Tenderodoc 01
Tenderodoc 01
AMRUT 2.0
APPENDIX 2.18
TENDER DOCUMENT
(LUMPSUM TENDER FOR WATER SUPPLY SCHEME OF HINDORIA NAGAR
PARISHAD)
Contract Amount
(Rs. in Figure) :
(Rs. in Words) :
(Sixth CALL)
Section-1
Notice Inviting e-Tenders
NIT No. 374 Dated: 29-05-2024
Online Lumpsum bid for the following AMRUT 2.0 works are invited from registered contractors and
firms of repute fulfilling eligibility criteria:
Probable Completion
S.
Work Amount Period
No.
(In lacs) (months)
1. Interested Bidder can view the NIT on website www.mptenders.gov.in and www.mpurban.gov.in
2. The Bid Document can be purchased only Online from 10:30 Hrs. of 30-05-2024 to 17:30 Hrs of 15-6-2024
3. Amendment to NIT, if any, would be published on website only, and not in Newspaper.
4. GST shall be paid separately as per norms.
The initial period of 24 months after completion shall be treated as Defect Liability Period (DLP).
CMO
NAGAR PARISHAD
HINDORIA DISTT DAMOH
Notice Inviting e-Tenders
OFFICE OF NAGAR PARISHAD, HINDORIA , DIST- DAMOH
Online Lumpsum bids for the following works under “AMRUT2.0” (Estimated on UADD SOR w.e.f
02/08/2021) are invited from registered contractors and firms of repute fulfilling eligibility criteria
1
Survey, Soil investigation, Design and Construction of
a) Installation of Clear Water Pumps and Machinery (3 kW, 2 Nos
(1W+1S), 2 LPS Discharge, 88 m Head) at WTP for Proposed ESR
of 100 KL.
b) Electric works at WTP Including 1 Nos. 100 KVA Transformer
and HT cable having length of 25 m.
5. Special Eligibility - Special Eligibility Conditions, if any, are given in the Bid Data Sheet.
6. The Bid Document can be purchased only Online from 10:30Hrs of 30-05-2024 to17:30 Hrs of 15-06-2024
other key dates may be seen in Bid data sheet.
7. Amendment to NIT, if any, would be published on website only, and not in Newspaper.
8. The Bidder shall operate and maintain the work executed in his scope in the tender / entire water
supply system including existing components and proposed works for 5 years after successful
completion of the works as per Tender. The initial period of two year after completion shall be treated
as Defect Liability Period (DLP).
CMO
NAGAR PARISHAD
HINDORIA
SECTION 2
INSTRUCTIONS TO BIDDERS (ITB)
A. General
1. SCOPE OF BID
The detailed scope of work, hereinafter referred to as “Work” is “Survey, Investigation, Preparation of
detailed design, Construction drawings and Construction & Commissioning of Augmentation works in
Water Supply of Hindoria town based on Chirai Pani Pond (source).
Background
The source of water supply to the town is Chirai Pani Pond. A dug well of 15 m Diameter and 9 m
depth is existing near Chirai Pani Pond which is used for drawl and pumping of raw water to the
existing water treatment plant of 2.90 MLD at Tindni Village, after treatment, the water is being
pumped to the 1 Nos. of existing overhead tank and 2 Nos. of Proposed overhead tanks at different
location in town and then is being uniformly distributed throughout the town.
As per AMRUT 2.0 Nagar Parishad Hindoria is to supply water to entire Municipal Population by piped
water supply system on equitable basis at a desired residual head. In order to develop water supply
system to fulfill 100% water demand of the probable population of town till 2040 (Intermediate design
year) Nagar Parishad Hindoria has prepared a Detailed Project Report for the balance works required
for augmentation of water supply system of town based on Chirai Pani Pond (Source) after assessing
the existing usable components of the water supply.
Project
a) Nagar Parishad Hindoria wants to execute Balance work for water supply scheme under AMRUT
2.0. The major work considered in the tender are listed below:
This tender hereby is being invited for the execution of works for the augmentation of water supply
scheme to fulfill the water supply demand for probable population of town in year 2040 / 2055. Therefore,
the bidder shall examine the detail design and drawing as per DPR and shall revalidate the same, as
may be required for preparation of detailed construction drawing as per actual working conditions
including minimum obstruction to existing utilities, roadways, and railways.
On successful completion of the project as per best engineering practices the bidder shall operate and
maintain the proposed works / entire water supply (including Existing & Proposed components) system
for next 5 years. Therefore, bidder shall adopt the best design practice to develop the construction
drawings and shall carryout quality construction for timely implementation of the works.
The work shall have to be executed in accordance with the drawings (prepared by contractor & approved
by the competent authority), technical specifications specified in the bid data / contract data and shall
have to meet high standards of workmanship, safety and security of workmen and works.
The Bidder is required to revalidate the available survey, design and estimation data and accordingly
prepare construction details including drawings and take approval of all detailed designs and
construction drawings for all components of the projects from Chief Engineer / Engineer-in-Chief,
Directorate, Urban Administration and Development, Bhopal.
On successful completion of the project as per best engineering practices the bidder shall operate and
maintain the system for next 5 years. The initial two-year period upon completion of construction work of
project shall be defect liability Period (DLP) of 24 months.
The Detailed Project Report (DPR) for the work is available for viewing by the Bidder. However, it is
clarified that the data and detailing of project in the DPR could be taken as base data only. The bidder is
required to make his own assessment of work before bidding & the bidder shall not be entitled for claim
on account of any change in works due to designs to complete the work as per the scope of work.
The bidder is required to prepare a detailed assessment along with the officials of the Nagar Parishad
Hindoria of the balance work under this tender and the detailed designs and construction drawings shall
be prepared in accordance of the same.
2. General Quality of Work:
The work shall have to be executed in accordance with the drawings (prepared by Contractor and
approved by the competent authority), technical specifications specified in the Bid Data Sheet/Contract
Data, and shall have to meet high standards of workmanship, safety and security of workmen and works.
The procedure for participation in e-tendering is given in the Bid Data Sheet.
4.1 The bidder can be an individual entity or a joint venture (if permitted as per Bid Data sheet) In case the
J.V. is permitted, the requirement of joint venture shall be as per the Bid Data Sheet.
4.2 No bidder shall be entitled to submit more than one bid whether jointly or severally. If he does so, all
bids where in the bidder has participated shall stand disqualified.
4.3 In case of Bid submitted by the Joint Venture all the members should be essentially registered with the
Centralized MPPWD Government of Madhya Pradesh
4.4 For Electrical works successful bidder shall employ ‘A’ Class registered Electrical Contractor for
Electrical Works.
5. Cost of Bidding
The bidder shall bear all costs associated with the preparation and submission of his bid, and no
claim whatsoever for the same shall lie on the Urban Local Body (ULB).
6. Site Visit and examination of works
The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on
its own responsibility all/any information that may be necessary for preparing / submission of the bid and
entering in to a contract for construction of the work. All costs shall have to be borne by the bidder.
A. BID DOCUMENTS
7. CONTENT OF BID DOCUMENTS
The Bid Document comprises of the following documents:
1. NIT with all amendments.
2. Instructions to Bidders,
3. Conditions of Contract:
i. Part I General Conditions of Contract and Contract Data; and
ii Part II Special Conditions of Contract.
4. Specifications
5. Drawings,
6. Priced Break-up Schedule (Estimated cost break up)
7. Billing Breakup (Payment Schedule)
8. Technical and Financial Bid
9. Letter of Acceptance
10. Agreement and
11. Any other document(s), as specified.
8. The bidder is expected to examine carefully all instructions, conditions of contract, the contract data,
forms, terms and specifications, estimated cost break up schedule, forms and drawings in the Bid
Document. Bidder shall be solely responsible for any implication in case of failure to do so.
9. Pre-Bid Meeting (Where applicable)
Wherever the Bid Data Sheet provides for pre-bid meeting:
9.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any change in the schedule
of pre-bid meeting would be communicated on the website only, and intimation to bidders would not be
given separately.
9.2 Any prospective bidder may raise his queries and/or seek clarifications in writing before or during the
pre-bid meeting. The purpose of such meeting is to clarify issues and answer questions on any matter
that may be raised at that stage. The Employer shall give all such clarifications as are necessary for
understanding of scope of work.
9.3 The Minutes of the pre-bid meeting including the summary of the questions raised and the responses will
be uploaded on the website.
9.4 Pursuant to the pre-bid meeting if the Employer deems it necessary to amend the Bid Document, it shall
be done by issuing amendment online only (on website).
10. Amendment of Bid Documents
10.1 Before the deadline for submission of bids, the Employer may amend or modify the Bid Documents by
publication of the same on the web site.
10.2 All amendments shall form part of the Bid Document.
10.3 The Employer may, at its discretion, extend the last date for submission of bids by publication of the
same on the website.
B. PREPARATION OF BID
11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms and submit Bid
Seals (Hashes) of all the envelopes and documents related to the Bid required to be uploaded as per the
time schedule mentioned in the key dates of the Notice Inviting e-Tenders after signing of the same by
the Digital Signature of their authorized representative.
12. DOCUMENTS COMPRISING THE BID
The bid submitted online by the bidder shall be in the following parts:
Part 1-This shall be known as Envelope A and would apply for all bids. Envelope A shall contain the
following as per details given in the Bid Data Sheet:
i) Payment of the cost of Bid Document;
ii) Earnest Money Deposit (EMD)
iii) An affidavit duly notarized.
Part 2– This shall be known as Envelope B and required to be submitted only in works where pre-
qualification conditions and/or special eligibility conditions are stipulated in the Bid Data Sheet. Online
Envelop B shall contain a self-certified sheet duly supported by documents to demonstrate fulfillment of
pre-qualification conditions.
Part 3– This shall be known as Envelope C and would apply to all bids. Envelop C shall contain financial
offer in the format prescribed enclosed with the Bid Data Sheet.
13. LANGUAGE
The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and
the Employer shall be in English or Hindi. Supporting documents and printed literature that are part of the
Bid may be in another language provided they are accompanied by an accurate translation of the
relevant passages in English. In such case, for the purposes of interpretation of the bid, such translation
shall govern.
17.2 The EMD/ Bid security shall be only online using option available in tender portal within the specified
time limit debit card/ credit card/ Internet banking or system generated challan in favour of name and
particulars given in Bid Data Sheet. EMD shall be valid for the period of minimum six months after the
date of receipt of bid.
17.3 Bid not accompanied by EMD shall be liable for rejection as non-responsive.
17.4 EMD of bidders whose bids are not accepted will be returned within ten working days of the decision on
the bid.
17.5 EMD of the successful Bidder will be discharged when the Bidder has signed the Agreement and
furnished the Bank Guarantee of required value for Performance Security.
17.6 Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in forfeiture of the
earnest money deposit.
C. SUBMISSION OF BID
18. The bidder is required to submit online digitally signed bid i.e. Envelop ‘A, B and C online only. No
physical submission of the bid will be accepted except in exceptional cases under clause 19.7.
19.7 Contents of envelope “A” “B” and C are required to be submitted online.
19.8 During Bid Evaluation, the employer or its representative may, at its discretion, ask the bidder for a
clarification of its Bid. The Request for clarification and the response shall be in writing, and no change in
the price or substance of the Bid shall be sought, offered or permitted.
20. Confidentiality
20.1 Information relating to examination, evaluation, comparison and recommendation of contract award shall
not be disclosed to bidders or any other person not officially concerned with such process until final
decision on the bid.
20.2 Any attempt by a bidder to influence the Employer in the evaluation of the bids or contract award
decisions may result in the rejection of its bid.
E. AWARD OF CONTRACT
21. Award of Contract
The Employer shall notify the successful bidder by issuing a ‘Letter of Acceptance’ that his bid has been
accepted. The original copy of affidavit will have to be submitted by the successful bidder at the time of
signing of the contract.
22. Performance Security and Additional Performance Security
22.1 Prior to signing of the Contract, the bidder to whom LOA has been issued shall have to furnish
Performance Security and Additional Performance Security of Nationalized / Schedule Commercial Bank
of the amount, form and duration, etc. as specified in the Bid Data Sheet.
22.2 If the Bid, which results in the lowest evaluated bid price, is seriously unbalanced or front loaded in the
opinion of the employer, the employer after evaluation, taking in to consideration the schedule of the
estimated contract price may require Additional Performance Security from the successful bidder for
such unbalanced bid price.
Additional performance security as mentioned in the Bid Data Sheet shall be levied in case the bidder
gives an unbalanced bid.
23. Signing of Contract Agreement
23.1 The successful bidder shall have to furnish Performance security and sign the contract agreement
within15 days of issue of LOA.
23.2 The signing of contract agreement shall be reckoned as intimation to commence the work within
14daysof the signing of contract. No separate work order shall be issued by the Employer to the
contractor for commencement of work.
