Вы находитесь на странице: 1из 84

GOVERNMENT OF MADHYA PRADESH

PUBLIC HEALTH ENGINEERING DEPARTMENT

STANDARD TENDER DOCUMENTS ON


LUMP SUM CONTRACT

FOR

DESIGN, CONSTRUCTION AND TESTING OF R.C.C. ANICUT OF


114M LENGTH AND 4.5 0 M HEIGHT INCLUDING PROVIDING AND FIXING
OF 1000 MM SLUICE GATES 4 NOS WITH SUITABLE R.C.C. BOX CHANNELS
AND PROVIDING AND FIXING WOODEN KURRIES IN OPENING OF
ANICUT ACROSS RIVER PAT NEAR VILLAGE RASODI BADI OF
ALOTE BLOCK IN JHABUA DISTRICT (M.P.)

ESTIMATED COST RS. 290.00 LAKHS

PUBLIC HEALTH ENGINEERING DIVISION ALIRAJPUR (M.P.)


INDEX

S.No. Particulars Page no

01. Check list for issue of tender Documents 01

02. Short Notice Inviting Tenders 02-09

03. Detailed Notice Inviting Tenders 10-29

04. Tender for Lump Sum contract & Securities 30-31

05. Conditions of contract 32-39

06. Annexures 40

07. Annexure “A” 41-42


Model rules relating Labour, Water Supply and Sanitation
08. in labour camp.

09. Annexure “B” 43


Contractor’s labour regulations.

10. Annexure “D” 44


Form of Certificate of Income Tax to be submitted by
Contractor(s)

11. Annexure “E” 45-74


Specification for construction of Anicut.

12. Annexure “F” 75-78


Safety code

13. Annexure “G” 79


Break-up Schedule of Payment.

14. Annexure “H” 80


Salient Levels and Data

15. Annexure “I” 81-85


Drawings.
CHECK LIST FOR ISSUE OF TENDER DOCUMENTS

01. N.I.T. NO. AND DATE : 28 /08-09/TL/JHABUA

02. DUE DATE : 06.06.2008

03. NAME OF WORK : DESIGN, CONSTRUCTION AND TESTING


OF R.C.C. ANICUT OF 114M LENGTH
(MAIN BARRAGE 89 M AND 12.5M KEY
WALL ON BOTH SIDE) AND 4.5 0M
HEIGHT (2.0 M ABOVE AVERAGE BED
LEVEL AND 4.0M ABOVE SILL LEVEL)
INCLUDING PROVIDING AND FIXING OF
1000MM SLUICE GATES 4 NOS WITH
SUITABLE R.C.C. BOX CHANNELS AND
PROVIDING AND FIXING WOODEN
KURRIES ACROSS RIVER PAT NEAR
VILLAGE RASODI BADI OF ALOTE BLOCK
IN JHABUA DISTRICT (M.P.)

04. NAME & ADDRESS OF :


TENDERER

05. REGISTRATION DETAIL :

06. INCOME TAX CERTIFICATE :

07. WORKS CERTIFICATE :

08. COST OF TENDER FORM IN :


DUPLICATE INCLUDING
DRAWING ETC. COMPLETE

09 M.R. NO. AND DATE :

EXECUTIVE ENGINEER
FLUOROSIS CONTROL PROJECT DIVISION,
P.H.E. DEPTT. ALIRAJPUR
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)

NIT No 28/08-09/TL JHABUA


Date………….

Short Notice Inviting Tender

Sealed Lump - Sum rate tenders in form "F" are invited on


behalf of the Governor of M.P. in the office of the undersigned up to 3.00 PM on 06/06/2008
for following works of Alote water supply augmentation scheme on TURNKEY JOB BASIS
from contractors registered in Class A IV / S IV and above in PHE Department of M.P.,
registered in other works department of the state i.e. PWD, WRD and of Central Government
i.e. "MES, Railways, Central PWD and undertakings in the State or Central Government
offices and experienced contractors having experience of successful completion of
construction of concrete spillway, anicut, barrage or dam of cost not less than half of this
work can also bid with the condition that they will have to get them registered in appropriate
class within one month from acceptance of their tender or before drawl of agreement
whichever earlier or security deposit may be deposit in advance in prescribed shape. The
earnest money envelope "A" and Technical terms and condition envelop "B" shall be opened
on the due date i.e. on dated 06/06/2008 in the presence of tenderers or their authorized
representatives. In case of unconditional tender, financial lid envelop “C” will be opened on
the same day with consent of the tenderers.

A. Name of work : DESIGN, CONSTRUCTION AND TESTING


OF R.C.C. ANICUT OF 114M LENGTH (MAIN
BARRAGE 89 M AND 12.5M KEY WALL ON BOTH
SIDE) AND 4.5 0M HEIGHT (2.0 M ABOVE
AVERAGE BED LEVEL AND 4.0M ABOVE SILL
LEVEL) INCLUDING PROVIDING AND FIXING OF
1000MM SLUICE GATES 4 NOS WITH SUITABLE
R.C.C. BOX CHANNELS AND PROVIDING AND
FIXING WOODEN KURRIES ACROSS RIVER PAT
NEAR VILLAGE RASODI BADI OF ALOTE BLOCK
IN JHABUA DISTRICT (M.P.)

B. Probable Amount of contract : Rs. 290.00 lakhs

C. Earnest money : Rs. 2.90 lakhs

D Cost of Tender documents : Rs 3000/-

E. Time allowed for work : Fifteen months excluding rainy season ( 1St July to 30th
September)
F. Validity of offer : 180 days from the date of opening of last financial offer.

Application for issue of tender document shall be submitted to the Executive engineer,
PHE Division, JHABUA up to 05/06/2008 during office, hours. The tender documents can be
purchased from office of the C.E.PHED, Zone - Indore / Bhopal/ Jabalpur / Gwalior and all
Civil divisions under the jurisdiction of C.E., PHE, Indore, Zone - Indore up to 03/06/2008
during office hours. If contractor wish to purchase blank tender document from any office /
this office, he should submit a written undertaking that he has not purchased blank tender
document from any other office for said work. The applicant shall have to pay Rs. 100/- extra
if the tender documents are desired by post. But this office will not be responsible any postal
delay. Similarly the sealed tenders can be submitted in this office on 06/06/2008 up to 3.00
PM and also in above 4 Zonal offices and all Civil Divisions of Indore Zone on 04/06/2008
up to 5.00 PM with prescribed amount of deposit, acknowledgement will be given by
respective office. All such sealed tender document will be opened by undersigned on
06/06/2008 at 3.30 PM in the presence of contractor or their representatives in FLUOROSIS
CONTROL PROJECT DIVISION, P.H.E. DEPTT. ALIRAJPUR.

GENERAL CONDITIONS:

1.0 The tender documents will be issued to the contractors fulfilling the following
requirements:
1.1 The contractors registered in Category A-IV or S-IV & above in P.H.E.
Department, M.P. and registered in other Works Department of the state i.e. PWD,
WRD and of Central Government i.e. MES, Railways, Central PWD and undertakings
in state or Central Govt. offices, having experience of successful completion
construction of Spillways, Concrete Dam, Barrage, Anicut of cost not less than 145.00
lakh in last 3 financial years.

2.0 The application for issue of tender documents should be submitted to the
undersigned accompanied by the following documents:

2.1 Current Income Tax clearance Certificate.

2.2 Valid Registration Certificate in appropriate category in P.H.E. Department


and other departments as mentioned in clause 1.1 above. If the registration based on
revenue solvency than submit a copy of the live revenue solvency.

2.3 Commercial Tax Clearance Certificate from competent authority of


Commercial Tax Department.
2.4 Last three years Audited Profit & Loss A/C & Balance sheet to prove
existence of the applicant in this field, turn over and papers showing financial
soundness.

2.5 The -experience certificate issued by an officer not below the rank of
Executive Engineer, the location of work, name of river, maximum flood discharge
of the river, amount of contract, work order No. and date, time allowed for
completion, actual time of completion and present status of work. In case the work
was not completed within the time, action taken by the department should also be
indicated in the experience certificate.

2.6 List of tools, plants and machineries available with the contractors for
successful completion of the work.

2.7 Documents showing financial soundness of the applicant.

3.0 The top bund length is tentative only for guideline purpose. Tenderers are
advised to assess it themselves by visiting site / cross section / contour plan etc.

4.0 The tenderers are also advised to visit the site of work before submission of their
offer. Later on, claim about ignorance of the site conditions shall not be entertained.

4.1 Only Narmada sand shall be used for all R.C.C. work.

5.0 Escalation charges would not be payable in any case even though any
extension in time granted for any reason whatsoever.

6.0 The tender received after due date and time will not be considered and such
envelopes will be returned unopened to the tenderers.

7.0 Bank guarantee will not be accepted as an earnest money.

8.0 The technical details and other particulars can be seen in the office of the
undersigned on all working days during office hours.

9.0 This short N.I.T. shall be a part of agreement.

Executive Engineer
Public Health Engineering Department
JHABUA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)

Endt. No. ………..……/TL/EE/PHE/JHABUA Date ………….

Copy forwarded to :-

1. The Principal Secretary, Govt. of M.P., Public Health Engineering Department,


Bhopal.

2. The Engineer-in-Chief, Public Health Engineering Department, M.P.


Bhopal.

3. The chief Engineer, Public Health Engineering Department, Indore zone,


Indore, Jabalpur zone, Jabalpur / Gwalior zone, Gwalior / Bhopal zone,
Bhopal.

4. Superintending Engineer, P.H.E.D. Ujjain

5. The Collector, District JHABUA.

6. Executive Engineer, FLUOROSIS CONTROL PROJECT DIVISION, P.H.E.


DEPTT. ………………..

7. President, Jila Panchayat, District JHABUA (M.P.)

8. The Assistant Engineer, P.H.E. Sub Division, Jaora.

9. Notice Board.

10. Contractors Association, Indore for information and wide


publicity.

Executive Engineer
Public Health Engineering Department
JHABUA
dk;kZy; dk;Zikyu ;a=h yksd LokLF;
;kaf=dh foHkkx]jryke A e0iz0A

fufonk lwpuk dzekad& 28@08&09@Vsfy@jryke


fn0 ------------------------------------

laf{kIr fufonk lwpuk

e/; izns'k ds jkT;iky dh vksj ls fuEufyf[kr dk;Z ds fy;s


eqgjcUn fufonk;sa] izi= *,Q* ,d eq'r nj izLrko 3 fyQkQk i)fr ij e0iz0
yksd LokLF; ;kaf=dh foHkkx @ tylalk/ku foHkkx @ yksd fuekZ.k
foHkkx ,oa daUnz ‘kklu ds dk;Z foHkkx tSls dsUnzh; yksd fuekZ.k
foHkkx @ ,e- bZ- ,l-@ jsYos ,oa jkT; ‘kklu ,oa dsUnz ‘kklu ds midzeks
esa ,l &4] ,&4 vFkok mij dh Js.kh esa iathd`r Bsdsnkj ftUgksaus leku
izd`fr ,oa de ls de vk/kh ykxr ds dzkadazhV ,uhdV] csjkt] fLiyos ;k
cka/k lQyrk iwoZd cuk, gks]] ls fnukad 06&06&08 vijkag 3-00 cts rd
vkeaf=r dh tkrh gS] ysfdu vU; foHkkx esa iathdzr fufonkdkj dh fufonk
Lohd`r gksus dh fLFfr esa fufonkdkj dks vuqca/k djus ds iwoZ bl
foHkkx ds vUrxZr mi;qDr Js.kh esa iath;u djkuk gksxk vFkok fu/kkZfjr
flD;qfjVh fMiksthV dh jkf’k ,d eq’r vfxze #i es tek djkuk gksxhA izkIr
fufonkvks esa /kjksgj dk;Z dk fyQkQk *,^ ,oa rduhdh ‘krksZ okyk
fyQkQk *ch* mlh fnu ‘kke dks 3-30 cts mifLFkr fufonkdkjkas@QeksZ
ds le{k [kksys tkosxsaA fyQkQk ^ch^ ds vUrxZr fufonkdkj }kjk vyx
ls dksbZ ‘krZ izLrqr u djus dh fLFfr esa fufonkdkjks dh lgefr ls foRrh;
fufonk okyk fyQkQk *lh* Hkh mlh fnu [kksyk tk ldsxkA fufonk esa lg
‘krsZ izLrqr djus dh fLFfr esa foRrh; fufonk dk fyQkQk *lh* [kksyus dh
frfFk vyx ls lwfpr dh tkosxhA

d- dk;Z dk uke vkyksV fodkl [k.M ds xqjkfM+;k xzke


ds lehi izLrkfor 114 ehVj yEckbZ
(89eh- eq[; cSjkt ,oa 20 20 eh- dh oky
nksuks vksj) ,oa unh ds vkSlr ry ls
6-00 ehVj mWpkbZ (^fly ysoy ls 4-00
ehVj mWpkbZ) ds vkj-lh-lh- ,uhdV dk
fMtkbu] fuekZ.k] ijh{k.k dk;Z] 1000
fe-fe- ds LY;wl xsV iznk; e; vkj lh lh
ckDl pSuy esa yxkus lfgr] rFkk ,uhdV
ds vksifuax esa lky ;k ccwy dh ydM+h
ds dM+h iznk; djus ,oa yxkus ds dk;Z
lfgrA

[k- Bsds dh vuqekfur ykxr 290-00 yk[k

x- /kjksgj jkf’k 2-90 yk[k

?k fufonk izi= dh dher 3000@&

M+ dk;Z iw.kZ djus dh vof/k 15 ekg o”kkZ _rq jfgr

p fufonk dh oS/krk dk vof/k vafre foRrh; izLrko ds


[kksys tkus dh frfFk ls
180 fnuA

dksjs fufonk izi= ,oa lacaf/kr nLrkost pkjks ifj{ks=


dk;kZy;ks nUnksj] Hkksiky] Xokfy;j ,oa tcyiqj ,oa bUnksj ifj{ks=
ds v/khu lHkh flfoy [k.M dk;kZy;ks ls fnukad 03-06-08 rd ,oa bl
dk;kZy; ls fnukad 05-06-08 rd dk;kZy;hu le; esa fu/kkfjr ‘kqYd
tek dj izkIr fd;s tk ldsxsA tks Bsdsnkj v/kksgLrk{kjdrkZ ds
dk;kZy; ;k mijksDr vU; dk;kZy;ksa ls dksjs fufonk izi= [kjhnuk
pkgsxsa] mUgsa ?kks”k.kk i= nsuk gkssxk fd mUgksus bl dk;Z
gsrq dksjs fufonk izi= vU; dgha la izkIr ugha fd, gSaaA Mkd }kjk
fufonk izi= exka;s tkus ij 100@& vfrfjDr ns; gksxk rFkk Mkd esa
gksus okys foyEc ds fy;s ;g dk;kZy; ftEesnkj ugh gksxkA lhy cUn
fufonk,a bl dk;kZy; fnukad 06-06-08 dks nksigj 3-00 cts rd ,oa
mijksDr vU; dk;kZy;ks esa fnukad 04-06-08 dks ‘kke 5-00 cts rd
izkIr dh tk ldasxhA mijksDrkuqlkj izkIr fufonk;s
v/kksgLrk{kjdrkZ ds dk;kZy; esa fnukad 06-06-08 dks nksigj 3-
30 cts leLr mifLFkr Bsdsnkjks ds lEeq[k [kksyh tkosxhA

lkekU; ‘krsZ %&


dksjs fufonk izi= mu Bsdsnkjks dks fn, tkosxsa tks
fuEufyf[kr ‘krksZ dks iwjk djsxsa %&

