<br />

money and security deposit contemplated in the agreement clause 15 shall be<br />

refunded only after expiry of maintenance period after the satisfactory commissioning<br />

of tank<br />

23.0 Alluminium Lightening conductor shall be provided & fixed with proper earthing<br />

arrangements as per relevant IS Specification.<br />

24.0 Water level indicator shall comprise of copper float, guide, pulleys with a pointer on<br />

the enamel painted indicator plate which shall be calibrated to read the depth of water<br />

in the tank in meters.<br />

25.0 Snowcem or durocem painting of the tank shall be done only after the tank is<br />

successfully tested for water tightness.<br />

26.0 No charges for the plastering if required for proper finishing of the surface of<br />

structures shall be paid under any circumstances.<br />

27.0 The contractor shall be required to submit the detailed completion drawing in six<br />

copies of the work immediately on completion of the work.<br />

28.0 The work shall be treated as completed when the same is completely tested and<br />

handed over to the department including site clearance.<br />

29.0 The tenderer should give at the time of tendering the outline of architectural<br />

appearance, design and drawing.<br />

30.0 The tenderer shall have to produce the complete design and working drawing of each<br />

component of structure before starting of work.<br />

31.0 Special considerations should be given in the preparation of design for seismic forces<br />

if the structure being located in some mining area.<br />

32.0 The structural design of the RCC elevated service reservoir shall be done on<br />

continuity theory and rotation of joints.<br />

33.0 Due consideration for wind pressure should be taken in design of structure, as per<br />

provision of relevant IS Specification. The wind pressure may be taken as per the<br />

wind pressure map of India annexed in IS 875-1964, with special consideration to the<br />

previous experience of wind pressure experienced in the locality.<br />

E:\Tanki\Baghera_30.sxw - 49 -


34.0 All duck foot bends shall be fixed and anchored properly in concrete blocks, to prevent<br />

any displacement of pipe due to water trust.<br />

35.0 The MS clamps 50mm x 10 mm should be provided at 3.0 M C/C for clamping all the<br />

vertical pipes, the clamps should be either fixed in bracing with nut bolts.<br />

36.0 The contractor may note that the department may not be in a position to acquire of<br />

make available sufficient land (space) for collection, storage of construction materials<br />

and equipment’s and working. It shall therefore be contractor’s responsibility to make<br />

arrangement of land space for this purpose.<br />

37.0 In case there is any delay in handing over of land to the department by the concerned<br />

competent authority the contractor shall only be allowed extension of time or this<br />

account. No compensation for financial claim shall be accepted.<br />

38.0 If under unavoidable circumstances or for reasons beyond control of the department,<br />

the proposed site of construction of tank is required to be changed/shifted, the<br />

contractor shall have to take up construction at alternative site, and the contractor<br />

shall not have any claim on this account.<br />

39.0 The R.C.C. elevated tank shall be designed, executed and tested in accordance to<br />

relevant I.S. Specification.<br />

Executive Engineer<br />

Public Health Engg.Division<br />

Durg (C.G.)<br />

E:\Tanki\Baghera_30.sxw - 50 -


SPECIAL CONDITIONS<br />

ANNEXURE - ‘E’<br />

DESIGN AND CONSTRUCTION OF R.C.C. ELEVATED<br />

SERVICE RESERVOIRS<br />

Public Health Engineering Department constructs a large number of elevated<br />

service reservoirs in rural areas as, well as in urban areas. Many cases of failure of<br />

these structures have come to the department. To minimise failures, it is extremely<br />

important that a uniform policy with respect to design and construction specifications<br />

of these structures is followed throughout the State so that the quality of<br />

construction is ensured.<br />

Keeping in view the above objective, the following<br />

instructions are issued for strict compliance in future. The authorities responsible for<br />

enforcing these instructions will be the respective Chief Engineers of the zones,<br />

Superintending Engineers of the respective Circles and the Executive Engineers-incharge<br />

of the work.<br />

GENERAL INSTRUCTIONS :<br />

1.0 Elevated service reservoir should be designed to provide architectural appearance<br />

and all the related civil features should be as per appearance.<br />

1.1 The RCC columns supporting to the tank should necessarily be round shape and<br />

not square or rectangular. The top shell i.e. water container must be cylindrical.<br />