23.3 In the event of failure of the successful bidder to submit Performance Security, additional performance
security (if any) or sign the Contract Agreement, his EMD shall stand forfeited without prejudice to the
right of the employer for taking action against the bidder.
24. Corrupt Practices
The Employer requires that bidders observe the highest standard of ethics during the procurement and
execution of contracts. In pursuance of this policy, the Employer:
i. May reject the bid for award if it determines that the bidder recommended for award has, directly or
through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the
Contract; and
ii. May debar the bidder if he is being blacklisted by any department of State Government or GOI for non-
performance/substandard execution or any other reason what so ever in similar type of works.
iii. May debar the bidder declaring ineligible, either indefinitely or for a stated period of time, to participate in
bids, if it at any time determines that the bidder has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in competing for, or in executing, a contract.
For the purposes of this provision, the terms set forth above are defined as follows:
a. “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of
value to influence improperly the actions of another party;
b. “Fraudulent practice” means any act or omission, including a misrepresentation, that knowingly or
recklessly misleads or attempts to mislead a party to obtain a financial or other benefit or to avoid an
obligation;
c. “Coercive practice” means impairing or harming, or threatening to impair or harm, directly or in directly,
any party or the property of the party to influence improperly the actions of a party;
d. “Collusive practice” means an arrangement between two or more parties designed to achieve an
improper purpose, including influencing improperly the actions of another party.
[End of ITB]
Bid Data Sheet
General
S.No. Particulars Data
1 Office inviting Tender Chief Municipal Officer, Hindoria
2 NIT No 374
3 Date of NIT 29-05-2024
Bid document download From 30-05-2024 From 15-06-2024
4
available from date & time 10:30 Hrs. 10:30 Hrs.
5 Website link https://www.mptenders.gov.in/
For Section 1 - NIT
Clause Particulars Data
reference
1 Portal fees As Applicable
Cost of bid document Rs 15000
3 Affidavit Annexure B
Pre-qualifications required Yes
4
If Yes, details Annexure C
Special Eligibility No
5
If Yes, details Annexure D (Not applicable)
6 Key Dates Annexure A
For Section 2 - ITB
Clause Particulars Data
reference
Name of work Water Supply Scheme at Hindoria Nagar
1 Parishad under AMRUT 2.0
2 Specifications Annexure E
Procedure for participation in e- Annexure F
3
Tendering
Whether Joint-venture is allowed Yes
4
If yes, requirement for Joint venture Annexure G
Pre bid meeting to held NO
9
If Yes, Date, Time & Place Date:
Time from: 12:30 Hrs
Place : Nagar Parishad Hindoria
Envelope - A containing: Online only
(i) Cost of Bid Document
12 (ii) EMD
(iii) An affidavit duly notarized as per
Annexure–B
Clause
Particulars Data
reference
14 Envelope-B Technical Proposal (i) Registration number or proof of
application for registration and
organizational details as per
Annexure ‘H’
(ii) Joint Venture Agreement if any.
(iii) Annexure – I and
iv) (Annexure – I (Format I-1 to I-5)
15 Envelope-C Financial Bid Annexure – J
Materials to be issued by the Annexure – K (Not applicable)
Department
16 Period of Validity of Bid 180 Days
17 Earnest Money Deposit (EMD) Rs 2,12,000
Forms of Earnest Money Deposit Online payment using options available in
the tender portal.
Performance security valid up to Capital cost: Valid up-to 3 months from the
date of issuance of Completion Certificate
after finalization of delay Analysis.
Annexure – A
Purchase of
30-05-2024 10:30 15-06-2024 17:30
Tender-Online
1
Bid
Submission- 30-05-2024 10:30 15-06-2024 17:30
2 Online
Physical
No No No No
Submission
3
Mandatory
18-06-2024 11:00 Envelope A
submission Open
4
(Envelope -A)
Technical
proposal open 18-06-2024 11:00 Envelope B
5
(PQ Envelope-B)
Financial Bid
Open Envelope C
6 Date Will Be Notified
(Envelope-C) -
Annexure – B
(See clause 3 of Section 1-NIT)
|| AFFIDAVIT ||
(To be contained in Envelope A)
(On Non-Judicial Stamp of Rs. 100.00)
I/we Who is/ are (Status in
the firm/ company) and competent for submission of the affidavit on behalfof M/s. (contractor) do
solemnly affirm an oath and state that:
I/we are fully satisfied for the correctness of the certificates/records submitted in support of the following
information in bid documents which are being submitted in response to notice inviting e-tender No. for
(Name of work) dated Issued by the (Name of the ULB).
I/we are fully responsible for the correctness of following self-certified information/ documents and
certificates:
1. That the self-certified information /digitally signed documents given in the bid document is fully true and authentic.
2. That:
a. Earnest money deposit (EMD), cost of bid document and other relevant documents provided by are authentic.
b. Information regarding financial qualification and annual turn-over submitted online is correct.
c. Information regarding various Technical qualifications is correct.
3. No close relative of the undersigned and our firm/company is working in the department.
OR
Following close relatives are working in the department:
Name Post _ Present Posting
Note: Affidavit duly notarized in original shall be submitted by the successful bidder at the time of agreement.
Annexure – C
(See clause 5 of Section 1 NIT)
PRE-QUALIFICATIONS CRITERIA
Similar works shall mean the works related to water supply comprising relevant components mentioned in
the scope of work i.e.
i. Providing, laying, jointing of water pipeline of any material or nature like rising, feeder
or distribution.
ii. Construction of Overhead tank or ground level service reservoir.
ii. Average annual construction turnover on the construction works not less than 50% of the
probable amount of contract during the last 5 financial years.
iii. The Bidder shall have positive Net Worth as per the audited Balance Sheets of last 5 years. Bidder
shall submit CA certified Net Worth certificate for last 5 years.
iv. Bid Capacity - Bidder shall be allotted work up to his available Bid capacity, which shall be worked
out as given in format I-2 of Annexure-I.
B. Physical
(i) Physical qualifications for the work in case of water supply related works shall be as
below, (Deleted)
Minimum Physical Requirement
S. No. Item of Work Quantity
I II III
1 -
2 -
3 -
1. Experience of subcontractor to main contractor shall be considered subject to submission of completion certificate
from principal employer of main contractor.
2. Successfully executed would mean schemes physically completed or substantially completed (Total House
Service Connections installed by the bidder should be more than 50% of the number of HSCs mentioned in the
contract whose certificate has been submitted for claiming substantial completion).
Annexure – D
(See clause 6 of Section 1 NIT)
------NA-----
Annexure – E
(See clause 2 of Section 2-ITB &clause 10 of GCC)
Specifications
All the PWD registered bidders are already registered on the new e-procurement portal
https://www.mptenders.gov.in. The user id will be the contractor ID provided to them from MP
Online. The password for the new portal has been sent to the bidders registered email ID. For
more details, may contact Helpdesk phone numbers are available on website.
2. Digital Certificate:
The bids submitted online should be signed electronically with a class III Digital Certificate to
establish theidentity of the bidder submitting the bid online. The bidders may obtain class III
Certificate issued by an approved certifying Authority authorized by the controller of certifying
Authorities, government of India. A class III digital Certificate is issued upon receipt of the
required proofs along with an application. Only upon the receipt of the required documents, a
digital certificate can be issued. For details, please visit cca.gov.in.
Note:
i. It may take up to 7 working days for issuance of class III digital certificate; hence the bidders
are advised to obtain the certificate at the earliest. Those bidders who already have valid
class III digital certificate need not obtain another Digital Certificate for the same.
The bidders may obtain more information and the application form required to be
submitted for the issuance of digital certificate from cca.gov.in.
ii Bids can be submitted till bid submission end date. Bidder will require digital signature while
bid submission. The digital certificate issued to the authorized user of a partnership
firm/Private limited company/Public Limited Company and user for online bidding will be
considered as equivalent to a no- objection certificate/power of attorney to that user.
In case of Partnership firm, majority of the partners have to authorize a specific individual
through authority letter signed by majority of partners of the firm.
In case of Private Limited company, Public Limited Company, the Managing Director has to
authorize a specific individual through Authority Letter. Unless the certificate is revoked, it will
be assumed to represent adequate authority of the specific individual to bid on behalf of the
organization for online bids as per Information Technology Act 2000. This Authorized User
will be required to obtain a digitalcertificate. The Digital Signature executed through the use of
the responsibility of Management/Partners of the concerned firm to inform the Certifying
Authority, if the authorized user changes, and apply for a fresh Digital Certificate for the new
Authorized user.
In order for a bidder to operate on the e-tendering System, the Computer system of the bidder
is required to be set up for Operating System, Internet Connectivity, Utilities, Fonts, etc. The
details are available at https://www.mptenders.gov.in.
4. Key Dates:
The bidders are strictly advised to follow the time schedule (Key dates) of the bid of their side for
tasks and responsibilities to participate in the bid, as all the stages of each bid are locked before
the tart time and date and after the end time and date for the relevant stage if the bid as set by the
Department.
5. Preparation and Submission of Bids
The bidders have to prepare their online, encrypt their bid data in the Bid forms and submit Bid with
all documents related to the Bid required to be uploaded as per the time schedule mentioned in the
key dates of the notice inviting e- Tenders after signing of the same by the Digital Signature of their
authorized representatives.
For purchasing of the bid document bidders have to pay Service Charge online ONLY which is Rs.
[as perBid Data Sheet]. Cost of Bid document is separately mentioned in the detailed NIT. The Bid
Document shall be available for purchase to all the bidders immediately after online release of the
bids and up to scheduled time and date as set in the key dates. The payment for the cost of bid
document shall be made online through Debit/Credit card. Net banking or NEFT Challan through
the payment gateway provided on the portal.
Bidder can withdraw and modify the bid before submission end date.
.
ANNEXURE-G
(See clause 4 of Section 2-ITB)
1. Number of partners in a Joint Venture shall not exceed 3 (three). The partners shall comply with the following
requirements:
a. One of the partners shall be nominated as being Lead Partner, and this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories of all the partners;
b. The bid and, in case of successful bid, the Agreement, shall be signed so as to be legally binding on all partners;
c. The partner in charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all
partners of the joint venture and the entire execution of the contract, including payment, shall be done exclusively with the
partner in charge;
d. All the partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with
the contract terms, and a statement to this effect shall be included in the authorization mentioned under [c] above, as well
as in the bid and in the Agreement [in case of successful bid];
e. Bidder shall submit the joint venture agreement indicating precisely the role and responsibilities of all the members of JV in
respect of planning, design, construction equipment, key personnel, work execution, and financing of the project including
operation and maintenance of the works. All members of JV should have active participation in execution during the
currency of the contract. This should not be varied/modified subsequently without prior approval of the employer;
f. a copy of the Joint Venture Agreement entered into by the partners shall be submitted with the bid.
g. The joint venture agreement shall be registered at the time of agreement, so as to be legally valid and binding on all
partners.
2. All the partners should meet out the minimum qualifying criteria required for the bid and collectively must meet the criteria
specified in full. Failure to comply with this requirement will result in rejection of the joint venture’s bid.
3. The performance security of joint venture shall be in the name of the partner Lead partner/joint venture.
4. Attach the power of attorney of the partners authorizing the Bid signatory(ies) on behalf of the joint venture
5. An individual Bidder cannot at the same time be member of a Joint Venture applying for this Bid. Further, a member of a
particular Bidder Joint Venture cannot be member of any other Bidder Joint Venture applying for this bid.
6. A copy of the Joint Venture agreement entered into by the partners made on Rs 500/- Non-judicial stamp duly notarized
shall be submitted with the bid. However, at the time of agreement bidder shall get the joint venture agreement registered,
so as to be legally valid and binding on all partners.