1- tks Bsdsnkj e0iz0 yksd LokLF; ;kaf=dh foHkkx @


tylalk/ku foHkkx @ yksd fuekZ.k foHkkx ,oa daUnz
‘kklu ds dk;Z foHkkx tSls dsUnzh; yksd fuekZ.k foHkkx
@ ,e- bZ- ,l-@ jsYos ,oa jkT; ‘kklu ,oa dsUnz ‘kklu ds
midzeks esa ,&4] ,l&4 ,oa mij dh Js.kh esa iathd`r gks
,oa ftUgksaus leku izd`fr ,oa de ls de 145-00 yk[k ds
dzkadazhV ,uhdV] csjkt] fLiyos ;k cka/k fiNys rhu
foRrh; o”kksZ esa lQyrk iwoZd cuk, gks]A
2- fufonk izi= izkIr djus ds fy;s izLrqr vkosnu i= ds lkFk
fuEufyf[kr tkudkjh vfuok;Z :i ls layXu dh tkuk pkfg, %&

2-1 v|ru vk;dj pqdkjk izek.k&i= A


2-2 1-1 ds vuqlkj yksd LokLF; ;kaf=dh foHkkx ,oa vU;
foHkkxks esa mi;qDr Js.kh esa iathd`r gksus dk izek.k
i=A ;fn iath;u fjosU;w lksyosalh ij vk/kkfjr gksrks oS}
jsosU;w lksyosUlh dh izfr A
2-3 okf.kfT;d foHkkx ds l{ke vf/kdkjh dk dj pqdkjk izek.k
i=A
2-4 fiNys rhu o”kksZ dk vadsf{kr ykHk gkfu ys[kk vkSj
fpB~Bk] ftlesa vkosnd dh bl {ks= esa dk;Zjr gksuk o
VuZ vksoj fl} gks ldsA
2-5 vuqHko izek.k i= tks de ls de dk;Zikyu ;a=h ds Lrj ds
vf/kdkjh dk gks] ftlesa dk;Z LFky] unh dk uke] unh dk
ck<+ ij cgko] Bsds dh jkf’k] dk;kZns’k dzekad ,oa
fnukad] dk;Z iw.kZ djus dh okLrfod vof/k vkSj mldh
orZeku fLFfrA ;fn dk;Z le; ij u fd;k gks] rc foHkkx }kjk
dh xbZ dk;Zokgh dk fooj.k vuqHko izek.k i= esa Li”V
mYysf[kr gksuk pkfg;sA

2-6 dk;Z ds lQyrkiwoZd iw.kZ djus gsrq Bsdsnkj ds ikl


miyC/k VwYl] Iyk.V ,oa e’khujh dh lwphA

2-7 Bsdsnkj dh lqnz<+ foRrh; fLFkfr okyk nLrkostA

3-0 ,uhdV dh mij dh yEckbZ ek= ekxZn’kZu gsrq gSA


Bsdsnkj dks ijke’kZ fn;k tkrk gS fd os Lo;a LFky @ unh
ds dzzkl lsD’ku @ d.Vwj Iyku bR;kfn ns[kdj bl yEckbZ
dk a fu/kkZj.k djsA
4-0 Bsdsnkj dks ijke’kZ fn;k tkrk gS fd os fufonk nsus ds
iwoZ fuekZ.k LFky vo’; ns[k ysaA ckn esa fuekZ.k LFky
dh vufHkKrk gksus ds dkj.k dksbZ Hkh nkok ekU;
ugha gksxkA

4-1 iwjs vkj lh lh fuekZ.k dk;Z esa dsoy ueZnk ls.M dk gh


mi;ksx fd;k tkosxkA

5-0 ,Ldsys’ku fdlh Hkh n’kk esa ns; ugh gksxkA pkgs dk;Z
dh le;kof/k fdlh Hkh dkj.k ls c<+kbZ xbZ gksA

6-0 fu/kkfjr fnukad vkSj le; ds i’pkr izkIr fufonkvks ij fopkj


ugh fd;k tkosxk vkSj ,sls fyQkQs fufonkdkj dks ;Fkkor
okil dj fn;s tk;saxsA

7-0 cSd X;kj.Vh ds #i esa /kjksgj jkf’k ekU; ugha gksxhA

8-0 rduhdh ,oa vU; fooj.k v/kksgLrk{kjdrkZ ds dk;kZy; esa


fdlh Hkh dk;kZy;hu fnol ,oa dk;kZy;hu le; esa ns[kk tk
ldrk gSaA
9-0 ;g laf{kIr fufonk lwpuk vuqca/k dk ,d Hkkx gSA

dk;Zikyu ;a=h
yksd LokLF; ;kaf=dh
foHkkx]
jryke
dk;kZy; dk;Zikyu ;a=h yksd LokLF;
;kaf=dh foHkkx]jryke A e0iz0A

i`0dz0 ------------------------ @08&09@Vsfy@jryke


fnukad -----------------

izfrfyfi %&

1- izeq[k lfpo e-iz- ‘kklu] yksd LokLF; ;kaf=dh foHkkx]


HkksikyA

2- izeq[k vfHk;ark] yksd LokLF; ;kaf=dh foHkkx Hkksiky


dh vksj lwpukFkZ iszf"kr A

3- eq[; vfHk;ark] yksd LokLF; ;kaf=dh foHkkx bankSj


ifj{ks= bankSj @ Hkksiky@Xokfy;j@tcyiqj dh vksj
lwpukFkZ iszf"kr A

4- v/kh{k.k ;a=h]yksd LokLF; ;kaf=dh foHkkx mTtSu dh vksj


lwpukFkZ iszf"krA

5- ftyk/kh’k] dk;kZy; jrykeA

6 dk;Zikyu ;a=h] yksd LokLF; ;kaf=dh [k.M


--------------------------------------

7- v/;{k] ftyk iapk;r] jrykeA

8- lgk;d ;a=h] yksd LokLF; ;kaf=dh mi [k.M] tkojkA

9- uksfVl cksMZ A

10- Bsdsnkj ,lksf’k,’ku] bUnksj dh vksj lwpukFkZ iszf"kr A


dk;Zikyu ;a=h
yksd LokLF; ;kaf=dh
foHkkx]
jryke

OFFICE OF THE EXECUTIVE ENGINEER


PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)

TENDER FOR LUMP-SUM CONTRACT

I/We do hereby tender to execute the whole of the work described in the
drawing no………………and according to the annexed specification signed by
…………………………..and dated ……………for the sum of
Rs………………….Rupees*…………………………………………………
……………………………………………………………….

I/We do hereby agree and bind myself / ourselves to abide by and fulfill all
the conditions annexed to the said specification or in default thereof to forfeit and pay to the
department the penalties of sum of money mentioned in the said conditions, viz.

Dated : …………….. Tenderers signatures …………………….

Address ………………………………..
…………………………………………
…………………………………………
…………………………………………

Witness ………………………………
Address ………………………………
………………………………..
………………………………..
………………………………..

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


Madhya Pradesh.

Date …………. Signature of authority


By whom the tender is accepted
* To be expressed in words and figures.
SECURITIES

Name Address Occupation or Remarks


Profession
CONDITIONS OF CONTRACT

01. The person(s) whose tender may be accepted hereinafter called the
contractor(s) within ten days of the receipts by him/them of the notification of the
acceptance of his/their tender will deposit with the Executive Engineer a sum equal to
5% of the sum specified in the tender either in cash or Government 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 Madhya Pradesh under the terms & conditions of this contract may be
deducted from or paid by the sale of sufficient part of his/their security deposit or from
of the interest arising there from or from any sums which may be due to or may
become due to the contractor(s) by the Governor of Madhya Pradesh 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 thereafter make good in cash or Govt. Securities
endorsed as aforesaid any sum or which may be necessary to make the amount of
deposit equal to 5% of the sum specified in the tender.
OR

Alternatively, the security deposit to be deposited by the contractor to the


Department for due performance of contract under terms and, conditions pointed in
the tender form will be the Earnest money at the time of tender plus a sum to make it
equal to 5% of the amount of contract, to be deducted from the running account bill of
the contractor from time to time. The contractor(s) is/are to provide every thing sort
and kind (with the exception noted in the schedule attached) which may be necessary
and requisite works included in the contract according to the true intent and meaning
of the drawing and specifications taken together, which are to be signed by executive
Engineer, PHED, JHABUA thereafter called the E.E.) and the contractor(s) whether
the same may not be particular to subscriber in the specification or shown on the
drawing provided that the same are reasonably and obviously to be inferred there from
and in case of any discrepancy between the drawings and the specifications the E.E. is
to decide which shall be followed.

02. The contractors 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 work to amend on the requisition
of the E.E. any error which may arise therein and provide all the necessary labour and
material to provide all for doing so. The contractors are to provide all plant labour and
material (with exception noted in the schedule attached) which may be necessary and
requisite for the best of their respective kinds. The contractors are directed to leave work in
all respect clean and perfect at the completion.

02(a) In respect of all bearings image of similar parts amended for use in the
superstructure of any bridge, the contractor shall whenever required in course of
manufacture, arrange and afford all facilities for the purpose of inspection and test of all or
any of these parts and the materials used by them to any officer of the directorate of
inspection the ministry of works. Production and supply of the Government of India and
such bearings hinges of similar parts shall not be used in the superstructure of any bridge
except on production of a certificate of acceptance thereof from the Directorate of
inspection. All inspection charges will be payable by the Contractor.

03. Complete copies of the drawings and specifications signed by the EE are to be
furnished by him to the contractor(s) for his / their own use and the same copies thereof
are to be kept on the buildings in charge of the contractor(s) agent who is to be constantly
present on the contractor(s) ground by the contractor(s) and to whom the instruction can
be given by the EE. The contractor(s) is / are not sublet the works or any part thereof
without the consent in writing of the EE.
04. The EE must have at all time access to the works, which are to be entirely under
his control. He may require dismissal of any person in the contractor(s) employment
upon the works who may be incompetent or misconduct himself and the contractor(s) is /
has to comply with such requirements.

05. The contractor(s) is / are not to vary or deviate from the drawings or
specifications or execute any extra work of any kind whatsoever unless upon the
authority of EE to be sufficiently shown by any order in writing by any plan or
drawings 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 EE or the Officer-in-charge at least during the week following that in
which the work may have been done and only such day work is to be allowed as such
as may have been authorized by the EE to be so done unless the work cannot 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. The
investigations and testing of safe bearing capacity of foundation is the responsibility of
the contractor.

06. Any authority given by the EE for any alterations or additions 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 EE and added to or deducted
from the amount of the contract, as the case may be, at the rates given in the unified
schedule of rates of Water Resource Department, Madhya Pradesh inforce from
1.9.03 and amended uptodate of issue of N.I.T. In such cases in which rates do not
exist; the Superintending Engineer will fix the rates to be paid.

07. All work and material 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 Governor or M.P. and the same are not to be removed or taken
away by the contractor(s) or any other person without the special license and
permission in writing of EE, but the Governor of Madhya Pradesh 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.
08. The EE has full power to order the removal from the premises all materials
which in his opinion are not in accordance with the specification and in case of
default, the EE is to be at liberty to employ other persons to remove the same without
being answerable or accountable for any loss or damage that may happen or arise to
such materials. The EE is also to have full power to order other proper materials to be
substituted and in case of default the EE may cause the same to be supplied and all
costs which may attend such removal and substitution are to be borne by the
contractor(s).

09. If in the opinion of the EE, any of the works are executed with improper
materials or defective workmanship the contractor(s) is / are when required by the EE
forthwith to re-execute the same and substitute proper materials and workmanship and
in case of default of the contractor(s) is not doing so within a week the EE shall have
full power to employ other persons to re-execute the work and the cost thereof shall be
borne by the contractors(s).

10. Any defects, shrinkage or other faults which may appear after passing of
minimum two rainy season from the completion of the 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 M.P. may recover from the contractor(s) the cost of making good such
works.

11. From the commencement of the works to the completion of the same, they are
to be under the contractor's charge. The contractor(s) is / are to be held responsible for
and to make good all injuries, damages and repairs occasioned or rendered necessary
to the same by fire or other causes and they are to hold the Governor of M.P harmless
from any claims for injuries to persons or structure damage to property, happening
from any neglect, default, want of proper care to misconduct on the part of the
contractor(s) or of any one in his / their employee during the execution of the works.
12. The EE is to have full power to send workman upon the premises to execute
fittings and other works not included in the contract for whose operations the
contractor(s) is / are to afford every reasonable facility during ordinary working hours,
provided that such operations shall be carried on in such manner so as not to impede the
progress of the work included 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 completed 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
EE) shall be completed in every respect within twelve months excluding rainy season
from the date of issue of the aforesaid order and if from any cause whatever other than
willful obstruction or default on the part of the E.E. or his staff and except as hereinafter
provided the whole or such work shall not be finished to the satisfaction of the EE within
the said period, the contractor (s} shall forfeit to the governor of M.P. from his / their
security deposit by way of ascertained and liquidated damages for each default and not
by way of penalty the sum of Rs 2000/- per day for each complete day of such default,
provided that the entire amount of damages to be forfeited under the provisions of the
clause shall not exceed ten percent on the estimated ,value of the whole work as shown
in the tender.
Provided never the less that if the contractor(s) shall be of the opinion that he
is / they 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 indement weather or
causes not under the control of the contractor(s) in consequences of orders to that
effect from the EE himself which orders the EE is hereby empowered to give them in
any or either of such case it shall be competent for the E.E. by an order in writing or
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 woks within such
extended period or periods as aforesaid. Provided that the contractor(s) shall not
within three days after the happening of the event in respect of which he / they
shall consider him self / themselves entitled to any extension given by EE 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 EE shall in his discretion 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 default of due
completion shall apply in case of non-completion of 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 the 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 their
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 EE 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) of his/their assignee or trustee for a period of
seven days, it shall be lawful for the EE to enter upon and take possession of the works
and employ any other person or persons to carryout and complete the same and to
authorize him or them to use the plant, materials and property of the contractor(s) upon
the work and the costs and charges incurred in any way in carrying on and completing
the said works are to be paid to the EE by the Contractor(s). The EE shall be final
authority to determine the amount spent to complete the unfinished work. The certificate
of EE as to the value of the balance work done shall be final and conclusive against the
contractor.

