Sei sulla pagina 1di 67

GOVERNMENT OF CHHATTISGARH PUBLIC HEALTH ENGINEERING DEPARTMENT

Balrampur Augmentation Water Supply Scheme TENDER DOCUMENT FOR


NAME OF WORK: Design, Drawing, Construction, and Testing and Commissioning of R.C.C. Circular Intake Well cum Pump House of Internal Dia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment Plant Including Mechanical and Electrical accessories, Raw Water & Clear water Pumping Units, R.C.C. Sump well etc. complete under Balrampur Augmentation Water Supply Scheme.

Estimated cost Rs. 187.66 Lacs Cost of Tender documents Rs. 3170.00

EXECUTIVE ENGINEER PUBLIC HEALTH ENGINEERING DEPARTMENT PUBLIC HEALTH ENGINEERING DIVISION AMBIKAPUR (C.G.)

122262261.doc

-1-

INDEX
S. No. 1. 2 3 4 5 6 7 8 9 10 11 12 Salient Feature of Tender Notice Inviting Tender (In English) Notice Inviting Tenders (In Hindi) Detailed Notice Inviting Tenders Tender for Lump sum contract Annexure - A- Model Rules relating to labour, water supply and sanitation etc Annexure - B- Contractors Labour Regulations Annexure - D- Form of Income Tax clearance certificate Annexure E- Specifications & scope of the work Annexure F - Approximate tentative quantities of items of work Annexure G - Break up schedule of payment ANNEXURE H
INFORMATION & INSTRUCTIONSTO THE BIDDERS FORONLINE ELECTRONIC GOVERNMENT PROCUREMENT SYSTEM (e-GPS)

Contents

Pages From - To

122262261.doc

-2-

SALIENT FEATURE OF TENDER


1. Name of work Design, Drawing, Construction, and Testing and Commissioning of R.C.C. Circular Intake Well cum Pump House of Internal Dia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment Plant Including Mechanical and Electrical accessories, Raw Water & Clear water Pumping Units, R.C.C. Sump well etc. complete under Balrampur Augmentation Water Supply Scheme S-IV AND ABOVE

2.

Name of contractors A. Class of Contractor registered in P.H.E.D. C.G. B. Postal Address C. Telephone Number & Fax number if any

3. 5. 6.

Probable amount of contract Earnest Money Date of Issue Money receipt no. and date

Rs. 187.66 lac Rs. 1,40,500/-

Note - This tender document with Annexure and notice inviting tender shall be part of the agreement. Signature and seal of contractor/firm Or his authorised representative Executive Engineer Public Health Engg. Division Ambikapur

122262261.doc

-3-

IMPORTANT POINTS FOR THE GUIDANCE TO THE FIRMS / CONTRACTORS INTENDING TO SUBMIT TENDERS
1.0 Usually the firms / contractors are in the habit of giving too many conditions in their offer. According to the condition in the NOTICE INVITING TENDERS, the tenders with the conditions are liable for rejection. The tenderers are therefore, advised to submit the tenders without their own conditions. In case, they consider some condition are necessary they are requested to give clear-out, financial implications of each of such conditions to facilities proper comparison of the tenders. 2.0 The tenderers are requested to see that their tenders are in conformity with the condition and clause of the N.I.T. (Notice Inviting Tender) and the contract agreement form particularly in regard to security deposit, mode of payment for extra work if any completion time, guarantee about pipe, valves and other fittings water tightness test structure stability etc. 3.0 The Firms / Contractors some times ask for advance payment of the value of the pipe specials, valves & other through bank against railway receipt. Since this tender is on Lump-sum basis, such condition of payment would be principally incorrect and therefore would not be accepted if asked for. 4.0 Some Firms / Contractors stipulate submission of break up schedule of the payment after award of contract. The tenderers are therefore requested to accept the break up schedule given in tender document as Annexure G for assessment of work done as per clause no. 15 of the form for LUMP-SUM-CONTRACT. 5.0 The firms / contractors sometimes ask for the refund of security deposit in a manner and time not in conformity with the provision of the N.I.T. Any such condition of refund of security deposit shall not be accepted to the department and as such the tenderers and requested to agree to the condition of the N.I.T. on this behalf. 6.0 The firms / contractors usually quote some percentages above the C.S.R. for the extra work, due to which the tenders become incomparable. The tenderers are therefore requested to accept the payment as per the prevailing rate at the time of issue of N.I.T. the following C.S.R. with amendments issued for the jurisdiction of Raipur zone upto date of issue of tender notice for the extra work if any. CIVIL WORK : 40% above the S.O.R. of the Engineer-in-Chief, M.P., PWD Bhopal in force from 01.11.1999 & adopted by E.N.C., PWD, Chhattisgarh with amendment upto date of issue of N.I.T. PIPE LINE WORKS: 40% above U.S.R. for the water supply and sewerage installation (External) M.P., P.H.E. in force from 18.09.2002 and adapted by E.N.C., P.H.E.D., Chhattisgarh with amendment upto date of issue of N.I.T. ELETRIFICATION: 40% above the S.O.R. of the Chief Engineer, P.W.D. (B&R) Bhopal in force from 01.11.2002 with amendment upto date of issue of N.I.T. Some Firms / Contractors offer are valid for a period losser than that mentioned in the N.I.T. the tenders are therefore advised to keep their offer open for acceptance

122262261.doc

-4-

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

Executive Engineer Public Health Engineering Division Ambikapur

122262261.doc

-5-

Office of the Executive Engineer Public Health Engineering Division Ambikapur (Chhattisgarh)
N.I.T. 02/PHED/EEAmbikapur/2008-09 Dated: 26/08/08 NOTICE INVITING TENDER Online tender are invited on behalf of Governor of Chhattisgarh for the following work in form F for lump Sum contract and will be received in the office of the Executive Engineer, Public Health Engg. Ambikapur from the contractors registered in class S-IV and above in PHE Department C.G. G.N Name of work o. Probable Earnest Amount of Money Work (In Rs.) (In Lacs) Bid Time Submis allowed sion for fees (In completi Rs.) on (excludi ng rainy season) 5 6

1 1

2 3 4 Design, Drawing, Construction, and Testing and Commissioning of R.C.C. Circular Intake Well cum Pump House of Internal Dia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment Plant Including Mechanical and Rs.187.66 140500/Electrical accessories, Raw Water & Lacs. Clear water Pumping Units, R.C.C. Sump well etc. complete under Balrampur Augmentation Water Supply Scheme

3170.00 12 months

The Bidders intending to participate in this Tender are required to get enrolled on the above mentioned website and get empanelled on the Sub Portal of Public Health and Engineering Department. Enrolment on the above mentioned Portal is mandatory. As the online Bids are required to be digitally signed, Bidders are required to obtain Class II Digital Signature Certificates (DSCs). The Bidders may contact M/s NexTenders (India) Pvt. Ltd., for obtaining Class II Digital Signature Certificates at M/s NexTenders (India)Pvt. Ltd. 149, 150 Mahalaxmi Cloth Market, Pandri, Raipur (C.G.) Tel. No. 07713204997, 3207996, Email ID raipur@nextenders.com. The Bidders are also invited to get themselves trained on the operations of the eProcurement System. Bidders may get in touch with the Service Provider of the eProcurement System for confirming the time and date for their training session. All the suppliers are required to submit Envelope A physically containing the following: The Earnest Money In favour of the Executive Engineer, PHE Division Ambikapur.

122262261.doc

-6-

The Key Dates of Tender are PHD Stage/ Supplier PHD Supplier Supplier PHD Supplier PHD PHD PHD PHD Stage Name Release of NIT Tender Download Submission of Bid Hash and Payment Close Bidding for General Conditions Bid Submission Online Opening of Envelope - PQ Shortlisting of Envelope -PQ Opening of EMD & T and C. & Shortlisting of EMD Shortlisting of Terms and Conditions Preparation of Common set of Conditions Download of commn set of conditions. Submission of Bid Hash of Revised Offer. Close for Bidding Revised Offer. Bid Submission Online of Revised Offer. Opening of Acceptance of Common set of conditions Shortlisting of Common set of conditions Opening of Revised offer Shortlisting of revised offer Opening of Original Offer Shorlisting of Original Offer Start Date & Time Expiry Date & Time 26-08-08 17:31 27-08-08 18:00 27-08-08 18:01 16-09-08 17:30 27-08-08 18:01 16-09-08 17:31 17-09-08 17:31 22-09-08 17:31 25-09-08 17:31 30-09-08 17:31 01-10-08 17:31 01-10-08 17:31 10-10-08 17:31 10-10-08 17:31 17-10-08 17:31 20-10-08 17:31 21-10-08 17:31 21-10-08 17:31 16-09-08 17:30 17-09-08 17:30 22-09-08 17:30 25-09-08 17:30 30-09-08 17:30 01-10-08 17:30 03-10-08 17:30 10-10-08 17:30 17-10-08 17:30 17-10-08 17:30 20-10-08 17:30 21-10-08 17:30 23-10-08 17:30 23-10-08 17:30

PHD Supplier Supplier PHD Supplier PHD PHD

1. 2. 3. 4. 5. 6. 7.

PHD 23-10-08 17:31 25-10-08 17:30 PHD 25-10-08 17:31 27-10-08 17:30 PHD 27-10-08 17:31 28-10-08 17:30 PHD 28-10-08 17:31 29-10-08 17:30 PHD PHD Tender Award 29-10-08 17:31 28-02-09 17:30 The tender form will be issued to such contractors who will submit dully attested following documents. The tender forms will be issued to such contractors who have successfully constructed Intake Well & Water Treatment Plant of minimum 50% capacity and more of given capacity of NIT Within last five year period and having no pending work in tender period. List of works in progress, list of contract already held by the tender at the time of submitting the tender in the department and else where showing there in the amount of each contract, balance of work remaining to be done, and due date of completion as per work order. Valid registration certificate class S-IV for construction of Water/Sewage Treatment Plant in PHED, C.G. List of tools and plants available with the tenders. Valid revenue solvency or FDR of 50% amount of revenue solvency. Registration in commercial tax deptt. in CG or in other states of India. Permanent Account Number (PAN) of the proprietor/firm photocopy is to be submitted.
-7-

122262261.doc

8. 9. 10. 11.

2.

Financial Turnover of last five year. No price escalation will be allowed. Material supplied should be inspected by DGS & D/SGS/RITES. Eligibility norms to get tender forms. 1. Registration:Valid registration in C.G. PHE Deptt. in appropriate class is necessary. Registration in specials category/category of works of specialised nature. Work execution capacity: Work execution capacity = AN x 2

Where A =Work maximum amount excavation during last five years N =Period of work completion (in years) 3. Experience of work: -In last 5 years tenderer must have work execution experience i) Intekwell - at least 50% capacity in the name of tenderer/firm of construction of Intekwell of half dia of internal dia meter of Intakewell mentioned in tender ii) Water Treatment Plant- successfully constructed Water Treatment Plant of 50% capacity and more of given capacity. iii) Pumping station & pumps :- at least 50% capacity discharge & head for required capacity in the name of tenderer/firm , mentioned in tender of maximum capacity. The Tenders will be opened online along with the physical envelopes received from the suppliers in the presence of participated or representatives of participated bidders at Note:1.

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

to Instructions for Using the Electronic Tendering System document available along with the tender documents.

Executive Engineer Public Health Engineering Division Ambikapur

122262261.doc

-8-

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


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

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

vkWuyku fufonk,a fufonk;sa QkeZ ^,Q* esa ,deq'r vuqca/k gsrq uhps mYysf[kr dk;Z ds fy;s NRrhlx<+ ds jkT;iky dh vksj ls dk;Zikyu vfHk;ark] yksd LokLF; ;kaf=dh [k.M] vfEcdkiqj ds dk;kZy; esa] yksd LokLF; ;kaf=dh foHkkx] NRrhlx<+ esa ,l&IV@ Js.kh ty@lhost 'kqf)dj.k la;a= dk fuekZ.k ,oa mPp Js.kh esa iathd`r Bsdsnkjksa ls vkeaf=r dh tkrh gS A fufonk ds rduhdh vkWQj okys fyQkQs fyQkQk ch uhps n'kkZbZ frFkh dks mifLFkr fufonkdkjksa vFkok muds vf/kd`r izfrfuf/k;ksa ds le{k [kksys tk;saxsaA fufonk ds foRrh; izLrkoksa okys fyQkQs [kksyus dh frfFk rFkk LFkku dh lwpuk Bsdsnkjksa dks rduhdh izLrkoksa ds [kksyus ds ckn nh tkosxh %& dk;Z dk uke lew g . dk;Z vekur fufonk dh jkf'k :- izi= dk vuqekf ewY; ur ykxr :- yk[k esa dk;Z iw.kZ djus dh vof/k o"kk Z _rq dks NksM+ dj
6

1 1

cyjkeiqj vko/kZu ty iznk; ;kstuk ds varxZr puku unh esa 6-0 ehVj vkarfjd O;kl dk vkj-lh-lh- bUVsdosy lg iEi gkml] v'kq) ty iEi~l] 1-90 ,e-,y-Mh- {kerk dk ty 'kqf)dj.k la;a=] 'kq) ty iEi~l] vkj-lh-lhlaiosy dk fMtkbZu] MkbZax] fuekZ.k] VsfLVax] dfe'kfuax lEiw.kZ dk;Z lfgrA

:- 18766

:14050000

:317000

12 efgus

vkosnu i= ds lkFk fuEufyf[kr nLrkost lR;kfir dj layXu gksuk vR;ko';d gS %&


1-

fiNys ikap o"kksZ esa ty 'kqf)dj.k la;a= ,oa vkj-lh-lh- bUVsd osy dk fuekZ.k fufonk esa nf'kZr {kerk ls de ls de 50 izfr'kr {kerk ;k mlls vf/kd {kerk ds cgrs ,oa fLFkj ty esa sfuekZ.k dk;Z dk vuqHko izek.k i=] ftlesa vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsds dh jkf'k] dk;Z iw.kZ djus dh vof/k] dk;Z iw.kZ djus

122262261.doc

-9-

dh okLrfod vof/k n'kkZ;h x;h gks rFkk tks de ls de dk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gks A 2fufonkdkj ds ikl izxfrjr gkFk esa fy;s x;s dk;ksZ ls lacaf/kr fooj.k ftlesa dk;Z dk uke] vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsds dh ykxr] dk;Z iw.kZ djus dh fu/kkZfjr vof/k] fufonk izLrqr djus dh frfFk rd f;kfUor fd;s x;s ,oa gkFk esa fy;s x;s dk;Z dh ykxr bR;kfn dk fooj.k vfuok;Z :i ls izLrqr djuk gksxk A 3yksd LokLF; ;kaf=dh foHkkx NRrhlx<+ esa oS/k iath;u izek.k i= A 4iz'uk/khu dk;Z dks fu/kkZfjr le; esa iw.kZ djus ds fy;s Bsdsnkj ds v/khuLFk@iathd`r la;a=ksa dh lwph izek.k i= A 5oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50% jkf'k dk ,Q-Mh-vkj- A 6Hkkjr ds fdlh Hkh jkT; esa dkWef'kZ;y VsDl foHkkx ls iath;u dh izfr A 7vk;dj foHkkx }kjk vkcafVr PAN dkMZ dh izfof"V A 8fiNys ikap o"kksZ dk foRrh; VuZ vksoj A 9iz'uk/khu dk;Z ds fy;s ewY; o`f) ns; ugha gksxh A 10- iznk; dh tkus okyh lkexzh dk fujh{k.k DGS & D/SGS/RITES ds }kjk fujh{k.k vfuok;Z gS A foHkkx ds ikl bl fufonk dh Key dates esa ifjorZu djus dk iw.kZ vf/kdkj lqjf{kr jgsxkA fufonk izi= izkIr djus gsrq vgZrk ekin.M 1iath;u%& yksd LokLF; ;kaf=dh foHkkx NRrhlx<+ esa mi;qDr Js.kh esa iath;u vko';d gSA fof'k"V izd`fr (Specialised Nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr ds fof'k"V Js.kh@Js.kh;ksa esa iath;u vko';d gSA 2dk;Z dk fu"iknu {kerk & dk;Z fu"iknu {kerk A x N x 2 A = fiNys 5 o"kksZ esa fn;s x;s dk;Z dh vf/kdre jkf'k 10% vf/kHkkj izfro"kZ lfgr N = dk;Z iw.kZ djus dh fu/kkZfjr vof/k o"kksZ esa 3dk;Z dk vuqHko %& Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r% 50 izfr'kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf'kZr dk;ksZa dh vk/kh ek=k ds dk;Z dh x.kuk dk vkadyu fuEukuqlkj gksxk %& fiNys ikap o"kksZ esa & v- baVsdosy @ tsd osy %& bl dk;Z dk vuqHko izek.ki= lkekU;r% baVsdosy @ tsdosy dk O;kl nkkZrs gq, fd;k tkrk gSA vr% fufonk esa nfkZr baVsdosy ds vkarfjd O;kl ds vk/ks vkrfjd O;kl ds baVsdosy ds fuekZ.k dk vuqHkoA c- iafiax LVsku %& fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy, vko;d fdyksokV ls de ls de vk/kh {kerk ds fdyksckV ds iafiax lsV~l dk vuqHkoA izLrkfor iafiax lsV~l ,oa vU; vko;drkvksa ds
122262261.doc - 10 -