7. Furnish details of participation proposed in the joint venture as below:
PARTICIPATION DETAILS FIRM ‘A’ (Lead partner) FIRM ‘B’ FIRM ‘C’
Financial
Name of the Banker(s)
Planning
Construction Equipment
Key personnel
Execution of Work (Give details on
contribution of each)
9. For the meeting the minimum qualification criteria of experience of similar nature work,
i. Out of 3 similar works of value more than 20% of PAC, at least 2 works must be done by lead partner and
one work to be done by other partners jointly,
OR
ii. Out of 2 similar works of value more than 30% of PAC, at least 1(one) work must be done by lead partner
and 1 (one) work to be done by other partners jointly,
OR
iii. In case of one similar work of value more than 50% of PAC the lead partner must have executed one work of
value more than 25.50% of PAC (51% of 50%). However, the other partners must satisfy the criteria in (i)
above jointly i.e., at least one work of 20% of PAC, together the value of works executed by all the partners
shall be more than 50% of PAC
ANNEXURE-H
(See clause 12 of Section 2 ITB& clause 4 of GCC)
ORGANIZATIONAL DETAILS
(To be enclosed with technical proposal)
S.No. Particulars Details
1. Registration No. issued by centralized (If applicable, scanned copy of proof of application
registration system of Govt. of MP or proof of for registration to be uploaded)
application for registration
2. Valid registration of Bidder in appropriate class Registration no……………….date……….
through centralized registration of Govt. of MP
(Scanned copy of Registration to be uploaded)
3. Name of Organization/ Individual
4. Entity of Organization
Individual/ Proprietary Firm/ Partnership Firm
(Registered under Partnership Act)/ Limited
Company (Registered under the Companies
Act–1956)/ Corporation
5. PAN Number
6. GST Number
7. Address of Communication
8. Telephone Number with STD Code
9. Fax Number with STD Code
10. Mobile Number
11. E-mail Address for all communications
Details of Authorized Representative
12. Name
13. Designation
14. Postal Address
15. Telephone Number with STD Code
16. Fax Number with STD Code
17. Mobile Number
18. E-mail Address
Note: In case of partnership firm and limited company certified copy of partnership deed/ Articles of
Association and Memorandum of Association along with registration certificate of the company shall
have to be enclosed.
Note:
1. Technical Proposal should be uploaded duly page numbered and indexed.
2. Technical Proposal uploaded otherwise will not be considered.
Annexure – I (Format: I-1)
(See clause 14 of Section 2 of ITB
A. Financial Requirement
The bidder should have completed either of the below:
a) Three similar works each costing not less than the amount equal to 20% of the probable amount
of contract during the last 7 financial years; or
b) Two similar works each costing not less than the amount equal to 30% of the probable amount
ofcontract during the last 7 financial years; or
c) One similar work of aggregate cost not less than the amount equal to 50% of the probable
amountof contract during the last 7 financial years;
B. Physical Requirement:
Execution of similar items of work in any one financial year during the last 3 financial
years should not be less than the minimum physical requirement fixed for the work.
(DELETED)
Actual Quantity Executed
S.No. Particulars (To be filled in by the
contractor)
Year – 1 Year – 2 Year – 3
1 Physical qualification requirement Yes/No
2
3
Note: 1. Certificate duly signed by the employer shall be enclosed for the actual quantity executed in
anyone year during the last 7 financial years.
2. Similar works: As described and detailed in Clause ‘A’ of Annexure ‘C’
Annexure – I (Format: I-2)
(See clause 14 of Section 2 of ITB
Requirement:
Average annual construction turnover on the construction works not less than 50% of theprobable
amount of contract and net worth shall be Positive during the last 5 financial years;
Note:
i. Annual turnover of construction and net worth should be certified by the Chartered Accountant.
ii. Audited balance sheet including all related notes, and income statements for the above financial
years to be enclosed.
Bid Capacity:
Applicants who meet the minimum qualifying criteria in the evaluation as stated above are to be
evaluated further for bid capacity as under:
Bid Capacity = (4.0 x A x B) – C
Where,
A = Maximum escalated turnover in any one year during the last 5 financial years preceding
bid due date. (10% weightage per year shall be given to bring the value of Work executed at
present price level)
B = Prescribed completion period in years for the subject contract
C = Balance amount of contract work in hand to be executed during the contract period
The amount of BID Capacity arrived at from the above formula shall be greater than Probable
amount of Contract (PAC)
Annexure – I (Format: I-3)
(See clause 14 of Section 2 of ITB & Clause 6 of ITB
Qualification
Qualification
Key Position
Key Position
experience
experience
Similar work
Similar work
S. No.
S. No.
Experience
Experience
Total Work
Total Work
Name of
Personnel
Minimum
Age
Age
1 Site 01 BE in Civil 25+ 5 Years 10
Engineer Years
The Contractor shall be required to carry out all mandatory quality control tests as per specifications
of various items of work under the project. The Contractor should demonstrate his capacity with
respect to availability of key equipment’s / machines required for carrying out mandatory tests under
project. All the materials i.e. pipes, pumps, valves, specials etc., to be procured under this contract
shall be as per relevant IS codes of practice and inspected by 3rd party. The certificate in this regard
shall be furnished by the Contractor.
For monitoring the quality of treated water the Laboratory as per Appendix 15.7 and 15.8 of Manual
on Water supply and Treatment (CPHEEO) with up to date amendments if any.
Apart from above for the various civil works following Equipment’s/ Machines shall be required for
quality control.
The above list of essential equipment for quality control is for guidance and is not complete.
Other apparatus and equipment as desired/required by the Engineer-in-Charge shall be procured by the
Contractor
Annexure – I (Format: I-5)
(See clause 14 of Section 2 of ITB)
2 Nos
2 Excavator
1 No.s
3 Concrete weigh batch
mixer
1 No.s
4 Tractor with Trailor
2 No.s
5 Tractor with Tanker
2 No.s
6 Ajax Fiori
1 Sets
7 Roller
1 No.s
8 Pin/Needle vibrator
FINANCIAL BID
(TO BE CONTAINED IN ENVELOPE C)
APPENDIX: 2.18
(See Paragraph 2.091)
FINANCIAL OFFER FOR CONTRACT:
I/We do hereby TENDER to execute the whole of the work described in the scope, drawing and
according to the annexed specification for the sum of Rupees (in figures)
……………………………………………..…………………….… (in ............................................................................ (To
be quoted online and to be expressed both in words and figures). I/We have visited the site of work and
am/are fully aware of all the difficulties and conditions likely to affect carrying out the work. I/We have
fully acquainted myself/ourselves about the conditions in regard to accessibility of site and
quarries/kilns, nature and the extent of ground, working conditions including stacking of materials,
installation of tools and plant conditions effecting accommodation and movement of labor etc. required
for the satisfactory execution of contract.
Should this bid be accepted, I/We hereby agree to abide by and fulfill all the terms and provisions of the
saidconditions of contract annexed hereto so far as applicable, or in default thereof to forfeit and pay to
the Nagar Palika Parishad / Nagar Parishad / Nagar Palika Nigam ……, Madhya Pradesh or his
successors in office the sums of money mentioned in the said conditions.
Dated _
Bidder’s Signature
Address
Witnesses: _
Address:
The above said TENDER is hereby accepted by me on behalf of the (Name of ULB)
The _2022 _
The above bid is hereby accepted by me on behalf of the (Name of ULB) on dated the _
day of 20
Subject: _
(Name of the work as appearing in the bid for the work)
b. The Additional Performance Security/ Additional Performance Guarantee of Rs. _ (in figures)
(Rupees _ in words) only. The Additional performance
security shall be in the shape of Term Deposit Receipt/ Bank Guarantee of any Nationalized / Schedule
Commercial bank valid upto 3 months from the date of issuance of Completion Certificate after
finalization of delay Analysis, subjected to submission of BG for O&M Period. (In prescribed Format as
per Annexure – M)
Yours faithfully,
PERFORMANCE SECURITY
To
[Name of Employer]
[Address of Employer]
(Hereinafter called “the Contractor”) has undertaken, in pursuance of Letter of Acceptance No.
AND WHEREAS it has been stipulated by you in the said Contract that the contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance
with his obligation in accordance with the contract;
AND WHREREAS we have agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf
of the Contractor, up to a total of [amount of Guarantee]* (in words),such sum
being payable in the types and proportions of currencies in which the contract price is payable, and we
undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums
within the limits of [ amount of Guarantee] as aforesaid without your needing to prove or
toshow grounds or reasons for your demand for the sum specified the rein.
We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract of
the Works to be performed there under or of any of the Contract documents which may be made between
you and the Contractor shall in any way release us from any liability under this Guarantee, and we hereby
waive notice of any such change, addition or modification.
This Guarantee shall be valid upto 3 months from the date of issuance of Completion Certificate after
Name of
Bank
Address
_
Date
_
* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified
in the Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.
Annexure-M1
Format for Confirmation letter to be sent to Bank for verification of Bank Guarantee
To,
Manager,
………………………..
………………………..
………………………..
Sub.- Bank Guarantee for Rs. …... in respect of N.I.T. No. …….. Agreement No. ………..
Dated. ………..
------
Dear Sir,
We have received a Bank Guarantee for an amount of Rs ............ in lieu of Earnest money/Security
deposit/Mobilization advance. We request you to kindly confirm having issued the said guarantee. A
photocopy of the guarantee as received is enclosed.
Furthermore, you are requested to kindly encash the said guarantee before its expiry unless it is
renewed for further period or you hear anything to the contrary from us.
(Enclosed .................... )
Your Faithfully
…………………………….
…………………………….
SECTION 3
Conditions of Contract
Part – I General Conditions of Contract [GCC]
PaymentsforVariationsand/orExtra
A.General 21
Quantities
Nocompensationforalterationsinor
1 Definitions 22 restriction of work to be carriedout.
2 InterpretationsandDocuments 23 NoInterestpayable
3 LanguageandLaw 24 RecoveryfromContractors
4 Communications 25 Tax
5 Subcontracting 26 CheckMeasurements
6 Personnel 27 TerminationbyEngineerincharge
7 ForceMajeure 28 PaymentuponTermination
8 Contractor’sRisks 29 PerformanceSecurity
9 LiabilityForAccidentsToPerson 30 SecurityDeposit
10 ContractortoConstructtheWorks 31 PriceAdjustment
MobilizationandConstructionMa
11 Discoveries 32
chineryAdvance
12 DisputeResolutionSystem 33 SecuredAdvance
B.TimeControl 34 Paymentcertificates
13 Programme E.FinishingtheContract
14 ExtensionofTime 35 CompletionofCertificate
15 CompensationforDelay 36 FinalAccount
16 Contractor’squotedpercentage F.OtherConditionsofContract
C.QualityControl 37 Currencies
17 Tests 38 Labour
CorrectionofDefectsnoticedduringthe
18 39 CompliancewithLabourRegulations
Defect LiabilityPeriod
D.CostControl 40 AuditandTechnicalExamination
Variations- DeathandPermanentInvalidityofC
19 41
ChangeinoriginalSpecifications,Designs, ontractor
Drawingsetc.
20 ExtraItems 42 Jurisdiction
43 Monthly RA Bills
A.General
DEFINITIONS
Contract: means the Contract between the Employer and the Contractor to
execute, complete and/or maintain the work. Agreement is synonym of Contract
and carries the same meaning wherever used.
Contract Data Sheet: means the documents and other information which comprise
of the Contract.
Contractor: means a person or legal entity whose bid to carry out the work has
been accepted bythe Employer.
Contractor's bid: means the completed bid document submitted by the Contractor
to the Employer.
Contract Amount: means the amount of contract worked out on the basis of
accepted bid.
Completion of Work: means completion of the entire contracted work. Exhaustion
of quantity of any particular item mentioned in the bid document shall not imply
completion of work or any component thereof.
Day: means the calendar day.
Defect: means any part of the work not completed in accordance with the
specifications included inthe contract.
Department: means department of urban administration and development,
Madhya Pradesh.
Drawings: means drawings including calculations and other information provided
or approved bythe Engineer-in-Charge.
Employer: means the party as defined in the Contract Data, who employs the
Contractor to carry out the work. The employer may delegate any or all functions to
a person or body nominated by him for specified functions. The word Urban Local
Body (ULB) wherever used denote the Employer
Engineer: means the person named in contract data sheet from employer side
Engineer in charge: means the person named in the contract data sheet from
employer side
Engineer In Chief: Engineer In Chief of Directorate, Urban Administration and
Development
Equipment: means the Contractor’s machinery and vehicles brought temporarily to
the Site forexecution of work.
Government: means Government of Madhya Pradesh.
In Writing: means communicated in written form and delivered against receipt.
Material: means all supplies, including consumables, used by the
Contractor for incorporation inthe work.
PDMC: means Project Development and Management Consultants (PDMC) of
Concerned Division appointed by UADD for AMRUT 2.0 Project in M.P
Schedule of Rates: means, Schedule of Rates of Urban Administration and
Development and Department, Government of Madhya Pradesh w.e.f. 02.08 2021
with latest amendments.
Superintending engineer: means superintending engineer of the concerned division
of the MP Urbanadministration & development department as the case maybe.
Stipulated date of completion: means the date on which the Contractor is
required to complete thework. The stipulated date is specified in the Contract Data.
Specification: means the specification of the work included in the Contract and
any modification oraddition made or approved by the Engineer-in-Charge.
Start Date: means the date of signing of agreement for the work.
Sub-Contractor: means a person or corporate body who has a Contract (duly
authorized by the employer) with the Contractor to carry out a part of the construction
work under the Contract.
Temporary Work: means work designed, constructed, installed, and removed by
the Contractor that are needed for construction or installation of the work.