15. The contractor(s) shall be paid on completion of each calendar month


commencing from the date of issue of work order a sum of 90% of the total value of
work done since the last payment according to the certificate of EE. When the work
shall be completed fully 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 / or to be entitled to receive the balance of all money due or
payable i.e. security deposit etc. to he / them under or by virtue of contract within six
months from the completion of the works. Provided always that no final or other
certificate is to cover or relieve to contactor(s) from his / their liability under the
provision of 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.

16. A Certificate of EE or an award of the reference hereinafter referred to, as the


case may be showing the final balance due or evidence of the work having entitled to
receive the payment of the final balance but without prejudice to the liability of the
contractor(s) under provision of clause 10.

17. Provided always that in case any question, dispute of difference shall arise
between the EE and 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 of requisitions of
the EE involving increased cost to the contractor(s) beyond the cost properly attaining
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 or
out of this contract, except as to matters, left during the progress of the works under to
the sole decision or requisition of the EE under clause No.1, 4, 8 and 9 or in case the
contractor(s) shall be dissatisfied with any certificate of the EE under clause 6 or
under the provision in clause 13 or in case he shall withhold 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 of dispute or difference or such certificate of the value or
matter which should be carried 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
contactor(s) and one arbitrator nominated by the E.E. / S.E. in the event of a
disagreement between the arbitrators any matter/matters shall be referred to an umpire
to be nominated by the Chief Engineer and the award of such arbitrator or the umpire
is to be final and where necessary equivalent to the certificate of E.E. and the
contractor(s) is / are to be paid accordingly. Claims under the preview of M.P.
Madhyastha Adhikaran Adhiniyam 1983, shall be referred to the competent authority.

18. If at any time before or after the commencement of the work,


Government of M.P. shall for any reason whatsoever.

18.1 Clause alternations, omissions or variation in the drawings &


specification involving any curtailment of the works as 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 or compensation whatsoever on
account of any profit or advantages which he / they might have derived from the
execution of the work in full as specified in the tender but which he / they did not
derive in consequence of the curtailment of the works by the reason of alteration,
omissions or variations or in consequence of full amount of the work not having been
carried out.

Date : …………………… (Signature of the contractor)

Executive Engineer
Public Health Engineering Department
JHABUA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)

DETAILED NOTICE INVITING TENDER

NIT. No. …………/TL/EE/PHE/JHABUA Date ………….

Sealed tenders are invited on behalf of the Governor of Madhya Pradesh for the
following works in form "F" for lump sum contract and will be received at the office of
the Executive Engineer, P.H.E. Division, JHABUA in other zonal offices and all civil
division of Indore Zone from contractor(s) registered in categories A-IV, S-IV and above
in P. H. E. Department of M.P.
1.0 NAME OF WORK : Design, Constuction and Testing of R.C.C.
Anicut of 114m Length (Main Barrage 89 m
and 12.5 m key wall on both side) And 4.5 0 m
Height (2.0 m above average bed level and 4.0
m above sill level) including Providing and
Fixing of 1000mm Sluice Gates 4 Nos with
suitable R.C.C. Box Channels and Providing and
Fixing wooden kurreis across river PAT near
village RASODI BADI of Alote Block in
JHABUA district (M.P.)
2.0 Probable amount of contract Rs. 290.00 lakhs.
3.0 Earnest Money Rs. 2.90 lakhs.
4.0 Cost of tender document in Rs. 3000/-
duplicate i/c drawing etc. complete.
5.0 Time allowed for completion 15 months excluding rainy season. (1ST July to
30th September)
6.0 Validity of offer 180 Days from date of opening of last fincial
offer.

7.0 Eligibility of tender The tender documents will be issued to the


following contractors:
7.1 The contractors registered in class A-IV, S-IV and above in P.H.E.D. M.P. and
having experience of successful completion of spillways, concrete dams, barrage or
anicut cost not less than 145.00 lakhs in last three finacial years.
8.0 ISSUE OF TENDER DOCUMENT

8.1 Application for issue of tender document shall be submitted to the Executive
engineer, PHE Division, JHABUA up to 05/06/2008 during office, hours. The tender
documents can be purchased from office of the C.E.PHED, Zone - Indore / Bhopal/
Jabalpur / Gwalior and all civil divisions under the jurisdiction of C.E., PHE, Indore,
Zone - Indore up to 03/06/2008during office hours. If contractor wish to purchase
blank tender document from any office / this office, he should submit a written
undertaking that he has not purchased blank tender document from any other office for
said work. Similarly the sealed tenders can be submitted in this office on 06/06/2008
up to 3.00 PM and also in above 4 Zonal offices and all Civil Divisions of Indore Zone
on 04/06/2008 up to 5.00 PM with prescribed amount of deposit acknowledgement
will be given by respective office. All such sealed tender document will be opened by
undersigned on 06/06/2008 at 3.30 PM in the presence of contractor or their
representatives in P.H.E. DIVISION ALIRAJPUR.

Application for issue of tender document shall be submitted to Executive


Engineer, PHE Division, JHABUA so as to reach this office not later than 05/06/2008
with payment of Rs. 3000/- only which will not be refundable. The applicant shall have
to pay Rs. 100/- extra if the tender documents are desired by post. The department shall
not be responsible any delay due to postal transit. Application for issue of tender shall
also be accompanied by the following documents:-
8.2 Current Income Tax / Assessment clearance certificate.

8.3 Valid registration certificate in appropriate category as mentioned above.

8.4 Experience certificate issued by an officer not below the rank of EE


indicating the location of work, name of river, amount of contract, work order no.
and date, time allowed for completion, actual time of completion and present
status of work. In case, the work was not completed within the time action taken by
the department should also be indicated in the experience certificate.

8.5 List of identical works executed / under execution indicating name of


division, agreement no., the cost of works completed and cost of balance
work in hand.

8.6.1 List of tools, plants and machineries available with the contractors for
successful completion of the work. Along with the proof of purchase of these tools, plants
and machineries if the required T &. P and machineries are not available with contractor, the
mode of arrangement / procurement T & P and machinery should be clearly specified.

9.0 The application for issue of tender documents should be submitted to the
undersigned on or before 05//06/2008

9.1 Blank tender form with related documents can be had during office hours
from the office of the undersigned up to 05/06/2008 and C.E. office and other
divisional office on any working day up to 03/06/2008 on payments of cost of tender
documents. The documents can also be had through post by depositing Rs. 100/- extra,
but in the event of postal delay or losses, the department will not be responsible.

10. OTHER CONDITIONS

10.1 The lump sum offer should include all taxes, duties applicable at the time of
execution of work. The diversion of river, construction of coffer dam, dewatering,
shoring, scaffolding, desilting etc. required for the proper execution of work shall be
deemed to be included in the lump sum offer.

10.2 Cement required for the work will be arranged by the contractor. The cement shall
be of approved quality conforming to the latest ISS.

10.3 The tender received after the date and time or without deposit of earnest
money in prescribed form shall be returned unopened to the tenderers.

10.4 Right to reject anyone or all tenders without assigning any reasons rests
with the competent authority of P.H.E.D.

11.0 SCOPE OF WORK

The scope of work in detail is given in annexure "E" however the main
items of work are as below:
I) Submission of all Hydraulic and Structural drawing and design.
II) Investigation of foundation for Anicut
III) Necessary treatment for foundation wherever required by consolidated
cement grouting.
IV) Design and construction of R.C.C. Anicut across PAT at village RASODI
BADI :-
Design and construction of RCC Anicut on river PAT in M-30 cement concrete with
1.50 m wide opening between the piers. The approximate length of Anicut is 114 m
and 4.5 m height above average river bed level (4.0 mtr above sill level) with
construction of RCC abutment, piers, wing wall on both sides extended up to HFL
level with necessary arrangement for fixing of kurries, i/c providing of sawn and
planed well seasonal Sal/ Babool wood kurries with necessary treatment. Suitable
lifting arrangement for Kurries (minimum two,one tone capacity chain pulley block
with tripod). Design and construction of 1.00 m. wide R.C.C. slab between piers at
top for walkway to be used for maintenance purpose.
V) Bank protection works on right and left banks of the rivers for 15 M. length on
up stream sides and 30 M. on downstream sides upto afflux H.F.L..
VI) The downstream protection and apron work shall be as per provision of I.S.
11130-1984. On the downstream side of kurry shutters, the river bed shall be
protected against erosion for this purpose the length and thickness of apron shall be
decided as per I.S. code by considering governing factors existing at site. However
10.00 m minimum length on upstream and 20.00 m. minimum on downstream side
with 60 cm minimum thickness of concrete (45 cm thick layer of M-10 and 15 cm.
thick layer of M-15) have to be provided. This needs to be designed.
VII) 1000 mm x1000 mm size of R.C.C. Box Channels under sluice at least 4
Nos. should be provided for passing silt load and 1000 mm Sluice gates.
VIII) Suitable arrangement for opening Sluice Gates at top level of Anicut.
IX) Suitable construction joints to be provided in Anicut & pitching in PCC/RCC
X) Construction of suitable store room for keeping Kurries and puddle and
construction of chowkidar room.

12.0 SUBMISSION OF TENDERS :-

12.1 The tender documents duly filled in shall be submitted in the following form.
There shall be THREE SEPARATE sealed envelopes detailed as under:

ENVELOPE 'A'

First sealed envelope shall contain earnest money document in prescribed form
and should clearly be written on the envelope as Envelope 'A' - "Earnest Money".

ENVELOPE 'B'

The second sealed envelope shall contain terms and conditions involving
financial implications, if any and all the technical details and specifications. All the
tender documents containing terms and conditions, technical specifications, drawings
etc. should be submitted in Envelope 'B' duly signed by the contractor on every page
on the front side of the envelope. It should be clearly mentioned as Envelope 'B'
“Terms and conditions, Technical details and Specification of work”.
ENVELOPE "C'

The third envelope shall contain only the cost of lump-sum offer inclusive of
all taxes, excise duty applicable if any, royalty, octroi, VAT, transportation charges
etc. complete and on front side of the envelope, it should be stated as Envelope “C' -
"Cost of Lump – Sum – offer”.

12.2 No tender shall be received without a deposit Earnest Money. This will be
returned to the unsuccessful tenderers on rejection of their tender. The earnest money
from the successful tenderers will be retained as part of security deposit.
12.3 FORM OF EARNEST MONEY

12.3.1 Where the amount of earnest money to be deposited more than Rs.500/- and
the tenderer has to pay in cash, he shall pay the earnest money to the credit of revenue
deposit on behalf of the Executive Engineer, P.H.E. Division, JHABUA into a branch
of the State Bank of India / Government Treasury or Sub Treasury within the
jurisdiction of the Executive Engineer, P.H.E.D. JHABUA.

12.3.2 If however the tenderers wish to deposit the earnest money in any one of the
following forms he may do so
1. Treasury Receipts.
2. National Saving Certificates.
3. Treasury Bonds.
4. Approved Interest-bearing Securities.

5. Govt. Promissory Notes in National Loan, Plan.


6. Post office cash certificate.
7. 10 Years Treasury Saving / Deposit Certificates.
8. 12 Years National Saving Certificate.
9. 10 Years Defence Deposit Certificate.
10 All small saving, securities and Post Office Saving, Bank Accounts,
duly pledged to Government.
11. National Saving Certificate duly hypothecated in the name of the
Governor of Madhya Pradesh.
12. Units of Unit trust of India.
13. Demand Draft of S.B.I. or Schedule Banks.
14. Fixed deposits of S.B.I. or Schedule Banks.
12.4 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 an other work but if the tender of
a contractor for a work in the same division which has been rejected and the earnest
money has not been refunded to him due to some reasons it may be so adjusted by the
E.E.

12.5 Tender must be in form of lump sum contract duly filled in as per instruction
contained in the tender notice and in the said tender form the lump sum offer shall be
deemed to be inclusive of the items of works.

12.6 The lump sum offer shall include dewatering, bailing out water if any (which
shall be required to be done by contractor at his own cost, and for which no payment will
be admissible under any circumstances), The tenderer shall assess the work of
dewatering that may be required for execution of work and may include its cost in his
L.S. offer. Dewatering done under any of the circumstances whether natural, artificial or
man made shall not be payable.

12.7 The L.S. offer should be expressed both in words and figures in indelible ink or
type written and all overwriting shall neatly be scored out and rewritten and corrections
should be duly attested.

12.8 Each tenderer shall supply the name, residence and place of business of the
person submitting the tender & shall be signed by the tenderers with his usual signature.
Tender by partnership firm shall furnish the full names of all partners. An attested copy
of the constitution and the registration number of the firm shall be furnished. In such a
case the tenderer must be signed separately by each partner thereof in the event of the
absence of any partner thereof it must be signed on his/her behalf by a person holding a
power of attorney authorizing him to do so. Tender by Corporation shall be signed by the
legal name of the Corporation followed by the name of state of incorporation and
signature followed with designation of the president / secretary or other person authorized
to sign it in the matter.

12.9 No two or more concerns in which an individual is interested, as a proprietor and /


or partner shall tender for the execution of the same work. If they do so, all such tenders
are liable to be rejected.

12.10 Not more than one tender shall be submitted by a contractor or by a firm of
contractors.

12.11 The tenderers will have to submit at the time of submitting tender an outline plan,
elevation and section of proposed civil works, mechanical works and all other works as
detailed in attached specifications. He shall also submit with tender itself the approximate
quantities of various items involved such as earth work, hard rock cutting, cement, steel,
concrete of different grades etc.

12.12 The layout plan and designs will be subjected to the approval of the department
and can be altered to suit the specific departmental requirements and the contractors shall
have no extra claim on that account. The responsibility for design, execution and
commissioning, testing will solely rest with the contractor. He will have to rectify the
defect immediately within a fortnight as and when noticed either during construction
period or after construction till the end of defect liability period, at his own cost and risk.

