TENDER DOCUMENT
System No.421 view amendment Tender Document - Public Health ...
System No.421 view amendment Tender Document - Public Health ...
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
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 16 mt.<br />
staging including providing and fixing of all pipes and fittings at Borsi<br />
Durg Town.<br />
On Lump sump contract basis<br />
Estimated cost Rs. 125.00 Lacs<br />
Bid Submission Fees - Rs. 3740.00<br />
EXECUTIVE ENGINEER<br />
PUBLIC HEALTH ENGINEERING DIVISION<br />
DURG CHHATTISGARH<br />
E:\Tanki\Borsi_27.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\Borsi_27.sxw - 2 -
CHECK LIST FOR ISSUE OF <strong>TENDER</strong> <strong>DOCUMENT</strong>S<br />
1. NIT No. and Date NIT No. 27/TS/EE/Dueg 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 16 mt. staging including providing and<br />
fixing of all pipes and fittings at Borsi Durg 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\Borsi_27.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\Borsi_27.sxw - 4 -
Office of the Executive Engineer<br />
Public Health Engineering Division<br />
Durg (Chhattisgarh)<br />
NOTICE INVITING <strong>TENDER</strong><br />
NIT NO./ 27/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<br />
and commissioning of 1 Nos.<br />
125.00<br />
Lacs<br />
94000.00 18 months<br />
Including<br />
120<br />
days<br />
R.C.C. elevated service<br />
rainy<br />
reservoir of 3300 KL<br />
season<br />
capacity on 16 mt. staging<br />
including providing and<br />
fixing of all pipes and<br />
fittings at Borsi Durg Town.<br />
Rs.<br />
3740.00<br />
Payable<br />
online at<br />
the time<br />
of Bid<br />
Preparati<br />
on and<br />
Hash<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\Borsi_27.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\Borsi_27.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 />
enclosed a true copy of such registration certificate along with the tender,<br />
otherwise his/their tender shall not be considered for qualification.<br />
E:\Tanki\Borsi_27.sxw - 7 -
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\Borsi_27.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\Borsi_27.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. 27 /TS/PHE/10 DATED : 29-10-<br />
2010<br />
Date of issue of N.I.T. : 29.10.2010<br />
Due date of receipt of Tenders : 15.10.2010<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 />
16m staging at Borsi under durg Aug. Water supply scheme Durg.<br />
(2) Probable amount of contract - Rs. 125.00 Lacs<br />
(2) Earnest Money - Rs. 94000.00<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 />
E:\Tanki\Borsi_27.sxw - 15 -
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 />
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\Borsi_27.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\Borsi_27.sxw - 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\Borsi_27.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 )<br />
The details of works in hand indicating name of work, Agreement no., work order no.,<br />
E:\Tanki\Borsi_27.sxw - 19 -
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 />
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. 94000.00 (Rs. Ninety Four<br />
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 />
E:\Tanki\Borsi_27.sxw - 20 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 21 -
12.7.1 ENVELOPE ‘A’<br />
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 />
E:\Tanki\Borsi_27.sxw - 22 -
12.8.3 Escalation: - The price variation condition shall not be applicable in this contract.<br />
12.9 LIST OF WORKS IN PROGRESS :<br />
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 />
E:\Tanki\Borsi_27.sxw - 23 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 24 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 25 -
15.0 PAYMENT :<br />
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 />
E:\Tanki\Borsi_27.sxw - 26 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 27 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 28 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 29 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 30 -
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 />
ANNEXURE :<br />
Following documents annexed with this N.I.T. shall form part of the contract agreement.<br />
ANNEXURE ‘A’ :<br />
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’ :<br />
ANNEXURE ‘E’ :<br />
ANNEXURE ‘F’ :<br />
Break up schedule for payment.<br />
Special Conditions<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\Borsi_27.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 />
E:\Tanki\Borsi_27.sxw - 32 -
The…………………<br />
Signature of the authority<br />
by whom the tender<br />
has been accepted<br />
SECURITIES<br />
Name Address Occupation Remarks<br />
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 />
E:\Tanki\Borsi_27.sxw - 33 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 34 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 35 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 36 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 37 -
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 />
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 />
E:\Tanki\Borsi_27.sxw - 38 -
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 />
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 />
If<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\Borsi_27.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\Borsi_27.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 Borsi Durg Twon having capacity 3300 Kilo Litres on 16 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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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\Borsi_27.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 />
E:\Tanki\Borsi_27.sxw - 58 -
directors of the company.<br />
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 />
E:\Tanki\Borsi_27.sxw - 59 -
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 />
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\Borsi_27.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\Borsi_27.sxw - 61 -