1.2 On the bottom floor of the water container cast iron or stainless steel grating should<br />

be provided over the supply outlet and scour outlet. This is essential to prevent any<br />

accident for the labour attending to periodical cleaning of the tanks. One such<br />

accident occurred at Sehore when two persons in succession were sucked in to the<br />

scour pipe, the top of which could not be seen because of calcium deposits due to<br />

regular use of bleaching powder. Cast Iron grating 20x20mm or stainless steel<br />

square 20x20mm can be used with square frames on top of the outlet.<br />

1.3 The over flow outlets should not be connected to the distribution system.<br />

Connection of over flow pipe to the distribution system can result in over filling of the<br />

elevated service reservoir in case supply valves of the distribution system are not<br />

open. The over flow outlet should always be kept open for draining any excess<br />

storage in the tank.<br />

E:\Tanki\Baghera_30.sxw - 51 -


1.4 It is extremely important to make arrangements for supply of sufficient water at the<br />

construction site for curing of the concrete. Continuous and efficient curing is<br />

extremely important for development of good compressing strength in any concrete<br />

structure.<br />

1.5 It is advisable to use metal derived from igneous rock preferably of basaltic of<br />

granite origin. The coarse sand should be free from soil. This can be checked<br />

easily by half filling a transparent glass with the sand sample and the other half by<br />

clean water. Stir the sand vigorously. Silt in the sand can then be easily seen in the<br />

top water portion.<br />

1.6 It is extremely essential the contractors undertaking the work should have a<br />

concrete mixer with them. No hand mixing should be allowed.<br />

1.7 In no case the concrete should be laid without vibration. It is desirable to keep two<br />

concrete vibrators at the construction site so that in case of a break down the other<br />

vibrator can be used. It is desirable that the divisions have with them at least two<br />

concrete vibrators, which is an essential T&P for laying concrete.<br />

FOLLOWING SPECIFICATIONS SHOULD BE STRICTLY FOLLOWED :<br />

2.0 CEMENT AND CONCRETE :<br />

2.1 Minimum Strength of Concrete :<br />

Minimum strength of concrete for components of elevated tank will be as below :-<br />

Columns staging<br />

Tank including roof<br />

2.2 Minimum Cement Content<br />

- M25 (250 kg/sqcm)<br />

- M30 (300 kg/sqcm)<br />

From durability considerations minimum cement content shall be as below :-<br />

Concrete<br />

- M25 - 350 kg/cum<br />

Concrete - M30 - 400 kg/cum<br />

2.3 Cover of Concrete :<br />

The minimum cover shall be 40 mm for all the reinforcement. For foundations this<br />

cover shall be 60 mm.<br />

2.4 Cement Grade<br />

Grade 43 cement should be used for columns and grade 53 for the tank portion<br />

including the top dome cover. Only fresh cement should be used in the tank. It is<br />

advisable to use cement manufactured by major plants and required firms. OPC or<br />

blast furnace slab cement should be used.<br />

2.5 Water Cement Ratio :<br />

Water Cement Ratio shall not be more than 0.45 this means 22.5Litres of water per<br />

50 kg. bag cement.<br />

2.6 Testing Machines for Concrete :<br />

Compression testing machines should be installed in each rural and project<br />

divisions.<br />

E:\Tanki\Baghera_30.sxw - 52 -


2.7 Use of Construction Chemicals :-<br />

When the water cement ratio is less, the strength and durability of concrete is good.<br />

It is a advisable to use plasticisers in concrete and reduce water cement ration up<br />

to 0.4. Plasticisers manufactured by reputed companies are recommended.<br />

Proportion of plasticiser to be used shall be as per the instruction manual supplied<br />

by the manufacturers.<br />

2.8 Construction Joints :<br />

Construction joints be treated in accordance with IS 456. The surface of already laid<br />

concrete be cleaned by water jet and cement slurry be applied. Cement mortar<br />

10mm thick of the same proportion as in concrete be applied and then fresh<br />

concrete of the lift be laid. The form work must overlay 100 mm on the already laid<br />

concrete.<br />

2.9 Minimum Dimensions and Shapes :<br />

Minimum Dimensions shall be as below :<br />

Circular columns<br />

Tank wall<br />

Bottom slab/bottom dome<br />

Top slab<br />

- 400 mm<br />

200mm<br />

150mm<br />

125mm<br />

Note - If a Dome is provided at the top, the thickness can be limited to 100 mm<br />