12.13 The rates quoted by the contractor shall not be altered by the contractor
during the terms of the contract.

12.14 The tender for works shall not be witnessed by contractor or contractors, who
himself have tendered for the same work. Failure to observe this condition shall render the
tender of the contractor tendering as well as of those witnessing the tender liable for
rejection.
12.15 Detailed specifications and leaflets giving make etc for all components to be
provided shall be submitted with the tender.

13.0 IMPLICATION OF SUBMISSION OF TENDER

13.1 Tenderers are advised to visit the site sufficiently in advance of the date fixed for
the submission of the tender. The tenderers shall be deemed to have full knowledge of
all relevant documents, soil samples of strata bearing capacity of the soil, hydrological
and topographical site conditions, nature of river and it's bed etc. whether he inspects
them or not.

13.2 The submission of the tender by a contractor implies that he has read the notice,
conditions of tender and all the contract documents and has made himself aware of all
the standards and specifications in this respect, laid down in the National building code,
relevant IS. Specifications. IRC specification, manual on water supply and treatment.
Annexure – “E” giving scope and the specification of the work to be done at the site of
works and quarries with their approaches etc. and satisfy himself regarding the suitability
and availability of the materials at the quarries. The responsibility of opening new
quarries and construction and maintenance of approaches shall rest wholly with the
contractor.

13.3 The contractor shall make his own arrangement for supply of water for
construction testing and other purposes. No lead and lift for any material shall be
paid. The tendered amount shall be deemed to be inclusive of all the lead and lift for all
the materials. The contractor should himself verify the lead of different materials before
submitting his tender.

13.4 Tender of any contractor who proposes additions or alterations to any of the
conditions laid down here is liable to be rejected.

13.5 The department reserves the right for accepting the tenders for the whole work or
part of it or distributing the work between one or more contractors.
13.6 Accepting authority does not bind him self to accept lowest or any tendered and
may reject the tender without assigning reasons thereof.

13.7 In case any of his near relatives is posted as Divisional Accountant or as an


officer in any capacity, between grades of the Superintending Engineer and Assistant
Engineer both inclusive of the administrative jurisdiction of PHE Circle, Ujjain and the
contractor shall not be permitted to tender for the work. He shall intimate the name of the
persons, who are working with him in any capacity or subsequently employed by him and
are near relatives of any gazetted officer in the M.P. Public Health Engg. Deptt. Any
breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this department.

Note: By the term “Near Relative” is meant wife, husband, parents and grand parents, children
and grand children, brothers and sisters, uncles and cousins and their corresponding in-
laws.

14.0 OPENING AND ACCEPTANCE OF TENDERS:

14.1 Place and time of opening of tender:-

Firstly envelope “A” containing earnest money shall be opened on the date and
time mentioned by the E.E. in the presence of the tenderers or their authorized agents who
may choose to remain present. If the earnest money is found in proper form Envelope “B”
containing terms and conditioning shall be opened thereafter on the same day. If the
earnest money of any tenderers is not found proper as per Para 12.3 of the detailed N.I.T.,
his tender will not be entertained and envelope “C” shall be returned unopened. The
executive engineer under unavoidable circumstances may depute another officer in his
absence to receive and open tenders on his behalf. The date time and place of opening of
Envelope “C” containing Lump Sum price offer will be intimated to the tenderers on
finalization of a common set of conditions by the Superintending Engineer, P.H.E.D.,
Ujjain, M.P. after hearing the view of the tenderers.

14.2 Unsealed Tenders:-


The tenders may be returned unopened if not properly sealed.
14.3 Power of Superintending Engineer:-

The Superintending Engineer does not bind himself to accept or to recommend


for the acceptance of the tenders to Chief Engineer or other higher authority the
lowest or any tender or to give reason for his decision.

14.4 Conditional Tender:-

Conditional Tenders are liable to be rejected.

14.5 Canvassing for support in any form for the acceptance of the 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 the approved contactor or penal action
Section - 8 of M.P.Vinirdistha Bhrasht Acharan Niwaran Vidheyaka,1982.

14.6 VALIDITY OF OFFER:-

Tender shall remain valid up to 180 days from the date of opening of last
financial offer 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 Government.

15.0 PAYMENTS:-

15.1 The mode of payment at various stages has been given in annexure "G". No
change in this payment schedule shall be accepted. Secured advance may be paid as per
CPW Code.

15.2 The payment of running account bills will be made by PAYEES ACCOUNT
CHEQUES ONLY on state Bank of India Branch, JHABUA (M.P.) No Bank
commission charges for realizing such payment shall be payable.
16.0 SECURITY DEPOSIT:-

16.1 The Security has to be taken for the due performance of the contract, under the
terms and conditions given in the tender form will be the earnest money at the time of
tender plus a sum to make it equal to 5 % (five percent) of the amount of contract to be
paid within 10 days from letter of award of contract failing which the earnest money of
contractor shall be forfeited.

16.2 The security deposit of the contractor shall not be refunded before the passing
of 2 rainy seasons after the successful completion of work. In no case it shall be
refunded before the settlement and the payment of the final bill.

17.0 TIME OF COMPLETION:-

17.1 The time allowed for carrying out the work as entered in the N.I.T i.e. 15
months excluding rainy season shall be strictly observed by the contractor and shall be
reckoned from the date of issue of order to commence the work i.e. the work order. The
virtual completion of the work shall be deemed to have been done when the whole
work (as per the scope of work) is certified by the Engineer- in-charge to that effect.
Liquidated damages will be dealt with in accordance with clause 13 of form “F” of the
lump sum contract.

17.2 Time Schedule

The work shall be done by the contractor according to the schedule


fixed by the competent authority and a BAR/PERT/CPM chart showing
completion schedule shall have to be submitted by the successful contractor
along with design and drawing.

18.0 SPECIFICATION:-
18.1 The general specification for the work has been given in the enclosed
Annexure “E”. However the following order of priority regarding specifications shall
be followed by the contractor.
18.1.1 Specification for concrete works and other civil, mechanical works and
materials shall be governed by the relevant latest IS and IRC specifications and
national building code of India latest edition.

18.1.2 Specification for civil engineering works shall be governed by standard


specifications published by Government of Maharashtra, Building and
Communication Department 1972.

18.1.3 Manual of water supply and treatment. (Latest edition published by


C.P. H.E.E.O. New Delhi)
18.1.4 Specification given in the Annexure “E” enclosed.

18.1.5 Any other specification, not covered under the above said standards
shall be fixed by the Engineer-in-charge.

18.2 Nothing in this clause shall, however curtail the right of the Engineer-in-charge
to alter the specification 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 according to Para
17 of Form F in the agreement form.

18.3 MATERIALS OF CONSTRUCTIONS:-

All materials required for construction pertaining to this tender shall be in


accordance with standard specifications of building and Communication Department of
Maharashtra Government (with all amendments issued up to date of receipt of tenders),
IRC specification and IS code of practice. The IS Specifications will be given
preference. In case there is difference in Maharashtra PWD specifications and IS
specifications issued up to date of issue of tender notice and entire work pertaining to this
tender shall be executed in accordance with the above specifications. Transportation at site
of all construction material is the responsibility of the contractor.
18.4 Workmanship
The workmanship carried out according to the specifications referred to herein-
after and according to the sound engineering practices. The structure should have even
smooth finish. The decision of the Engineer-in-charge in respect of workmanship shall
be final.

18.5 CONCRETE:-
All concrete shall be mixed in concrete mixer and compacted by
mechanical vibrators. Slump tests shall be carried out during concreting and sample
test cubes prepared and tested in due course by the contractor at his own cost as
specified in relevant IS Specifications. The results of the tests shall conform to the
required standards and if the Engineer -in-charge considers that a structural test is
necessary the same shall be carried out as instructed by the Engineer-in-charge at
contractor's expenses and if the result is found to be unsatisfactory the contractor will
be bound to take down and reconstruct the particular portion of work which has given
unsatisfactory test results.

18.6 Steel for Reinforcement:-

All the iron and steel required for the work will be procured by the contractor
at his own cost. The department shall not supply any quantity of steel under any
circumstances. Steel for reinforcement shall confirm to I.S. specification 1786 : 1979
(with up-to-date revision). The contractor shall be required to produce the test
certificate of the manufactures to the department before use of steel for the work. No
untested steel will be allowed to be used under any circumstances. The department
however reserves the right to get the steel tested at the cost of contractor.

18.7 All material used in the civil work should be of quality approved by the
Engineer-in-charge. The rejected material should be removed from the site immediately
at the cost of contractor. All components of civil work including electrical &
mechanical work should be of such, workmanship and quality that they are liable to
perform with maximum efficiency in the normal working condition. Use of suitable
paints and coatings for under water fittings to prevent corrosion and abrasive action of
sand shall be provided by the contractor.

18.8 The anicut should necessarily have acceptable architectural appearance. In this
respect the opinion of the Department will be final and binding upon the tenderers. The
tenderers shall have to modify and improve the appearance of the structure if desired
by the department without any extra payment.

19.0 TRANSPORTATION OF MATERIALS:

The contractor shall make his own arrangement for transportation,


handling and storage of all materials. The Government is not bound to arrange for
priorities in getting wagons or any other material though all possible assistance by way
of recommendations will be given, if it is found necessary in opinion of the Engineer
-in-charge. If it is proved ineffective the contractor shall have no claim for any
compensation on that account.

20.0 TESTS:-
The anicut as a whole will have to be tested for stability and proper
functioning of kurries at F.T.L. and during floods in ensuing monsoon.

21.0 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 of two rainy seasons after
completion of the work. During this period the contractor will have to make good the
defects, if any observed in any materials / civil works / mechanical works at his cost to
the satisfaction of the department within 7 days otherwise the department may get the
defect rectified at the risk and cost of the contractor.

22.0 MISCELLANEOUS CONDITIONS:-

22.1 The contractor shall not without the proper 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. Even where such approval is granted, the contractor shall not
be relieved of any obligation, duty or responsibility that he undertakes under the
contract.

22.1.1 In case, limited / suppressed blasting resorted by the contractor in excavations of


foundation. It will be responsibility of the contractor to observe all rules and
regulations regarding permission, license, procurement and storage of materials
thereof.
22.1.2 Excavated hard rock shall be the property of the Government and it shall be
issued to the contractor to be used for this work @ of Rs.60/- per cum. Whether this
rock is used by the contractor or not the deduction will be made compulsorily.
22.2 TAXES:-

All charges regarding taxes, and duties including the sales tax, commercial tax,
royalties, octroi, duties, excise, turn over tax, VAT etc. levied on the contractor's work
by Govt. local bodies or private individuals will be payable by the contractor.
The department will grant a certificate if needed for the quantities actually used
on the work and will not entertain any claim on this account. It will be the contractor’s
duty to ascertain the above taxes if any and include in his tender price. No separate claim
will be entertained on this account by the department. The rate quoted should include all
the taxes etc. complete F.O.R. site of work. The tenderers will be fully responsible for
safe storage till installation & commissioning. The escalation in taxes and duties in any
form shall not be payable.

22.3 The royalty charges for extracting minerals for Govt. work will be paid by the
contractor to the Collector or mining authorities as per rules.

22.4 Tools and 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 contractor
from the department, as a special case as per provision of Manual Volume I, if any
available and separable.
22.5 RIGHT TO INCREASE OR DECREASE:-

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 complete
with the order of the competent authority without any claim for compensation or higher
rates for additions and alterations. For extra work, if required to be executed, the
payment shall be made for the relevant items of works at the rates given in unified
schedule of rates issued by the Engineer-in-chief, Water Resources Department,
Government of Madhya Pradesh in force from 01/07/07 and amended up to date of issue
of N.I.T.
22.6 Best Quality of Quarried Materials:-

If in the quarry material more than one quality is found then the material
approved by the Executive Engineer will have to be used by the contractor. If the
material of required specification is not available in the nearby area / quarry, the
contractors will have to arrange the same from the place where it is available.

22.7 Removal of Undesired 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 is in the
opinion of the Executive Engineer unsuitable or undesirable.

22.8 The contractor shall employ the following technical staff during the
execution of the work:
(a). One Graduate Engineer, when the cost of the work to be executed is more than Rs.
5 lakhs.

(b) One diploma holder (Sub engineer), when the cost of the work to be executed is
Rs. 2 lakhs and more but not more than Rs. 5 lakhs.

(c) The Technical staff should be available at the site whenever required by the
Engineer-in-charge to take instructions.

(d) In case the contractor fails to employ the technical staff as aforesaid the
Government shall have the right to take suitable remedial measures.

(e) The contractor should give the, names and details of the Graduate Engineer /
Diploma holder, Sub- Engineer whom he intends to employ or who is under
employment at the time he commences the work.

(f.) The Contractor should give the certificate to the effect that the Engineer /
Diploma holder (Sub -Engineer) is exclusively in his employment.
PROVIDED THAT:-

I. A graduate Engineer or Sub-Engineer may look after more than one work in the
same locality but total value of such work under him should not exceed Rs.
20.00 Lakhs in the case of Graduate Engineer and Rs 5.00 Lakhs in case of Sub-
Engineer.
II. 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 work so long
as the Contractor 1 partner work similar to what would have been done by an
employed Engineer.
III. The retired Engineer who is holding diploma may be treated as Graduate
Engineer for the operation of the above clauses.

PENALTY:-

In case contractor fails to employ the technical staff as aforesaid, he shall be


liable to pay to the Government .a sum of Rs. 5000/- (Rupees Five thousand) only for
each month of defaults in case of Graduate Engineer and Rs. 3000/-(Rupees Three
hundred) only for each month of default in case of Diploma holder Sub-Engineer.

22.9 Works in the Vicinity:-


The Executive Engineer reserves the right to take up departmental work
or to award works on contract in the vicinity without prejudice to the terms of
contract.

22.10 Amount due from the contractor:-


Any amount due to the Govt. from the contractor on any account of concerning
work may be recovered from him as arrears of land revenue.

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

22.12 Fair Wages:-

The contractor(s) shall pay not less than the fair wages to the labourers
engaged by him on the work (copy of rules enclosed as Annexure 'B').

22.13 Contractor will submit a report of labour engaged to local employment office and
copy of same may be attached with the running account bill, failing which no
payment will be made to the contractor.