fy, vko;d fo/kqr lo & LVs'ku dh vk/kh {kerk ds fo|qr midsUnz LFkkiuk dh lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHkoA l- ty'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok ty ey 'kqf)dj.k la;a= dh nfkZr {kerk dh de ls de 50 izfr'kr {kerk ds ty'kqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd iq.kZ djus dk vuqHkoA bPNqd fufonkdkj &izD;ksjesaV+ flLVe dk izf'k{k.k ds fy;s &izD;ksjesaV+ lsok iznkRkk ls lEidZ dj ldrs gSA f'k{k.k dk;Ze es le; vkcVau gsrq bPNqd fufonkdkj d &izD;ksjesaV+ lsok iznkRkk ls iwoZ es gh laidZ djuk gxkA lHkh fufonkdkj d fyQkQk & v vekurh jkf'k ,oa vU; nLrkosta ds lkFk eSU;qyh@Hkfrd #i ls uhps fy[ks irs ij Lrqr djuk gxkA vekurh jkfk ds fyQkQs ds lkFk fuEufyf[kr nLrkost layXu djuk vko';d gS %& 1 fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esa Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij fufonk esa nf'kZr dk;ks ds de ls de 50 izfrkr rd lQyrkiwoZd iw.kZ fd, x, dk;Z dk vuqHko izek.k i=] ftlesa vuqca/k ekad] dk;kZnsk ekad ,oa fnukad] Bsds dh jkfk] dk;Z iw.kZ djus dh vof/k] dk;Ziw.kZ djus dh okLrfod vof/k dk izek.k i= tks de ls de dk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gksA 2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Z dk uke] vuqca/k ekad] dk;kZnsk ekad ,oa fnukad] Bsds dh ykxr] dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFk rd iw.kZ dk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA 3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esa oS/k iath;u izek.k i= A 4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50% jkf'k dk ,Q-Mh-vkj-A 5 fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007 rd esa dk;ksZa dk okf"kZd VuZ vksojA

foHkkx ds ikl bl fufonk dh Key dates esa ifjorZu djus dk iw.kZ vf/kdkj jgsxkA

(6) Financial turn over during last five years i.e. 2002-03 to 2006-07 (7) List of available tools and plants for successful completion of work. (8) Valid revenue solvency of 50% amount of F.D.R. (9) The Department reserves the right to change the Key dates of the Tender Process. Note:-For details on tendering procedure through the electronic tendering system, please refer to Instructions for Using the Electronic Tendering System document available along with the tender documents.

122262261.doc

- 11 -

dk;Zikyu vfHk;ark yksd LokLF; ;kaf=dh foHkkx vfEcdkiqj

122262261.doc

- 12 -

Office of the Executive Engineer Public Health Engineering Division Ambikapur


NIT No./ 02/PHED/EEAmbikapur/2008-09 Dated: 26/08/08

DETAILED NOTICE INVITING TENDER

On Line Tender are invited on behalf of Governor of Chhattisgarh for following work, on form F for lump sum contract and will be received in the office of the Executive Engineer Public Health Engineering Division Ambikapur from contractors registered in class S-IV and above in Public Health Engineering Department, Chhattisgarh. Name of work G.N o. Probable Earnest Amount of Money Work Bid Submis sion fees Time allowed for completi on (excludin g rainy season) 6

1 1

2 3 4 Design, Drawing, Construction, and Testing and Commissioning of R.C.C. Circular Intake Well cum Pump House of Internal Dia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment Plant Rs.187.66 140500/ Including Mechanical and Electrical Lacs. accessories, Raw Water & Clear water Pumping Units, R.C.C. Sump well etc. complete under Balrampur Augmentation Water Supply Scheme

3170.0 0

12 months

The Bidders intending to participate in this Tender are required to get enrolled/ registered on the eProcurement website (http://cgeprocurement.etenders.in) and get empanelled on the Sub Portal of Public Health and Engineering Department (http://phed.cgeprocurement.etenders.in). Enrolment/ Registration and subsequent empanelment on the above mentioned website and departments sub-portal is mandatory. The Bidders have to digitally sign their bids before submitting the bids hashes online. Thus the Bidders are advised to obtain Digital Certificates. The registered contractors may obtain information required for issuance of a Class II Digital Signature Certificate from the Controller of Certifying Authorities (www.cca.gov.in) or the Service Provider of eProcurement System for Government of Chhattisgarh: The Bidders may contact M/s NexTenders (India) Pvt. Ltd., for obtaining Class II Digital Signature Certificates at M/s NexTenders (India)Pvt. Ltd. 149, 150 Mahalaxmi Cloth Market, Pandri, Raipur (C.G.) Tel. No. 0771- 3204997, 3207996, Email ID raipur@nextenders.com.

122262261.doc

- 13 -

The Key Dates of Tender are


PHD Stage/ Supplier PHD Supplier Supplier PHD Supplier PHD PHD PHD PHD Stage Name Release of NIT Tender Download Submission of Bid Hash and Payment Close Bidding for General Conditions Bid Submission Online Opening of Envelope - PQ Shortlisting of Envelope -PQ Opening of EMD & T and C. & Shortlisting of EMD Shortlisting of Terms and Conditions Preparation of Common set of Conditions Download of commn set of conditions. Submission of Bid Hash of Revised Offer. Close for Bidding Revised Offer. Bid Submission Online of Revised Offer. Opening of Acceptance of Common set of conditions Shortlisting of Common set of conditions Opening of Revised offer Shortlisting of revised offer Opening of Original Offer Shorlisting of Original Offer Start Date & Time Expiry Date & Time 26-08-08 17:31 27-08-08 18:00 27-08-08 18:01 16-09-08 17:30 27-08-08 18:01 16-09-08 17:31 17-09-08 17:31 22-09-08 17:31 25-09-08 17:31 30-09-08 17:31 01-10-08 17:31 01-10-08 17:31 10-10-08 17:31 10-10-08 17:31 17-10-08 17:31 20-10-08 17:31 21-10-08 17:31 21-10-08 17:31 16-09-08 17:30 17-09-08 17:30 22-09-08 17:30 25-09-08 17:30 30-09-08 17:30 01-10-08 17:30 03-10-08 17:30 10-10-08 17:30 17-10-08 17:30 17-10-08 17:30 20-10-08 17:30 21-10-08 17:30 23-10-08 17:30 23-10-08 17:30

PHD Supplier Supplier PHD Supplier PHD PHD

PHD 23-10-08 17:31 25-10-08 17:30 PHD 25-10-08 17:31 27-10-08 17:30 PHD 27-10-08 17:31 28-10-08 17:30 PHD 28-10-08 17:31 29-10-08 17:30 PHD PHD Tender Award 29-10-08 17:31 28-02-09 17:30 1.0 The tender form will be issued to such contractors who will submit dully attested following documents. The tender forms will be issued to such contractors who have successfully constructed Intake Well & Water Treatment Plant of minimum capacity 50% and more of given capacity of NIT Within last five year period and having no pending work in tender period. 1.2 The details of works in hand indicating name of work, Agreement no., work order no. and date, amount of contract, period of completion, value of work and balance work in hand with details of work on the date of submission of Tender; shall be essentially submitted. 1.3 Valid registration certificate in PHE Deptt. C.G.

122262261.doc

- 14 -

1.4 List of equipments owned by the contractor along with proprietary certificate/ registration required for execution of work in prescribed period. 1.5 Valid revenue solvency or F.D.R. of half of its amount. 1.6 Copy of registration in Commercial tax Department in any state of India. 1.7 Financial turn over of last 5 years.

1-8 fufonk izi= izkIr djus gsrq vgZrk ekin.M 1iath;u%&yksd LokLF; ;kaf=dh foHkkx NRrhlx<+ esa mi;qDr Js.kh esa iath;u vko';d gSA fof'k"V izd`fr (Specialised Nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izd`fr ds fof'k"V Js.kh@Js.kh;ksa esa iath;u vko';d gSA 2dk;Z dk fu"iknu {kerk & dk;Z fu"iknu {kerk A x N x 2 A = fiNys 5 o"kksZ esa fn;s x;s dk;Z dh vf/kdre jkf'k 10% vf/kHkkj izfro"kZ lfgr N = dk;Z iw.kZ djus dh fu/kkZfjr vof/k o"kksZ esa 3- dk;Z dk vuqHko %& Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r% 50 izfr'kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf'kZr dk;ksZa dh vk/kh ek=k ds dk;Z dh x.kuk dk vkadyu fuEukuqlkj gksxk %& fiNys ikap o"kksZ esa & vbaVsdosy @ tsd osy %& bl dk;Z dk vuqHko izek.ki= lkekU;r% baVsdosy @ tsdosy dk O;kl nkkZrs gq, fd;k tkrk gSA vr% fufonk esa nfkZr baVsdosy ds vkarfjd O;kl ds vk/ks vkrfjd O;kl ds baVsdosy ds fuekZ.k dk vuqHkoA iafiax LVs'ku %& fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy, vko';d fdyksokV ls de ls de vk/kh {kerk ds fdyksckV ds iafiax lsV~l dk vuqHkoA izLrkfor iafiax lsV~l ,oa vU; vko;drkvksa ds fy, vko';d fo/kqr lo & LVs'ku dh vk/kh {kerk ds fo/kqr midsUnz LFkkiuk dh lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHkoA ty'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok ty ey 'kqf)dj.k la;a= dh nf'kZr {kerk dh de ls de 50 izfr'kr {kerk ds ty'kqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd iq.kZ djus dk vuqHkoA bPNqd fufonkdkj &D;ksjesaV+ flLVe dk f'k{k.k ds fy;s &izD;ksjesaV+ lsok iznkRkk ls lEidZ dj ldrs gSA fk{k.k dk;Ze es le; vkcVau gsrq bPNqd fufonkdkj d &izD;ksjesaV+ lsok nkRkk ls iwoZ es gh laidZ djuk gxkA lHkh fufonkdkj d fyQkQk & v vekurh jkf'k ,oa vU; nLrkosta ds lkFk eSU;qyh@Hkfrd #i ls uhps fy[ks irs ij Lrqr djuk gxkA vekurh jkf'k ds fyQkQs ds lkFk fuEufyf[kr nLrkost layXu djuk vko';d gS %& 1 fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esa Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij fufonk esa nf'kZr dk;ks ds de ls de 50 izfrkr rd lQyrkiwoZd iw.kZ fd, x, dk;Z dk vuqHko izek.k i=] ftlesa vuqca/k ekad] dk;kZnsk ekad ,oa fnukad] Bsds dh jkfk] dk;Z iw.kZ djus dh vof/k]
122262261.doc - 15 -

c-

l-

dk;Ziw.kZ djus dh okLrfod vof/k dk izek.k i= tks de ls de dk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gksA 2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Z dk uke] vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsds dh ykxr] dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFk rd iw.kZ dk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA 3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esa oS/k iath;u izek.k i= A 4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50% jkf'k dk ,Q-Mh-vkj-A 5 esa (6) (7) (8) fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007 rd dk;ksZa dk okf"kZd VuZ vksojA Financial turn over during last five years i.e. 2002-03 to 2006-07 List of available tools and plants for successful completion of work. Valid revenue solvency of 50% amount of F.D.R.

The Department reserves the right to change the Key dates of the Tender Process. Note:For details on tendering procedure through the electronic tendering system, please refer to Instructions for Using the Electronic Tendering System document available along with the tender documents.

dk;Zikyu vfHk;ark] yksd LokLF; ;kaf=dh [k.M vfEcdkiqj

122262261.doc

- 16 -

2.0

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

2.1

ENVELOPE Pre Qualification & Envelope - A The online envelope A shall contain the details of Earnest Money, scanned copy of the Physical Earnest Money and scanned copy of following documents will be submitted in the online prequalification envelope. 1.1 Experience certificate of executing treatment plant, Intake well of such magnitude under flowing and standing water conditions of river from the competent authority not below the rank of Executive Engineer. certificate should indicate all the details of contract executed. 1.2 The details of works in hand indicating name of work, Agreement no., work order no. and date, amount of contract, period of completion, value of work and balance work in hand with details of work on the date of submission of Tender; shall be essentially submitted. 1.3 1.4 1.5 1.6 1.7 Valid registration certificate in PHE Deptt. C.G. List of equipments owned by the contractor along with proprietary certificate/ registration required for execution of work in prescribed period. Valid revenue solvency or F.D.R. of half of its amount. Copy of registration in Commercial tax Department in any state of India. Financial turn over of last 5 years. The

1-8 fufonk izi= izkIr djus gsrq vgZrk ekin.M 1- iath;u %& yksd LokLF; ;kaf=dh foHkkx NRrhlx<+ esa mi;qDr Js.kh esa iath;u vko';d gSA fof'k"V izfr (Specialised nature) ds dk;Z@dk;ksZ gsrq lacaf/kr izfr ds fof'k"V Js.kh@Jsf.k;ksa esa iath;u vko';d gS A 2- dk;Z fu"iknu {kerk % dk;Z fu"iknu {kerk = A x N x 2.0 where (A) = fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esa fd;s x;s dk;Z dh vf/kdre jkf'k 10% vf/kHkkj izfro"kZ lfgr (N) = dk;Z iw.kZ djus dh fu/kkZfjr vof/k o"kksZ esa Bsdsnkj@QeZ@dEiuh dh dk;Z fu"iknu {kerk fufonk esa nf'kZr dk;Z dh jkf'k ds cjkcj vFkok vf/kd gksuh pkfg,A 3- dk;Z dk vuqHko %& Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij dk;Z dk de ls de lkekU;r% 50 izfr'kr ek=k dk fufonkdkj dks vuqHko gksuk pkfg, A fufonk esa nf'kZr dk;ksZa dh vk/kh
122262261.doc - 17 -

ek=k ds dk;Z dh x.kuk dk vkadyu fuEukuqlkj gksxk %& fiNys ikap o"kksZ esa & v- baVsdosy @ tsd osy %& bl dk;Z dk vuqHko izek.ki= lkekU;r% baVsdosy @ tsdosy dk O;kl nkkZrs gq, fd;k tkrk gSA vr% fufonk esa nfkZr baVsdosy ds vkarfjd O;kl ds vk/ks vkrfjd O;kl ds baVsdosy ds fuekZ.k dk vuqHkoA c- iafiax LVs'ku %& fufonk esa mYysf[kr gsM ,oa fMLpktZ ds fy, vko;d fdyksokV ls de ls de vk/kh {kerk ds fdyksckV ds iafiax lsV~l dk vuqHkoA izLrkfor iafiax lsV~l ,oa vU; vko;drkvksa ds fy, vko;d fo/kqr lo & LVsku dh vk/kh {kerk ds fo/kqr midsUnz Lfkkiuk dh lQyrkiwoZd fuekZ.k iw.kZ djus dk vuqHkoA l- ty'kqf)dj.k la;a= %& fufonk esa ty 'kqf)dj.k la;a= vFkok ty ey 'kqf)dj.k la;a= dh nfkZr {kerk dh de ls de 50 izfrkr {kerk ds tykqf)dj.k la;a= ds fuekZ.k lQyrkiwoZd iq.kZ djus dk vuqHkoA bPNqd fufonkdkj &D;ksjesaV+ flLVe dk fk{k.k ds fy;s &D;ksjesaV+ lsok nkRkk ls lEidZ dj ldrs gSA fk{k.k dk;Ze es le; vkcVau gsrq bPNqd fufonkdkj d &D;ksjesaV+ lsok nkRkk ls iwoZ es gh laidZ djuk gxkA lHkh fufonkdkj d fyQkQk & v vekurh jkfk ,oa vU; nLrkosta ds lkFk eSU;qyh@Hkfrd #i ls uhps fy[ks irs ij Lrqr djuk gxkA vekurh jkfk ds fyQkQs ds lkFk fuEufyf[kr nLrkost layXu djuk vko';d gS %& 1 fiNys ikap o"kksZ 2002&2003 ls 2006&2007 rd esa Lo;a ds uke ij vFkok QeZ ,oa daiuh ds uke ij fufonk esa nf'kZr dk;ks ds de ls de 50 izfrkr rd lQyrkiwoZd iw.kZ fd, x, dk;Z dk vuqHko izek.k i=] ftlesa vuqca/k ekad] dk;kZnsk ekad ,oa fnukad] Bsds dh jkfk] dk;Z iw.kZ djus dh vof/k] dk;Ziw.kZ djus dh okLrfod vof/k dk izek.k i= tks de ls de dk;Zikyu vfHk;ark Lrj ds vf/kdkjh }kjk tkjh fd;k x;k gksA 2 gkFk esa fy;s x;s dk;ksZa ls lacaf/kr fooj.k ftlesa dk;Z dk uke] vuqca/k ekad] dk;kZns'k ekad ,oa fnukad] Bsds dh ykxr] dk;Z iw.kZ djus dh vof/k]fufonk izLrqr djus dh frfFk rd iw.kZ dk;ksZa dh ykxr ,oa 'ks"k dk;ksZa dh ykxrA 3 mi;qDr Js.kh esa yksd LokLF; ;kaf=dh foHkkx N-x- esa oS/k iath;u izek.k i= A 4 oS/k jsosU;w lkyosalh izek.k i= vFkok jsosU;w lkyosalh ds 50% jkf'k dk ,Q-Mh-vkj-A 5 fiNys ikap fofRr; o"kksZa 2002&2003 ls 2006&2007 rd esa dk;ksZa dk okf"kZd VuZ vksojA
122262261.doc - 18 -

6) foHkkx ds ikl bl fufonk dh Key dates esa ifjorZu djus dk iw.kZ vf/kdkj jgsxkA
(6) (7) (8) (9) Financial turn over during last five years i.e. 2002-03 to 2006-07 List of available tools and plants for successful completion of work. Valid revenue solvency of 50% amount of F.D.R. The Department reserves the right to change the Key dates of the Tender Process.