Rectangular/square columns are not allowed Circular shafts are also not allowed. In<br />

respect of horizontal braces, corners shall be chamfered by 40x40mm.<br />

Footing - The depth of footing on the face of the column shall not be less than 1/3 rd of the<br />

spread of footing from the face.<br />

3.0 S.B.C.<br />

3.1 The contractor shall conduct himself S.B.C. test & the sole responsibility of structural stalility<br />

of O.H.T. shall rest upon the contractor.<br />

3.2 TRIAL PIT<br />

A trial pit section taken at site of construction is gudacnce. The tendederer should himself<br />

verify this before submitting tender for the design of foundation of R.C.C. Over Head<br />

Service Reservoir.<br />

4.0 STEEL :<br />

E:\Tanki\Baghera_30.sxw - 53 -


4.1<br />

Minimum steel : Design requirements as set out in relevant codes in respect of steel shall be<br />

fully satisfied. However, following minimum steel should be provided.<br />

(a)<br />

Vertical steel in columns 0.8% of cross sectional area actually required and 0.3%<br />

where larger section than actually required is provided.<br />

(b) Horizontal link in columns Not less than 8 mm dia at 200mm c/c or 10 mm dia not<br />

more than 300 mm c/c.<br />

(c) Exposed RCC surface On both faces when thickness is 150 mm or more<br />

2 kg/sqm in perpendicular direction<br />

The above requirement is satisfied if<br />

8 mm bars @ 200mm c/c OR 10 mm bars<br />

@ 300mm c/c are provided.<br />

Even if design steel is less than above, the above minimum<br />

shall be provided.<br />

(d) Steel in tank As per provision of IS 3370 subject to minimum as set out in<br />

(b) above.<br />

4.2 Maximum spacing of reinforcement :<br />

Maximum spacing of main reinforcement in slab or walls shall not more than 150 mm centre<br />

to centre. The spacing of secondary bars, such as distribution steel or vertical bars in<br />

columns.<br />

4.3 Type of Steel :<br />

It is advisable to use corrosion resistant CR steel such steel is now available.<br />

Detailing of Steel<br />

Before commencing the work, Executive Engineer in-charge should study the drawing. It<br />

must be insisted that the designer provides details of the shape of each bar its diameter,<br />

length and numbers of each category in a schedule of reinforcement. This must be<br />

incorporated in every working drawing.<br />

5.0 Form work :<br />

Wherever intz type of tanks are adopted or where there is an inclined slab having inclination<br />

steeper tan one vertical to three horizontals, inside form work must be provided.<br />

(a) Place outer form work<br />

(b) Place inner form work 300 to 450 mm wide. Then concrete that portion then fix next strip<br />

and concrete.<br />

(c) In respect of top or bottom domes place upper form work for lowest circular string of<br />

width equal to 1/4 th dai of dome and concrete as stated above. Then concrete central half<br />

for which top form may not be provide.<br />

E:\Tanki\Baghera_30.sxw - 54 -


6.0 Protection work Drainage :<br />

At the ground level, stone pavement should be provided for an area which is 1.5metre more<br />

than the dimensions of tank on all sides. This should be laid in a slope of 1:60 from the<br />

centre and drain be constructed around for outlet of water. It is advisable to provide fencing<br />

around the tank so that the space around the tank is not misused for any purpose. It is<br />

advisable that the tanks be white-washed every year.<br />

7.0 Approval of Deeign and Drawing.<br />

The contractor will submit the detail design and drawing of the R.C.C. eleretd reservoir with<br />

on 30 day’s from the date of issue of writer order to commence the work for approval of the<br />

competent authority of the department on give copy’s<br />

E:\Tanki\Baghera_30.sxw - 55 -


ANNEXURE - G<br />

BREAK UP SCHEDULE OF PAYMENT<br />

S.<br />

No.<br />

Particulars<br />

Cumulative<br />

percentage<br />

1 After casting of levelling course 5%<br />

2 After foundation including columns up to G.L. 15%<br />

3 After casting of 50% RCC staging 25%<br />

4 After full staging 35%<br />

5 After ring beam & bottom slab casting & supply of<br />

pipes and specials<br />

65%<br />

6 After casting vertical walls of tank 75%<br />

7 After casting stair case and top dome/slab 90%<br />

8 After finishing and testing of work 100%<br />

<br />

Executive Engineer<br />

Public Health Engg. Division<br />

Durg (C.G.)<br />

ANNEXURE – F<br />

INFORMATION & INSTRUCTIONS<br />

TO THE BIDDERS FOR ePROCUREMENT SYSTEM<br />

Special Conditions & instructions for eProcurement System as given in the<br />

subsequent pages will over-rule the conditions stated in the tender documents,<br />