22.14 Every contractor who employs on any day of the preceding 12 months, 20 or
more labour on contract, is required to obtain license from the licensing officer of the
area concerned as per provisions contained under sub section 4 "B" of section II of the
Contract Labour (Regulation & Abolition Act 1970) as per provision contained in
section 12 of Act. No contractor shall execute any contract work without obtaining
license contravention of above is punishable and the contractor is liable to be prosecuted.

22.15 The successful tenderers is liable to produce license as and when demanded by
Executive Engineer obtained from labour department as laid down in chapter 4 of
Contract Labour Regulation and abolition Act 1970.

22.16 The contractor shall make his own arrangement at his own cost for housing his
staff and stores for the work and M.P. model rules relating to layout water supply and
sanitation shall be followed.

23.0 AGREEMENT:-

23.1 The notes and specifications given in the detailed Notice Inviting Tenders and
its Annexure are to be read in conjunction with instructions and conditions given in the
short Notice Inviting Tenders and the conditions of the contract. All these will be
binding on the contractor and shall form part of the agreement.

23.2 Execution of Agreement:-


The tenderers whose tender has been accepted shall have to execute the
agreement within 15 days of the communication of the acceptance of his tender by the
competent authority and failure to do so will result in the earnest money being forfeited
to government and tender being cancelled. If the tenderers whose tender has been
accepted is not registered in the Madhya Pradesh PHED, he shall have to get himself
registered in the appropriate class within 30 days after acceptance of his tender and
before drawl of the agreement.
24.0 ANNEXURES:-

Following documents are appended as Annexure with this N.I.T. and this
shall form part of contract agreement:-

ANNEXURES 'A' Model Rules relating to labour, water supply and


sanitation.
ANNEXURES 'B' Contractor's Labour Regulations.

ANNEXURES 'D' Form of Income Tax Clearance Certificate.

ANNEXURES 'E' Specifications for construction of anicut and


leading details: - Design data, specification and
special features for design and construction of
anicut

ANNEXURES 'F' Safety code

ANNEXURES 'G' Break-up Schedule of Payment.

ANNEXURES 'H' Salient levels and data.

ANNEXURES 'I’ Drawings.


ANNEXURE-"A"

Model Rules relating to Labour, 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 or semi permanent labour camps
should not obviously be lower than those for temporary camps.
1. Location
The camp should be located in elevated and well drained ground in the
locality.
2. Labour huts
To be constructed for one family of 5 persons each. The layout to be
shown in prescribed sketch.
3. Hutting
The huts are to be built by local materials. Each hut should provide at
least 20 sq. meters of living space.
4. Sanitary facilities
Latrines and urinals shall be provided atleast 15 meters away from the
nearest quarters separately for men and women and specially so marked.
5. Latrine
Pit provided at the rate of 10 users or two families per seat. Separate
urinals are required as the privacy can also be used for this purpose.
6. 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 overhead storage tank shall be provided with a
capacity of five liters per person per day where the supply is to be made from a
well it shall 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 hand pump should be installed for
drawing the water from well. The well should be effectively disinfected once
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 place shall be provided for men and
women for every 25 persons in the camp. There shall be one gap and space of 2
sq. meters for washing and bathing. Proper drainage for the waste water should
be provided.
8. Waste disposal

Dustbin shall be provided at suitable places in camp and the residents


shall be directed to throw all rubbish into those dustbins. The Dustbins 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 1,000 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.

9.2 Every camp where less than 1,000 but more than 250 persons reside shall
be provided with a dispensary and a part time nurse / midwife.

9.3 If there are less than 250 persons in any camp a first aid kit shall be
maintained with charge of whole time persons, trained in first aid.

9.4 All the medical facilities mentioned above shall be for all residents
in the camp including a dependent of worker, if any free of cost.
9.5 Sanitary Staff
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 shall 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.
ANNEXURE-"B"
Contractor's Labour Regulations
The contractor shall pay not less than fair wages to labourers engaged by
him in the work :-
Explanation:
a) "Fair wages" means wages whether for time or piecework as notified on
the date of inviting tenders and where such wages have not been so notified the
wages prescribed by the labour department for the division in which the work is
done.
b) The contractor shall, not withstanding the provisions of any contract to the
contrary, cause to be paid a fair wage to labourers, indirectly engaged on the work
including any labour engaged by his sub- contractors in connection with the said
work as if labourers had been immediately employed by him.
c) 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.
d) 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-fulfillment of the condition of the contract for the benefit of the workers, non-
payment of wages or its deductions made from his or their wages which are not
justified by their terms of the contract or non-observance of regulations.
e) 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- contractors.
f) The regulations aforesaid shall be deemed to be a part of this contract and
any breach thereof shall be deemed to be breach of this contract.
g) The contractor shell obtain a valid license under the contract (Regulation
and Abolition) Act, in force and rules made there under 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 fulfill this requirement shall attract the penal provisions of this
contract arising out of the resulted non-execution of the work assigned to the
contractor.
ANNEXURE "D"
Form of Certificate on Income Tax to be submitted by Contractor Tendering for Works
Costing Rs. 2.00 Lakhs or more

1 Name and style (of the company, firm, H.U.F. or individual) in which the
applicant assessed to income tax and address for purposes of assessment.
2 The Income Tax Circle / Ward / District in which the applicant is assessed
to income tax.
3 Following particulars concerning the last income tax assessment made:
3.1. Reference no. (or G.I.R. no.) of the assessment.
3.2. Assessment year and accounting year.
3.3. Amount of total income assessed.
3.4. Amount of tax assessed (I.T., S.T., E.P.T., and B.P.T.)
3.5. Amount of tax paid (I.T., S. T., E.P.T., and B.P.T.)
3.6 Balance being tax not yet paid and reasons for such arrears.
3.7. Whether the attachment or certificate proceedings pending in respect
of the arrears.
3.8. Whether the company or firm or H.U.F. on which the assessment was
made has been or is being liquidated, wound up, dissolved, partitioned or
being declared insolvent, as the case may be.
3.9. The position about later assessments namely whether returns submitted
under section 22(1) or (2) of the income- tax act and whether tax paid
under section 18 -A of-the act and the amount of tax so paid or in arrears.
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 returned or tax paid and the income tax circle / wards / District concerned.

The name and address of branch(es) verified the particulars set out above and
found correct subject to the following remarks.
Dated: ………………….
Signature of I.T.O.
Circle / Ward I District
ANNEXURE “E”
SPECIFICATION FOR CONSTRUCTION OF ANICUT

1.0 NAME OF WORK:- : Design, Constuction and Testing of R.C.C.


Anicut of 114M Length (Main Barrage 89 m and 12.5 m key wall on both side)
And 4.5 0 m Height (2.0 m above average bed level and 4.0mabove sill level)
including Providing and Fixing of 1000mm Sluice Gates 4 Noswith suitable R.C.C.
Box Channels and Providing and Fixing wooden kurreis across river PAT near
village RASODI BADI of Alote Block in JHABUA district (M.P)

2.0 SCOPE OF WORK:-The main items of work are as below:


2.1 Submission of all Hydraulic and Structural drawings and design.
2.2 Investigation for finding suitable type of foundation for proposed concrete
anicut of about 114 mtr length and 4.5 m height above average river bed level (4.0
mtr above sill level) with wooden kurries in opening across river PAT near village
RASODI BADI Alote block in Distt. JHABUA.
2.3 Necessary treatments for foundation wherever required with consolidated
cement grouting or any other suitable treatment.
2.4 Design and construction of Anicut on river PAT at village RASODI BADI
with cement concrete of grade M-l0 in foundation and M-15 with 25% plums in
hearting of approx. 114 mtr length at top level and 4.5 M HEIGHT above average
river bed level (4.0 mtr above sill level) at lowest point. The superstructure will
be encased by minimum 30 cm thick layer of M - 25 R.C.C. with minimum
reinforcement of 0.30 % of cross sectional area of concrete encasing all over the
body of anicut up to top level with construction of R.C.C. piers with suitable
arrangement for fixing of wooden kurries including providing and fixing of well
seasoned Sal/ Babool wood kurries with treatment in opening. The depth of
foundation shall not be less than 0.60 mtr in hard rock.
Suitable lifting arrangement for Kurries (Two minimum one
tone capacity chain pulley block with tripod). Design and construction of
R.C.C. slab between piers at top for maintenance purpose.
Suitable construction joints to be provided in Anicut & pitching in
PCC/RCC Construction of suitable store shed for keeping Kurries and puddle
and construction of chowkidar room.
Bank protection works on right and left bank of the river minimum 15m
on upstream and minimum 30m on down streamside or as per design whichever
more.
2.5 The downstream protection and apron work shall be as per
provision of I.S. 11130-1984. On the downstream side of kurry shutters, the
river bed shall be protected against errosion for this purpose the length and
thickness of apron shall be decided as per I.S. code by considering governing
factors existing at site. However 10.00 m minimum length on upstream and
20.00 m. minimum on downstream side with 60 cm minimum thickness of
concrete (45 cm thick layer of M-10 and 15 cm. thick layer of M-15) have to
be provided. This needs to be designed.
2.6 All civil works for providing in position of 1.8 mtr (size 150mm x 150mm
and 1.80 mtr long) Sal/ Babool wood kurries in opening for effective desilting of
river during the course of flood, The stoplog grooves shall be provided to facilitate
repairs of kurries. 5% of total kurries required for closing of anicut will have to be
supplied extra for repair/ replacement by the contractor. The equipments required
for lifting or replacing in position operations will be provided by the contractor.
Any other items of work not mentioned above but which may be
necessary for the proper construction and stability of Anicut and protection of
river banks on u/s, d/s and river bed across side.
As well as proper erection, functioning, operation and maintenance of
kurries will be included in this lump sum offer. In case the firms/contractor advise
some optional items of work, the technical details and specifications of such
optional items of work should be given in Envelope “B” containing terms
conditions and technical specifications. The financial implication of such optional
items should be given in Envelope “C” containing the financial offer.
2.7 Kurry shutter room:-
1. Size 13.00mX8.00m X4.00m
2. Foundation:- Open foundation/Column footing up to plinth.
3. Walls:- Brick Masonary.
4. Doors:- 2 nos. rolling Shutters (2.50mX2.10m)
5. Ventilators:- 1.50m X0.60 m
6. Flooring:- 40 mm thick stonr flooring over 10 cm. 1:3:6 c.c.
7. Roof:- A.C. sheet over truss.
Puddle Earth Platform
1. Size :- 13.00mX8.00mX4.00m
2. Fondation:- Open foundation
3. Wall:- Brick masonary 1.00m high
4. Gate:- 2.50mX1.00m (Steel gate) 2 nos.
5. Flooring:- 40 mm thick stone flooring over 10cm 1:3:6 c.c.
Chowkidar Quarter:-
1. Size:- 6.00mX3.00mX3.00m i/c one room, kitchen,w.c. and bath arrangement
2. Foundation:- Open foundation/framed structure.
3. Wall:- Brick masonary
4. Ventilators:- 1.50mX0.60m
5. R.C.C. Slab
6. Flooring :- I.T. Flooring
Sluice Gates
1. 4 nos Sluice Gates (As per I.S. Specifications) of 1000 mm
3.0 General:-
The anicut is to be constructed to store water in river PAT 4.5 m height
above average river bed level (4.0 mtr above sill level). The wooden kurries should
be provided in opening of size 1.5 X 4.0 mtr. The opening with kurries should have
arrangement for their placement and removal by manual operation as and when
required.
The scope of work given, earlier and the specification given in following
paras of this annexure and quoted earlier are not absolute and have been given
for guidance to the contractors only. The turn key job includes the provision of
all civil and mechanical works required to fulfill the above mentioned objectives
without causing any detrimental effects to the banks and bed of river PAT on
u/s as well as d/s side.
4.0 SETTING OUT OF WORKS:
4.1 Bench Marks
Before starting any work, the contractor shall erect a permanent benchmark
reference line and check profiles at convenient positions approved by the Engineer-
in- charge. The benchmark shall be 20 cm x 20 cm x 60 cm with 40 cm embedded
underground and 20 cm above ground. The top surface of the benchmark shall be
truly horizontal and plane. The works B.M. with RL shall be conspiciously carved
and painted on the benchmark. The reference line shall be comprised of a base line
properly marked on the ground by number of masonry pillars suitably spaced. The
check profiles shall be of such materials and shall be located at such places as to
ensure execution of all slopes. Steps and elevation to the profiles or profiles
indicated in the approved drawings as directed by the Engineer- in-charge.4.1.1
The assistant engineer shall himself set out all important levels, all control
points with respect to this bench mark and the reference line and correlate all levels
and locations with this bench mark and the reference line. Important levels shall be
checked up by the Executive Engineer.
4.1.2 In case of spread out work several benchmarks reference line and check
profiles may be necessary and shall be constructed by contractor as directed by
the Engineer-in- charge.
4.1.3 The mathematical and surveying instruments all materials and labour for
setting out works including construction of benchmarks, reference lines, check profiles and
surveys required for the construction works as may be required at the various states
of the construction works shall be supplied or made available by the contractor at his own
cost.
4.2 CROSS SECTION:-
Prior to the beginning of the work, cross section of the existing ground
level at suitable intervals normal to the axis of the proposed anicut and its
components shall be taken over the base and seating of the proposed anicut
abutment, protection work etc. for sufficient distance outside the limits.
4.2.1 These cross sections shall be taken and plotted in indelible ink by the
departmental agency in presence of the contractor or his authorized agent. If he
so desire and, shall be binding on the parties after they are signed both by the
contractor and the Engineer- in-charge. These cross sections shall form the
basis of all future measurements and payments on the area.

4.3 SELECTION OF DIVERSION WORK AND ITS CONSTRUCTION


AND MAINTENANCE:
4.3.1 The contractor shall construct and maintain all necessary temporary
diversion arrangements and other protection works.
The contractor shall also furnish maintain and operate all necessary
pumping and other equipments for dewatering the various parts of the work
and for maintaining the foundation pump, drainage system, grouting system
and other parts of the work and as required for inspection and safety
installation by the Engineer-in-charge even after any part of the work is
completed. The contractor shall pump all water from foundation and other
apartment works and shall keep the foundation free of water while excavating,
preparing the foundations and while placing concrete, laying reinforcement or
as otherwise, required for completing the work. The contractor shall be entitled
to no claim for damages or additional compensation or payment by reason of
any amount of water that may leak through under or around cofferdams or
other diversion and protective works.

4.3.2 The general plan and arrangements of the diversion as required for work
in sub para 4.3.1 above shall be prepared before hand. The contractor shall
submit within one month of the issue of the work order or such period as may
be specified by Engineer-in-charge. His plans for the temporary diversion care
and maintenance during the construction for approval of the Engineer- in-charge
and once they are approved he shall follow the same.