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

Executive Engineer Public Health Engg. Division Ambikapur

ENVELOPE - A EARNEST MONEY From - ( Name of Contractor) 2.2 ENVELOPE - B The third Online envelope shall contain terms and conditions and all the technical details and specifications of the proposed work. The Scanned copy of terms and conditions, along with technical specifications and drawings etc. should be submitted online in Envelope B. This Envelope shall contain only the Lump-sum offer. The tenderer shall have to duly fill their Lump-sum offer in appropriate online form meant for it. Tender will be submitted with the Earnest Money, of Rs. 140500.00 In favour of the Executive Engineer, PHE Division Ambikapur which will be returned to the unsuccessful tenderer. The Earnest Money of the successful tenderer will be retained as part of the Security Deposit. FORM OF EARNEST MONEY : The amount of Earnest Money should be deposited in the Treasury/State Bank of India and the challan should be submitted in the envelope A as mentioned above under para (2.1). If, however, instead of depositing in cash in treasury, the tenderer may deposit the Earnest Money, in and of the following forms :(A) Treasury Receipt (B) National saving Certificates (C) Treasury Bonds (D) Approved Interest Bearing Securities (E) Govt. promissory Notes in National Loan Plan (F) Post Office cash certificates (G) 10 Years Treasury Savings/Deposits/ Certificates (H) 12 Years National Savings Certificates
- 19 -

2.3

2.4

2.5 2.5. 1 2.5. 2

122262261.doc

(I) (J) (K) (L) (M) (N) (O)

10 Years Defence Deposit Certificates All small savings securities and post office Saving Bank Account, duly pledged to Government National Savings Certificates duly hypothecated in the name of the Govt. of C.G. Units of Unit Trust of India Demand Draft of SBI or Scheduled Bank Debentures of M.P. Housing Board as approved by MPFD Memo No. 1319/2306(iv)-R-5/75 dated 17th oct. 1975 Bank Draft issued by big Urban Banks whose working capital Exceeds Rs. 5 crores and A,B and C class Central/Co-operative Banks/Non Scheduled State Co-operative Banks, subject to the conditions that the contracts are allotted only after the encashment of Draft as per MPFD No. F/3/18/77/8/5(IV) dated 13.02.1973

2.6

EARNEST MONEY IN SEPARATE COVERS:The Earnest Money, in any one of the prescribed form should be deposited as mentioned under para 2.5 and not kept in the cover containing tender. If the Earnest Money is not found in accordance with the prescribed mode, tender shall be returned unopened to the tenderer.

2.7

ADJUSTMENT OF EARNEST MONEY :The Earnest Money which has been deposited for a particular work will not ordinarily be adjusted towards the earnest money for another work, but if the tender of a contractor for a work in the same Division has been rejected and the Earnest Money has not been refunded to him due to some reasons it may be adjusted for this work by the Executive Engineer, provided amount retained is equal or more than required Earnest Money for this work.

2.8

SECURITY DEPOSIT :The Security Deposit to be taken for the due performance of the contract under the terms and conditions printed on the tender form will be the earnest money plus an amount to make it equal to 5% ( five percent ) of the cost of work put to tender, as per clause 1 of condition of contract of form F.

2.9 2.9. 1

IMPLICATION OF SUBMISSION OF TENDERS :Tenderers are advised to visit the site sufficiently in advance of the date fixed for the submission of the tender. The Tenderer shall be deemed to have full knowledge of all relevant documents alignment of pipe line, sub soil strata, bearing capacity, hydrological and topographical site conditions etc. whether he inspects it or not. The submission of a tender by a tenderer implies that he has read the notice, conditions of the tender and all the contract documents and has made himself fully aware of all the standards and specifications in this respect laid down in the relevant IS specifications, IRC specifications, manual on water supply and treatment, and Annexure-E having the scope and the specification of the work to be done. The contractor will be deemed to have seen the site of works and quarries with their approaches etc, and get satisfied himself regarding the suitability and availability of opening new quarries and construction and maintenance of the approaches shall rest wholly with the contractor. The contractor shall make his own arrangement for supply of water for construction, purposes. No lead and lift for any other material including water will be paid. The tender offer should be inclusive of all leads and lifts for the materials. The contractor should himself verify the leads of different materials before
- 20 -

2.9. 2

2.9. 3

122262261.doc

submitting his tender. 2.9. 4 2.10 ESCALATION :The scope of work includes all costs, and no escalation will be paid on this account. LIST OF WORKS IN PROGRESS :Tenders must be accompanied by a list of Contracts already held by the tenderer at the time of submitting the tender, in the Department and elsewhere showing therein. (i) the amount of each contract (ii) balance of work remaining to be done and (iii) the amount of solvency-certificate produced by him at the time of enrolment in the department 2.11 RELATIONSHIP :The contractor shall not be permitted to tender for works in the Division, (responsible for award and execution of contract) in which his near relative is posted a Divisional Accountant. He shall intimate the names of his near relative working in Chhattisgarh. Secretariat and P.H.E. Divisions. He shall also intimate the name of person working with him in any capacity or subsequently employed by him and who are near relatives to any Gazetted Officer in the Chhattisgarh. Secretariat. Any breach of this condition by the contractor would render him self liable to be removed form the approved list of contractors of the P.H.E. Department. NOTE: - By the term near relative is meant wife, husband, parents and son, Grand son, brothers, sisters, brothers in laws, father in law and mother in law. 2.12 WITNESS: The tender for the works shall be witnessed by a contractor failure to observe this condition shall render the tender of the contractor liable to Rejection. 3.0 3.1 OPENING AND ACCEPTANCE OF TENDERS: PLACE AND TIME OF OPENING: The tenders shall be opened at time and place stated in para 1. In the first instances, the first online Prequalification envelope containing scan copy of documents required as minimum qualification to bid shall be opened and then the Physical envelope containing the earnest money shall be opened. If the earnest money is found proper, the online envelope -A containing the Earnest Money details, its scanned copy shall be opened. If the tenderer found qualified as per minimum qualification, the online Envelope B containing the terms and conditions will be opened in the presence of such contractors, who choose to be present. A common set of conditions would then be drawn by the Superintending Engineer, after hearing the views of all the contractors, who choose to be present. After this, the contractors will be directed to submit their revised offer. The revised offer shall be submitted in two online envelopes, envelope - CT containing acceptance of the common terms and conditions and envelope RB containing revised offer. The tenderer shall have to duly fill their revised offer in appropriate online form meant for it. The Bid hashes of revised offer and revised offer shall be submitted on or before a date and time specified. 3.2 POWER OF EXECUTIVE ENGINEER :-

122262261.doc

- 21 -

The Executive Engineer does not bind himself to accept or recommend for acceptance to the Superintending Engineer or other higher authority, the lowest or any tender or to give any reasons for his decision. 3.3 3.4 CONDITIONAL TENDER :Conditional tenders are liable to be rejected. CANVASSING :Canvassing for support in any form for the acceptance of any tender is strictly prohibited. Any tenderer doing so will render himself liable to penalties which may include removal of his name from the Register of approved contractors of penal action under section 8 of M.P. Vinirdishta Bhrashta acharan Nivaran Vidheyak, 1982. 3.5 ONLINE SUBMISSION OF TENDER:No Sealed envelopes will be accepted only the bids submitted online will be opened. 3.6 AUTHORITY OF EXECUTIVE ENGINEER :The authority competent to accept a tender, reserves the right for accepting the tender for the whole work or for a distinct part of it, or distributing the work between two or more tenderers. 3.7 VALIDITY OF OFFER :Tender shall remain valid up to 120 days from the date of opening of financial offer i.e. Envelope - C and in the event of the tenderers withdrawing the offer before the aforesaid date for any reason whatsoever, Earnest Money Deposited with the tender shall be forfeited to the Government. 4.0 4.1 TIME OF COMPLETION :The time allowed for carrying out the work i.e. 12 months excluding rainy season shall be strictly observed and shall be reckoned from the date of issue of written order to commence the work. Delay beyond the specified time limit will be subject to liquidated damages according to clause 13 of Form F of Lump sum contract. TIME SCHEDULE :The work shall be done by the contractor according to the schedule fixed in consultation with the competent authority. BAR/PERT/CPM chart showing Detailed programme shall have to be submitted and adhered to by the contractor. 5.0 PAYMENTS BY CHEQUES :The running payments shall be made in accordance with the Break up schedule of payment as per Annexure G ( As per clause 15 of form F ) 6.0 6.1 SPECIFICATIONS :The detailed specifications for the work have been given in the enclosed Annexure-E. However, the following order of priority regarding specifications shall be followed by the contractor. Specifications given in the Annexure-E enclosed. Specifications for pipes, valves, specials, rubber, gaskets RCC and other civil works and materials shall be governed by the relevant latest IS codes, IRC specifications and National Building code of India (latest revision)

4.2

6.1. 1 6.1. 2

122262261.doc

- 22 -

6.1. 3 6.1. 4 6.2

Manual on water supply and treatment (latest edition) published by CPHEEO, New Delhi. Any other specifications, not covered under the above said standards, as shall be decided by the Engineer-in-Charge i.e. Executive Engineer.

CHANGE IN SPECIFICATIONS :Nothing in earlier clause shall, however, curtail the right of the Executive Engineer to alter the specifications for any part or whole of the work if he considers it necessary in the interest of work. On all matters where there is difference of opinion, between the contractor and the Executive Engineer, the matter will be decided by the Superintending Engineer which shall be binding.

7.0

CEMENT :The cement required for the work will be arranged by the contractor at his own cost. Cement used in the structure will be ordinary portland cement as per relevant IS.

8.0 8.1

MISCELLANEOUS CONDITIONS :SUBLETTING WORK :The contractor shall not without the prior approval of the competent authority, in writing, sublet or assign to any other party or parties the whole, or any portion of the work under the contract. Where such approval is granted, the contractor shall not be relieved of any obligation or duty or responsibility which he under takes under the contract.

8.2

BLASTING :No blasting work should be allowed for excavation & other work. Use of explosive will be avoided for foundation excavation which will be done by dropping heavy chisels.

8.3

TAXES :All charges regarding taxes and duties including the sales tax, Royalities, Octroi Duties, Excise, Turnover tax, commercial tax etc. levied on the contract work by Govt., local bodies or private individuals will be payable by the contractor. The department will grant a certificate for the quantity actually used on the works. Necessary certificate for exemption of excise duty for item included in Govt. of India excise department notification no. 6/2007 excise date 1-3-07 and upto date relevant notification and amendment shall be provided by the department but will not entertain any claim on this account. It will be contractor duty to ascertain the above taxes and include in his lump-sum offer.

8.4

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

8.5

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

122262261.doc

- 23 -

8.6

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

8.7

WORKS IN THE VICINITY :The Executive Engineer, reserves the right to take up Departmental work or to award works on the contract in the vicinity without prejudice to the terms of contract.

8.8

BEST QUALITY OF QUARRIED MATERIALS :If the quarry material of more than one quality is found, the material approved by the Executive Engineer will only used by the contractor. If the materials of required Specification is not available in the near by area/quarry, the contractor shall have to arrange the same from the place where it is available.

8.9

REMOVAL OF UNDESIRABLE PERSONS :The contractor shall on receipt of the requisition from the Executive Engineer, at once remove any person employed by him on the work who in the opinion of the Executive Engineer is unsuitable or undesirable.

8.10

AMOUNT DUE FORM CONTRACTOR :Any amount due to Government from the Contractor on any account of concerning work may be recovered form him as arrears of Land Revenue. TOOLS & PLANTS :The contractor shall arrange at his own cost all Tools and Plants required for proper execution of work. Certain plants, may however, be issued to the contractors by the Department, as special case as per provision of W.D. Manual Vol. 1 if are available and sparable . RIGHT TO INCREASE OR DECREASE OF WORK : The competent authority reserves the right to increase or decrease any item of work during the currency of the contract and the contractor will be bound to comply with the order of the competent authority without any claim for compensation or higher rates for additions and alterations. LABOUR REPORT :Contractor will submit a report on labour engaged to local employment office and copy of same may be attached with the running account bill, failing which Rs.50/will be deducted from each running bill. Total recovery on this account may be effected on the final bill.

8.11

8.12

8.13

8.14

LABOUR LICENCE :Every contractor who employs on any day of the preceding 12 months, twenty or more workers on contract is required to obtain licence from the Licensing Officer or the Contract as per provision contained under Sub-section 4 (b) of section 2 of the Contract Labour ( Regulation and Abolition ) Act 1970 as per provision contained in Section 12 of Act. No, contractor shall execute any work without obtaining licence, contravention of above is punishable and contractor is liable to be prosecuted. The successful tenderer is liable to produce licence as and when demanded by the Executive Engineer, obtained form labour Department as laid down in chapter 4 of Contract labour ( Regulation and abolition) Act 1970.

8.15

LABOUR HUTMENT :The contractor shall make arrangement, at his own cost, for housing his staff and stores for the work and Model Rules relating to labour Water supply and sanitation shall be followed.

122262261.doc

- 24 -

8.16

DEFECT LIABILITY PERIOD :The defect liability period in respect of the entire work as a whole or in parts of individual components included in this contract shall be 6 months form the date of completion of work and certified by the Executive Engineer as per clause 10 of form F.

8.17

TECHNICAL SUPERVISION :The Contractor shall employ a Graduate Engineer during the execution of the work :(A) The technical staff should be available at site whenever required by the Executive Engineer to give instructions. (B) In case the contractor fails to employ a Graduate Engineer as aforesaid Deptt. shall have the right to take suitable remedial measures. (C) The contractor should give the names and other details of the Graduate Engineer/Diploma holder Sub-Engineers when he intends to employ or who is under employment, before he commences the work. (D) The contractor should give a certificate to the effect that the Graduate Engineer is exclusively in his employment. 1. It is not necessary for the contractor (or partner in case of firm/company) who is himself an engineer to employ engineer for the supervision of the work so long as the Contractor/partner works similar to what would have been done by and Employed Engineer. 2. The retired Engineer who is holding Diploma in Civil Engineer or a Diploma holder having 5 years or more experience will be treated as Graduate Engineer, for the operation of above clause. In case of the contractor fails to employ the technical staff as aforesaid he shall be liable to pay to the government a sum of Rs. 3000/- (Rupees three thousand) for each month of default. AGREEMENT :The Notes and specifications given in the detailed notice inviting tenders and its annexure are to be read in conjunction with conditions given in the short notice inviting tenders and the conditions of Contract. These have been intended to supplement the provisions, in the NIT and the conditions of the Contract. All these will be binding on the contractor and shall form part of the agreement. However, in case of any contradiction between the common set of conditions and the NIT, the common set of conditions will supersede. EXECUTION OF AGREEMENT:The Tenderer whose tender has been accepted shall have to execute the agreement with in a fortnight of the communication of the acceptance of his tender by the competent authority. Failure to do so will result in the Earnest Money being forfeited to Govt. and tender being cancelled. If the tenderer whose tender has been accepted is not registered in the P.H.E.D. he shall have to get himself registered in appropriate class within fort night of acceptance of his tender but prior to drawl of agreement otherwise his earnest money will be forfeited. ANNEXURE :Other than form F and condition of contract following documents are appended as annexure with this N.I.T. and these shall be part of contract agreement. ANNEXURE A ANNEXURE B ANNEXURE D Model Rules relating to labour, water supply and sanitation etc. Contractors Labour Regulations Form of Income Tax clearance certificate

9.0 9.1

9.2

10.0

122262261.doc

- 25 -

ANNEXURE E ANNEXURE F ANNEXURE G ANNEXURE H

Specifications of the work Schedule of quantity for quoting the rates. Break schedule of payments INFORMATION & INSTRUCTIONSTO THE BIDDERS FOR ONLINE ELECTRONIC GOVERNMENT PROCUREMENT SYSTEM (e-GPS)

Executive Engineer Public Health Engineering Division Ambikapur

GOVERNMENT OF CHHATTISGARH PUBLIC HEALTH ENGINEERING DEPARTMENT TENDER FOR A LUMP-SUM CONTRACT
I/We do hereby tender to execute the whole of the work described in the Drawing Nosand according and to the annexed specification for the signed of and by. Rs dated.. sum

(Rupees)

should this tender be accepted I/We do hereby agree and bind my self/ourselves to abide by and fulfill all the conditions annexed to the said specification or in default thereof to forfeit and pay to the Governor of Chhattisgarh, the penalties of sums of money mentioned in the said conditions, viz. Dated : Witness : Address : Tenderers Signature Address :

The above tender is hereby accepted by me on behalf of the Governor of Chhattisgarh. The Signature of the authority by whom the tender has been accepted SECURITIES

122262261.doc

- 26 -

Name

Address

Occupation

Remarks

122262261.doc

- 27 -

CONDITIONS OF CONTRACT
1.