E:\Tanki\Baghera_30.sxw - 56 -


wherever relevant and applicable.<br />

1. Enrollment/ Registration & Empanelment of the Contractors/Bidders on<br />

Government of Chhattishgarh e-Procurement Portal:<br />

In order to participate in the tenders floated using the eProcurement System, all<br />

contractors/ bidders are required to get enrolled on the eProcurement portal<br />

(http://cgeprocurement.gov.in) and get empanelled on the sub-portal of Public<br />

health Engineering Department, Chhattisgarh at http://phed.cgeprocurement.gov.in<br />

in the relevant bidder class.<br />

Only after the concerned departmental officer approves the empanelment of the<br />

contractor/bidder online, the contractor/bidder shall be allowed to participate in the<br />

tenders floated by the department using the eProcurement System.<br />

The enrollment of contractor on http://cgeprocurement.gov.in is valid for one year,<br />

thus it needs to be renewed every year. The empanelment of the contractor is also<br />

required to be renewed in the system as and when registration is renewed with the<br />

department.<br />

2. Set-up of Machine:<br />

In order to operate on the eProcurement system, setting of User’s machine is<br />

required. For which User has to install some utilities in his machine as per the<br />

instructions given in Help Manual for ‘Machine Setup’ (Available for download on the<br />

eProcurement portal). The copy of the same may be obtained from Service Provider<br />

of the eProcurement System “Wipro Limited in consortium with M/s NexTenders<br />

(India) Pvt. Ltd.”<br />

3. Obtaining a Digital Certificate:<br />

The bids submitted online should be signed electronically with a Digital Certificate to<br />

establish the identity of the bidder bidding online. These Digital Certificates are issued<br />

by an approved certifying authority, authorized by the Controller of Certifying<br />

E:\Tanki\Baghera_30.sxw - 57 -


Authorities, Government of India.<br />

A Digital Certificate is issued upon receipt of mandatory identity proofs and verification<br />

letters attested by Gazetted Officer. Only upon the receipt of the required documents,<br />

a digital certificate can be issued.<br />

The registered contractors may obtain information required for issuance of a Class II<br />

Digital Signature Certificate from the Controller of Certifying Authorities<br />

(www.cca.gov.in) or the Service Provider of ePS of Government of Chhattisgarh:<br />

Wipro Limited in consortium with NexTenders (India) Pvt. Ltd.<br />

NexTenders (India) Pvt. Ltd. ‘Saket’ B-31, Shailendra Nagar<br />

Raipur – 492 001 Tel. No : +917714079400, Tel. No.: +917714221020, Fax<br />

No.:+917714221023 E-mail: raipur@nextenders.com<br />

Important Note: Submission of Bids for a particular tender shall be done only using the<br />

digital certificate. In case, during the process of a particular tender, the user looses his<br />

Digital Certificate (i.e. due to virus attack, hardware problem, operating system<br />

problem etc.); he may not be able to submit the bid online. Hence, the users are<br />

advised to back up the certificate and keep the copies at safe places under proper<br />

security to be used in case of emergencies.<br />

In case of online tendering, the digital certificate issued to the authorized user of a firm<br />

and used for electronic tendering will be considered equivalent to a no-objection<br />

certificate/power of attorney to that user. The firm has to authorize a specific individual<br />

via an authorization certificate signed by all partners to use the digital certificate as per<br />

Indian IT Act 2000. Unless the certificate is revoked, it shall be assumed to represent<br />

adequate authority of the user to bid on behalf of the firm for Public Health<br />

Engineering_ Department’s tenders as per Information Technology Act 2000. The<br />

digital signature of this authorized user will be binding on the firm. It shall be the<br />

responsibility of management/partners of the registered firm to inform the Certifying<br />

Authority or Sub Certifying Authority, if the authorized user changes, and apply for a<br />

fresh digital certificate and issue a fresh ‘authorization certificate’ for the new user.<br />