Tender / Bid, Tenderer /Bidder: are the synonyms and carry the same meaning
where ever used.
UADD: Directorate Urban Administration and Development Department
Variation: means any change in the work which is instructed or approved as
variation under thiscontract.
Work: the expression "work" or "works" where used in these conditions shall
unless there be something either in the subject or context repugnant to such
construction, be construed and taken to mean the workby virtue of contract,
contracted to be executed, whether temporary or permanent and whether original,
altered, substituted or additional.
2.0 INTERPRETATIONS AND DOCUMENTS
2.1 Interpretations
In the contract, except where the context requires otherwise:
a. words indicating one gender include all genders;
b. Words indicating the singular also include the plural and vice versa.
c. provisions including the word “agree”, “agreed” or “agreement” require the
agreement to berecorded in writing;
d. written” or “in writing” means hand-written, type-written, printed or
electronically made, andresulting in a permanent record;
The bid document comprises of the following documents in the order or priority as
below
Priority of bid document
1. NIT with all amendments.
2. Instructions to Bidders
3. Conditions of Contract:
i. Part I General Conditions of Contract and Contract Data; with all
Annexures
ii. Part II Special Conditions of Contract.
4. Specifications
5. Drawings
6. Priced Break Up schedule (Estimated cost Breakup)
7. Billing Break-up (Payment Schedule)
8. Technical and Financial Bid
9. Letter of acceptance
10. Agreement
11. Any other document (s), as specified (Detailed project report)
5. Subcontracting
Subcontracting shall be permitted for contracts value more than amount specified in
the Contract Datawith following conditions.
The Contractor may subcontract up to 25 percent of the contract price, only with and
after the approval of the Employer in writing, but will not assign the Contract.
Subcontracting shall not alter the Contractor’s obligations.
a. The following shall not form part of the sub-contracting:
i. Hiring of labour through a labour contractor,
ii. The purchase of Materials required for carrying out the works,
iii. Hiring of plant &machinery
b. The sub-contractor will have to be registered in the appropriate category in the
centralized registrationsystem for contractors of the GoMP.
6. Personnel
6.1 The Contractor shall employ for the construction work and routine maintenance the
technical personnel as provided in the Annexure I-3 of Bid Data sheet, if applicable. If
the Contractor fails to deploy requirednumber of technical staff, recovery as specified
in the Contract Data will be made from the Contractor.
6.2 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that
the person leaves the Site within three days and has no further connection with the
Works in the Contract.
7. Force Majeure
8. Contractor's Risks
8.1 All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract are the
responsibility of the Contractor.
8.2 All risks and consequences arising from the inaccuracies or falseness of the
documents and/or information submitted by the contractor shall be the responsibility of
the Contractor alone, notwithstanding the fact that designs/drawings or other
documents have been approved by the department.
The contractor shall be deemed to have indemnified and saved harmless the
Government and/or the employer, against all action, suits, claims, demands, costs etc.
arising in connection with injuries suffered by any persons employed by the contractor
or his subcontractor for the works whether under the General law or under workman’s
compensation Act, or any other statute inforce at the time of dealing with the question of
the liability of employees for the injuries suffered by employees and to have taken steps
properly to ensure against any claim there under.
10.1 The Contractor shall construct, install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data
10.2 In the case of any class of work for which there is no such specification as is
mentioned in contract Data, such work shall be carried as per best Engineering practice
or as directed by Engineer In Charge. In the event of any disparity between the written
specifications and BIS provisions, the provisions in BIS shall prevail
10.3 The contractor shall supply and take upon himself the entire responsibility
including cost of the sufficiency of the scaffolding, timbering, Machinery, tools
implements and generally of all means used for the fulfilment of this contract whether
such means may or may not approved of or recommended by the Engineer.
11. Discoveries
12.1 No dispute can be raised except before the Competent Authority as defined in
Contract data in writing giving full description and grounds of Dispute. It is clarified
that merely recording protest while accepting measurement and/or payment shall
not be taken as raising a dispute.
12.2 No issue of dispute can be raised after 45 days of its occurrence. Any dispute
raised after expiry of 45 days of its first occurrence shall not be entertained and
the Employer shall not be liable for claimsarising out of such disputes
12.3 The Competent Authority shall decide the matter within 45days.
12.4 Appeal against the order of the Competent Authority can be preferred within 30
days to the Appellate Authority as defined in the Contract data. The Appellate
Authority shall decide the dispute wiithin 45days.
12.5 Appeal against the order of the Appellate Authority can be proffered before the
Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh
Madhyastham Adhikaran Adhiniyam,1983.
12.6 The contractor shall have to continue execution of the works with due diligence
notwithstanding pendency of a dispute before any authority or forum.
B. Time Control
13. Programme
13.1 Within the time stated in the Contract Data, the Contractor shall submit to the
Engineer for approvala Programme showing the general methods, arrangements,
order, and timing for all the activities in the Works for the construction of works.
13.2 The program shall be supported with all the details regarding key personnel,
equipment and machinery proposed to be deployed on the works for its
execution. The contractor shall submit thelist of equipment and machinery being
brought to site, the list of key personnel being deployed, the list of
machinery/equipment’s being placed in field laboratory and the location of field
laboratory along with the Programme
13.3 An update of the Programme shall be a programme showing the actual progress
achieved on each activity and the effect of the progress achieved on the timing of
the remaining Works, including any changes to the sequence of the activities.
13.4 The Contractor shall submit to the Engineer for approval an updated Programme
at intervals no
longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Programme within this period, the Engineer may withhold the
amount stated in the Contract Data from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the overdue
Programme has been submitted.
13.5 The Engineer’s approval of the Programme shall not alter the Contractor’s
obligations
14.1 If the Contractor desires an extension of time for completion of the work on the
ground of his having been unavoidably hindered in its execution or on any other
grounds, he shall apply, in writing, to theEngineer-in-charge, on account of which
he desires such extension. Engineer-in- charge shall forward the aforesaid
application to the competent authority as prescribed.
14.2 The competent authority shall grant such extension at each such occasion within
a period of 30 days of receipt of application from contractor and shall not wait for
finality of work. Such extensions shall be granted in accordance with provisions
under clause-7 or clause- 15 of this agreement.
14.3 In case of the work already in progress, the contractor shall proceed with the
execution of the works, including maintenance thereof, pending receipt of the
decision of the competent authority as aforesaid with all due diligence.
15.1 The time allowed for carrying out the work, as entered in the agreement, shall
be strictly observed by the Contractor.
15.2 The time allowed for execution of the contract shall commence from the date of
signing of the agreement. It is clarified that the need for issue of work order is
dispensed with.
15.3 In the event milestones are laid down in the Contract Data for execution of the
works, the contractorshall have to ensure strict adherence to the same.
15.4 Failure of the Contractor to adhere to the timelines and/or milestones shall
attract such liquidated damages as is laid down in the Contract Data
15.5 In the event of delay in execution of the works as per the timelines mentioned in
the contract data the Engineer-in- charge shall retain from the bills of the
Contractor Amount equal to the liquidated damages livable until the contractor
makes such delays good. However, the Engineer-in-charge shall accept
bankable security in lieu of retaining such amount.
15.6 If the contractor is given extension of time after liquidated damages have been
paid, the engineer in charge shall correct any over payment of liquidated
damages by the Contractor in the next payment certificate.
15.7 In the event the contractor fails to make good the delay until completion of the
stipulated contract period (including extension of time) the sum so retained shall
be adjusted against liquidated damages levied.
16.1 The contractors quoted Bid Price referred to in the “Bid for Works” will be
deducted / added from/to the net amount of the bill after deducting the cost of
material supplied by the department, if any.
C. Quality Control
17. Tests
17.3 Failure of the contractor to establish laboratory shall attract such penalty as is
specified in theContract Data.
17.4 Ten percent of the mandatory tests prescribed under the specifications shall be
got carried out through Laboratories accredited by National Accreditation Board
of Laboratories (NABL) by the
Engineer-In –Charge and the cost of the such testing shall be deducted from the
payments due to Contractor.
18.1 The defect liability period of work in the contract shall be as per the Contract Data
18.2 The Contractor shall promptly rectify all defects pointed out by the Engineer well
before the end of the Defect Liability Period. The Defect Liability Period shall
automatically stand extended until the defect is rectified.
18.3 If the Contractor has not corrected a Defect pertaining to the Defect Liability
Period to the satisfaction of the Engineer, within the time specified by the
Engineer, the Engineer will assess the cost of having the Defect corrected, and
the cost of correction of the Defect shall be recovered from the Performance
Security or any amount due or that may become due to the contractor and other
available securities.
D. Cost Control
22.1 If at any time after the commencement of the work, the Government, for any
reason whatsoever,
not require the whole or any part of the work as specified in the bid to be carried
out, the Engineer in charge shall give notice in writing of the fact to the
Contractor and withdraw that whole or any part of the work.
22.2 The Contractor shall have no claim to any payments or compensation
whatsoever, on account of any profit or advantage which he might have derived
from the execution of work in full or on account of any loss incurred for idle men
and machinery due to any alteration or restriction of work for whatsoever
reason.
22.3 The Engineer in charge may supplement the work by engaging another agency
to execute such portion of the work, without prejudice to his rights.
27. Termination
27.1 If the contractor fails to carry out any obligation under the Contract, the Engineer
in charge may by notice require the Contractor to make good the failure and to
remedy it within a specified reasonable time.
27.2 The Engineer in charge after the approval of employer shall be entitled to terminate
the contract if the Contractor
a) Abandons the works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for
approvedreconstruction or amalgamation;
c) Without reasonable excuse fails to comply with the notice to correct a particular
defect within areasonable period of time;
d) The Contractor does not maintain a valid instrument of financial Security, as
prescribed;
e) The Contractor has delayed the completion of the Works by such duration for
which the maximumamount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up
a field laboratoryas specified in the Contract Data.
g) If the Contractor, in judgmental of the engineer in charge has engaged in
corrupt or fraudulent practices in competing for or in executing the
contract;
h) Any other fundamental breaches as specified in the Contract Data.
27.3 In any of these events or circumstances, the engineer in charge may, upon giving
14 days’ notice to the contractor, terminate the contract and expel the Contractor
from the site. However, in the case of sub paragraph (b) or (g) of clause 27.2, the
Engineer in charge may terminate the contract immediately.
27.4 Notwithstanding the above, the Engineer in charge may terminate the contract for
convenience by giving notice to the contractor.
28.1 If the contract is terminated under clause 27.3, the Engineer shall issue a certificate
for value of thework accepted on final measurements, less advance payments and
penalty as indicated in the Contract Data. The amount so arrived at shall be
determined by the Engineer-in-charge and shall be final and binding on both the
parties.
28.2 payment on termination under clause 27.4 above, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of
Equipment, repatriation of the contractor’s personnel employed solely on the works,
and the contractor’s costs of protecting and securing the works and less advance
payments received up to the date of the certificate, less other recoveries due in
terms of the contract and less taxes due to be deducted at source as per applicable
law.
28.3 If the total amount due to the Employer exceeds any payment due to the
Contractor, the differenceshall be recovered as per clause 24 above.
32.2 If applicable, the Engineer in charge shall make interest bearing advance
payment to the contractor of the amounts started in the Contract Data, against
provision by the contractor of an unconditional Bank Guarantee in a form and by
nationalized/Scheduled banks, in the name as stated in the Contract data, in
amounts equal to the advance payment. The Guarantee shall remain effective
until the advance payment has been repaid, but the amount of the guarantee shall
be progressively reduced by the amounts repaid by the contractor.
32.3 The rate of interest chargeable shall be as per Contract data.
32.4 The construction machinery advance, if applicable, shall be limited to 80% of the
cost of construction machinery and admissible only for new construction
machinery.
32.5 The advance payment shall be recovered as stated in the Contract data by
deducting proportionate amounts from payment otherwise due to the Contractor.
No account shall be taken of the advance payment or its recovery in assessing
valuations of work done, variations, price adjustments, compensation events, or
liquidated damages.
38. Labour
38.1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for
their payment, housing, feeding and transport.
38.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return
in detail, in such form and at such intervals as the Engineer may prescribe,
showing the staff and the numbers of the several classes of labour from time to
time employed by the Contractor on the Site and such other information as the
Engineer may require.
43. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity,
construction, interpretation and legal effect shall be subjected to the exclusive
jurisdiction of the courts in Bhopal or of the courts at the place where this
agreement is entered into. No other jurisdiction shall be applicable.
44.1 Upon the signing of agreement, the Engineer shall decide the date of submission of
monthly statement(RA Bills) as mentioned in clause 34 (a)
44.2 The Engineer shall check the Contractor’s monthly statement (RA Bills) & certify
the amount to be paid to the contractor within 15 days of submission of monthly
statement (RA Bills).