The person(s) whose tender may be accepted (hereinafter called the contractor(s) shall within ten days of the receipt by him/them of the Notification of the acceptance of his/their tender, deposit with the E.E. a sum equal to Five (5%) percent (including E.M.) of the sum specified in the tender either in Cash or Govt. Securities endorsed to the Executive Engineer (if deposited for more than 12 months). All damages to be borne or other sums of money payable by the Contractor(s) to the Governor of Chhattisgarh under the terms of this Contract may be deducted from or paid by the sale of sufficient part of his/their security deposit or from the interest arising there from or from any sums which may be due or may become due to the contractor(s) by the Governor of C.G. on any account whatsoever. In the event of his/their security deposit being reduced by reason of any deduction or sale as aforesaid or by reason of forfeiture under Clause 13, the contractor (s) shall within ten days there after make good in cash or Govt. securities endorsed as aforesaid any sum or sums which may be necessary to make the amount of deposit equal to 5% of the sum specified in the tender. The Contractor(s) is/are to provide every thing of every sort and kind (with the exception noted in the schedule attached) which may be necessary and requisite for the due and proper execution of the several works included in the contract according to the true intent and meaning of the drawings and specifications taken together, which are to be signed by Executive Engineer, Public Health Engineering Department, Division Ambikapur (hereinafter called the E.E.) and the contractor (s) whether the same may or may not be particularly described in the specification or shown on the drawings, provided that the same are reasonably and obviously to be inferred there from and in case of any discrepancies between the drawings and the specification the E.E. is to decide which shall be followed.

2.

The Contractor (s) is/are to set out the whole of the works in conjunction with an officer to be deputed by the E.E. and during the progress of the works to amend on the requisition of E.E. any error which may arise therein and provide all the necessary labour and the materials for so doing. The contractor(s) is/are to provide all plant, labour and materials (with the exceptions noted in the schedules attached) which may be necessary and requisite for the works. All materials and workmanship are to be the best of their respective kinds. The contractor(s) is/are to leave the work in all respect clean and perfect at the completion thereof. Complete copies of the drawings and specification signed by the E.E. are to be furnished by him to the contractor (s) for his/their own use, and the same or copies thereof are to be kept with site in charge of the contractor (s) agent who is to be constantly kept on the ground by the contractor(s) and to whom the instructions can be given by the E.E. The Contractor (s) is/are not to sublet the works or any part thereof without the consent in writing of E.E. The E.E. is to have at all times access to works which are to be entirely under his control. He may require the contractor (s) to dismiss any person in the Contractor (s) employ upon the works who may incompetent or misconduct himself and contractor (s) is/are forthwith to comply with such requirements. The Contractor (s) is/are not to vary or deviate from the drawings or specification or execute any extra work of any kind whatsoever unless upon the authority of Executive Engineer to be sufficiently shown by any order in writing by any plan or drawings expressly given and signed by him as an extra or variation or by any subsequent written approval signed by him. In case of daily labour all vouchers for the same are to be delivered to the E.E. or the Officer in charge at least during the week following that in which the work may have been done and only such day the work is to be allowed for as such as may have been authorised by the E.E. to be

3.

4.

5.

122262261.doc

- 28 -

6.

7.

8.

9.

10.

so done unless the work can not from its character be properly measured and valued. The drawings in respect of which this contract is drawn up provide for a minimum depth of foundations for good soil. Any extra depth will be measured as extra. When the foundation trenches have been opened up and will be paid for in addition to the sum contracted for the completed work. Any authority given by the E.E. for any alteration of additions in or to works is not to vitiate the contract, but all additions, omission or variations made in carrying out the work to be measured and valued and certified by the E.E. and added to or deducted from the amount of the contract, as the case may be, at prevailing rates of PHE Division Ambikapur . In such in which rates do not exist, the Superintending Engineer will fix the rates to be paid. When it is required necessarily the contractor will be bound to execute ten percent extra work of lumpsum offer and he draw proper benefit of the original lump-sum schedule of work for which it was aimed. All works and materials brought and left upon the ground by the contractor (s) or his/their orders for the purpose of forming part of the works are to be considered to be the property of the Governor of C.G. and the same are not to be removed or taken away by the contractor (s) or any other person without the special license and consent in writing of the E.E. but the Governor of C.G. is not to be in any way answerable for any loss or damage which may happen to or in respect of any such work or materials either by the same being lost or stolen or injured by weather or otherwise. The E.E. has full power to ask the contractor for the removal from the premises of all materials which in his opinion are not in accordance with the specification and in case of default the E.E. shall be at liberty to employ other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials at the contractors cost. The E.E. is also to have full power to require other proper materials to be substituted and in case of default the E.E. may cause the same to be supplied and all costs which may attained such removal and substitution are to be borne by the contractor. If in the opinion of the E.E. any of the works are executed with improper materials or defective workmanship, the contractor (s) is/are when required by the E.E. forthwith to re-execute the same and to substitute proper materials and workmanship and in case of default of the contractor(s) is so doing within a week the E.E. is to have full power to employ other persons to re-execute the work and the cost thereof shall be borne by the contractor (s). Any defects, shrinkage or other faults which may appear within 6 months, from the completion of work arising out of defective or improper materials or workmanship are upon the direction of the E.E. to be amended and made good by the contractor(s) at his/their own cost unless the E.E. shall decide that he/they ought to be paid for the same and in case of default the Governor of C.G. may recover from the Contractor (s) the cost of making good the works. From the commencement of the works to the completion of the same they are to be under the contractor (s) charge. The contractor (s) is/are to be held responsible for and make good all injuries, damages and repairs, occasioned or rendered necessary to the same by fire or other causes and they are to hold the Governor of Chhattisgarh harmless from any claims for injuries to persons or for structural damage to property happening from any neglect, default want of proper care of misconduct on the part of the contractor (s) or of any one in his/their employ during the execution of the work. The E.E. is to have full power to send workmen upon the premises to execute fittings and other works and included in the contract for whose operation the contractor (s) is/are to afford every responsible facility during ordinary working
- 29 -

11.

12.

122262261.doc

hours, provided that such operations shall be carried on in such manner as not to impede the progress of the work including in the contract but the contractor (s) is/are not to be responsible for any damage which may happen to or be occasioned by any such fittings or other works.
13.

The works comprised in this tender are to be commenced immediately upon receipt of the order of commencement given in writing by the E.E. when possession of the site can be had. The whole work including all such additions and variations as aforesaid (but excluding such if any as may have been postponed by an order from the E.E.) shall be completed in every respect within 12 months including rainy season from the date of issue of the aforesaid order and if from any cause whatever other than will full obstruction or defaults, on the part of E.E. or his staff and except as hereinafter provided the whole of such work shall not be finished to the satisfaction of the E.E. within the said period, the contractor (s) shall forfeit to the Governor of C.G. from his/their security deposit by way of ascertained and liquidated damages for each defaults and not by way of penalty, the sum of Rs.1100.00 (Rupees One thousand one hundred only) per day for every completed day of such default provided that the entire amount of damages to be forfeited under the provisions of this clauses shall not exceed 10% on the estimated value of the whole work as shown in the tender. Provided nevertheless that if the contractor (s) shall be of the opinion that he/they is/are entitled to any extension of time on account of the works being altered, varied or added to or on account of any delay by reason of any inclement whether or causes not under the control of the contractor(s) in consequence of orders to that effect from the E.E. himself which orders, the such cases it shall be competent for E.E. by an order in writing to extend the aforesaid period for final completion by such period or periods as he shall deem reasonable and the contractor (s) is/are to complete the works within such extended period or periods as aforesaid. Provided that the contractor (s) shall not be entitled to any extension of time unless he/they shall within 3 days after the happening of the event in respect of which he/they shall consider himself/themselves entitled to any extension to the E.E., giving written notice of such claim to any extension of time and of the ground or grounds and of the amount thereof unless in any case the E.E. shall in his direction dispense with such notice and certify for an extension of time. Nevertheless and in case of any extension of time, the aforesaid provisions with amount for damages in defaults of due completion shall apply in case of non-completion of the works within the extended time. Provided that the Contractor (s) shall not be entitled to any extension of time in respect of the extra work involved in extra depth of foundation mentioned in Clause 5.

14.

If the contractor (s) shall become bankrupt or compound with or make any assignment for the benefit of his/their creditors or shall suspend or delay the performance of his/their part of the contract( Except on account of causes mentioned in Clause 13 or in consequence of not having proper instructions for which the contractor (s)shall have duly applied). The E.E. may give to the Contractor (s) or his/their assignee or trustee, as the case may be, notice requiring the work to be proceeded with and in case of default on the part of the contractor (s) or his/their assignee or trustee for a period of 7 days, it shall be lawful for the E.E. to enter upon and take possession of the work and employ any other person or persons to carry on and complete the same and to authorise his/them to use the plant, materials and property of the contractor (s) upon the work and the costs and the charges incurred in any way in carrying on and completing the said works are to be paid to the E.E. by the contractor(s). The E.E. shall be the final authority to determine the amount spent to complete the unfinished works. The certificate of E.E. as the value of the balance work done shall be final and conclusive against the contractor.

122262261.doc

- 30 -

15.

The Contractor (s) shall be paid on the completion of each calendar month commencing from the date of issue of work order a sum of 90% of the total value of the work done since the last payment according to the certificate of E.E. When the work shall be completed the contractor (s) is/are to be entitled to receive one moiety of the amount remaining due according to the best estimate of the same that can be made and the contractor (s) is/are to be entitled to receive the balance of all moneys due or payable i.e. Security Deposit etc. to him/them under or by virtue of the contract within twelve months from the completion of the works. Provided always that no final or other certificate is to cover or relive the contractor(s) from his/their liability under provision of the clause 10 whether or not the same be notified by the E.E. at the time or subsequently to the granting of any such certificate. A certificate of the E.E. or an award of the referee hereinafter referred to, as the case may be showing the final balance due or payable to the contractor(s) is to be conclusive evidence of the works having been duly completed and the contractor (s) is/are entitled to receive payment of the final balance, but without prejudice to the liability of the contractor (s) under provision of clause 10. Provided always that in case any question, dispute or difference shall arise between the E/E and the contractor (s) as to what additions, if any, ought in fairness to be made to the amount of the contract by reason of the works being delayed through no fault of the contractor (s) or by reason or on account of any directions or requisitions of the E.E. involving increase cost to the contractor (s) beyond the cost properly attending the carrying out of the contract according to the true intent and meaning of the signed drawings and specifications, or as to the works having been duly completed or as to the construction of these presents or as to any other matter or thing arising under out of this contract, except as to mattes left during the progress of the works to the sole decision or requisition of the E.E. under clauses No.1,4,8 and 9, or in the case contractor(s) shall be dissatisfied with any certificate of the E.E. under clause 6 or under the provision in Clause 13 or in case he shall with hold or not give any certificate to which he/they may be entitled, or as to the right of the contractor (s) to receive any compensation or as to the amount of such compensation payable to him/them under clause 18, then such question, dispute or difference or such certificate of the value or matter which should be certified as the case may be, is to be from time to time submitted to the arbitration of a tribunal composed of one arbitrator nominated by the contractor (s) and one arbitrator nominated by the E.E/S.E. In the event of a disagreement between the arbitrators on any matter or matters, such matter or matters shall be referred to an umpire to be nominated by the C.E. and the award of such arbitrators or the umpire is to be final and where necessary to be equivalent to a certificate of the E.E. and the contractor (s) is/are to be paid accordingly. If at any time before or after the commencement of the work, Governor of C.G., shall for any reason whatsoever.

16.

17.

18.

18.1 Cause Alterations, Omissions or Variation in the drawings and specification involving any curtailment of the works or originally completed ; OR
18.2

Not required the whole of work as specified in the tender to be carried out, the Contractor (s) shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he/they might have derived from he execution of the work in full as specified in the tender but which he/they did not derived in consequence of the curtailment of the works by reason of alterations, omissions or variation or in consequence of the full amount of the work not having been carried out.

But the Contractor (s) shall be entitled to compensation for any loss sustained by him/them by reason of his/their having purchased or procured any materials or entered
122262261.doc - 31 -

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

Dated :

Signature of the Contractor

122262261.doc

- 32 -

ANNEXURE - A MODEL RULES RELATING TO LABOUR, TO WATER SUPPLY AND SANITATION IN LABOUR CAMPS NOTE : These model rules are intended primarily for labour camps which are not of a permanent nature. They lay down the minimum desirable standard which should be adhered to standards in permanent on semi permanent labour camps should not obviously be lower than for temporary camps. 1. 2. 3. 4. LOCATION : The camp should be located in elevated and well drained ground in the locality Labour huts to be constructed for one family of 5 persons each. The layout to be shown in the prescribed sketch. HUTTING : The huts to be built of local materials. Each hut should provide at least 20 sqm of living space. SANITARY FACILITIES : Latrines and urinals shall be provided at least 15 mtrs away from the nearest quarters separately for men and women and specially so marked in the following scale. 5. 6. LATRINES : Pit provided at the rate of 10 user or families per seat. Separate are required as the privacy can also be used for this purpose. DRINKING WATER : Adequate arrangements shall be made for the supply of drinking water. If practicable filtered and chlorinated supplies shall be arranged when supply is from intermittent sources over head storage tank shall be provided with a capacity of five confirm to the sanitary standard laid down in the report of the rural sanitation committee. The well should be at least 30 meters away from any latrine or other source of pollution. If possible the pump should be installed for drawing the water from well. The well should be effectively disinfected one every month and the quality of the water should be got tested at the Public Health Institution between each work of disinfecting. 7. BATHING AND WASHING : Separate bathing and washing plan shall be provided for men and women for every 25 persons in the camp. There shall be one gap and space of 2 sqm for washing and bathing. Proper drainage for waste water should be provided. 8. WASTE DISPOSAL : Dustbin shall be provided at suitable places in camp and the residence shall be directed to throw all rubbish into those dustbins. The dustbin shall be provided with cover. The contents shall be removed every day and disposed off by trenching. 9. MEDICAL FACILITIES : 9.1 Every camp where 1000 or more persons reside shall be provided with whole time doctor and dispensary. If there are women in the camp a whole time Nurse shall be employed. Every camp where less than 1000 but more than 250 persons resides shall be provided with a dispensary and a part time, Nurse/Midwife. if there are less than 250 persons in any camp a first aid kit shall be maintained in charge of whole time persons trained in first side.

9.2 9.3

122262261.doc

- 33 -

9.4 9.5

All the medical facilities mentioned above shall be for the all residents in the camp, including a dependent of workers, if any, free of costs. For each labour camp there should be qualified sanitary inspector and sweepers should be provided in the following scales :-

9.5.1 For camps with strength over 200 but not exceeding 500 persons - One sweeper for every 75 persons above the first 200 for which 3 sweepers will be provided. 9.5.2 For camps with strength over 500 persons - One sweeper for every 100 persons above first 500 for which 6 sweepers should be provided.