4.3.3 In case of need, however, he shall be free to submit a revised plan and
obtain fresh approval of the engineer in charge or he shall be free to order such
modifications to suit the conditions during the course of construction which the
contractor shall be bound to carry out without any extra charge, the proposals
shall indicate the layout and dimensions of box channels and location of pumps
and their capacity and method of dewatering section and foundations of
temporary bunds.

4.3.4 Approval of the plans for the temporary diversion works by the Engineer
in- charge shall not relieve the contractor of the responsibility for the adequacy
and efficiency thereof and pumping plant or from furnishing all equipments,
labour and materials necessary for dewatering the foundations and keeping the
work areas free of water at all times necessary within the scope of the contract.
Any changes, modifications or alterations required to suit the conditions during
construction shall be born by the contractor without extra charge. Any damage
cause by failure or partial failure of his temporary diversion works during
construction period shall be repaired by the contractor at his own expenses
without extra charge on the department.

4.3.5 It will be the responsibility of the contractor to maintain all his diversion
work in good order. He shall also be responsible for providing and maintaining
necessary barriers, fencing, lighting, warning signs, signals and boards, watching
and patrolling and all other safe guards necessary to ensure safety of human and
animal lives and vehicular, pedestrian and animal traffic.

4.3.6 DEWATERING:-
Dewatering shall be carried out as per approval of the Engineer in-
charge to enable inspection, final preparation of surfaces providing anchor
bars, grouting, laying of foundation concrete, laying of reinforced concrete,
laying of reinforcement and all other construction activities.
Electric driven pumps of requisite capacity shall be installed in order to
handle the dewatering. The switchgears and pumping sets shall be maintained in
satisfactory condition to avoid loss of energy. Circuits for pumping set shall be
isolated from any other electric installation.
4.4 BLASTING OPERATIONS:-
4.4.1 Blasting operations wherever so certified by the Engineer-in- charge may
be resorted to on works for rock excavation or for quarry operations. In
conducting blasting operations, proper precaution shall be taken by the
contractors for the protection of persons, the work and property. The planning of
works should be such that no blasting is required close to structures already
erected or foundation already filled. All Govt. laws and regulations relating to the
design and location of magazines, the transportations and handling of explosives
and other measures enacted for the prevention of accidents and abstracted in
appendix 103 of M.P. PWD manual volume II shall be observed. Warning signs
shall be displayed on all powered magazines.

4.42 Blasting in foundation shall be permitted only if the contractor


guarantees that such operations shall not pose any threat or damages to the
existing rocks below and around the proposed anicut.
I. The excavation of rock requiring blasting shall be done with explosive of
such quantity and moderate power as will not open seams, crack or damages the
rock out side the prescribed lines of excavation. Whenever blasting is likely to
injure the rock upon or against which concrete is to be placed the use of explosive
shall be discontinued and excavation completed by wedging, chiseling, barring or
other suitable method. No blasting that might injure the rock will be permitted
and any damage done to the rock by the blasting including shattering of material
beyond the repaired at the excavation lines shall be repaired at the expense of and
by the contractor in a manner satisfactory to the Engineer-in-charge.
II. Similar restriction on blasting as above shall be placed if required by
Engineer-in- charge to prevent any damages to adjacent structure of works
existing or under construction.
III. Use of some silent explosive like Acconesees cement shall be
preferable for such delicate blasting purpose.
4.4.2 LIABILITIES OF THE CONTRACTOR:-
In case of accident in blasting operation whether due to the
negligence of the contractor or his workman the contractor shall be
responsible for all damages and claims arising out of the workmen
compensation act.
4.4.3 Disposal of Excavated Materials:
Before an excavation is started the deposition of soil should be carefully
planned. The excavated material shall be dumped sufficiently clear of the edges of
excavation permitting ample space for railway paths and movements of vehicles
and other machine installation or lifting and dewatering machines, stacking
construction material etc. The excavated material will be transported to various
works or to stack waste pipes. In forming stack in separate areas with the
reference to the nature of the material. The material from rock excavation which
is fit for use will require special attention and should be preserved in defined
areas. Similar materials for use as chips or broken stones should be placed in an
adjacent pile. Steps should be taken to keep the material clean as subsequent
cleaning will be difficult and imperfect. All other excavated materials shall be
dumped in permanent spoil banks or other approved location, interfere with the
natural flow of the- river the operation of the power plant or the flow or water to
and from the spillway or outlet works. No materials shall be dumped whether it
will not detract from the appearance or interfere with the accessibility of
completed structure nor shall any materials be dumped where they may be carried
by floodwaters into the tailrace of the power plant or obstructs the natural course
of the river. The waste piles shall be levelled and piles trimmed to reasonably
regular lines. Excavated materials shall not be carelessly thrown over the
premises position so far as consistent with proper execution of the work.
Excavated materials could be used by the contractor with the prior written
permission of the Engineer-in-charge.
4.5 INVESTIGATIONS:-
The contractor will have to conduct investigation, planning and layout for
the anicut in accordance with IS 7720 - 1975. The department has done trial bores
at different points and other sub soil testing on the proposed anicut site to have
an idea of the strata. These details are enclosed at Annexure – ‘I’ but are
only for guidance to the contractors. The contractor should himself satisfy about
the site conditions and have to carry out all necessary geological tests like bearing
capacity of rocks, porosity, permeability etc. to find out the suitable type of
foundation after necessary treatment i.e. grouting etc. if required. The contractor
shall solely be responsible for the structural soundness of the whole structure
including its foundation. The depth of the foundation shall extend to the depth of
at least 0.60 meter in hard rock. The contractor shall be deemed to have full
knowledge of actual site condition whether they carry out investigation, test or
not.

4.5.1 All the investigations and explorations shall be carried out by the
contractor in accordance with IS 4453- 1967.

5.0 DESIGN AND CONSTRUCTION OF ANICUT:-


5.0.1 The criteria for structural design of anicut shall be as per IS 11130
-1984. The design should be based on 100% up lift pressure consideration for
soils and 50% for hard rock.
5.0.2 IS 11130-1984 code of practice for construction of concrete barrages
shall be followed for construction of the anicut.
5.1 FOUNDATION:-
The foundation of Anicut should be designed and constructed keeping
in view the strata met in foundation maximum scour depth, dead load of super
structure, water load at MWL, Water forces, velocity forces, wind forces, live
load on anicut, water thrust, seismic force, buoyancy force, uplift pressure etc
complete. The bottom shear key should be capable of withstanding uplift
pressure when the river is in flood at MWL. Any other forces required to be
taken for safe design which are not mentioned here should also be taken into
consideration for the design.
5.1.1 The drawings for location of proposed site and section of trial bores
taken at the site are enclosed for guidance only. The work of foundation also
include the work involved if any, dewatering, shoring of sides of foundation,
diversion of river flow, shoring of sides for excavation, scaffolding, desilting
of foundation, construction of coffer dam etc. for which no extra payment
shall be made by the department to the contractor. The contractors are
therefore advised to see the site of construction before tendering their offer to
ascertain the quantum of such work. The tenderer shall be deemed to have
full knowledge of all the relevant documents, proposed site of
construction, soil samples or strata at site, behavior of river etc. whether he
inspect them or not.
5.1.2 The foundation of the anicut shall be taken down to such depth that it
is safe against scouring and is adequately protected from it. The depth should
also be sufficient from consideration of bearing capacity, settlement
suitability of strata at foundation level and below it and stability of structure
as a whole against over turning, sliding and out flanking.
The scour depth should be designed for a discharge, which
should be 20% over the discharge at HFL. The maximum depth of scour near
the anicut shall be taken as 1.27 times the mean depth of scour for the design
discharge the mean depth of scour shall be calculated as given in the standard
specification and code of practice for road bridges IRC 78-2000.

5.1.3 The depth of foundation below the scour line shall not be less than
1.0 meter. In case of foundation resting on rock the minimum
embodiment of foundation into rock below shall be 0.60 mtr. The embedded
depth shall exclude that portion of rock, which is weathered or fissured.
The foundation shall be designed for worst combination of loads and
forces.

5.1.4 The following precautions shall be taken for bonding of foundation of


anicut with bed rock:
1. Loose sand boulders shall be removed from the entire foundation area
of the anicut.
2. All decomposed weathered and soft rock shall be removed by
hammering.
3. Fissures and cracks shall be opened to sufficient depth to take tamping
4. All local leakages shall be sealed by grouting through vertical pipes
with cement mortar.
5. Consolidated grouting with testing for water loss will have to be done
by contractor. If the quantity of the grouting varies from 2.00 MT.,
the variation of quantity shall be paid/ deducted at the rate in USOR of
W.R.D. with effect from 1.7.07 ammended up to date of issue of
N.I.T.

5.1.5 For laying foundation concrete under water it shall be done by skip
boxes or tremie pipe. Pumping out of water shall not be permitted from the
time of placing of concrete up to 24 hours. Thereafter the annular space of the
foundation shall be filled with 1:3:6 cement concrete up to top of rock.

5.1.6 The dowel bars / anchor bars as required in design for safety against
sliding shall be provided. The dowel bars shall be anchored in the rock for a
depth of 1.50 meter below the foundation level of the structure. Minimum
bars of 25 mm diameter should be provided at each pier up to 1.50 meter
from the main body.

6.0 SUPERSTRUCTURE:

The superstructure of anicut will be constructed in M- 15 cement


concrete with 25% plums. The superstructure will be encased by 30 cm thick
layer of M- 25 RCC with minimum reinforcement of 0.3% of cross sectional
area of the concrete encasing. This encasing is to be done over inter exposed
body of anicut to cover up to the top level for temperatures variations. The
anicut will be designed taking into consideration the worst combination of all
the forces and loads as per clause 5.0 of this NIT like horizontal water
pressure, silt pressure, uplift pressure, self- weight of the structure wind
forces, seismic forces, live loads etc. complete as mentioned in IS 11130-
1984. Any other forces required to be taken for safe design which are not
mentioned above shall also be taken into consideration for the design. The
stability of the structure shall be checked for the reservoir full and empty
conditions. The factor of safety against overturning and sliding should
comply Para 5.6.3.5 and 5.6.3.6 of IS 11130-1984. The minimum top width
at average river rock level shall be kept 2.50 mtr and minimum bottom width
at average river rock level shall be kept as per the requirements of critical
conditions mentioned in earlier paras.

6.2 The total length of the anicut is approximately 114 meters and height
4.5 0 meter above the bed level. In case due to design consideration or actual
site condition, the depth of foundation of anicut is required to be kept below
mentioned foundation level. This has to be done without extra cost..

7.0 PIERS / SUPPORT AT KURRY OPENINGS:


These shall be designed as per Para 5.4 or IS 11130- 1984: The anicut
is to be provided with about 30 nos. opening with wooden kurries in opening
of size 1.5 x 4.0 mtr. These kurries will be fixed on RCC piers or suitable
arrangement as per ISS, which shall be constructed monolithic with the main
body of the anicut. These piers with suitable arrangements as per IS shall be
designed for all the loads and forces which shall be exerted on the structure by
the operation of fixing and removing the kurries. The worst combination of
the forces and loads shall be taken into consideration for the design of these
piers or the other suitable arrangement as per ISS para 5.45 of IS 11130-1984.
The block groves are to be provided in the piers or the other suitable
arrangement as per ISS for fixing the kurries shall be provided during casting
of the concrete of the structure. No hammering on the structure will be
allowed for creating the groves or providing be fitting for fixing should also
be properly anchored with the main body of the anicut. Dowel bars shall be
provided as per design. The thickness of piers shall be as per clause 5.4.2 of
IS 11130-1984.

Following specific conditions should be adopted while designing:

1. The minimum grade of concrete shall be M- 30 for RCC encasing and


support structure for the kurries.
2. The contractor shall submit mix design for each strength the proposed
slump proportional weight of cement saturated surface, dry aggregate and
water. The mixes shall have to be designed as per relevant I.S. specifications.
3. The copy of the geological investigation report i.e. bore logs for the side is
enclosed for guidance.
4. The contractor shall be solely responsible for the protection of banks from
over flowing during execution of the work.

8.0 BANK PROTECTION WORK:-

The left and right banks of river PAT on up stream side as well as
d/s side will be protected up to a minimum distance of 30 m on d/s and
15 m u/s from anicut by way of providing 10 cm thick M-15 cement
concrete over 15 cm leveling course of M-10 cement concrete after
preparing a good hard base. RCC toe wall should also be constructed which
is suitable to retain entire bank protection work, bed slope cutting
embankment. The slope cutting of banks shall be done in the slope one
vertical to two horizontal, the pitching shall be done up to H.F.L. level of
banks arrived after cutting the banks in above slope.

9.0 PROTECTION OF RIVER BED:-

The downstream protection and apron work shall be as per provision of I.S.
11130-1984. On the downstream side of kurry shutters, the river bed shall be
protected against errosion for this purpose the length and thickness of apron
shall be decided as per I.S. code by considering governing factors existing at
site. However 10.00 m minimum length on upstream and 20.00 m. minimum
on downstream side with 60 cm minimum thickness of concrete (45 cm thick
layer o M-10 and 15 cm. thick layer of M-15) have to be provided. This needs
to be designed.
The quantity of boulders obtained from excavation will have to be used d/s
side of anicut. In case the down stream protection and apron work required
as per IS 11130 are more or of different nature the same shall be provided by
the contractor.

10.0 CONTRACT DRAWINGS:-

The detailed drawing and design calculations received from the


contractor and finally checked by the department shall become the property of
the Government and be deposited with the Engineer-in-charge. The
approval of the drawings however will not relieve the contractor of any errors
or omission as he is responsible for dimensions and design of the adequate
connection details and satisfactory construction and stability of structure.

11.0 GENERAL TECHNICAL SPECIFICATION:-


11.1 Accuracy of lines, level and grades:
The various works shall be done true to line, level and grade. The
periodical checking of these by the department shall not absolve the
contractor or his responsibility regarding the accuracy. In case of any
deviation of discrepancy in line level and grade at the meeting faces the
contractor shall make good the discrepancy at his own cost and without any
extra compensation for the additional work involved.

11.2 Testing of materials and works:-

11.2.1 All materials before being incorporated in the work shall be inspected and
if necessary tested before approval by the Engineer- in- charge. Any work
on which such materials are used without prior inspection (and when
necessary testing and without approval or written permission of the
Engineer-in-charge) is liable to be considered as unauthorized, defective
and not acceptable.