44.3 The employer shall ensure the payment to the Contractor as per clause 34
(d), (e), (f) & (g) within 25 days of submission of monthly statement (RA
Bills).
[End of GCC]
Contract Data
Clause
Particulars Data
reference
1.14 Employer Nagar Parishad, Hindoria
32.3 If yes, Rate of interest Interest rate as per notified bank rate on the date of
chargeable on advance inviting tender
32.4 If yes, Type & Amount Mobilization Advance - Not more than 10% of contract
payment that can be paid amount
Recovery of Mobilization advance shall commence
when 10% of the contract amount is executed and
32 recovery of total advance shall be done on pro-rata
basis and shall be completed by the time work
equivalent to 80% of the contract amount is executed.
In addition to the recovery of principal amount, recovery
32.5 If yes, Recovery of Advance
of interest shall be carried out as calculated on the
payment
outstanding amount of principal at the close of each
month. The interest shall accrue from the day of
payment of advance and the recovery of interest shall
commence when 10% of the contract amount is
executed and shall be completed by the time work
equivalent to 80% of the contract amount is executed.
33.1 Secured Advance applicable No Security Advance payable
33
33.2 If yes, Unconditional bank
In the format prescribed in Annexure-T
Guarantee
Clause Particulars Data
reference
33.3 If yes, Conditions for
Not Applicable
secured Advance
33.4 If yes, recovery of secured Not Applicable
advance
Completion certificate- After As per Annexure – U
physical completion of the work
Final Completion Certificate – As per Annexure – V
35
after final payment on completion
of the work
DRAWINGS
(To be prepared by Contractor and approved by the Chief Engineer/ Engineer in Chief)
Annexure – O
(See clause 10 of Section 3 of GCC)
DETAILS OF MILESTONES
The time allowed for the carrying out the work, as entered in the tender form shall be strictly observed by the
contractor and shall be deemed to be essence of the contract and shall be reckoned immediately from the
date of issue of the order to commence the work issued to the contractor.
The work shall throughout the stipulated period of contract be proceeded with all due diligence keeping in view
that time is the essence of the contract. The contractor shall be bound in all cases, to complete
th th
- 1/8 of the whole work before ¼ of the whole time allowed under the contract has elapsed,
- 3/8th of the work before ½ of such time has elapsed
- ¾th of the work before ¾ of such time has elapsed.
Annexure – P
(See clause 10 of Section 3 of GCC)
If the contractor fails to achieve the milestones, and the delay in execution of work is attributable to
the contractor, the Employer shall retain an amount from the sums payable and due to the
contractor as per following scale–
i. Slippage up to 25% in financial target during the milestone under consideration – 2.5% of the
work remained unexecuted in the related timespan.
ii. Slippage exceeding 25% but up to 50% in financial target during the milestone under
cconsideration – 5% of the work remained unexecuted in the related timespan.
iii. Slippage exceeding 50% but up to 75% in financial target during the milestone under
construction – 7.5% of the work remained unexecuted in the related timespan.
iv. Slippage exceeding 75% in financial target during the milestone under consideration – 10%
of the work remained unexecuted in the related timespan.
Note: For arriving at the dates of completion of time span related to different milestones, delays
which are not attributable to the Contractor shall be considered. The slippage on any milestone is
if made good in subsequent milestones or at the time of stipulated period of completion, the
amount retained as above shall be refunded. In case the work is not completed within the
stipulated period of completion along with all such extensions which are granted to the Contractor
for either Employer’s default or Force Majeure, the compensation shall be levied on the contractor
atthe rate of 0.05% per day of delay limited to maximum of 10% of contract price.
The decision of appropriate authority within the Urban Local Body/Employer after scrutiny and
recommendation by Divisional Superintending Engineer, UADD shall be final and binding upon
both the parties.
Annexure – Q
(See clause 10 of Section 3 of GCC)
Price Adjustment
The formulas for adjustment of price are as follow:
R= Value of work as defined in Clause 31.1 of Conditions of Contract
Vc = increase or decrease in the co t of work during the month under Consideration due to changes in rates for
cement.
C0 = The all India wholesale price index for Pozzolana cement on the date of Issuance of ISSR (and
amendment if any) as published by Economic Advisor, DIPP, Ministory of Commerce and Industry
Government of India, New Delhi.
C1 = The all lndia average wholesale price index for Pozzolana cement for the month under consideration as
published by the Economic Advisor, DIPP, Ministry of Commerce and Industry Government of India,
New Delhi.
PC = Percentage of cement component of the work
Note: 1. Ordinarily the Seven components shown above are components of the civil works. However, for
specific works in which some components not included in the aforementioned 7 components, form a
substantial part of the works, the same can be provided using similar formula and related indices.
Similarly, if some components are not required, the same shall not be used while adjusting the
contract price. In all cases the sum total of percentage of different components shall be 100%.
2. The percentage of the aforementioned components shall be determined by the Engineer-In-Charge as
per the Scope of work.
Annexure - S
(See clause 32 of Section 3 -GCC )
To,
[Name of Employer]
[Address of Employer]
[Name of Contractor]
ln accordance with the provisions of the General Conditions of Contract, clause 31 ("Mobilization and
Advance") of the above-mentioned Contract [name and address of
Contractor] (hereinafter called "the Contractor") shall deposit with [name of Employer] a bank
guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in
an amount of [amount of Guarantee* [in words].
We, the [bank of financial institution] as instructed ’by the Contractor, agree
unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the
payment to [name of Employer] on his first demand without what so ever right of obligation on
our part and without his first claim to the Contractor, in the amount not exceeding [amount of
guarantee]*[in words].
We further agree that no change or addition to or other modification of the terms of the Contractor or
Works to be performed there under or of any of the Contract documents which may be made between
[name of Employer] and the Contractor, shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until [name of Employer] receives full repayment of the same amount
from the Contractor.
Yours truly,
* An amount shall be inserted by the Bank or Financial Institution representing the amount of the
Advance Payment, and denominated in Indian Rupees.
Annexure –T
(See clause 33 of Section 3- GCC)
Whereas by an agreement dated --------------- (herein called the said agreement) the contractor has
agreed.
AND WHEREAS the contractor has applied to the Employer that he may be allowed advanced on
the security of materials absolutely belonging to him and brought by him to the site of the works the
subject of the said agreement for use in the construct o o such of the works the subject of the said
agreement for use in the construction of such of he wo ks as he has undertaken to execute at rates
fixed for the finished work (inclusive of the cost ate ials an labour and other charges)
AND WHEREAS the Employer has gree to adva e to the Contractor the sum of Rupees-------
-------------on the security of ma eria s th quantiti and other particulars of which are detailed in
Accounts if Secured Adva tt che to the unning Account Bill for the said works signed by the
Contractor on---------------and h Employ s reserved to himself the option of making any further
advance or advances on the e urity her materials brought by the Contractor to the site of the said
works.
Now THIS INDENTURE WITNESSTH that in pursuance of the said agreement and in
consideration of the sum of Rupees------------------ on or before the execution of these presents paid tothe
Contractor by the Employer (the receipt where of the Contractor doth hereby acknowledge) and of such
further advances (if any) as may be made to him as a for said the Contractor doth hereby convenient
and agree with the Mayor and declare asfollows:
The Contractor as aforesaid and all or any further sum of sums advanced as aforesaid shall be
employed by the Contractor in or towards expending the execution of the said works and for no other
purpose whatsoever.
(1) That the materials details in the said Account of Secured Advances which have been offered to and
accepted by the Employer as security are absolutely the Contractor’s own propriety and free from
encumbrances of any kind and the contractor will not make any application for or receive a further
advance_ on the security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractor indemnified the Employer against all claims to any
materials in respect of which an advance has be made to him asaforesaid.
(2) That the materials detailed in the said account of Secured Advances and all other materials on the
security of which any further advance or advances may hereafter be made as aforesaid (hereafter
called the said materials) shall be used by the Contractor solely in the execution of the said works in
accordance with the directions of theEngineer.
(3) That the Contractor shall make at his own cost all necessary and adequate arrangements for the
proper watch, safe custody and protection against all risks of the said materials and that until used in
construction as aforesaid the said materials shall remain at the site of the said works in the
Contractor’s custody and on his own responsibility and shall at all times be open to inspection by the
Engineer or any officer authorized by him. In the event of the said materials or any part thereof being
stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to
reasonable use and wear thereof the Contractor will forthwith replace the same with other materials of
like quality or repair and make good the same required by theEngineer.
(4) That the said materials shall not be removed from the site of the said works except with the written
permission of the Engineer or an officer authorized by him onthat
(5) That the advances shall be repayable in full when or before the Contract receives payment from the
Employer of the price payable to him for the said works under the terms and provisions of the said
agreement. Provided that if any intermediate payments are made to the Contractor on account of
work done than on the occasion of each such payment the Employer will be at liberty to make a
recovery from the Contractor’s bill for such payment by deducting there from the value of the said
materials than actually used in the construction and in respect of which recovery has not been made
previously, the value for this purpose being determined in respect of each description of materials at
the rates at which the amounts of the advances made under these presents were calculated.
(6) That if the Contractor shall at any time make any default in the performance or observance in any
respect of any of the terms and provisions of the said agreement or of these presents the total
amount of the advance or advances that may still be owing of the Employer shall immediately on the
happening of such default be re-payable by the Contractor to be the Employer together with interest
thereon at twelve percent per annum from the date or respective updates of such advance or
advances to the date of repayment and with all costs, charges, damages and expenses incurred by
the Employer in or for the recovery thereof or the enforcement of this security or otherwise by reason
of the default of the Contractor and the Contractor hereby covenants and agrees with the Employer to
reply and pay the same respectively to him accordingly.
(7) That the Contractor hereby charges all the said materials the repayment to the Employer of the
said sum of Rupees and any further sum of sums a an ed as aforesaid and all costs, charges,
damages and expenses payable under these pre t prov ded always and it is hereby agreed and
declared that notwithstanding anything in th sa a e m n and without prejudice to the power
contained therein if and whenever the coven nt for pa men and repayment here-in-before contained
shall become enforceable and the oney w ng sh ll not be paid in accordance there with the
Employer may at any time there fte adopt al or an o he following courses as he may deem best:
(a) Seize and utilize the said m t rials o any part thereof in the completion of the said works on
behalf of the contractor in accor anc with the provision in that behalf contained in the said
agreement debiting the contractor ith the actual cost of effecting such completion and the amount
due to the contractor with the value of work done as if he had carried it out in accordance with the
said agreement and at the rates thereby provided. If the balance is against the contractor, he is to
pay same to the Employer ondemand.
(b) Remove and sell by public auction the seized materials or any part thereof and out of the moneys
arising from the sale retain all the sums aforesaid repayable or payable to the Employer under these
presents and pay over the surplus (if any) to the Contractor.
(c) Deduct all or any part of the moneys owing out of the security deposit or any sum due to the
Contractor under the said agreement.
(8) That except in the event of such default on the part of the contractor as aforesaid interest on -the said
advance shall not bepayable.
(9) That in the event of any conflict between the provisions of these presents and the said agreement the
provisions of these presents shall prevail and in the event of any dispute or difference arising over the
construction or effect of these presents the settlement of which has not been here-in-before expressly
provided for the same shall be referred to the Employer whose decision shall be final and the
provision of the Indian Arbitration Act for the time being in force shall apply to any such reference. ’‘
Annexure - U
(See clause 35 of section 3 -GCC)
Physical Completion Certificate
Name of Work:
Certified that the above-mentioned work was physically/Substantially completed on. (Date) and taken over
on ....................... (Date) and that I have satisfied myself to best of my ability that the work has been done
properly.
Date of issue
Annexure-V
(See clause 35 of section 3 -GCC)
Name of Work:
Name of Agency: _
Used MB No.
c. Date
I have satisfied myself to best of my ability that the work has been done properly.
Date of Issue
Annexure – W
(See clause 39 of Section 3 -GCC)
Salient Features of Some Major Labour Laws Applicable
Workmen Compensation Act 1923: - The Act provides for compensation in case of injury by accident
arising out of and during the course of employment.
(a) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act on satisfaction of
certain conditions on separation if an employee has completed the prescribed minimum years (say,
five years) of service or more or on death the rate of prescribed minimum days’(say, 15 days) wages
for every completed year of service. The Act is applicable to all establishments employing the
prescribed minimum number (say, 10) or more employees.
(b) Employees P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions
by the Employer plus workers at the rate prescribed (say, 10% or 8.33%). The benefits payable
under the Act are:
(c) Maternity Benefit Act 1951: - The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.
(d) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare measures
to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the
same are required to be provided, by the Principal Employer by Law. The principal Employer is
required to take Certificate of Registration and the Contractor is, required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if
they employ prescribed minimum (say 20) or more contract labour.