122262261.doc

- 34 -

ANNEXURE - B The contractor shall pay not less than fair wage to labours engaged by him in the work:
EXPLAINATION : A. FAIR WAGES means whether for time of piece work as notified on the date of inviting tenders and where such wages have not been so notified the wages prescribed by the competent authority for division in which the work is done. The contractor shall, notwithstanding the provision of any contract to the contrary, cause to be paid a fair to labours indirectly engaged on the work including any labour engaged by his sub-contractor in connection with the said work as if labourers had been immediately employed by him. In respect of all labour directly or indirectly employed on the works or the performance of his contract, the contractor shall comply with or cause to be complied with the Labour Act. in force. The Executive Engineer/Sub-Divisional Officer shall have the right to deduct from the money due to the contractor any sum required or estimated to be required for making good, the loss suffered by a worker or workers by reason of non-fulfilment of the conditions of the contract for the benefit of the workers non payment of the wages or of deductions made from his or their wages which are not justified by their terms of contract or non-observance of regulations. The contractor shall be primarily liable for all payments to be made under and for the observance of the regulations aforesaid without prejudice to his right to claim indemnity from his sub-contractor. The Regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall be deemed to be a breach of this conduct. The contractor shall obtain a valid license under the Contract (Regulation & Abolition) Act, in force and rule made thereunder by the competent authority from time to time before commencement of work and continue to have a valid license until the completion of the work. Any failure to fulfil this requirement shall attract the penal provisions of this contract arising out of the resulted non execution of the work assigned to the contractor.

B.

C.

D.

E.

F. G.

122262261.doc

- 35 -

ANNEXURE - D
FORM OF CERTIFICATE OF INCOME TAX TO BE SUBMITTED BY CONTRACTOR (S) TENDERING FOR WORKS COSTING RS.2.00 LAKHS OR MORE

1. 2. 3.

Name & Style (of the company, firm, H.U.F., or Individual) in which the applicant assessed to Income Tax and Address for purposes of assessment. The Income Tax Circle/Ward/District in which the applicant is assessed to Income Tax. Following particulars concerning the last Income Tax Assessment made :3.01 Reference No. (Or G.I.R. No.) of the assessment 3.02 Assessment year and Accounting year 3.03 Amount of Total Income Assessed 3.04 Amount of Tax Assessed I.T., S.T., E.P.T., B.P.T. 3.05 Amount of Tax Paid I.T., S.T., E.P.T., B.P.T. 3.06 Balance being tax not yet paid and reasons for such arrears. 3.07 Whether any attachment or certificate proceedings pending in respect of the arrears. 3.08 Whether the company or firm or H.U.F. on which the assessment was made has been or is being liquidated, woundup dissolved, petitioned or being declared insolvent as the case may be. 3.08.1 The Position about later assignment namely, whether returns submitted under section 22 (1) or (2) of the I.T. Act and whether tax paid under section 18 (a) of the Act and the amount of tax so paid or in arrears.

4.

In case there has been no Income Tax Assessment at all in the past, whether returns submitted under section 21 (1) or (2) and 18-A (3) and if so, the amount of Income Tax Return or Tax paid and the Income Tax Circle/Ward/District concerned. The name and address of branch (es) verified the particulars set out above and found correct subject to the following remarks.

5.

Dated..

Signature of I.T.C. Circle/Ward/District

122262261.doc

- 36 -

ANNEXURE - E Specification & Detailed Scope of Work


NAME OF WORK: Design, Drawing, Construction, and Testing and Commissioning of R.C.C. Circular Intake Well and Pump House of Internal Dia. 6.0 M at River Chanan, 1.90 MLD Capacity Water Treatment Plant Including Mechanical and Electrical accessories, Raw Water & Clear water Pumping Units, R.C.C. Sump well etc. complete under Balrampur Augmentation Water Supply Scheme. The work includes the following items of works:(A) (B) (C) Design, Drawing, Construction and Testing of one no. 6.0 M inside dia R.C.C. Intake well with Pump House on top of it with 20.0 M (appx.) long R.C.C. Foot Bridge. Supply, Installation and Commissioning of 2 nos. Centrifugal Pump sets for Raw Water Pumping including pipeline, electric panel etc. Design, Construction, Supply of Electro-mechanical equipments, testing and Commissioning of 1.90 MLD capacity Water Treatment Plant including Sump well and pumping station etc. Supply, Installation and Commissioning of 2 nos. Centrifugal Pump sets for pumping Clear Water from Treatment Plant to Over Head Tank. A detailed description with specifications of all works is given as follows:(A) Technical Details and Specification for Construction of intake well cum pump house on River Galfulla for Kusmi Augment ation Water Supply Scheme.

(D)

1.0 GENERAL 1.1 The job implies all works from preliminary investigation and the entire construction including providing and fixing of various items mentioned in proceeding paras to the final commissioning of the structure including all ancillary works such as construction of coffer dam, dewatering, bailing out of water, etc. all. 1.2 The tenderers offer should be technically sound and economically viable.
1.3

The tenderers are required to carry out the complete construction of civil work, until the whole structure is handed over to the Department. Testing will also have to be carried out at contractors cost and it will be the responsibility of tenderers to ensure that respective guarantees are achieved. The Intake well will be constructed near the bank of River Chanan. The Intake well is required to house, 2 nos. Vertical Turbine pumps. Therefore, contractor should have adequate technical know-how to decide the arrangement of pumps installation concealed cabling and control panel etc. the contractor will have to carry out modification, addition and alteration in the design of structure to meet such requirements, if needed without causing any extra cost of Lump sum offer. He will therefore design the Intake well cum pump house in such a manner that it should meet the hydraulic requirements of Pumps to be installed in it.

1.4

122262261.doc

- 37 -

1.5

In the Intake well cum pump house, provision for installing a total of 2 nos. of Vertical Turbine pumps. One pump set will work at a time. The civil structure will have to ensure that no vortex is formed and there is no interference or pump starvation by operating these pumps in any group or independent operation. PRELIMINARY INVESTIGATION It will be necessary for the tenderes to depute technical personnel to visit the site and contact the office of the Engineer-in-charge to collect all relevant data for designing the entire construction work of said structure. However, the preliminary geological, hydrological and topographical details as taken by Department are as follows:HYDROLOGICAL DATA: The cross section of river at proposed construction site is available in the office of the Executive Engineer, Ambikapur Division. GEOLOGICAL DATA: The department has taken trial bore up to 10M depth at the proposed site and the details of trial bore are enclosed. PREPARATION OF TECHNICAL DETAILS The tenderers shall prepare the technical report for design and construction of the said work incorporating complete information, specification and data.
1.7

1.6

A.

B.

TENDER DRAWING At the time of submitting tender the contractor shall have to submit an outline plan and section of the proposed work showing different components.
1.8

2.0 DETAILS SCOPE OF WORK 2.1 LOCATION OF INTAKE WELL The inlet pipe with suitably designed strainer will be inside the river where as the Intake well will be near bank of river and should satisfy pre and post flood / submergence conditions. Its successful functioning should be ensured at H.F.L. condition of source as well as at minimum draw down level.
2.2

DETAIL DESIGN 2.2.1 After written order to commence the work, the contractor will have to submit the structure details design and drawings of the entire structure including allied works within 30 days. The entire civil works related to installation of those item viz, opening in steining of Intake Well, opening in slabs for pumps, Hoist and Gantry support arrangement, inlet pipe between river and intake well etc. are to be provided by the contractor with suitable designed strainer and shall be a part of this contract. 2.2.2 Detail design will include calculations for the following components :1. Design of R.C.C. Intake well cum pump house with approach bridge. 2. Design of Inlet pipe to be provided between river and Intake well. 3. Designing of discharge floor, plan of pumps and control valves. 4. Design of motor floor and plan of motors location, control panels, cable trenches etc. 5. Design of Pump house wall. 6. Design of Gantry column and ring beam. 7. Design of roof slab. 8. Design of staircase and stairs from discharge floor to intake well bottom floor & discharge floor to motor floor.

122262261.doc

- 38 -

2.2.3 DRAWINGS Detail working drawings each in 3 sets will be submitted for record of Department. The detail designs will also be submitted in three copies duly well binded. In addition to above drawings in 3 sets will be given to the Engineer-in-charge for the execution of the work.

2.2.4 The responsibility for designs, construction, structural stability and water tightness in all R.C.C. structure shall rest solely with contractor. The contractors shall have to submit four sets of completion drawings immediately after completion of work.
2.3

FOUNDATION OF INTAKE WELL The foundation of Intake well, cum pump house will be designed and constructed keeping in view to strata met in foundation, maximum scour depth, weight of super structure, velocity forces, wind forces, live load of pumps, motors, pipes, dynamic forces due to vibrations of pumps, water thrust, seismic force, other live loads over structures, including uplift pressure etc. complete. The bottom floor will be capable of with standing up lift pressure when the water level is at the HFL (invert level of top most inlet pipe) and inside is empty. Any other forces required to be taken for safe design which are not mentioned here will also be taken into consideration for the design. The stability of Intake well, cum pump house will also be checked for seismic forces. The foundation of the Intake well cum pump house shall be kept below scour level. The depth of foundation should also be sufficient from consideration of bearing capacity, settlement, and suitability of strata at foundation level and stability of structure as a whole against overturning and sliding. The scour depth calculated for maximum discharge of river. The depth of scour for Intake well shall be taken as 2.0 times the mean depth of scour for the maximum discharge. The mean depth of scour shall be calculated from formula as given in IRC 78-1983. In case, if it is required to rest foundation on erodable strata, the depth of foundation below the scour line shall not be less than 1.2 Mtrs. In case of foundation resting on rock, the minimum embedment of foundation into rock below shall be 1.5 Mtrs. In soft rock or 1.0 M in hard rock. The depth of embedment shall exclude that portion of rock which is weathered or fissured. The foundation shall be designed for worst combination of loads and forces. For laying foundation concrete under water, it shall be done by skip boxes or termite pipe. Pumping out of water shall not be permitted from the time of placing of concrete up to 72 hrs. Thereafter. The foundation of Intake well cum pump house will be laid over minimum CC M 15 15 cm thick concrete. The minimum grade of concrete used in structure will be CC M 25 and stresses in concrete will be taken from IS:3370. Use of explosive will be avoided for foundation excavation, which will be done by dropping heavy chisels. If at all breaking of rock is not possible by chisel only then explosive will be used.

2.4

WELL STEINING

122262261.doc

- 39 -

The thickness of steining of Intake well cum pump house will be designed keeping in view the various stresses developed due to self load of steining, super structure live load, due to pumps, motors and pipe column assembly of three pumping sets, water forces due to river floods, velocity forces, wind force, dynamic forces, due to vibration of motors, water thrust in discharge pipe, due to water hammer and other live loads over slabs, roofing, balconies (as specified in forth coming paras), other loads due to buoyancy effect and any other forces required to be taken for safe design will also be taken into consideration which are not mentioned here. The steining shall be designed for the various combinations of forces. Its stability shall be checked for the worst condition including the condition will be in R.C.C. The minimum thickness of Intake well from the bottom floor to pump house floor level will not be less than 400 mm even if it comes on lower side after design. Above pump floor level the minimum thickness shall not be less than 200 mm. The minimum grade of concrete shall be M25.
2.5

STAIR CASE A R.C.C. Stair case of 1.0 M width (for a live load of 500 kg/sqm) from pump house floor to roof level along the outer circumference of the well and 0.8M wide R.C.C. stairs from pump floor level to bottom of the intake well shall be provided, on the inner circumference of the steining. The stairs shall be provided in such a way that there is no obstruction due to inlet ports or operating rods etc. The intermediate landings will be provided at 3.0 M vertical intervals in staircase. Railing with R.C.C. columns at 1.5 M c/c embedded in cement concrete with 3 rows of 25 mm dia medium class G.I. pipes will be provided on stair case.

2.6 ELECTRIFICATION The electrification of the whole pump house inside and outside the Intake well shall be done in such a manner that the standard level of illumination is obtained at all places. The writing should be either concealed or with PVC conduits of superior quality. The total number of light points shall be not less than 5 inside the pump house. The inside of Intake well shall be illuminated with the help of 2 fountain lights. The outer illumination should also have two sodium vapour lamps.
2.7

PROVIDING AND FIXING OF INLET PORTS It is proposed to provide three nos. inlet ports as per design at various levels and directions to draw water from various levels of reservoir during minimum draw down level and at the time of heights flood. Each inlet port will be designed to allow the flow of raw water at the rate of 2.0 MLD when 60 cm head is available above crown of the port.

2.8 BUTTERFLY VALVE Butterfly valves shall be provided on all the three inlet ports which shall conform to relevant ISI with up to date amendment duly inspected by DGS & D/SGS/RITES. The advantages to provide butterfly valves are to enjoy zero leakage and its function shall be certain, even if operated after a long time gap. The location and R.L. of these inlet ports will be decided by the Executive Engineer in charge during the time of construction. The levels and locations of inlet ports as shown in drawing are tentative. 2.9 M.S. STRAINERS Minimum 10 mm thick mild steel strainers will be provided on outer side of every inlet ports. It will have flanges to bolt with inlet port. The strainers area of perforation (holes of 22 mm dia each) shall be twice the inlet port area. Since it will be submerged always hence it will be painted with epoxy paint after sand blasting. Epoxy paint and primer shall be coaltar epoxy as per I.S.I. specifications.
2.10

PUMP HOUSE FLOOR


- 40 -

122262261.doc

A floor slab at R.L. 78.00 M shall be provided. On this floor provisions are considered to install the 2 nos. pumping sets, its starters, control panels, bush bar channels etc. The floor slab shall be designed for a live load of 1000 kg/sqm plus the point loads for pump sets each of 1000 kg approximately. All the civil works involved for installation of pump and its foundation, cable trenches etc. opening in floor slab and walls of well are included in this contract. On pump floor; plain cement concrete ironist tiles will be provided. An opening of 1.5M x 1.5M with steel frame and cover shall be provided on motor floor, to facilitate the lifting of motors and unloading of motors, pipes and other machineries. A balcony of 1.0M width shall be provided on motor floor level all around the pump house with 1.2M high railing. The minimum grade of concrete shall be M25. 2.11 PUMP HOUSE The entire construction of pump house will be of R.C.C. The Pump House shall be Circular / Octagonal in shape. The R.C.C. wall of pump house shall not be less than 200 mm thick M-20. The details of floor and cantilever balcony has already been mentioned earlier. 0.75 meter wide Cantilever chajjas at approximately 2.4 M height on the outer side of pump house shall be provided over window / ventilators. Good architectural appearance shall be provided to pump house. A main entrance of 2.4 M x 1.5 M shall be provided facing towards the stair case. The railing as per the specification given earlier shall be provided all around the balcony. Sufficient doors, ventilators and windows of press steel frames fully paneled shall be provided in pump house, which will be at least 30% of motor floor area for light and ventilation. One door of 2.4 M x 1.0 M wide shall be provided towards river side to watch the floods and water level of river. The height of pump house shall be at least 5.0 M from motor floor level to roof level.

Two nos. exhaust fans shall be provided for effective room temperature control. 2.12 ROOF SLAB The roof slab of pump house shall be of R.C.C. and it shall be designed for live load of 150 kg/sqm. The minimum grade of concrete shall be M25. ARRANGEMENT OF GANTRY GIRDER Cantilever projection not less than 0.5 M shall be provided all around on the inner side of the pump house wall; at 5.0 M height from motor floor level, to support gantry girder crane through columns. Rails of suitable size will be provided all around this projection; over which the gantry girder crane will move along the circumference. The Circular traveling Gantry Crane of 2.0 MT. capacity shall be provided with cross travel trolley and chain pulley block. It shall be operated manually from motor floor level. 2.14 INLET PIPE BETWEEN INTAKE WELL CUM PUMP HOUSE The intake pipes between the Intake well cum pump house shall be ISI mark C.I.D.F. pipe class-B conforming to IS 1537. Duly inspected by DGS & D/SGS/RITES and shall be provided at 3 different levels. The length of pipe shall be as per requirement at site to draw river water from the river. LIGHTENING ARRESTOR Aluminum lightening arrestor with all accessories shall be provided as per IS specification for safety of structure.

2.13

2.15

2.16

PAINTING

122262261.doc

- 41 -

Two coats of snowcem painting on the entire civil work shall be done inside and outside of the entire work. Two coats of enamel oil paint over primer shall be done on doors, windows, ventilations and all steel fabrication work i.e. railing, gantry girder etc. 2.17 CONCRETE Entire concrete used in the structure shall be Design Mix controlled concrete only. In case of controlled concrete, theoretical consumption shall be the actual consumption. However minimum cement content and maximum water cement ratio shall be as per IS: 456-1978. Providing and installation of manually operated hoist with 0.3 cum capacity grab bucket :A manually operated hoist with 0.3 cum capacity grab bucket shall be provided with lifting arrangement to clean the bottom of the intake well which is likely to be silted up during rainy season. The hoist shall be installed at pump house floor and shall be capable of lifting silt / sand from the bottom of the intake well of to level of 2 M above the pump house floor level. Bank protection work around the intake well :The tenderer shall do the bank protection work around the intake well for a distance of at least 20 M on both sides. Approach bridge :A R.C.C. bridge of minimum 3 M wide and approximately 20.0 M long (appx.) is proposed for approach to the intake well cum pump house from the bank.