11.2.2 The contractor will have to maintain a complete laboratory at site of work
for all basic test of concrete like cube test, slump test, sieve analysis etc.
He will also maintain record of the cement brought at site to know type,
grade and date of procurement on a black board.
A Laboratory Assistant will be appointed by the contractor specially
engaged for the work of laboratory and quality check at site.
All the testing charges shall be borne by the contractor.
The sampling, testing etc. and will be done as per relevant IS codes.
All testing shall be carried out in presence of Engineer-in-charge or his
authorized representative.
12.0 MATERIALS:-
12.1 CEMENT:

1. Cement of Grade 53/ Portland slag cement confirming to


relevant B.I.S. code approved by the Engineer in charge. The cement required
for construction shall be arranged by the contractor at his own cost.
2 As far as practicable no consignment of cement shall be
received and transported during the monsoon period. Cement stored during
monsoon and to be used after the monsoon shall not be used unless it has been
tested in the laboratory and approved by the Engineer-in-charge.
3 Temporary storage at site:
When it is required to store cement bags at work site in the
open for use on the work for one or more days they should be laid on a dry
platform made of wooden planks resting on a brick masonry concrete of dry
sand or aggregate platform about 15 cm above the ground. The
number of bags shall be kept to a minimum preferably just sufficient for the
day's consumption. The pile shall be well covered by tarpaulin over lapping
each other properly and protected against the moisture and the air. This matter
of temporary storage shall not be adopted in wet weather.

12.2 Water:

Water used for mixing and curing shall be clean and free from
injurious amounts of oils, acids, alkalis, salts, sugar, organic materials or
other substances that may be deleterious to concrete or steel. Potable water is
generally considered satisfactory for mixing concrete. A permissible limit for
solids when tested should be in accordance with IS 3025 -1964. The pH
value of water shall generally be not less than 6.5.
Water found satisfactory for mixing is also suitable for curing
concrete. However, water used for curing should not produce any
objectionable stain or unsightly deposit on the concrete surface. The
presence of tannic acid or iron compounds is objectionable. Water for the
construction and curing is to be arranged by the contractor at his own cost.
12.3 SAND:-
GENERAL-

1 The term sand is used to designate aggregate in which the maximum


size of particle is 5 mm sand, or concrete mortar or grout shall be
natural sand.
2 The sand shall consist of hard, dense, durable, uncoated rock
fragments and shall be free from injurious amount of dust, oil,
organic matter, loam, mica and other deleterious substances.
The maximum percentage of deleterious substances in the sand as
delivered for use on work shall confirm to IS 383-1970. (Second
Revision)

3 Only Narmada sand shall be used for R.C.C. works. For P.C.C.
works, local sand confirming to above specifications may be used.
4 GRADING:
The sand shall be well graded and the sieve analysis shall confirm to
IS 383 -1970 (Second Revision).
4 STORAGE
Arrangement shall be made to store natural or crushed sand in a way
that would protect it from getting contaminated with dust, organic
matter or other deleterious substances. In case the natural sand is not
considered to be as per specification by the Engineer-in-charge it
shall have to be washed before being used or rejected.
5 All classifying, batching or other operations and tests and the fine
aggregate shall be done by the contractor at his own cost.

12.4 COARSE AGGREGATE:-

12.4.1 GENERAL:
I. The term coarse aggregate is used to designate aggregate ranging in
size from 5 mm to 150 mm or any size of range of sizes within such limits.
Coarse aggregate for concrete shall be consisting of natural gravel or crushed
rock or a mixture of natural gravel and crushed rock well graded and blended
uniformly.

II. QUALITY:
The coarse aggregate shall consist of hard dense, durable
uncoated rock fragments and shall be free from injurious amount of soft friable
thing elongated or laminated pieces, alkali, organic matter or other
deleterious substances. In general it shall confirm to Indian standard
specifications. Flaky and decayed stone shall not be used.

The maximum percentage of deleterious substances in any size


of the coarse aggregate as delivered to the mixer shall confirm to IS 383-1970
(Second Revision).

III. GRADING:

It shall also be confirming to IS 383- 1970(Second Revision).

IV. STORING AND HANDLING OF COARSE AGGREGATE:

The coarse aggregate shall be stacked separately according to their grading.


The stacks shall be laid out as approved by the Engineer-in-charge. The
stacks shall be so located as to avoid any undesirable matter getting mixed
up with the aggregate. The aggregate shall be so deposited in and removed
from the stacks as not to cause any excessive breakage or change in the
uniformity or grading.

V. All the sampling and tests shall be performed by the contractor at his
own cost.

VI. The contractor shall keep at all times a sufficient storage of coarse
aggregate of grades so as to ensure smooth and continuous progress of works
according to the time schedule.

12.5 STEEL:-

The steel required for the work shall be procured by the


contractor at his own cost. The department shall not supply any quantity of
steel. The steel for reinforcement shall confirm to IS 1786-1985 with up to
date revision. Only tar steel is to be used for the structure. In case higher
grade of tor steel is to be used the same shall be procured from any licensee
of "TOR STEEL RESEARCH FOUNDATION IN INDIA". The contractor
shall be required to produce the test certificate of the manufactures to the
department before use of steel for the work.

12.6 CEMENT CONCRETE


12.6.1 COMPOSITION
Concrete shall be composed of cement, sand coarse aggregate, water
and any other admixture as required all well mixed and brought to proper
consistency. Test on concrete shall be made at frequent intervals during the
progress of the work and mixes will be changed whenever necessary to
secure the required workability, density, impermeability and strength together
with the maximum practical economy. The maximum size of coarse
aggregate in concrete for any part of work shall be the largest of the specified
sizes, use of which is practicable from the point of satisfactory placing of
concrete. The concrete shall in general contain 40 mm maximum in
aggregate. It is contemplated that concrete shall range in character for mass
concrete from 40 mm maximum size to heavily reinforced concrete having 20
mm as maximum size aggregate. The water cement ratio shall be regulated by
the requirements of the strength and shall determine the most suitable water
cement ratio for the mix. The proportion of water to cement for any concrete
shall be such as to produce a. mixture, which can work readily in the corner
and angles of forms and around reinforcement bars with the methods of
placing employed for the work but without permitting the materials to
aggregate or excess water collected on surface uniformity in the consistency
from batch to batch shall be required. Specification for all concrete placed in
the anicut shall in all respect confirm to the requirements laid down in IS
456- 2000. The maximum size of aggregate may be reduced to next lower
size for congested steel portion.

12.6.2 MIX DESIGN:-


The contractor shall submit mix design for each strength, the
proposed slump, proportional weight of cement saturated surface, dry
aggregate and water. The mixes shall have to be designed as per relevant I.S.
specifications.
The mix design shall be covered on the basis of laboratory
tests for the prescribed strength of concrete as per the actual materials to be
used at the site. Weigh batching shall be used for cement concrete. The
contractor shall be bound to give specified strength, workability, density
and impermeability etc. with size of aggregate indicated in the
specifications. The mix shall be designed to produce the grade of concrete
having the required workability and as characteristic strength not less than
appropriate values given in table 2 of IS 456:2000.

12.6.3 SAMPLING:-

1. Frequency of Sampling:
A random sampling procedure shall be adopted to ensure that each
concrete batch shall have a reasonable chance of being tested, that is the
sampling should be spread over the entire period of concreting and cover all
mixing units.

2. Frequency
The minimum frequency of sampling of concrete of each grade shall be
in accordance with the following:

Quantity of concrete
in the work(M3) Number of samples
1-5 1
6-15 2
16-30 3
31-50 4
51 and above 4(+) one additional samples
for each additional 50 cu.m.
or pare thereof.
Note:- At least one sample shall be taken from each shift.

12.6.4 TEST SPECIMEN:-


Three test specimens shall be made for each sample for testing at 28
days. Additional cubes may be required for various purposes such as to
determine the strength of concrete at 7 days or at the time of striking the form
work or to determine the duration of curing or to check the testing error.

12.6.5 TEST STRENGTH OF SAMPLES:-


The test results of the sample shall be in accordance the provisions and
acceptance criteria of IS 456- 2000 with up-to-date amendments.
12.6.6 STANDARD DEVIATION:-
12.6.1.1 Standard Divination Based on Test Results
(a.) Number of test strength required to constitute an acceptable record
for calculation of standard deviation shall be not be less than 30. Attempts
should be made to obtain the 30 test results, as early as possible, when a mix
is used for the first time.

(b.) Standard deviation to be brought up-to-date:- The calculation of


the standard deviation shall be brought up to date after every change of mix
design and at least once a month.

12.6.6.2 Determination of Standard Deviation:


(a.) Concrete of each grade shall be analysed separately to determine
its standard deviation.
(b.) The standard deviation of concrete of a given grade shall be
calculate using the following formula from the results of individual tests of
concrete of that grade obtained as specified in 12.6.5.

Estimated standard deviations = s = _____________


n-1

Where = Deviation of the individual test strength from the


average strength of n samples, and
n= number of sample test results.

(c) When significant changes are made in the production of concrete


batches, the standard deviation value shall be separately calculated for
such batches of concrete.

12.6.6.3 ASSUMED STANDARD DEVIATION:-


Where sufficient test results for a particular grade of concrete
are not available the value of standard deviation given in table below
may be assumed.

ASSUMED STANDARD DEVIATION


Grade of concrete Assumed Standard Deviation
N/mm2
M 10 3.50
M 15 3.50
M 20 4.00
M 25 4.00
M 30 5.00
M 35 5.00
M 40 5.00
However, when adequate past records for a similar grade exit and
justify to the designer and value of standard deviation different from
that shown in above, it shall be permissible to use that value

12.6.65 ACCEPTANCE CRITERIA:-

The concrete shall be deemed to with the strength requirements if :-


· Every sample has test strength not less than the
characteristics value.
· The strength of one or more samples through less than the
characteristics value is in each case not less than the greater of:

1. The characteristics strength minus 1.35 times the standard


deviation, and
2. 0.80 times the characteristics strength and the average strength
of all the samples are not less than the characteristics strength
plus: 1.65
1.65 -
No. of samples times of the standard deviation

12.6.6.5 The concrete shall be deemed not to comply with the strength
requirements if:
(a) The strength of any sample is less than the greater of:
1. The characteristics strength minus 1.35 times the standard
deviation; and
2. 0.80 the characteristics strength
(b) The average strength of the samples is less than the
characteristics strength plus:
1.60 - 3
No. of samples times of the standard deviation

Concrete which does not meet the strength requirement as specified in


12.6.6.4 but has a strength greater than the required by 12.6.6.5 may at the
discretion of the designer, be accepted as being structurally adequate without
further testing.

12.6.6.6 If the concrete is deemed not comply pursuant to 12.6.6.5 the structural
adequacy of the parts affected shall be investigated and any
consequential auction as needed shall be taken.

12.6.6.7 Concrete of each grade shall be assessed separately.

12.6.6.8 Concrete shall be assessed daily for compliance.


12.6.6.9 Concrete is liable to be rejected if it is porous or honeycombed its
placing has been interpreted without providing a proper construction joint,
the reinforcement has been displaced beyond the tolerances specified or
construction tolerances have not been met. However the hardened concrete
may be accepted after carrying out suitable remedial measures to the
satisfaction of the Engineer-in-charge.

12.6.7 BATCHING:-

(a.) The concrete shall be composed of water, cement, fine aggregate


and coarse aggregate. Each materials being previously approved by the
department.
(b.) All sand and aggregate used on the works shall be carefully and
accurately measured by weight of the volume in suitable gauge boxes and in
quantities to the entire satisfaction of the Engineering- in-charge. The quantity
of sand when partially wet shall be increased by the right quality after
determining the percentage of bulkage. Water should be added to the dry mix
in a manner in which it can be properly controlled and measured.
(c.) The ingredients of concrete shall be properly mixed in mechanical
mixers designed so as to positively ensure uniform distribution of all the
ingredients throughout the mass at the end of the mixing period. The mixer
should comply with IS-1791 and IS-12119
The mixing of each batch shall continue for about one and half two
minutes or as found best in practice after all materials except the full amount
of water are of the mass.
The minimum mixing period specified above is after the introduction
of the materials including water. The mixing times shall be increased when
the changing operation fails to produce the required uniformity of com-
position and consistency within the batch.
The excessive mixing requiring the additional water to
produce the required concrete consistency shall be avoided.
The first batch of concrete materials placed in mixer shall contain
sufficient excess quantity of cement, sand and water for buttering of mixing
i.e. to avoid loss of mortar in first batch alternatively. Buttering of mixer by
cement, sand, water @10% of one batch should be done and thrown as
waste before producing actual concrete.

(d.) The following general principles shall be followed in operations


of mixing:
a. The ingredients shall be changed into the mixer simultaneously.

b. A portion of water shall proceed and approximately equal


quantity shall follow on introduction of other ingredients.

c. Care shall be taken that mixing of concrete in mixer shall be


uniform for all batches.

d. The mixer shall be loaded within its normal capacity.

e. The minimum mixing speed shall not be less than 4.

f. Hand mixing shall not be permitted under any circumstances


unless ordered in writing by the Engineer-in-charge and in that
case 10% extra cement shall be added for which no extra
payment shall be made. It would be used for small quantity of
work (Max 2.0 cu.m.)

12.6.8.1 PLACING OF CONCRETE:-

The placing of concrete shall be performed only in the presence of an


authorized representative of the Engineer -in-charge. Concrete shall be placed
only in locations where it has been authorized. No concrete shall be placed
until formwork, reinforcement, preparations of surface and necessary
checkup has done and approved. All concrete shall be placed directly in its
final position within 30 minutes after being mixed.

Any stiff concrete will not be used in the work. The concrete shall not
be dropped from height exceeding 1.50 mtr and the free fall should be kept as
minimum as possible. All surfaces of forms and metal work including
reinforcement shall be cleaned before placing concrete.
12.6.8.2 Concrete shall be deposited in continuous horizontal layers
in thickness from approximately 45 cm in RCC work and 60 cm for mass
concrete. Construction joints shall be provided in the manner and at
location approved by the Engineer- in-charge or as per drawing.

12.6.9 UNDER WATER CONCRETE:

12.6.9.1 In case of under water concrete 10% extra cement will be added for
same mix as used for dry conditions. The concrete should have slump not less
than 100 mm for easy flow on depositing by approved method.

12.6.10 Cofferdams or form work shall be tight to ensure still water


condition. In case of flowing water condition, the velocity should be less
than 3.0 meter per minute in the space where concrete is to be deposited.
Cofferdams or form works in water shall be sufficiently tight to
prevent loss of mortar through the walls. Dewatering by pumping shall
not be done while placing concrete or until 24 hours thereafter.