(e) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum Wages fixed by
appropriate Government as per provisions of the Act if the employment is a scheduled employment.
Construction of buildings, roads, runways is scheduled employment.
(f) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid, when it will
be paid and what deductions can be made from the wages of the workers.
(g) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of equal
nature to male and female workers and for not making discrimination against female employees in
the matters of transfers, training and promotions etc.
(h) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed
minimum (say, 20) or more workmen. The Act provides for payments of annual bonus ’within the
prescribed range of percentage of wages to employees drawing up to the prescribed amount of
wages, calculated in the prescribed manner. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances. States may have
different number of employment size.
(i) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution of
industrial disputes, in what situations a strike or lock-out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
(j) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments employing
prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the
conditions of employment by the Employer on matters provided in the Act and gets these certified by
the designated Authority.
(k) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of workmen
and Employers. The Trade Unions registered under the Act have been given certain immunities from
civil and criminal liabilities.
(l) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children below
14 years of age in certain occupations and processes and provides for regulations o employment of
Children in all other occupations and processes. Employment of child labour is prohibited in
buildingand construction industry.
(m) Inter-State Migrant Workmen’s (Regulation of Employment & Conditions of Service) Act 1979: -
The Act is applicable to an establishment which employs prescribed minimum (say, five) or more
inter- state migrant workmen through an intermediary (who has recruited workmen in one state
for employment in the establishment situated in another state). The inter-State migrant workmen,
in an establishment to which this Act becomes applicable, are required to be provided certain
facilities such as Housing, Medical-Aid, Travelling expenses from home up to the establishment
and back etc.
(n) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996: - All the establishments who carry on any building or
other construction work and employs the prescribed minimum (say, 10) or more workers are
covered underthis Act. All such establishments are required to pay cess at the rate not exceeding
2% of the cost of construction as. may be modified by the Government., The Employer of the
establishment- is required to provide safety measures at the building or construction work and
other welfare measures, such as canteens, first-aid facilities, ambulance, housing
accommodations for workers near the-work place etc. The Employer to whom the Act applies has
to obtain a registration certificate from the RegisteringOfficer appointed by the Government.
(o) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up a
factory, health and safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to designated authorities. it
is applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of
power or another prescribed minimum (say, 20) or more persons without the aid of power
engaged in manufacturing process.
CONSTRUCTION SAFETY
1. On all excavation work, safety precautions for the protection of life and property are essential:
While measures to avoid inconveniences to the public are desirable. Such measures and precautions include
the erection and maintenance signs (to forewarn public), barricades, bridges, and detours: placing and
maintenance of lights both for illumination and also as danger signals, provision of watchmen to exclude
unauthorized persons particularly children, from trespassing on the work: and such other precautions as
local conditions may dictate.
2. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from
the ground, or from solid construction except such short period work as can be done safely from
ladders. When aladder is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder
is used for carrying materials as well suitable footholds and hand-hold shall be provided on the ladder
and the ladder shall be given an inclination not steeper than ¼ to 1(¼ horizontal and 1 vertical.)
3. Scaffolding of staging more than 3.6 m (12ft.) above the ground or floor, swung or suspended from an
overhead support or erected with stationary support shall have a guard rail properly attached or bolted,
braced and otherwise secured at least 90 cm. (3ft.) high above the floor or platform of such scaffolding or
staging and extending along the entire length of the outside and ends thereof with only such opening as
may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to
prevent it from swaying from the building or structure.
4. Working platforms, gangways and stairways should be so constructed that they should not
sag unduly or unequally, and if the height of the platform or the gangway or the stairway is more than
3.6 m (12ft.) above ground level or floor level, they should be closely boarded, should have adequate width
and should be suitably fastened as described in (2) above.
5. Every opening in the floor of a building or in a working platform shall be provided with suitable means to
prevent the fall of person or materials by providing suitable fencing or railing whose minimum height
shall be 90 cm. (3ft.)
6. Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable single ladder shall be over 9m. (30ft.) in length while the width
between side rails in rung ladder shall in no case be less than 29 cm. (11½") for ladder upto and including
3 m. (10 ft.) in length. For longer ladders, this width should be increased at least ¼” for each additional 30
cm. (1 foot) of length. Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions
shall be taken to prevent danger from electrical equipment. No materials on any of the sites or work
shall be so stacked or
placed as to cause danger or inconvenience to any person or the public. The contractor shall 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 proceedings at law that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay any damages and cost which may be
awarded in any such suit; action or proceedings to any such person or which may, with the consent of the
contractor, be paid to compensate any claim by any such person.
7. (a) Excavation and Trenching - All trenches 1.2 m. (4ft.) or more in depth, shall at all times be
supplied with at least one ladder for each 30 m. (100 ft.) in length or fraction thereof, Ladder shall extend
from bottom of the trench to at least 90 cm. (3ft.) above the surface of the ground. The side of the
trenches which are 1.5
m. (5ft.) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing,
so as to avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m.
(5ft.) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done
from top to bottom. Under no circumstances, undermining or undercutting shall be done.
(b) Safety Measures for digging bore holes:-
(i). If the bore well is successful, it should be safely capped to avoid caving and collapse of the bore well.
The failed and the abandoned ones should be completely refilled to avoid caving and collapse;
(ii). During drilling, Sign boards should be erected near the site with the address of the drilling contractor
andthe Engineer in-charge of the work.
(iii). Suitable fencing should be erected around the well during the drilling and after the installation of the
rig on the point of drilling, flags shall be put 50m alround the point of drilling to avoid entry of people;
(iv). After drilling the bore well, a cement platform (0.50m x 0.50m x 1.20m) 0.60m above ground level
and 0.60m below ground level should be constructed around the well casing;
(v). After the completion of the bore well, the contractor should cap the bore well properly by welding
steel plate, cover the bore well with the drilled wet soil and fix thorny shrubs over the soil. This should be
done even while repairing the pump;
(vi). After the bore well is drilled the entire site should be brought to the ground level.
8. Demolition - before any demolition work is commenced and also during the progress of the work,
(i) All roads and open areas adjacent to the work site shall either be closed or suitably protected.
(ii) No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used
by the operator shall remain electrically charged.
(iii) All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion
or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to
render it unsafe.
9. All necessary personal safety equipment as considered adequate by the Engineer-in-Charge should
be kept available for the use of the person 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. The following safety equipment shall invariably be provided:--.
(i) Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with
protective footwear and protective goggles
. (ii) Those engaged in white washing and mixing or stacking of cement bags or any material which is
injurious to the eyes, shall be provided with protective goggles.
(iii) Those engaged in welding works shall be provided with welder’s protective eye shields.
(iv) Stone breaker shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.
(v) When workers are employed in sewers and manholes, which are in active use, the contractors
shall ensure that the manhole covers are opened and ventilated at least for an hour before the
workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with
suitable railing and provided with warning signals or boards to prevent accident to the public. In
addition, the contractor shall ensure that the following safety measure are adhered to :-
(a) Entry for workers into the line shall not be allowed except under supervision of the JE or any other
higherofficer.
(b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours
before any man is allowed to enter into the manhole for working inside.
(c) Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper which
changes colour in the presence of such gases and gives indication of their presence.
(d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no
Oxygenis found inside the sewer line, workers should be sent only with Oxygen kit.
(e) Safety belt with rope should be provided to the workers. While working inside the manholes, such
rope should be handled by two men standing outside to enable him to be pulled out during emergency.
(f) The area should be barricaded or cordoned of by suitable means to avoid mishaps of any kind.
Proper warning signs should be displayed for the safety of the public whenever cleaning works are
undertaken during night or day.
(g) No smoking or open flames shall be allowed near the blocked manhole being cleaned. (h) The malba
obtained on account of cleaning of blocked manholes and sewer lines should be immediately removed
to
avoid accidents on account of slippery nature of the malba.
(i) Workers should not be allowed to work inside the manhole continuously. He should be given rest
intermittently. The Engineer-in-Charge may decide the time up to which a worker may be allowed to work
continuously inside the manhole.
(j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency.
(k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for, portable air
blowers are recommended for ventilating the manholes. The Motors for these shall be vapour proof and of
totally enclosed type. Non sparking gas engines also could be used but they should be placed at least 2 metres
away from the opening and on the leeward side protected from wind so that they will not be a source of friction
on any inflammable gas that might be present.
(l) The workers engaged for cleaning the manholes/sewers should be properly trained before allowing to work
in the manhole.
(m) The workers shall be provided with Gumboots or non-sparking shoes, bump helmets and gloves, non-
sparking tools, safety lights and gas masks and portable air blowers (when necessary). They must be supplied
with barrier cream for anointing the limbs before working inside the sewer lines.
(n) Workmen descending a manhole shall try each ladder stop or rung carefully before putting his full weight
on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well.
(o) If a man has received a physical injury, he should be brought out of the sewer immediately and adequate
medical aid should be provided to him.
(p) The extent to which these precautions are to be taken depend on individual situation but the decision of
the Engineer-in-Charge regarding the steps to be taken in this regard in an individual case will be final.
(vi) The Contractor shall not employ men and women below the age of 18 years on the work of painting with
products containing lead in any form. Wherever men above the age of 18 are employed on the work of lead
painting, the following precaution should be taken:
- (a) No paint containing lead or lead products shall be used except in the form of paste or readymade paint.
(b) Suitable face masks should be supplied for use by the workers when paint is applied in the form of spray
or a surface having lead paint is dry rubbed and scrapped.
(c) Overall, shall be supplied by the contractors to the workmen and adequate facilities shall be provided to
enable the working painters to wash during and on the cessation of work.
10. An additional clause (viii)(i) of Safety Code (iv) the Contractor shall not employ women and men below
the age of 18 on the work of painting with product containing lead in any form, wherever men above the age of
18 are employed on the work of lead painting, the following principles must be observed for such use:
(i) White lead, sulphate of lead or product containing these pigment, shall not be used in painting operation
except in the form of pastes or paint ready for use.
(ii) Measures shall be taken, wherever required in order to prevent danger arising from the application of a
paint in the form of spray.
(iii) Measures shall be taken, wherever practicable, to prevent danger arising out of from dust caused by dry
rubbing down and scraping.
(iv) Adequate facilities shall be provided to enable working painters to wash during and on cessation of work.
(v) Overall shall be worn by working painters during the whole of working period.
(vi) Suitable arrangement shall be made to prevent clothing put off during working hours being spoiled by
painting materials.
(vii) Cases of lead poisoning and suspected lead poisoning shall be notified and shall be subsequently
verified by medical man appointed by competent authority.
(viii) The employer may require, when necessary medical examination of workers. (ix) Instructions with regard
to special hygienic precautions to be taken in the painting trade shall be distributed to working painters.
11. When the work is done near any place where there is risk of drowning, all necessary equipment’s should
be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger
and adequate provision, should be made for prompt first aid treatment of all injuries likely to be obtained during
the course of the work.
12. Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform
to the following standards or conditions:-
(i) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from
patent defects and shall be kept repaired and in good working order.
(b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality
and adequate strength, and free from patent defects.
(ii) Every crane driver or hoisting appliance operator, shall be properly qualified and no person under the age
of 21 years should be in charge of any hoisting machine including any scaffolding winch or give signals to
operator.
(iii) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in
hoisting or as means of suspension, the safe working load shall be ascertained by adequate means. Every
hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case ofa
hoisting machine having a variable safe working load each safe working load and the condition under which
it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this
paragraph shall be loaded beyond the safe working load except for the purpose of testing.
(iv) In case of departmental machines, the safe working load shall be notified by the Electrical Engineer-in-
Charge. As regards contractor’s machines the contractors shall notify the safe working load of the machine tothe
Engineer-in-Charge whenever he brings any machinery to site of work and get it verified by the Electrical
Engineer concerned.
13. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be
provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce tothe
minimum 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 becoming accidentally displaced. When workers are
employed on electrical installations which are already energized, insulating mats, wearing apparel, such as
gloves, sleeves and boots as may be necessary should be provided. The worker should not wear any rings,
watches and carry keys or other materials which are good conductors of electricity.
14. All scaffolds, ladders and other safety devices 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 should be provided at or near places of work.
15. To ensure effective enforcement of the rules and regulations relating to safety precautions the
arrangements made by the contractor shall be open to inspection by the Engineer-in-Charge or their
representatives.
16. Notwithstanding the above clauses from (1) to (14), there is nothing in these to exempt the contractor
from the operations of any other Act or Rule in force in the Republic of India.
Section 3
Conditions of Contract
Part-II Special Conditions of Contract [SCC]
1. GENERAL:
The special conditions are supplementary conditions to the tender and shall form the part of the
contract.