2.18

2.19

2.20

Executive Engineer Public Health Engineering Division Ambikapur

122262261.doc

- 42 -

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

1. Capacity of Intake Well


2.

: :

3.0 MLD with preferable Internal Dia 6.0 M The particulars of location of the proposed site are as under : : : : Chanan River

Location of site

Name of river Distance from the nearest Rly. station Distance from main town 3. Hydraulic data 3.1 Name of river 3.2 H.F.L. 3.3 Lowest water level 3.4 Average Bed level 3.5 Average Bank level 4.

: : : :

Chanan River 76.00 M M :60.00 M

Important Levels Discharge floor level : Motor floor level : Top slab level of Pump House : Invert Levels of Inlet port 1st inlet port : nd 2 inlet port : 3rd inlet port : Minimum Dimensions Diameter of well (below discharge floor) Diameter between discharge floor & motor floor level

72.00 M 78.00 M 83.00 M

5.

64.00 M 59.00 M 58.50 M

6.

: :

6.0 M 6.20 M : 6.40 M.

Diameter above motor floor level 7.

Minimum Head room at Various Floors Discharge floor : 3.80 M Motor floor : 4.80 M Minimum steining thickness Upto Discharge floor From DF Level of Motor floor Above motor floor

8.

: : :

400 mm 300 mm 200 mm

122262261.doc

- 43 -

9.

Width of Stairs From DF to bottom floor of intake well From discharge floor to motor Floor

: :

0.8 M 1.0 M

10.

Railings On stairs and balcony of motor : floor and below discharge floor level

1.2 M height RCC post @ 1.5 M c/c with three row of 25 mm dia G.I. pipe medium class : : One meter below rock top level Min. 3.50 M below river Bed level

11.
12.

Scour level Bottom floor level of Intake well

13. Allowable bearing capacity at the foundation location including the effect of wind shall be as under 13.1 For Intake well 13.2 For R.C.C. bridge 14. Design Loadings On discharge floor Live load Concentrated load No. of Pumps On Motor floor Live load : : 30 T/M2 15 T/M2

: : : :

1000 kg/sqm. 1000 kg at each opening for pump 2 nos. 1000 kg/sqm. 2 MT.

Concentrated load of each : Motor No. of Motors For stairs inside the well : For stair case from bridge to Motor level Gantry support : Roof slab of pump house For approach bridge 15. Buoyancy Buoyancy allowed in the design of :

2 nos.

500 kg/sqm. : 500 kg/sqm. 3MT : :

150 kg/sqm. 750 kg/sqm.

the Intake well and bridge foundation shall be 100% for foundation resting on rock 16. Seismic Zone Zone II Importance factor 1.5

122262261.doc

- 44 -

a) b)

Details of Opening and Gates On Discharge floor For silt removal : 1.5 x 1.2 M For stairs towards bottom of well : For Pumps : One gate towards approach bridge For silt removal (with channel gate)

17.

1Mx1M

c) d)

500 mm dia : : 2.4 x 1.5 M 0.8 M x 0.8 M 2.5 M x 1.5 M : 2.5 M x 1.5 M

e)

(c)

On Motor Floor (a) For material handling : (b) For Motors Pump House (a) For stairs (b) To watch floor Min. opening area of : Windows and ventilators below

30% of floor area (out of which 5% of floor area will be provided as ventilator motor floor)

(d) Opening for exhaust fans 18. MECHANICAL ITEMS (a) Inlet port 1. Type

2 nos.

C.I.D.F. as per IS : 1537 A class or CI Single flanged in case of RCC caisson

(b) Gantry Crane Capacity 2. Operation level


1.

: : :

Single Girder, Hand operated Circular Traveling gantry 3 MT Motor floor

(c) Control valves on Inlets 1. Type

B/F valves conforming to relevant ISI with up to date amendment duly inspected by DGS & D/SGS/RITES D.F. level PN 1.6 The perforation area shall be twice the inlet area.

2. Operation level 3. For test pressure (d) M.S. Strainer 1. For 3 inlet ports

: : :

122262261.doc

- 45 -

(C)

Technical Details and specifications for supply installation and commissioning of Vertical Turbine pump sets for raw water including pipe line, electric panel etc. The scope of work includes supply, installation and commissioning of 2 nos. (1 working and 1 standby) centrifugal pump sets including starter panels, MCCB, suction and delivery pipeline in the pump house of intake well for pumping raw water to the treatment plant. The details of pumps & motors are given below : DETAILS OF PUMP & MOTOR :Type of pump Discharge Total Head R.P.M. Bowls Impeller Column Shaft Bowl assembly shaft Lubrication Motor Power supply Make of Pump Make of motor -SST Vertical Turbine pump with motor. 1760 L.P.M. 35.00 Mtrs. 1440 Cast Iron Bowls Bronze M.S. Flanged Type oil lubrication Suitably rated 1440 r.p.m. sq. cage, T.E.F.C., Induction motor. A.C., 415 Volts, 50 c/s. Kirloskar / WPIL/Mather & Platt / Jyoti. Kirloskar / Jyoti / Alstom / Crompton.

Necessary main distribution board with main switch, starter, OCB & HRC Fuse will be provided of renowned make. The delivery line from each pump will be connected to a common header which shall be laid up to 3.0 M out side of the pump house. (D) Technical Details and Specification for construction of 1.90 MLD Water Treatment Plant including providing and erection of electrical and mechanical equipment under Balrampur Augmentation Water Supply Scheme. 1. (A) Water Treatment Plant capable of delivering 1.90 M.L.D of filtered water in 16 hrs. pumping comprising of Civil works, providing and fixing of electrical and mechanical equipment, on Turn-Key-Job basis including testing & satisfactory trial run for 3 months, with a guarantee for entire work for 12 months or 2 consecutive rainy seasons which ever is more and a provision of over-loading the plant e.g. 25% during emergency except inlet and outlet control arrangements which should be designed to permit a 100% overload for emergent occasions. This work shall comprise of the following items:1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 Inlet Chamber and Inlet channel. Measuring flume and flow measuring equipments. Chemical house and chemical feeding equipments. Mixing Channel. Flocculator & Settling Tank. Rapid gravity filters. Disinfections arrangement. Laboratory & Laboratory equipments. Clear water sump well and PumpHouse with clear water pumps.

122262261.doc

- 46 -

The source of water is Chanan River from which raw water will be pumped to the Treatment plant. The plant should have arrangements for flow measurement chemical dosing, chemical mixing, flocculation and settling device filtration by rapid sand gravity filters, disinfection by post chlorination, chemical storage and laboratory & laboratory equipments. (B) The plant should be capable of treating the raw water to rapid filtered and chlorinated water 1.90 MLD excluding wash water requirement per day. It should also be possible to overload the treatment plant by 25% in emergency. (C) Characteristics of Raw Water: The quality of Raw Water to be dealt with is indicated in the analysis reports enclosed (Annexure-I) for guidance. Normally in fair weather, the water is clean. In Monsoon the turbidity ranges from 500 to 3000 ppm. The treatment plant should be capable of dealing with such a turbidity and colour, without variation in quality of filtered water. (D) Filtered water standards: The filtered water should be generally in conformity with the standards specified in the manual on water supply and Treatment The tender shall be required to give guarantee for the performance standards, which should be satisfied by filtered water effluent, when the plant is working at the maximum rate of filtration samples for this purpose, shall be collected at filtered water outlet prior to chlorination and get tested at such laboratory as may be specified by the Executive Engineer and results of such tests shall be final and binding on both the parties. The Executive Engineer shall decide the manner and frequency of sampling of raw water and filtered water. Performance Standards: The filters performance standards as specified in Manual of water supply and Treatment Para 2.2.9 shall have to be achieved.

(E)

(F) Acid Reaction: The filter water shall not have an acid reaction in any circumstances and shall contain not less than 10ppm. Alkalinity measured in terms of calcium carbonate. The pH value of the filter effluent shall be between 7.0 and 7.5. The chemical characteristics of the filtered water shall be in confirmation to standards. (G) Guarantee for the Equipments: All the mechanical equipments and appurtenances supplied and erected by the tendered shall be covered by a guarantee for a minimum period of 12 months or two consecutive rainy seasons, whichever is more, from the date of satisfactory commissioning of the plant. Any defective part detected during this guarantee period shall be replaced by the tendered at his own cost, such replacement being arranged by the tendered as expeditiously as may be directed by the E.E. The tenderer shall supply and deliver a full set of spares for working of the plant, continuously for 2 years. These spares price shall be quoted separately with full details for the parts offered. The department reserves right to purchase the spares if found suitable.

(H)

(I) Testing and Inspection:

122262261.doc

- 47 -

All pipes and other casting subjected to pressure shall be hydraulically tested to 2 times the designed pressures as directed by the Executive Engineer. The entire work during manufacturing and erection, shall be subjected to inspections by the departmental staff (i.e. Executive Engineer or his nominees) for which adequate facilities, shall be extended by the tendered at his cost. (J) Completion Plan: The tendered shall furnish on completion of the work and handing over the same to the department, three sets of white print plans mounted on cloth, showing the working detail of the several components, units of the plant and equipments including civil works (i.e. building etc.) installed and erected, together with a descriptive specification for the daily working, operation and maintenance and also a list of spares along with the plant. The original cloth tracings of the above completion plants shall also be handed over to the Department for record. A section of filter media together with its density, sizes, depth and specifications, shall be enclosed in triplicate duly attested. RAW WATER: Raw water will be taken from the river Galphula and pumped on the treatment works. The typical analysis for physical, chemical and bacteriological characteristics of raw water samples of Chanan River is enclosed. The bacteriological pollution is not expected to exceed the M.P.N. count of 10,000 coli forms organism per hundred milliliters. The turbidity of raw water during dry season is as low as 100ppm. But during monsoon as high as 3000 ppm. A sample test result of raw water is enclosed. The raw water results may deviate but in any case the standards of clear water must be achieved.

2.

3. Standards for purified water: The purified water shall meet the standards as mentioned in latest water supply and treatment manual published by C.P.H.E.E.O. Para 2.2.9. DETAILS OF VARIOUS UNITS OF WATER TREATMENT PLANT Item No.-(1) INLET CHAMBER & INLET CHANNEL. The raw water rising main of 250 mm dia. C.I. / D.I. pipe except 4mt. from the face of Inlet Chamber, will be completed by the department. The providing, laying and jointing of the remaining 4 meters rising main with 250 mm dia. C.I. / D.I. pipe will be included in this contract. The raw water will be taken to Inlet Chamber, which will be suitably designed for dissipating the incoming hydraulic energy and shall be of R.C.C. The detention time in this chamber should be minimum 1.0 minute. The residual pressure at the end of raw water pumping main can be provided as 5.0 M. The tenderers can design the plant keeping in view this provision. ITEM NO. (2) MEASURING FLUME AND EQUIPMENTS : 2.1.0 DESIGN : The flume shall be designed for a flow of 1.90 MLD. (with a provision of 50% over loading) with free board of not less than 30 cm. The measuring flume shall have a side chamber for float. The flume shall be open channel type. The flow indicator (meter) shall be provided inside the gallery or within permanent structure and not in open area. 2.1.1
122262261.doc

CONSTRUCTION :
- 48 -

The entire construction shall be in R.C.C.(M-30) and shall be perfectly water tight and suitably supported on R.C.C.(M-25) Columns. 2.1.2 ACCESSIBILITY : The walk-way of 1.0 meter width with G.I. Pipe railing as per specification given in item number 6.19 shall be provided. ELECTRICAL AND MECHANICAL EQUIPMENTS : The dial type flow indicator should be provided near the flume to indicate the flow. The flow indicator shall have a capacity of measuring a maximum flow of 3.00 MLD including overloading. The weir plate will have brass edges, which shall be graduated to read in litres per hour. The weir shall operate with clear free fall. It shall be ensured that the weir plate doesnt get submerged due to afflux. The dial of indicator shall be properly lighted. Necessary arrangements for proper desilting of stilling chamber shall to be provided.

2.1.3

ITEM NO.(3) CHEMICAL HOUSE AND CHEMICAL FEEDING EQUIPMENTS : 3.1.0 DESIGN : The building shall be constructed in two floors. The facilitate proper transportation of alum into the chemical house (at ground) floor a ramp shall be provided at the entrance, which shall have a 2.0 M wide steel rolling shutters. ALUM DOSING TANKS: In the first floor there shall be 2(two) numbers of alum solution tanks, alum dosing equipments and a weighing machine with steel yard type platform for weighing alum up to 0.3 M.T. A chain pulley block of 1.0 M.T. capacity with complete chain and bucket shall also be provided at the first floor to lift alum from the ground floor. An opening of 1.5 M x 1.2 M shall be provided in the slab for lifting alum, with proper railings as specified in item no. 6.19. Maximum dose of the alum shall be 70ppm and maximum strength of solution shall be 10%. The capacity of tanks shall be such as to hold 8 hours requirement at maximum demand with 0.30 M depth extra for free board. LIME DOSING TANKS : For lime dosing 2 tanks of 8 hours capacity with lime dosing equipment capable of administering lime dose of 50ppm with 10% strength are to be included in the L. S. offer. A suitable space for storing chemicals like alum & lime, of 20sqm. area should be provided. The height of alum stack should not be more than 2.0 M with 30% open space for passage. The other specification of alum store shall be as per Para 6.3.3.2 of manual. The alum solution tanks shall be constructed in R.C.C. The inner walls of alum tanks shall be painted from inside with 3 coats of Chloro-rubber paint. The other specifications of alum solution tanks shall be in accordance with Para 6.3.l.1. of manual. 3.2 CONSTRUCTION : The entire construction of alum store and chemical house shall be in R.C.C. in M25 columns and beams with second class brick panellings of thickness not less than 20 cm. In 1:5 cement mortar in external and internal walls. The clear height of the chemical house at ground floor and first floor shall not be less than 3.6 M. 3.3 MECHANICAL AND OTHER EQUIPMENTS :

122262261.doc

- 49 -

A dissolving tray of R.C.C. M-30 with holes or slots shall be provided on tanks for placing the alum cakes. The alum solution tanks shall be fed with pure water by means of G.I./P.V.C. Pipes and valves of adequate size from Wash Water Tank. The solution tank shall be provided with P.V.C. gauge plate level indicator. The alum mixing paddles shall be of alloy resistant to mix the alum of enough section & size. There shall be paddle at least at two places, driven by a central shaft. It shall be driven by electric motor, through worm gear. Necessary wash out arrangement shall be provided. The solution dose shall be drawn in to a constant head stainless steel dosing tank and fed into Raw Water just where it leaves the measuring notch. The dose of the alum solution should be capable of being set and varied manually. The dosing and feeding equipments shall be provided with 100% stand bye. The alum solution shall be fed by gravity only. Each alum solution tank should have a 75 cm. wide platform. The platform should have a railing as per item No. 6.19. The platforms should be located at an elevation to have a clear head room of 2.2 M. from ceiling. The top of the solution tank should not be higher than 1 meter from the top of operating platforms. ITEM NO.( 4) PRE-TREATMERNT WORKS-MIXING CHANNEL : 4.1 For thorough mixing of chemicals Baffled Channel Mixing is proposed. The velocity in the channel should be around 0.6 M/sec. The angle subtended by the baffles in the channel should be 600 to 900. The minimum free board shall be 0.3 M. 4.2 CONSTRUCTION : The mixing channel shall be constructed in R.C.C. M-30. 4.3 ACCESS : The walk way of 1.0 M width shall be provided with railing as specified in item No. 6.19. ITEM NO. 5 FLOCCULATOR & SETTLING TANK : 5.1.0One no. horizontal flow Settling Tank with a flocculation zone shall be provided. This shall be constructed in R.C.C. M-30. The flocculating chamber shall be of minimum 30 minutes detention period. The settling zone shall be of 2.5 hrs. detention period with over flow rate of 30 to 40 Cu.M./sqm/day for a flow of 1.31 MLD. The collecting channel shall be of R.C.C. M-30 fitted with 6 mm thick M.S. plate with V-notches extending over the full length of the collecting channel of Settling Tank. The weir loading shall vary between 300 to 600 Cu.M/day/M. The Settling Tank shall be so designed so as to achieve quick settlement with a view to achieve the lowering of turbidity below 10 J.T.U. under any condition. The other hydraulic parameters, inlet & outlet arrangements etc. of Settling Tank should be in accordance with the specification given in C.P.H.E.E.O. Manual. Full proof arrangements for removal of settled sludge shall be provided. A slope of 1:10 will be provided in the floor towards the central drain of Settling Tank. The desludging arrangements shall be for manual operation with constant bleed system.

