Академический Документы
Профессиональный Документы
Культура Документы
FOR
06. Annexures 40
EXECUTIVE ENGINEER
FLUOROSIS CONTROL PROJECT DIVISION,
P.H.E. DEPTT. ALIRAJPUR
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)
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:
2.5 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.
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.
8.0 The technical details and other particulars can be seen in the office of the
undersigned on all working days during office hours.
Executive Engineer
Public Health Engineering Department
JHABUA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)
Copy forwarded to :-
9. Notice Board.
Executive Engineer
Public Health Engineering Department
JHABUA
dk;kZy; dk;Zikyu ;a=h yksd LokLF;
;kaf=dh foHkkx]jryke A e0iz0A
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
dk;Zikyu ;a=h
yksd LokLF; ;kaf=dh
foHkkx]
jryke
dk;kZy; dk;Zikyu ;a=h yksd LokLF;
;kaf=dh foHkkx]jryke A e0iz0A
izfrfyfi %&
9- uksfVl cksMZ A
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.
Address ………………………………..
…………………………………………
…………………………………………
…………………………………………
Witness ………………………………
Address ………………………………
………………………………..
………………………………..
………………………………..
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
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.
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.
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.
Executive Engineer
Public Health Engineering Department
JHABUA
OFFICE OF THE EXECUTIVE ENGINEER
PUBLIC HEALTH ENGINEERING DEPARTMENT,
JHABUA (M.P.)
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.
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.
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.
10.1 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.
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.
12.1 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.
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.
12.10 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.
13.1 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.
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.
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.
14.5 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.
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.
17.1 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.
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.
18.1.5 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.
18.5 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.
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.
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.
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.
22.1 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.
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.
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.
22.8 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:-
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.
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.
Following documents are appended as Annexure with this N.I.T. and this
shall form part of contract agreement:-
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
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
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.
4.5.1 All the investigations and explorations shall be carried out by the
contractor in accordance with IS 4453- 1967.
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.
5.1.5 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:
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..
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.
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.
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:
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-
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.
12.4.1 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.
III. 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:-
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.
12.6.6.5 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
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.
12.6.7 BATCHING:-
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.
12.6.9.1 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.
(a) Tremie
(b) Skip Boxers
(c) Grouping / concrete
12.6.11 COMPACTION:-
12.6.11.3 Only high frequency internal type vibrators having SYC VPM
5000 or more will be allowed for compaction.
Executive Engineer
Public Health Engineering Department
JHABUA
ANNEXURE – “G”
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.
(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.
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 :-
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.
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: -
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.
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