1.1 It shall be the responsibility of Bidder to co-ordinate with traffic authority, Railways, MPRDC,
M.P. Electricity Board, Telephone authority, various authorities including Public Health
Engineering, Water resource Department (for Canal crossing), MP Forest Department for
obtaining necessary permissions regarding crossing of road/railway tracks, shift of various types of
public utilities like existing pipe line, sewer line, cable etc. as may be required for the due
fulfillment of the obligations under this contract Nagar Palika Parishad / Nagar Parishad/ Nagar
Palika Nigam Hindoria shall deposit all charges including charges for Electric Connection,
Crossing of Railway and Road way etc. as may be necessary for seeking required permissions
from different authorities but it shall be the primary responsibility of the contractor/firm to pursue
with various authorities and obtain the permissions at the earliest. If as a result of excavation of
trenches the underground services such as water main electric telephones cable, sewer lines
become naked and unsupported it shall be the responsibility of the contractor to make suitable and
necessary arrangement as per direction of the Engineer-in-Charge for their protection and no extra
payment on this account will be made to the contractor. Any damages caused to the above
mentioned underground services due to negligence of the contractor or otherwise the same shall
be made good by the contractor at his own cost.
Accuracy of Lines, Levels and Grades
The various works shall be done true to line, level and grade. The periodical checking of these by
the Engineer or Engineer’s representative shall not absolve the Contractor of his responsibility
regarding their accuracy. In case of any deviation or discrepancy in line, level or grade at the
meeting faces, the contractor shall make good the discrepancy at his own cost and without any
compensation for the additional work if any involved. Whenever such a discrepancy is found to
arise at the junction of works being carried out by different Contractors the responsibility to set right
their respective discrepancies shall be fixed by the Engineer whose decision shall be final and
binding on the Contractors concerned. Engineer shall further have the unquestioned right if need
be to rectify the discrepancies and recover the cost from the Contractor or Contractors according
to proportions as he May consider reasonable.
The details of location and the nearest permanent bench marks. Reference Grid Marks shall be
obtained by the Contractor in writing from the Engineer. Temporary bench mark for day to day use
shall be fixed with reference to above permanent bench marks with double leveling. The Grid Co-
ordinates and its references May be obtained from the Engineer.
3.0 Arrangements of Water and Electric Power
Arrangement for water and electric power required for the works shall be made by him at his own
cost. Employer will however recommend to the State Electricity Board for giving the connection
and power to the Contractor. However, the Employer will bear no responsibility in this respect.
4.0 Measures for Prevention of Fire
4.1 The Contractor shall not set fire to any standing Jungle, trees, brush wood or grass without a
written
permission from the Engineer.
4.2 When such permission is given and also in all cases when destroying out of dug trees, brush
wood, grass etc. by fire, the Contractor shall take necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.
4.3 Any damage caused by the spreading of such fire, whether in or beyond limits of the Employer’s
property, the amount of the damage shall be recovered by the Engineer from the Contractor’s
Billsas damages or deducted by any other duly authorized officer from any sums that May be due
or become due from the Employer to the Contractor under the contractor otherwise.
4.4 The Contractor shall bear the expenses of defending any action or law proceedings that May be
brought by any person by injury sustained owing to neglect of precautions to prevent the spread
offire and shall pay any damage and cost that May be awarded in consequence.
5.0 Site Order Book
A site order book shall be kept at the Employer’s office on the site of the work. As far as possible
all orders regarding the works are to be entered in this book. All entries therein shall be signed by
the Engineer on his representative and the contractor or his authorized representative. In important
cases the Engineer will countersign the entries which have been made. The site order book shall
not be removed from the work site except with written permission of the Engineer and the
Contractor or his representative shall be bound to take note of all instructions and directions meant
for the Contractor as entered in the site order book without having to be called on separately to
note them. The Engineer shall submit periodically copies of the remarks in the site order book to
the Employer for record and to the contractor for submitting compliance report.
6.0 Foundations Depth/Levels.
The drawings indicate the general foundation levels to be adopted for the different conditions of
the structures. During execution these levels May be modified to suit the site conditions. The
Contractor shall not be liable to any compensation for any minor delays on this account. However
this May be considered for granting suitable extension in the completion period if necessitated by
such events.
7.0 Approach Road
Necessary approach roads for various construction of components of the work like Intake, WTP,
OHT etc. shall be satisfactorily constructed and maintained by the Contractor at his own cost.
8.0 Regulation and Bye-Laws
The contractor shall conform to the regulations, bye laws or any other statutory rules made by any
local authorities or by the Government and shall protect and indemnify the Employer against any
claims or liability arising from or based on the violations of any such laws, ordinance, regulations,
orders and decrees etc.
9.0 Contractor to use Excavated Hard Rock
All useful materials like hard rock etc. excavated by the Contractor at site shall be the property of
Employer and shall be deemed to be issued to the Contractor at the rate of Rs. 200/- per cum. It
shall be binding on the Contractor to use it as rubble, metal aggregate etc. after breaking into the
required size for concrete work and as directed by the Engineer.
10.0 Income Tax
During the course of contract period, deductions of Income Tax shall be made at the prevailing
rate of Department of Income Tax Government of India and as revised from time to time as per the
advice of Income Tax authorities.
11.0 Supply and Arrangement of Materials
(1) The contractor shall make his own arrangement for supply of materials including cement and steel.
The contractor shall be responsible for all transportation and storage of the materials at site and
shall bear all the related costs. The Engineer shall be entitled at any time to inspect or examine all
such materials. The contractor shall provide reasonable assistance for such inspection or
examination as May be required.
(2) The contractor shall keep an accurate record of use of materials like cement and steel used in the
works in a manner prescribed by the Engineers.
12.0 Cement
(a) The Contractor shall stock his requirement so as to ensure utilization of cement within 60 days but
in no case later than 90 days Cement older than the period aforesaid shall not be used on any
work except with the written permission of the Engineer, and after satisfactorily passing such lest
as he May specify. The Contractor shall forthwith remove from the work such cement that Engineer
has not allowed. The final disposal of such cement shall comply with the rules in force at the time
and as the Engineer May approve
(b) Large stocks of cement shall not be kept at the works but only sufficient quantities shall be kept to
assure continuity of the work. The Contractor shall provide and maintain efficient water proof
storage sheds for cement on the site of work. It shall be stacked on the platform 30 cms. Above the
floor level and shall be covered with tarpaulin or any other impervious covering materials in order
to protect the cement bags from moisture. The cement shall be neatly stacked in an orderly
manner so as to allow an easy access and count. The arrangement of storage and utilization shall
be such as to ensure the utilization of cement in the order of its arrival at the stores and the
Contractor shall maintain satisfactory records which would at any time show the date of receipt
and proposed utilization of cement laying in the stores at site.
(c) The Engineer shall at all-time have access to the stores at sites of the Contractor. He shall have
authority to check and examine the method of storage, record accounting and security provided by
the Contractor. The Contractor shall comply with instructions that May be issued by the Engineer
in this connection. The Contractor shall further at all times satisfy the Engineer on demand and by
the production of records and books or submission of returns and proforma or by other proofs that
May be demanded that the cement brought from the approved manufacturer with date of receipt &
consumption etc. The Contractor shall at all times keep his records up to date to enable the
Engineer to apply such checks as he may desire to impose.
The contractor shall provide a double locking arrangement to the store the key of one of the locks
being with the Engineer or his representative at site. The Engineer or his authorized agent will
have the authority to verify the stocks and check the consumption in any manner he thinks proper.
13.0 Special Condition Regarding Conditional Tender
Conditional Tender shall not be considered.
(3) The approved drawings shall remain in the sole custody of the Employer. The Contractor shall
obtain and make at his own expense any further copies required by him. At the completion of the
contract the Contractor shall return to the Employer all Drawings provided under the Contract.
(4) “The DPR Shall be referral document for the assessment of the work to be executed. However, the
contractor shall prepare the execution drawings after surveying and designing of system / work to
be executed. He shall be fully responsible for any discrepancies, errors or commissions in the
drawings and other particulars, whether such drawings and particulars have been approved by the
competent Authority. The contractor shall be fully responsible to ULB for any loss/damages/failure
to part of work for which drawings and designs have been prepared by the contractor
notwithstanding the design and drawings proof checked by the design consultant / Engineer or
otherwise.”
(5) “Even though the design and drawings are approved by the competent authority, the contractor
shall be fully responsible for the technical and arithmetical correctness and soundness of the
design and drawings and for the safety of works executed on the basis of such approved design
and drawings and to the damages or failure of the work.”
One copy of the Drawings to be kept on Site.
(6) One copy of the Drawings furnished to the Contractor as aforesaid, shall be kept by the Contractor
on the site and the same shall at all reasonable times be available for inspection and use by the
Engineer and the Engineer’s Representative and by any other person authorized by the Engineer in
writing.
(7) The work shall be carried out as per the design and drawing prepared by contractor and approved
by competent authority. However, contractor shall not be absolved from the obligations and
responsibilities of the due diligence for achieving the desired objectives as per the scope of bid ITB-
Section 2.
Disruption of Progress
(8) The Contractor shall bring in notice to the Engineer whenever planning or progress of the works is
likely to be delayed or disrupted unless the approval of drawing or order, including a direction,
instruction is issued by the Engineer within a reasonable time. The notice shall include details of
the drawing or order required and of why and by when it is required and of any delay or disruption
likely to be suffered if it is late.
Delay and Cost of delay of Drawings
(9) If, by reason of any failure or inability of the Engineer to approve within a time reasonable in all the
circumstances any drawing or order required by the Contractor in accordance with sub-clause (3)
of this Clause, the Contractor suffers delay then the Engineer shall take such delay into account in
determining any extension of time to which the Contractor is entitled under Clause 44 hereof.
However, the Contractor shall not be entitled to any compensation for such delay, except
extensionof time.
Further Drawings and Instructions
(10) The Engineer shall have full power and authority to supply to the Contractor from time to time
during the progress of the Works such further instructions as shall be necessary for the purpose of
the proper and adequate execution and maintenance of the Works. The Contractor shall carry out
the execution of works accordingly and be bound by the same.
(11) As Built drawings in GIS: The Contractor after completion of the works, shall submit As-built
drawings of AMRUT 2.0 Projects duly verified and checked by PDMC in GIS Layer, shape file
layers, in projection (Latitude & longitude). The location of completed works and alignment shall be
marked in the drawing and it shall represent true locations at site. The soft copy of drawings in GIS
software and required sets in Hard copy shall be submitted to Engineer in Charge after final
approval.
At the time of submission of Final bill, As-built Drawing in soft and Hard copy (3 Copies) of the
executed work duly checked and verified by PDMC shall be submitted in shape file layers, in projection
(Latitude & longitude) and scale and files must have proper attribute table, with following items,
1. As built pipeline along the road indicating Left side/Right side of road and also mark direction of flow /
Diameter of pipe, location of sluice valves, scour valves and Air valves, all in projection (Latitude -
longitude and depth).
2. Location of WTP / OHT shall be geo tagged and with latest photographs of construction.
15.0 Road Cutting and Restoration: - Contractor shall ensure that only road cutters should be used while
laying utilities.
15.0 Operation and Maintenance
Contractor shall operate and maintain the water supply project as the case may be mentioned in
Annexure Y, of Nagar Palika Parishad / Nagar Parishad / Nagar Palika Nigam………. for 5 years after
successful completion of works, for which Contractor shall be paid separately. The details of the
operation and maintenance along with the payment are given on annexure Y and Z.
16.0 Sufficiency of tender
The Contractor shall be deemed to have satisfied himself before tendering as to the correctness
and sufficiency of his TENDER for the Works and of the rates and prices of various Quantities and
the Schedule of Rates and Prices, if any, which TENDER rates and prices shall, except in so for as
it is otherwise providing in the Contract, cover all his obligations under the Contract and all matters
and things necessary for the proper execution and maintenance of the Works. If, however, during
the execution of the Works the Contractor shall encounter physical conditions, other than climatic
conditions on the Site, or artificial obstructions, which conditions or obstruction could, in his
opinion, not have been reasonable foreseen by an experienced contractor the Contractor shall
forthwith give written notice thereof to the Engineer’s Representative and if in the opinion of the
Engineer, such conditions or artificial obstructions could not have been reasonably foreseen by an
experienced contractor, than the Engineer shall certify and the Employer shall pay the additional
cost to which the Contractor shall have been put by reason of such conditions, including the
proper and reasonable cost. However, the Engineer in charge decision shall be final &binding.
17.0 SCADA & Instrumentation Works
Bidder shall submit the satisfactory performance certificate of their SCADA System
Integrator/SCADA subcontractor, which should have minimum one satisfactory performance
certificate with successful commissioning for water or wastewater supply scheme during last 5
financial years with any Government/Semi Government/PSU Department within the country.
Satisfactory performance certificate shall be vetted by concerned Executive Engineer or upper
rank officer of department.