5.2.0CONSTRUCTION : The outer wall shall be in R.C.C. M-30. The bottom slab shall be in R.C.C. It shall have a slope of 1 in 10 from wall bottom to central drain .The sludge pipe from the central sludge pocked upto under drainage system shall be of C.I. (D.F.) in portion below the settling tank unit. The diameter shall not be less than 150 mm with

122262261.doc

- 50 -

proper valve of 150 dia. (I.S.I. Mark) with extended spindle and wheel including constant bleed device in the sludge chamber. 5.3.0ACCESSORIES: The Settling Tank will have a peripheral walk-way of 1.0 M width all around it with G. I. Pipe railings as specified in item No. 6.19. ITEM NO. (6) RAPID GRAVITY SAND FILTERS, FILTER HOUSE ADMINISTRATIVE BLOCK. 6.1 DESIGN : The filters shall be designed to operate under normal filter rate of 80 LPM/sqm. but the inlet and the outlet control arrangements shall be designed to permit a 100% over load for emergent occasions as per provision made in Para 7.6.3.3. of manual on W. S. & Treatment. 6.2 Dimensions of the filter unit should be as per Para 7.6.3.5 of the manual of the water supply & Treatment Published by CPHEEO. 6.3 Quality and quantity of gravel & sand shall be as per 7.6.3.6 to 7.6.3.10 of same manual. 6.4 The filters shall be designed as constant rate filtration by influent flow splitting as per Para 7.6.8 of C.P.H.E.E.O. manual. 6.5 Piozometers should be provided to determine the loss of head occurring at any time during the filter run. One set of piozometers should be provided for each filter unit. 6.6 Wash water shall be introduced at a rate of 600 LPM/sqm. of the filter area. The duration of the washing process should not exceed 10 minutes. Both the filtered water and the water for washing should pass at uniform rates throughout the area of each filter. The water standing on the bed at the close of the wash should be clear with a turbidity not exceeding 10 J.T.U. The under drain system should be exactly in accordance with the Para 6.6.3.12 (b), 6.6.3.13 and 6.6.3.9. of the manual of water supply and treatment published by C.P.H.E.E.O. Whatever system of filter floor is offered it should be seen that the space between the orifices and nozzles is within the permissible limit ensuring uniform filter wash otherwise filters may crack of mud balls. 6.7 The capacity of the wash water tank shall be adequate for the complete wash for one filter unit at a time for a period of at least 10 (ten) minutes but it should not be less than 60 c.u.m. in any case. The size of the inlet pipe connected to wash water tank must be such as to ensure filling in 3 hrs. and the size of outlet pipe from the wash water tank to the filters must be such as to ensure flow of water within the period of one complete wash of two filter units.

122262261.doc

- 51 -

6.8 Electrically driven wash water pumping units should be provided at least in duplicate. Each pump should be capable of filling the wash water tank in 3 hours with 100% stand bye. The Wash Water is proposed to be disposed off in nearby Nalla through gravity. The wash water gutter invert level should therefore be fixed considering H.F.L. of Nalla so that drainage by gravity during flood can be possible. 6.9 INSPECTION CHAMBERS: All inspection chamber shall have white glazed tiles on all the inside four walls and at the bottom also. Proper lighting arrangement Inside shall also be provided. 6.10 All pipes specials and valves should be of cast iron double flanged and should carry ISI marks conforming to the relevant I.S. Specifications and duly inspected by either of D.G.S. & D / RITES / SGS. Pipes and other conduits including valves and gates should be designed to carry water as per the requirements mentioned in C.P.H.E.E.O. manual for water treatment and respective I.S. specifications. The firms/contractors should state clearly in the tenders, the size of the various pipes, specials, valves, which shall be provided by them. They should also indicate the velocities at which the necessary water would pass through these and the time taken for the water to be delivered at different points. 6.11 1.0 M wide walk way should be provided all rounding all the filter beds with G.I. Pipe railings. 6.12 Sufficient space for housing the pumps for filling wash water tank should be provided in the filter housing building. 6.13 An Office room of minimum 20 sqm. carpet area should be provided. 6.14 One sanitary blocks consisting of one W.C. one urinal and wash basin having a carpet area of 10 sqm. should be provided in the ground floor of the building . A septic tank of suitable capacity shall also be provided at proper place for safe disposal. 6.15 The minimum width of the operation gallery shall be 3.0 Mts. 6.16 A laboratory of 20 sqm. area should be provided at the first floor of this building. 6.17 The filter beds, shall be open to sky i.e. there shall be no roofs over the filter beds. 6.18 CONSTRUCTION : The filter house cum administrative building shall be in R.C.C. M-25 framed structure in two floors. The clear height between the floors should not be less than 3.6 M. A R.C.C. stair case connecting the floors shall be provided. Cast iron foot holds for getting into central gutters of each filter should be provided. 6.19 G.I. Pipe railings should be provided with G.I. pipe (medium class) posts of 40 mm. dia and 1.0 M long fixed rigidly in cement concrete at 2.0 M a part with 3 rows of horizontal 25 mm dia. medium class G.I. Pipes including painting etc. minimum 3 nos. of such G.I. Pipe should be provided for the railings around circular structures but the spacing should be up to 2 meters.

122262261.doc

- 52 -

The same specification of railing shall be adopted wherever necessary. The railing shall be of good architectural design. The bends, corner and horizontal /vertical stays properly finished so as to offer a fine and stream- line look. 6.20 The filter house shall be built of R.C.C. M-25 framed structure. However water retaining parts should be of R.C.C. M-30. All brick masonary work should be in cement mortar with 1:5 and should be plastered with 1:4 C.M. on both the sides with smooth neeru finish. The thickness of the plaster should be 20mm from one side and 13mm on another side for all the brick masonary work. 6.21 All inside surface shall have 2 coats of snowcem/durocem painting of approved quality and shade. The front elevation and exterior finish of the building shall be designed aesthetically and architecturally. The department reserves the right to alter the front elevation of filtration plant/filter house if it does not appeal to the department on contractors cost. The exterior plastered wall should be painted with 3 coats of approved quality and shade of snowcem. All doors (except central main door), windows and ventilators shall be of steel as per I.S. 1038-1975 and I.S.1081-1960. The positions of windows and ventilators should be such that these will be opened outside and closed easily when necessary. The total shutter area of doors, windows and ventilators shall not be less than 30% of the floor area. 6.22 The central main external door shall be in best seasonal Teak Wood first class polished or aluminium glazed and shall be with special decorative features, fixtures and fastening of approved design or alternatively this door may be of alluminium fully glazed as per I.S. 1948-1961 and 1081-1960. The size shape and finish of the door shall be specially selected so as to improve the get-up of the filter house. The entrance of the filter house shall preferably be in the form of the foyar, with suitable porch in front. The silvicrete renderings on the front and side walls of filter house cum administrative blocks shall be done by the contractor on standard C.M. base, as directed by Engineer-in Charge. The white cement etc. silvicrete required for this work shall be arranged by the contractor. 6.23 PERFORMANCE CAPABILITY: For rapid gravity filters, the performance standard should be in accordance with Para 6.6.8.2 of manual on water supply and treatment published by C.P.H.E.E.O. 7.0 DISINFECTION: Post chlorination of filtered water flowing through filtered water channel will be provided under normal conditions of operation of treatment plant, when Raw Water is not heavily polluted. Chlorination to produce combined available residual chlorine of 0.5 to 0.6mg/litre will be provided. However, when the Raw Water quality is poor or incase of emergency like breakdown in the system or epidemic, super-chlorination to maintain 2.0-3.0 mg/litre free available residual chlorine in the treatment plant effluent will be necessary. Bleaching powder solution will be fed under gravity for the purpose of chlorination. There shall be 2 nos. bleaching powder solution preparation tanks with stainless steel agitators. Each tank will have a capacity to feed for 8 hours. The strength of solution shall not be more than 5%. The delivery piping should be of P.V.C. or any other chlorine resistance materials.

122262261.doc

- 53 -

8.0 CLEAR WATER SUMP WELL AND PUMP HOUSE : A.R.C.C. M-30 clear water sump with at least 45 minutes capacity of total supply should be provided. The sump should be covered at top and necessary ventilating cowls, manhole with C.I. frame and cover, scour pipe with C.I. Valve, inlet arrangement, steel ladder, water level indicators etc. should be provided in the sump well. The contract also includes the construction of clear water pump house which should be suitable located near the clear water sump well. This clear water pump house shall be a part of the plant. An area of approximately 8 M x 5 M i.e. 40 sqm. should be provided for the pump house to accommodate 2 nos. centrifugal pumping sets each of 1.90MLD capacity against 35 M head. The height of Pump House should be at least 4 M. The pump house should also be capable of accommodating bus-bar channel, starter, O.C.B. sluice valves, reflux valves and flooring for electrical cables concrete work for delivery pipe line, trench etc. for clear water pumping main of 250 mm dia in the pump house and also the supporting structures for cables and pipes. The tendered shall also quote for supply and erection of 1.0 M.T. capacity manually operated gantry. The foundation and floor design of pump house should be done properly and due considerations for vibration should be given in its design. The difference of level between the floor of pump house and the invert of sump well shall not be more than 3.5 M in any case. Further, the height of plinth of pump house above Ground level shall not be less than 0.6 M. The tenderer shall also quote for supply & installation of 2 nos. (one working one stand by) centrifugal pump sets including starter and M.C.C.B. suction & delivery pipe line in the Pump House for Clear Water Pumping as detailed below :

(A) PUMP & MOTOR:i) Type of pump ii) Discharge iii) Total head iv) r.p.m. v) Impeller vi) Motor vii) Power supply viii) Make Centrifugal directly coupled to motor . 1760 LPM. 35 Meters 1440 Bronze Suitably rated 1440 r.p.m. sq. cage, T.E.F.C., Induction motor. A.C. , 415 volts, 50 c/s. Kirloskar/Jyoti/Mather & Platt/Crompton.

Necessary Main Distribution Board with Main Switch, Starter, OCB & HRC Fuse will be provided of renowned make. The delivery line from each pump will be connected to a common header. GENERAL : 1. There should be interconnecting channels, pipes, valves etc. for bye pass arrangement so that any individual unit can be put out of operation without

122262261.doc

- 54 -

2. 3.

4.

5. 6. 7.

affecting the working of others the bye pass arrangement shall also be designed to carry 50% additional follow during emergency. The Treatment units shall be provided with disludging arrangement including sluice valves with operating rod and wheels and piping to lead sludge to the wash out system. All the treatment works shall have proper walkways around of minimum width of 1.00 M and shall be shaped aesthetically. There shall be a pipe railing of architectural design and the bends, corners and vertical stays and the horizontal railing properly. Finished so as to offer a fine & stream-line look. The number and placing of the walkway to be such that it will enable the operating staff to approach the electrical motors and other essential portion of treatment work easily. All C.I. Pipes used in the plant shall be of double-flanged class B conforming to I.S. 1537 latest addition. The C.I. Specials should be double flanged conforming to I.S. 1538-1976. The C.I. valves should be of double-flanged class PN-I with I.S.I. Mark. In no place operating rod of any valve or mechanism or any other obstruction shall come in 1.0 M walkway. Fire extinguishers for each building at every floor shall be provided, and fixed, as per the relevant I.S. Specifications. Overflow from clear water sump shall be connected to sludge disposal system and should have free fall.

ITEM NO. 9 LABORATORY RQUIPMENTS : The Tenderer shall also include supply of following equipments for various Tests : 9.1 Modern electronic digital display type turbidity apparatus for raw settled and filtered water. 9.2 Jar Test apparatus electrically operated. 9.3 Comparator test set for residues chlorine or chloroscope 3 Nos. 9.4 PH Kit with different discs for pH measurement 9.5 Mains operated pH meter complete . 9.6 Turbidity Tape. 9.7 Sampling table of 2 M x 1 M size with marble top consisting of clarity bowl assembly panel complete with sampling taps for drawing samples of raw, settled and filtered water complete with 3 nos. of electrically driven pumps, suitable tubing for raw clarified and filtered water assuming a compact arrangement should be provided. This should be provided near the laboratory. 9.8 Incubator 9.9 Fridge. 9.10 Oven. In addition, common glassware and accessories like beakers, conical flasks, burettes, pipettes, volumetric flasks etc. will be required for laboratory for testing of samples. All equipments should be of standard and reputed make only. The make and type of these equipments should be mentioned alongwith the guarantee period. Contractor shall also provide literature, instruction, manuals, guarantee card etc. with these equipments. ITEM NO. 10 FRONT ELEVATION :

122262261.doc

- 55 -

The treatment plant should be so oriented and designed to give very good architectural view and appearance. The front elevation shall be architectural to the satisfaction of the department and the department reserves the right to make additions and alteration in the front elevation on contractors cost. The contractor shall also quote separately for beautification of the plant area including garden & lawns. The structure should represent a pleasing appearance with aesthetic features forming a balance between function and form. The interiors of the structure shall be eye appealing and in keeping with the objectives of the plant, viz. production of pure and whole some water. ITEM NO. 11 SPECIFICATION FOR MECHANICAL WORKS : 11.1 Submerged structural parts (steel) except hot rolled section shall not be less than 6 mm thick. 11.2 Firm movers and allied components such as electrical motors, starters, switches, reduction gears, drive mechanisms, bearings, plumber blocks, etc. shall be standard make. 11.3 All rotating machinery, particularly gears shall be designed with adequate safety margins and service factors. 11.4 All water submerged parts rotating mechanical parts and steel pipe under water shall be adequately protected after surface treatment. Oil, grease, dirt, soil and all surface contamination from structural and fabricated steel parts shall be removed by cleaning with solvent vapor alkali emulsion or steam. Loose rust or weld spatter etc. shall be removed by hand chipping; scraping, sanding, wire brushing and grinding the bare finished shafting, finished flanges and other mechanical surface protected by grease or rust protection measures. Structural Mechanism support and super structures, walkway hand rails with PVC tops fabricated shaft etc. shall be protected with at least one coat of primer and two coats of paint. 12.0 The tender inclusive of operation of the plant for one month trial run period free of charge by contractors trained and qualified Engineers who should be completely familiar with the equipments supplied and erected and they shall train the departmental staff in operation of the plant within that period. Detailed operation manual as well as the drawings of equipments should also be submitted by the contractor free of cost. The cost of electrical energy, oils, chemicals and pay to departmental staff for operation of the plant, will be paid by the department during this period. Performance guarantee must be demonstrated by the test run for period one month. The tenderers must furnish the service of competent representatives for this period to instruct the plant operating personnel in the maintenance and care of flow indicators, piezometers etc. and to conduct tests. ITEM NO. 13 SPECIFICATION FOR ELECTRIC WORKS : The work shall be carried out strictly in accordance with latest Indian Electricity rules, specially as per latest sped fictions of Madhya Pradesh Electricity Board and relevant I.S. specifications.
122262261.doc - 56 -

The size and type of wiring shall be suitable for A.C. supply at 415 (+ 5%) volts, 3 Phase, 50 cycles for Power and 220 Volts for lightening. All phase wire shall be inside concealed single metal conduit and pipe shall be properly earthed . The earthing arrangement shall be provided as per I.S. specification and Indian Electricity Rules. Lighting arrestor alongwith suitable earthing arrangement as per relevant specification shall be provided. I.S.

All switches and fittings shall be of superior type as directed by the Engineering in-Charge. For the work of wiring for lighting of building shall be carried through concealed conduit pipe as per the specification of C.G., P.W.D. (Electrical Branch) for this type of work. The tender shall inclusive of electric connections for power from main board to drive unit and light. ELECTRICAL WORK SPECIFICATION : (A) The contractor shall include work of providing, laying and fixing of power cable from electrical substation to main distribution panel. The contractor shall provide wiring for power and light in open P.V.C. conduct as per specifications of E & M Wing of C.G. P.W.D. (B) The contractor shall provided and fix at proper places all around the plant / clear water sump, 6 nos. sodium vapor lamps each of 500 watts, suitable to work in open during rains. Internal illumination shall be of minimum 500 watts. However the department shall have right to increase illumination level by 5% without any extra payment. (C) Specifications for main distribution board : The panel board shall be designed for the complete electrical load of treatment works, e.g. for prime movers of mechanical equipments of flash mixer, chemical solution tank, wash water pumps, clear water pump, sampling table etc. and for entire load of internal and external electrification e.g. light, flood lights, SV/MV lamps, ceiling fans, cooling fans, coolers, refrigerator etc. It shall consist of 4 bus bars of suitable section, designed for capacity considering above electrical load, ammeters and voltmeters of suitable range with rotary selector switches, phase indicator lamps with switches, OCB or ICTPN switches of adequate capacity with HRC fuse. The panel board shall be cubical non draw-out type with panel openings either from front or rear side for carrying out inspection, operation and maintenance. Suitable ICTPN rewirable fuse units of adequate capacity shall be provided for lighting load. The panel board shall be housed in clear water pump house. The panel shall be completed with incoming Triple Pole switch, Volt-meter, Ammeter, Isolating switch etc. After completion of wiring the contractor shall fill in the necessary from required by C.G. Electricity Board for getting connections and shall handover the installation in complete working condition to the satisfaction of the Engineer-in-charge. The charges, required to be paid to C.G. Electricity Board, for obtaining electrical connections, shall be arranged by the department. The general requirement for lighting fixtures and wiring is given below. The tendered has to work out details of illuminations and arrangements and submit necessary

122262261.doc

- 57 -

drg. for acceptance of Engineer-in-Charge. Light fixtures shall be of Phillips/GEC or any other standard makes to the entire satisfaction of the Engineer-in-Charge. DETAILS OF RECOMMENDED LEVELS OF ILLUMINATIONS S.No. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Units Recommended level of Illumination 15 foot candles (Average) 10 to 15 foot candles 20 to 25 foot candles 20 to 25 foot candles 20 to 25 foot candles 15 foot candles 10 foot candles 4 foot candles (Average) 1 foot candles (Average) 500 watt. Each arranged so as to give the above mentioned intensity of light around settlingtank, clear water reservoir etc. and on the external side of the plant. ______________________________________________________________ The fluorescent tubes in the filter house shall be twin 40 watts. Industrial type nitrous enamel reflectors complete with original choke, starters etc. manufactured by G.E.C. /Phillips or any other standard make. The fluorescent tubes shall be hung from the ceiling above the operation gallery to give a uniform lighting. The tendered shall also include the cost of providing and laying the incoming power box cables from the main substation to be constructed by the department in the same premises to panel in the clear water pump room and also the wiring in the VIR in heavy gauge conduit from indoor motors.