The same procedure holds true for the authorized users in a private/public limited<br />

company. In this case, the authorization certificate will have to be signed by the<br />

directors of the company.<br />

E:\Tanki\Baghera_30.sxw - 58 -


4. Opening of an Electronic Payment account: For Submitting the bids online<br />

Contractors/ Bidders are required to make online payment using the electronic payments<br />

gateway service as mentioned in the NIT.<br />

Arrangements have been made for Contractors/ Bidders to make payments online via<br />

Credit Card / Cash Cards / Internet Banking. The different modes of electronic<br />

payments accepted on the eProcurement System is available and can be viewed<br />

online on the eProcurement website (http://cgeprocurement.gov.in).<br />

5. Payment for submission of bids online: The tender documents may be downloaded<br />

free of cost from online eGPS by eligible Contractors/Bidders. The Contractors/Bidders<br />

are required to make the payment for bid submission through online payment modes<br />

mentioned in Point No. 4 above. In online tendering, the "application form" for the<br />

issue of tender documents shall not be required.<br />

The suppliers shall submit the bids by making online payment of Tender document<br />

fees using the service of the secure electronic payments gateway, and print out the<br />

system generated receipt for their reference which can be produced whenever<br />

required.<br />

The secure electronic payments gateway is an online interface between<br />

Contractors/Bidders and credit card / online payment authorization networks.<br />

Submission of bids, EMD and other documents will be governed by the time schedule<br />

given under “Key Dates” on the online e-Procurement System portal for the particular<br />

tender.<br />

[Please refer to the Help Manual for viewing of New Tenders Online on the<br />

eProcurement Portal.]<br />

6. Tender Download: Eligible/ Interested Bidders can download the Tender Document<br />

online.<br />

7. Submission of Bid Seal (Hash) of online bids: The online submission of bids will be<br />

preceded by submission of the "digitally signed bid seal (hash)" as stated in the tender<br />

E:\Tanki\Baghera_30.sxw - 59 -


time schedule (Key Dates) published in the NIT. The contractor cannot change any bid<br />

data after the generation of bid seal (Hash).<br />

8. Generation of Super Hash: After the time of submission of Bid Seal (Hash) by the<br />

Contractors/Bidders has lapsed, the bid round will be closed and a "digitally signed tender<br />

Super-Hash" which will be prepared by concerned Department official. This is equivalent<br />

to sealing the tender box.<br />

9. Submission of actual online bids: Suppliers have to submit and sign their encrypted<br />

bids (by their user Public-Key) online using their digital certificate after the generation of<br />

Super Hash within the date and time as stated in the tender schedule (Key Dates). The<br />

electronic bids of only those suppliers who have submitted their bid seals (hashes) within<br />

the stipulated time, as per the tender time schedule (Key Dates), shall be accepted by the<br />

system. A supplier who does not submit his bid seal (hash) within the stipulated time shall<br />

not be allowed to submit his bid.<br />

10. Submission of Earnest Money Deposit: The supplier will also submit their Earnest<br />

Money Deposit as usual in a sealed physical "Cover - A" and the same should reach the<br />

stipulated department office as stated in the Tender Document, by post. The Supplier<br />

shall also upload scanned copy of EMD instrument along with other details during online<br />

bidding.<br />

11. Opening of Tender documents: The authority receiving the tenders or his duly<br />

authorized officer shall first open the "Envelope A" of all the contractors/bidders and<br />

check for the validity of EMD and documents submitted in the “Envelope A”, as<br />

required by Public Health Engineering Department. In case, the requirements are<br />

incomplete, the Technical Bid of the concerned supplier received shall not be<br />

opened.<br />

The authority shall then open the bids submitted by the suppliers online through the<br />

eProcurement website. The official shall match the hash of each bid with the hash<br />

submitted by the contractors prior to bid submission. In the event of any mismatch,<br />

such bid(s) shall be rejected after a due process of verification by Public Health<br />

Engineering Department.<br />

E:\Tanki\Baghera_30.sxw - 60 -


12. Fill Negotiated Rates: The successful bidder may have to fill in Negotiated Rates if so<br />

required during this Process. In case of no negotiation or no change in rates successful<br />

bidders need to complete the Fill Negotiated Rates stage.<br />

13. Key Dates: The suppliers are strictly advised to follow the tender schedule (Key dates)<br />

for their side of tasks and responsibilities to submit their bids, as the system is time and<br />

date locked.<br />

E:\Tanki\Baghera_30.sxw - 61 -

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!