Concrete shall be deposited continuously till it is brought to the


required height. The methods to be used for depositing concrete under water
shall be one of the following:

(a) Tremie
(b) Skip Boxers
(c) Grouping / concrete

To minimise the formation of laitance, care shall be taken not to


disturb the concrete during complete placing.

12.6.11 COMPACTION:-

12.6.11.1 All concrete shall be mixed and vibrated to produce dense


concrete. Hand sampling, bidding shall not be allowed for compaction
of concrete.

When immersion type vibratos are used it shall be Inclined @


45 degree angle and at every 45 cm intervals approximately. The vibrator
shall be inserted to the full depth of the newly laid concrete. The
concrete shall not be vibrated excessively to avoid segregation.

12.6.11.2 During vibration care shall be taken to maintain the location of


reinforcement and embedded parts.

12.6.11.3 Only high frequency internal type vibrators having SYC VPM
5000 or more will be allowed for compaction.

12.6.11.4 In case of under water concrete no foreign efforts will be made


for any kind of compaction.

12.6.12 CURING AND PROTECTION:


12.6.12.1 Exposed finished surface of concrete shall be protected from the
direct rays of sun for at least 72 hours after placement. Concretes shall
be kept continuously moist for not less than 28 days.

Construction joints shall be cured in the same ways as


adopted for concrete. Horizontal surfaces shall be cured by the use of
wet gunny bags or making local bond over it. Approved curing agent
may be used provides it is tested on specimen of concrete for
effective curing.

12.6.12.2 FINISHING FORMS SURFACE:-

The work shall be inspected by the Engineer-in-charge, who


will decide treatment for local buildings on exposed surface; finishing
of honeycomb etc. When concrete is used for filling the chipping
opening, it will not be less than 75 mm in depth and the concrete
filling shall be vibrated under strict watch by doing regular shuttering
with an opening hole for vibration.

12.6.12.3 FINISHING EXPOSED SURFACE:-

Except as otherwise specified or directed all permanently


exposed concrete surface and water way surface requiring durability
under water will be finished in the following manner immediately
upon the removal of the forms. The surface shall be wetted. Surface
pit and air bubble shall be filled with mortar of cement and fine sand
in proportion of 1:2 in order to ensure uniformity, dense and
smooth surface.
In case if the filling operations are being delayed and the
surface of pit become coated with dirt or other foreign materials, it will
be removed by means of air / water jets brushing or other satisfactory
means without damaging surrounding concrete.
It is to minimise the surrounding, which the concrete and the
mortar filling are exposed to drying. On completion of treatments or
surface finish it should match with the colour and texture of the
principal concrete.

12.6.12.4 FILLING GROOVES:

Necessary blocks cuts, or groove shown or as directed shall be


kept without any extra cost. After erection or embedment of various
parts of gates etc. these blackouts or recesses would be filled in by the
cement concrete. No payment will however be made for embedding
fixtures or providing grooves, blocks, cuts etc. Tie bolts, column bars,
grooves will be filled with the mortar.

12.6.12.5 ANCHORS IN CONCRETE:


All embedded parts, various anchorage structural members
and other articles placed in position by the contractors shall be
carefully protected during concreting so as to maintain their
alignments. All the embedded parts and instrument placed in position
by the contractor or department shall be generated by the contractor
without any extra claim as shown in the drawing or as directed.

12.6.12.6 VIBRATED COVER BLOCKS:

Cover block used to maintain cover around reinforcement


steel shall be vibrated only. It will be made by the same grade of
mortar as used in main concrete of the same work. Sufficient cover as
specified in IS 456 -2000 shall be provided to protect reinforcement
from corrosion as indicated in the drawings.
12.6.12.7 USE OF PLUMS:

Stone plums shall not be used unless specified on the


drawings. When used, the size of stone plums may be from 150 to 300
mm. The maximum dimension of these stones or plums shall not
exceed 1/3 rd of the least dimension of the members.
All plums shall be hard durable clean and free from soft
materials or loose pieces or deleterious substances in them and shall
not have sharp corners.

During concreting the first layer of concrete of the specified


mix shall be laid to a thickness of at least two and a half times
thickness of the maximum size of plums to be used. The plums shall
then be laid while the top portion of this concrete is steel green, but
sufficient stiff to prevent complete submergence of the plums under
their own weight. These plums shall be about half embedded in their
concrete and remaining part exposed so as to form key with the next
layer of concrete. No plums shall be made for concrete laid under
water. While placing the plums, care shall be taken to see that the clear
distance between any two plums is not less than either the width or
thickness of either of the plums. The distance from plums to the outer
surface or from any steel reinforcement shall be equal to greatest width
of the plum.
If the plumbs of stratified stone are used they shall be laid on
the natural bed. Stones with concave faces shall be laid with the
concave upwards.
The thickness of he next and successive layers of concrete shall
be at least twice that of the largest plums.
The volume of plums shall not exceed 25% of the volume of
concrete for individual component.
The total volume of the plums shall not exceed 15% of the
volume of the finished concrete.
13 TOLERANCE IN THE CONSTRUCTION OF ANICUT:
Allowed tolerance in various components of civil work forming the
anicut structure shall be as per IS 456 -2000

Executive Engineer
Public Health Engineering Department
JHABUA
ANNEXURE – “G”

BREAKUP SCHEDULE OF PAYMENT

S.no. Particulars % Allowed Cumulative


Total
1. Excavation in hard rock up to foundation 6% 6%
level as per approved drawing and design.
2. Laying foundation concrete, providing 10% 16%
dowel bars grouting and foundation
treatment if required
3. Concrete up to sill level (R.L. 424.50 M) 25% 41%
including encasing work complete.
4. Concrete up to half height of the piers. (R.L. 11% 52%
426.50 M)
5. Concrete up to top level. (R.L. 426.50 M.) 12% 64%
6. On construction of key wall and protection 15% 79%
work of the bank and apron work.
7. On supplying and making of Sal/ Babool 8% 87%
wooden kurry shutters as per design
requirements.
8. On supplying and fixing of sluice gates. 3% 90%
9. On fixing of kurry shutters in position and 2% 92%
puddle filling.
10. On filling and testing of anicut. 3% 95%
11. On completion of all construction work 2% 97%
physically i/c store room, steps, ramps,
chowkidar room etc.
12. After passing first flood over the anicut 3% 100%
successfully

Note:- (1) The 10% of value of work withheld as per clause 15 while making running
payment shall be released when the anicut is ready for filling.
(2) Prorata payment of above individual items as per breakup schedule may be permitted
after approval of S.E.

Executive Engineer
Public Health Engineering Department
JHABUA

ANNEXURE -'H'

SAFETY - CODE

1. Scaffolding :-

(i) Suitable scaffolds should be provided for workman for all works that cannot
safely be done from the grounds or from solid construction except such short
period work as can be done safely from ladders. When ladder is used an extra
mazdoor shall be engaged for holding the ladder for carrying materials as well
suitable foot holds and the hand holds shall be provided on the ladder and the
ladder shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal to
1 vertical).

(ii) Scaffolding or staging more than 3.54 metre, above the ground floor, swung
or suspended from an overhead support or erected with stationary support
shall have a guard rail properly attached, bolted, braced or otherwise secured
at least 1 meter high above the floor platforms of such scaffolding or staging
and extending along the entire length of the outside the ends thereof with only
such opening as may be necessary for the delivery of the materials. Such
scaffolding or staging shall be fastened as to prevent it from swaying from the
building of structure.
(iii) Working platform, gangways and stairways should be so constructed that they
should not sway unduly or unequally, and if the height of the platform of the
Gangway or the stairway is more than 3.54 metre above ground level and or
floor level they should be closely boarded, should have adequate width and
should be suitably fenced as described (ii) above.

(iv) Every opening in the floor of a building or in a working platform be provided


with suitable means to prevent the falling of persons or materials by providing
suitable fencing or railing whose minimum height shall be 1.00 meter.

(v) Safe means of access shall be provided to all working platforms and other
working places. Every ladder shall be securely fixed. No portable ladder shall
be over 9 meter in length while the width between side rails in ring ladder
shall be in no case be less than 0.3 meters for ladder upto and including 3
metre length. For longer ladders this width should be increased at least 2 cm,
for each additional metre of length. Uniform step spacing shall not exceed 0.3
meter. Adequate precaution shall be taken to prevent danger from electrical
equipment. No material on any of the work site shall be so stacked or placed
as to cause danger or inconvenience to any person or the public. The
Contractor shall also provide all necessary fencing and lights to protect the
public from accident and shall be bound to bear the expenses of defense of
every suit action or other precautions of law that may be brought by any
person for injury sustained owing to neglect of the above and the to paying
damages and costs which may be awarded in any such suit action or
proceeding to any such person or which may with consent of the contractor be
paid to compromise any claims by any, such persons.

2. Excavation and Trenching: -

All trenches 1.2 mt. or more in depth, shall at all times be supplied
with at lest one ladder for each 30 mt. in length of fraction thereof. Ladder
shall be extended from bottom of the trench to at least 1 mt. above the surface
of the ground. The side of the trenches which are 1.5 mt. or more in depth
shall be stopped back to give suitable slopes are securely held by timber
bracing so as to avoid the danger of sides to collapse. The excavated
materials shall not be placed within 1.5 mt. of the edge of the trench or half of
the depth of trench which ever is more, cutting shall be done from top to
bottom. Under no circumstances undermining or undercutting shall be done.

3. Demolition: -

Before any demolition work is commenced and also during the process
of the works:--

(a) All roads and open areas adjacent to the work site shall either be closed or
suitably protected.
(b) No electric cable or apparatus which is liable to be a source of danger over a
cable or apparatus used by the operator shall remain electrically charged.

(c) All precautionary steps shall be taken to prevent danger to persons employed
from risk of fire or explosion of flooring. No floor roof or other part of the
building shall be so overloaded with debris or materials as to render it unsafe.

4. Painting :-

All necessary personal safety equipment as considered adequate by the


Engineer-in-charge should be kept available for the use of persons employed
on the site and maintained in a condition suitable for immediate use, and the
contractor should take adequate steps to ensure proper use of equipment by
those concerned.

a) Works employed on mixing asphaltic materials, cement, lime, mortar shall be


provided with protective footwear and protective goggles.

b) Stone breakers shall be provided with protective goggles and protective


clothings and seated at sufficiently safe intervals.

c) Those engaged in welding works shall be provided with welder’s protect.

d) When workers are employed in sewers and manholes which are in use, the
contractor shall ensure that the manhole covers are open and are ventilated at
least for an hour before the work shall be coromded off with suitable railing
and provided with warning signals or boards to prevent accidents to the
public.

e) The contractor shall not employ men below the age of 18 and women on the
work of painting with products containing lead in any form. Whenever men
above the age of 18 are employed on the work of lead painting the following
precautions should be taken.

i) No paint containing lead or lead substance shall be used except in the


from of paste or ready-made paint.
ii) Suitable face masks should be supplied for use by the workers when
paint applied in the form of spray or a surface having lead paint dry
rubbed and scrapped.
iii) Overhauls shall be supplied by the contractor to the workmen and
adequate facilities shall be provided to enable the working painters to
wash during the cessations of work.

5. Drowning:-

When the work is done near any place where there is risk of drowning
all necessary equipments should be provided and kept ready for use and all
necessary steps taken for prompt rescue of any persons in danger and
adequate provisions should be made for prompt first aid treatment for all
injuries likely to be sustained during the course of work.

6. Machines: -

Use of hoisting machines and tackle including their attachments,


anchorage and support shall conform to use the following standard or
condition.

a) These shall be of good mechanical construction, sound material and adequate


strength and free from patent defect and shall be kept in good repair and in
good working order.

Every rope used in a hoisting or lowering materials or as a means of


suspension shall be of durable quality and adequate strength and free from
patent defects.

b) Every crane driver or hoisting appliances operator shall be properly qualified


and no persons under the an age of 21 years should in charge of any hoisting
machine including any scaffold which give signals to the operator.

c) In case of every hoisting machine and every chaining lowering as means of


suspensions the safe working load shall be ascertained by adequate means.
Every hoisting machine and gear referred to above shall be plainly marked
with the safe working load. In case of a hoisting machine having a variable
safe working load, each safe working load of the conditions under which it is
applicable shall be clearly indicated. No part of any machine or of any gear
referred to above in this paragraph shall be loaded beyond the safe working
load except for load purpose of testing.

d) In case of departmental machine the safe working load shall be notified by the
Electrical Engineer-in-charge. As regards contractor machine, the contractor
shall notify the safe working load of the machine to the Engineer-in-charge
whenever he brings any machinery to site of work and shall get it verified by
the electrical Engineer concerned.

e) Motors, gearing transmission, electrical wiring and other dangerous parts of


the hoisting appliances should be provided with efficient safe guards and with
such means as well reduce the minimum of the risk of accidental descent of
the load, adequate precautions should be taken to reduce to the minimum, the
risk of any part of a suspended load be coming accidentally displaced. When
workers employed on Electrical installations which are already unregistered,
insulating mats, wearing apparel such as gloves, sleeves and boots as may be
necessary should be provided, the workers should not wear rings, watches and
carry keys, or other materials which are good conductors of electricity.
7. All scaffolds, ladders and their safety device mentioned or described
herein shall be maintained in safe condition and no scaffold ladder or
equipment shall be altered or removed while it is in use. Adequate washing
facilities shall be provided at or near places of work.

8. These safety provisions should be brought to the notice of all


concerned by display on a notice board at prominent places at the work spot.
The persons responsible for compliance of the safety code shall be named
therein by the contractor.

9. To ensure effective enforcement of the rules and relating to safety


precautions the arrangement made by the contractor shall be open to
inspection by the labour officer, Engineer-in-charge, or the Department or
their representatives.

10. Not withstanding the above clause (1) to (9) there is nothing in these to
exempt the contractors to exclude the operations of any other act or rule in
force in the Republic of India.

ANNEXURE “F”
SALIENT LEVELS AND DATA

1. Catchment area : 4125 sq.km.

2. Average rainfall : 890 mm

3. Length of Anicut (Approximate): 114.00 meter (89.00 m main


barrage and 12.5.00 m key walls
on both sides)

4. Proposed height above bed level : 4.5 0 Meter

5. Proposed Foundation Level : 421.50 Meter

6. Lowest River Bed Level : 422.50 meter

7. Sill Level : 424.50 meter

8. Full Reservoir Level : 428.50 meter

9. Highest Flood Level : 435.00 meter

Вам также может понравиться