Clear Water Pump House Filter House Inspection Boxes Laboratory Building Administrative Building Chemical House Stores Around Settling Tank Around C.W. Reservoir Flood Light

122262261.doc

- 58 -

14

GENERAL: Design and Drawing: The contractor shall have to submit his own design for all works and supply at the time of submitting tender an outline plan and sections of proposed civil works viz. inlet arrangements measuring device, settling tank, chemical house and filter house, clear water pump and pump house etc. showing plan elevation and section and the design assumptions alongwith the outline of mechanical equipments proposed for these units. Detailed calculations and drawings shall have to submit by him for scrutiny within a month from the date of issue of work order. Detailed design shall include calculations for foundation for R.C.C. work and for other structures provided in the drawings. The responsibility for the designs, construction structure stability and water tightness in all water containing structures shall however rest solely with the contractor and he shall have to make good any damage or loss to the Govt. due to defects in any of the above mentioned or any other work carried out by him. The contractor shall have to submit 4 sets of completion drawings immediately after completion of the work.

EXCAVATION: The depth of excavation will be guided by requirement of stability of foundation, and the hydraulic levels of the various units. The trial pit section taken at the site along with the contour plan of the proposed site are attached for guidance but the contractor should himself verify this for design of foundation of structure and other hydraulic designs. The foundation shall be filled with bed concrete (leveling course) in 1:3:6 (M 100) with 40mm gauge graded metal or by the prescribed mix as proposed by the contractor in his design. But it should not be weaker than 1:3:6. The average plinth level shall be atleast 1.0M above the general G.L. The difference of level between the floor of pump house and invert of sump well shall not be more than 1.0M in any case. The proposed treatment plant is having exposed moorum strata. Reinforced Cement Concrete Work: The reinforcement concrete M-25 mix or richer mix with reinforcement as per the approved drawing shall be laid, over the bed concrete, M-10 for foundation where necessary. For super structural works the R.C.C. shall be laid in M-250 size mix or richer mix but for the water retaining structures M-30 mix or richer mix shall be laid. The specification for the measuring, mixing, transporting, compacting, vibrating and curing etc. of concrete shall be as per the I.S. specification 456-1978 (latest revision) and the other relevant I.S. specifications. The batch mixing as per the latest practice shall be allowed but the cost of cement shall be recovered from the contractor on the bag basis and not on the weight basis. The form work, placing of steel etc. shall also be as per the I.S. No. 456-1978 (latest revision) and respective I.S. specifications. The contractor shall also be required to submit samples of concrete for testing during the course of execution of works, as and when required by the department. The cover for reinforcement on the water face shall not be less than 30mm. Masonary: Brick work shall be done in C.M. 1:5. Richer mix in masonary shall be done only if the structural design require so and with the prior approval of Engineer-in-Charge. The masonary work shall generally conform to specifications given in the Maharashtra PWD Hand Book and standard specifications issued by the Govt. of Maharashtra and relevant I.S. specifications.

122262261.doc

- 59 -

Flooring: The flooring shall be laid in cement concrete M-200 mix and for water retaining portion M-300 shall be used. The flooring of chemical house (Ground floor) shall be done with 25mm thick Kota stone and that of the first floor shall be done with 25mm thick Kota stone. Floor around chemical tanks should have acid proof treatment. The floor of pump house portion shall be in M-250 mix with 150mm thickness having specifications for industrial use. The flooring of sanitary block laboratory and office room shall be with 25mm thick Kota stone. Rest of the floors in different buildings shall also be done with 25mm thick Kota stone. White glazed tiles upto 2.00M high on walls (Skirting) and on platform in laboratory should be given. 14.6 Roofing: The roof shall be casted in R.C.C. M-250 mix with 20mm gauge graded metal as per the thickness and reinforcement, details to be shown in the drawings and designs. All roofs and civil structures would be guaranteed for leakages as per relevant I.S.S. Suitable treatment for water proofing shall be provided for roof slab. All masonry and R.C.C. Works shall be in accordance with latest standard specifications. All materials used on civil works should be of quality approved by the Engineer-in-charge. Rejected material shall be removed from the site immediately. All mechanical equipments shall be such workmanship and quality that they are able to perform with maximum efficiency in normal working condition. Use of noncorrodable actions of sand and use of suitable paint and coating for under water, fittings to prevent contaminating the water are to be provided by the contractor. Plinth : The average plinth level of chemical house, filter house and the pump house shall be at least 0.6 M above general ground level. The entry in pump house shall be with suitable approach ramp to enable machineries to be transported inside the building by trucks . Plastering : The brick masonry walls of building should be plastered with 1:4 cement mortar . The thickness of plaster from outer face of wall should be 20 mm and on inner face the thickness of plaster should be 13 mm. in chlorine room, sump well and wash water tank, due consideration shall be given to provide protective measures in R.C.C. work plastering etc. prevent the corrosive effect of chlorine. Painting and Colour Washing : Door and Windows except as specified in item no. 6.22 shall be painted inside and outside in two coats after priming coat as per the directions of the Engineer-in-charge. The wall shall be provided with two coats of approved quality of oil bound distemper on the inside and snowcem or durocem painting on the outside as per the direction of the Engineer-in-charge. Following Drawings are enclosed: A map indicating location of site and containing contour plan of the proposed site showing the position of trial pit sections and details of trial pit sections. The trial pit section with strata of foundation is given only for the guidance of the contractors/Firms. Who

14.7

14.8

14.9

14.10

14.11

14.12

122262261.doc

- 60 -

should satisfy themselves and verify the same before submitting the tender and design the foundation of the structures accordingly. Department shall not be responsible for any variation in strata at the site at the time of execution. 14.13 The opening area for (doors/windows /ventilators) chemical stores and chlorine toner storage room shall be 20% of the floor area. For rest of the units this area shall be 30% Guarantee for equipments: The contractor shall submit indemnity bond towards guarantee of equipments for second rainy season if it does not fail within 12 months after satisfactory commissioning of the plant. The securities deducted towards this will be released on production of such bond. Spare parts : The contractor shall give a list of spare parts items which are essential for two years maintenance with their rates. This is not to be included in Lump-sum offers. The Deptt. would decide it separately. TESTS: All water containing structures shall be designed and tested inconformity with I.S. 3370 (Latest revision) for the water tightness and it will be the responsibility of the contractor to make it water tight. The responsibility of structural stability shall also rest solely with the contractor. The work shall be deemed to be successfully completed as per contract plant, agreement only after a certificate is issued to this effect by Engineer-incharge, after trial and successful operation of three months during heavy rainy season. In case, there is time lag between the actual completion of work and operation of plant for three months during heavy rainy season, the extension in time for the above period shall be granted to the contractor by the department. GENERAL CONDITIONS : No payment for dewatering required for natural, artificial or manmade reason or rock excavation will be payable for any depth. The bearing capacity of the foundation should be ascertained by the firm/contractor for whom a test certificate will have to be submitted by the firm/contractor to the deptt. Before submitting the design. The prices should be firm inclusive of all taxes, handling, storage, transportation, wages, watch and ward etc. at the site of work.

14.14

14.15

15.0 15.1

15.2

16.0 16.1

16.2

16.3

122262261.doc

- 61 -

16.4

Payment shall be made as per breakup schedule given an ANNEXER H. The payment shall be made as per this breakup schedule. The bank charges and interest on delay in payment if any will not be paid by the department. All Switches, cables, starters, and electrical fixtures shall be of best available standard made such as L & T, Siemens, GEC, Philips etc. Snowcem colouring or exterior and oil bound distemper in two coats on inside walls including good architectural appearance of plant should be provided. The Department will supply water only for testing and trial run of the treatment plant free of cost at inlet i.e. at 5.0 M residual head at G.L. Surplus excavation earth should be filled and leveled in the area as per the direction of Engineer-in-charge and in no case disposed off near the Treatment Plant. The pump house should have adequate for free movement after installation of all pumps, machinery, pipes and accessories. The under drain system of filters shall comprise of U.P.V.C. Pipes of 10 kg/cm2 pressure and of suitable dia. The wash water tank and clear water sump well shall be covered with RCC Slabs; suitable ventilating arrangement at roof should be provided. A free board of atleast 300 mm. shall be provided at the top & water level indicators shall also be provided. The firms/contractors are directed to submit the details plan and elevation of treatment plant showing the dimensions of all components and other details.

16.5

16.6

16.7

16.8

17.0

18.0

19.0

20.0

Executive Engineer Public Health Engineering Division Ambikapur

122262261.doc

- 62 -

ANNEXURE G
BREAK-UP SCHEDULE FOR THE ASSESSMENT OF QUANTAM OF WORK DONE AND PAYMENT AT VARIOUS STAGES The Payment Break-up Scheduled for all works shall be as below :(A)

(B) 10%
(C) (D) (A)

Value of Civil Works on Intake Well with Pump House 35% Value of Mechanical & Electrical Works of Intake Well with Pump House Value of Civil works of Treatment Plant Value of Mechanical & Electrical Works of Treatment Plant 45% 20%

Civil Works on Intake Well with Pump House (35% of L.S. contract value) : (a) On approval design & drawing 5% (b) Excavation and Mat C.C. 10% (c) Foundation of Intake Well 10% (d) Well Stening upto Discharge Floor 20% (e) Discharge floor and well stening from discharge floor 10% (f) Motor floor & walkway 10% (g) Pump House wall 7% (h) Pump House roof 10% (i) Approach bridge 10% (j) Bank protection work 5% (k) Finishes including doors, windows, flooring, painting etc. 3% Total = 100%

(B)

Mechanical & Electrical Works of Intake Well with Pump House (10% of L.S. contract value) : 50% 15% 15% 5% 10% 5% Total = 100%

) ) ) ) )

Raw Water Pump with Motors Pipes and fittings of pump delivery line Electric Panel Traveling Hoist C.I. pipes & Inlet Ports Sand grab bucket

Note :i) ii) iii) iv)


(C)

5% of item (B) will be paid on approval of hydraulic design and layout drawing. 80% of item (B) will be paid on materials supplied at site. 10% of item (B) will be paid on erection. 5% of item (B) will be paid after Commissioning & trial run.

Civil works of Treatment Plant (45% of L.S. contract value) : (i) Inlet channel & Cascade Aerator (5% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 5% c) Foundation & Works up to plinth 15% d) 50% of super structure 30%

122262261.doc

- 63 -

e) f) g) h)

Balance 50% of super structure Finishes and after grouting of pipes, etc. Painting After water tightness testing

30% 8% 2% 5%

Total = 100%
(ii)

Measuring Flume & Bye pass channel (5% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 5% c) Foundation & Works up to plinth 15% d) 50% of super structure 30% e) Balance 50% of super structure 30% f) Finishes and after grouting of pipes, etc. 8% g) Painting 2% h) After water tightness testing 5% Total = 100%

(iii)

Chemical House and Chemical Tanks (10% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 5% c) Foundation & Works up to plinth 15% d) 50% of super structure 25% e) Balance 50% of super structure 30% f) Chemical Tanks 5% g) On completion of pipe fitting and other fixture like doors & windows, flooring, drain pipes, etc. 8% h) Painting 2% i) After water tightness testing 5% Total = 100%

(iv)

Mixing Channel (4% of Civil works) :a) On approval of design & drawing b) Excavation and Mat C.C. c) Foundation d) 50% of super structure e) Balance 50% of super structure f) Finishes and after grouting of pipes, etc. g) Painting h) After water tightness testing

5% 5% 15% 30% 30% 8% 2% 5%

Total = 100%
(v)

Flocculator and Settling Tank (25% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 10% c) Foundation & Floor 30% d) Outer Vertical Wall 42% e) Collecting channel and walk way 3% f) After grouting of pipes, and other finishing. 5% g) After water tightness testing 5% Total = 100%

122262261.doc

- 64 -

(vi)

Rapid Gravity Filter (20% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 5% c) Foundation & Works up to plinth 15% d) 50% of super structure 25% e) Balance 50% of super structure 30% f) Chemical Tanks 5% g) On completion of pipe fitting and other fixture like doors & windows, flooring, drain pipes, etc. 8% h) Painting 2% i) After water tightness testing 5% Total = 100%

(vii)

Wash Water Tank (8% of Civil works) :a) On approval of design & drawing b) On costing of Base slab c) After completing vertical walls d) After completing Roof Slab e) After grouting of pipes, and other finishing. f) Painting g) After water tightness testing

5% 35% 30% 15% 8% 2% 5%

Total = 100%
(viii)

Chlorine Room (5% of Civil works) :a) On approval of design & drawing b) Excavation and Mat C.C. c) Foundation & Works up to G.I. d) 50% of super structure e) Balance 50% of super structure f) On completion of finishes flooring, doors & Windows etc. g) Painting h) After water tightness testing

5% 5% 15% 30% 30% 8% 2% 5%

Total = 100%
(ix)

Clear water Sump well & Pump House (5% of Civil works) :a) On approval of design & drawing 5% b) Excavation and Mat C.C. 10% c) Foundation & Floor 20% d) Vertical Wall of Sump Well 25% e) Roof Slab of Sump Well 12% f) Pump House brick wall 10% g) Pump House roof slab 5% h) After grouting of pipes, ladder and other finishes 8% i) After water tightness testing 5% Total = 100% Sludge Disposal (3% of Civil works) :a) On approval of design & drawing b) Sludge Wells c) Pipe lines
- 65 -

(x)

5% 45% 50%

122262261.doc

Total = 100% Mechanical & Electrical Works of Treatment Plant (10% of L.S. Contract Value) : Raw Water Inlet :i) C.I. Pipes & Specials 5% of Mech. & Elec. Work
(D)

ii)
c)

Raw Water Flow Measurement & Bye-Pass :i) Flow measuring equipment Do Bye-Pass Shutter 2%

5% - Do - Do - Do -

iii) iv) v)
d)

Chemical Dosing :i) Alum agitators with drive 6% ii) Lime agitator with drive 3% Alum dosing equipment 2% - Do Lime dosing equipment 2% - Do Handling equipment 2% - Do Flocculator & Setlling Tank :i) Flocculator paddle with drive Do ii) Sludge pipes & specials R.G. Filter : 8% 5%

- Do -

e)

ii)

i) C.I. Pipes & specials for inlet, outlet & drain 5% Do Under drain pipes & specials 5% - Do iii) Rate of Flow & Loss of Head Indicators 8% - Do iv) Filter media 5% - Do Wash Water Tank :i) C.I. pipes & specials Do ii) Tank filling pumps Chlorination :i) Bleaching solution agitator chlorinators ii) Bleaching solution dosing equipment chlorine Do Cylinders. 3% 2% - Do 5% 3% - Do -

f)

g)

h)

i)

Clear Water Sump, Pump House and Pumps :Clear Water Centrifugal pumps 10% ii) C.I. pipes & specials Do i) Laboratory Equipments :i) Equipments as per list i) Panel Board and Power wiring ii) Illumination work

- Do 5% -

2% 5% 2%

- Do - Do - Do -

j)

Electricals :-

122262261.doc

- 66 -

Note :i) ii) iii) iii)

5% of item (D) will be paid on approval of hydraulic design. 80% of item (D) will be paid on materials supplied at site. 10% of item (D) will be paid on erection. 5% of item (D) will be paid after Commissioning & trial run.

122262261.doc

- 67 -

Potrebbero piacerti anche