Supply, Installation, erection, testing, commissioning, and trail run of centrifugal pumping
sets (pumps and motors) of the following capacity with allied electrical/ mechanical
accessories like starters control panel, pipe valves including all etc. complete job with
1 necessary civil mechanical and electrical works for Clear water pumping in Hindoria Town
water supply scheme under Amrut 2.0 program.
However increase in head or discharge as per design shall not be payable extra
993168.0 2.34%
S.no. Particular Qty. Rate in lacs
(a) Clear Water Pumps (50 % Stand by) (For Proposed ESR at WTP)
1 (3 kW, 2 Nos (1W+1S), 2 LPS Discharge,
88 m Head) 2 Nos. 445050
2 Fittings and Accessories including valves
As per 103068
Estimate
Clear Water Pumping Main pipeline.
Providing, laying, jointing & testing of socket & spigot centrifugally cast (Spun) Ductile Iron
2 pressure pipes with inside cement mortar lining (class K-7) with suitable Rubber Gasket (Push on)
joints as per IS:5382/85 including testing of joint.
S.no. Diameter Qty Rate
1 200 mm Dia DI K-7 260.00 2007.0 3163119.0 7.44%
2 Add extra Including Fitting, specials. 260.00 60.21
3 100 mm Dia DI K-9 2020 1149
4 Add extra Including Fitting, specials. 2020 34.47
6 Providing, Fixing, jointing & testing double flange sluice valve and Scour Valve
confirming to IS- 14846 including worn gear arrangements as per test pressure, stainless
steel spindle, caps, all complete. PN-1.0
100 mm Dia 3 4796
200 mm Dia 2 17397
7 Providing, supplying, fixing & testing ISI mark CI D/F reflux valves (non-return valves ) of
following Dia including railway freight, inspection charges, unloading from railway wagon,
loading into truck, transportation up to departmental stores, unloading, stacking, etc. all
complete.
80mm Dia 1 3824
8 Providing & fixing cast iron double Air Valves, flanged without in-built isolating valve as
per IS: 14845-2000 including jointing & testing with cost of jointing material and rubber
insertion all complete. PN-1.0
50 mm Dia 4 2641
80 mm Dia 1 3340
9 Providing, Supplying and fixing of Zero Velocity Valves of renowned make duly tested
inclusive of all cost of inspection charges, transportation charges, transit
insurance, loading/ unloading and stacking at site/ store etc. complete.
100 mm Dia - 20 kg/cm2 1 76700
10 Providing, Supplying and fixing of Air cushion Valves of renowned make. The cost such
as testing, inspection charges, transportation upto site, transit insurance,
loading, unloading, stacking etc. all complete
50 mm Dia 4 2641
65 mm Dia 3 3190
80 mm Dia 2 3340
100 mm Dia 3 4375
150 mm Dia 2 6853
For laying the pipeline existing surface/roads structure shall be dismantled in
appropriate width. The dismantling of various layers of roads shall be carried
out as per requirement butwithin the particular item given in Schedule of
rates. The pipe shall be laid over the approved bedding and in true levels as
per specifications. After laying of pipes the back filling with appropriate
material shall be carried out in as such a way that the compaction is achieved
to 100% of MDD. For reconstruction of roads, the sub grade, the sub base,
the base course and the surface layers shall be constructed as per
specifications. The surface and composition of pavement of road being
reconstructed over the laid pipe shall be same as the road which was existing
before the laying of pipes,
4
S. No. Particular Quantity Rate
1 Earth work in excavation for foundation, trenches for pipes /cables or drains etc. by
mechanical means / manual means (exceeding 30cm in depth.) including ramming of
bottom, dressing of sides, disposal of excavated earth including of all lift and lead up
to 50m. Disposed earth to be levelled and neatly dressed. 12723226.0 29.94%
All kinds of ordinary soil 7097 151
Ordinary rock 3333 261
Hard rock (blasting prohibited) 2667 559
2 Filling with moorum for pipe bedding or over the pipe 1453 720
including supply of moorum.
3 Filling by available excavated earth (excluding rock) in 5678 89
trenches, plinth, sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
up to 1.5 m.
4 Dismantling of flexible pavements and disposal of 170 420
dismantled materials up to a lead of 1000 meter, stacking
serviceable and unserviceable materials separately and
as per relevant clauses of section-200
5 Dismantling of cement concrete pavement i/c breaking to 633 749
pieces not exceeding 0.02 cum in volume and stock piling
at designated locations and disposal of dismantled
materials up to a lead up to 1000 meter, stacking
serviceable and unserviceable materials separately and
as per relevant clauses of section-200.
6 Construction of Dry lean cement concrete Sub-base over 487 2504
a prepared sub-grade with coarse and fine aggregate
conforming to IS:383, the size of coarse aggregate not
exceeding 26.5mm, aggregate cement ratio not to exceed
15:1, aggregate gradation after blending to be as per
MORTH Specifications Table 600-1, cement content not
to be less than 150 kg/cum, optimum moisture content to
be determined during trial length construction, concrete
strength not to be less than 10 MPA at 7 days, mixed in a
batching plant, transported to site, laid with paver with
electronic sensor/mechanical paver, compacting with 8-
10 tones vibratory roller, finishing and curing and as per
relevant clauses of section-601.
7 Providing and laying Cement Concrete grade M-20 974 5029
(Nominal mix 1:1.5:3) with 20mm graded crushed stone
aggregate, mixing shall be in mechanical mixer, laying
with paver compacting by use of pin, plate/screed
vibrators including form work by strong steel girders fixed
by spikes, separation membrane 125 micron thick, i/c
cutting of joints @ 4 to 5 min interval & filling it with hot
Construction of R.C.C. Overhead service reservoirs. Along with, Guard Room and Boundary Wall
for 2 no’s of Proposed having suitable length each.
Designing (structurally & aesthetically), and constructing RCC elevated service reservoirs of
following capacity with RCC staging consisting of columns, internal and external bracings
spaced vertically as per staging of the ESR. including excavation in all types of strata,
foundation concrete, cement plaster with water proofing compound to the inside face of the
container including refilling & disposing off the surplus stuff within a lead of 50 meters, all
labor and material charges including lowering, laying, erecting, hoisting and jointing of pipe
assembly of inlet, outlet, scour, overflow and bypass arrangements as per departmental
design, providing and fixing accessories such as Stainless steel Ladder inside and MS
ladder with GI railing outside, C.I. manhole frame and covers, water level indicators,
lightening conductor, G.I. pipe railing around walk way and top slab, providing staircase
from ground level to roof level, M.S. grill gate of 2 mtrs. height with locking arrangement of
approved design, Brick masonry chambers for all valves, ventilating shafts, providing and
5 applying three coats of cement paint to the structure including roof slab, epoxy painting to 6779620.0 15.95%
internal surface & anti termite treatment for underground parts of the structure and giving
satisfactory water tightness test as per I.S. code, The job to include painting the name of the
scheme and other details on the reservoir as per the directions of Engineer-in-Charge.
This is a lump sum Components, no extra payment shall be payable for variation under this
item.
S. No. Particular Quantit Rate
y
1 ESR 1- 100 KL Capacity - 15mtr Stagging Height 1.00 1595763
2 ESR 2- 500 KL Capacity - 12mtr Stagging Height 1.00
3315347
3 RCC framed brick masonry 1.75 m high boundary wall based on 294 m 4750
open foundation.
4 construction of MS Gate with RCC Column of size 3.0 m x 1.50 m. 2 23269
5 Guard Room at ESR 2 212735
Construction of electric substation i/c providing & installation of transformers, doublepole structure
A, B switch, D.O. fuse, C-T, -vents etc.
Particulars Qty. in Rate in
6 1707630.0 4.02%
Nos Lacs
Providing Suitable Capacity Transformer at Hindoria WTP,
Construction of electric substation i/c providing & installation of
transformers, double pole structure A,B switch, D.O. fuse, C-T,- 1.00 17.07
vents with HT Line etc.
House service connection 425 nos. @ Rs. 2850 per connection
S.no Particulars Qty Unit Rate 2.85%
7 . 1211250.0
Supply and installation of PLC SCADA Supply, Installation, Testing and Commissioning of
PLC SCADA System including cost of SCADA server comprising of Licensed SCADA
Software on desktop computer and PLC programming and accessories required for
monitoring Quantity as well as Quality of Water.
8
S.no. Particulars Qty Rate
A 1. Intake Well (Each): SITC (Supply Installation Testing LS 367295.00
Commissioning) of Electromagnetic Flow Meter, Pressure 3221332.0 7.58%
transmitter (at each pumps & common header), Radar level
Transmitter, Multifunctional meter (for electrical parameters)
and RTU with HMI and 0nline UPS as per tender
specification.
B 2. WTP (Each): SITC of Electromagnetic Flow meter at LS 954345.00
WTP outlet, Pressure Transmitter (at each pump and
common header), Ultrasonic level transmitter (at back wash
tank and CWR), pH Analyzer (at WTP outlet), & Turbidity
Analyzer (at WTP outlet), Residual Chlorine Analyzer (at
WTP outlet), Multifunctional meter (for electrical
parameters) and SCADA Control Room setup including
main PLC Panel, SCADA Software & Hardware and UPS,
etc. as per Tender Specification.
C 3. ESR/GSR (Each): SITC of Electromagnetic Flow Meter LS 1899692.00
(at ESR/GSR Inlet), Pressure transmitter (at ESR/GSR
Inlet), Ultrasonic level transmitter and RTU with online UPS
as per tender specification.
Total 42496944 100.00%
Note:
1.0 Under this agreement, it is clarified that.
a) No variation in cost for the work of Raw and Clear Water Pumps, Chambers and thrust block,
Overhead reservoir, partial works of old WTP, electrical works for sub-station, and PLC SCADA shall
be allowed until there is any change in scope as per clause 19 of GCC.
b) For the work of pipeline, excavation for pipeline, Valves, Road restoration and HSC the payment shall
be made for executed quantity as per rates approved. Any increase or decrease in the work of these
items due to actual site conditions shall be paid or deducted from the total agreement cost of the work
on the basis of the unit rates of actual quantities of these items executed.
2.0 The final rates of above items shall be the rates plus or minus the overall percentage of the approved.
tender cost. If the accepted cost of this tender is “…. %” of PAC, then all the above mentioned rates shall
be adjusted by a factor of “…..%”and the increase/reduction in cost of each component shall be done on the
basis of such adjusted rates.
3.0 As per clause 19 of section 3, GCC Part 1, if any order for change of scope is issued the contractor
shall
be liable to execute quantities more than the above quantities, if required as per site conditions and
payment for such excess work shall also be made on the adjusted rates mentioned in point no. 2
above. The competent approval shall be required for excess quantities beyond 10% of the agreement
cost of the total work.
4.0 Bidder shall be responsible for road restoration of pipe trenches till 24 Months from the date of
completion of contract. In case of anyrepair to be made because of bad quality of construction the
same shall be made good without any extracost.
SECTION 5
AGREEMENT FORM
AGREEMENT
In witnessed whereof the parties there to have caused this Agreement to be executed the day andyear
first before written.
Contractor
ANNEXURE: X
Section-6
BILLING BREAK-UP (Payment Schedule)
(The breakup of Estimated cost as given in Annexure 4 shall be adjusted for tender percentage to arrive
the cost and payment shall be made as per following weightage of the component against total cost)
A. For Pipeline Clear water feeder main (7.44% of the total sanctioned cost)
Payment for site development, boundary wall, guard room,MS Gate as per quantity executed at
site.
C. For Distribution Network (28.87 % of the total sanctioned cost)
1 50% of the unit cost shall be payable to the Contractor on supply of pipes.
2 30% of the unit cost shall be payable to the Contractor after laying of pipeline in all respect on pro-rata
basis (i.e, with the on progress of work).
4 10% shall be payable to the Contractor after completion of the whole work and trial run for a
period of 3 months including training the staff of Nagar Parishad, for running and maintenance and
after submission of as built drawings
1. Payment for Excavation, pipe bedding, refilling, Road reconstruction work shall be made as per actual
work done on unit rate basis.
E. For House Service Connection (2.85% of total sanctioned cost)
1. Payment for house service connection shall be payable to the contractor as per the unit rate or per
connection done on site.
F.for Valve chamber (1.01% of the total sanctioned cost)
1. Payment for valve chamber shall be payable to the contractor as per the unit rate of per chamber done on site.
G. For Supply and installation of Clear water pumps & motor (2.34% of the total sanctioned cost)
1 65% of supply of electrical and mechanical items.
2 25% of installation of electrical and mechanical items & labour for dismantling is also in scope of work.
3 10% Completion of works and trial run for a period of three month including training the staff of Nagar
Parishad for running and maintenance and after submission of as built drawings.
Note : This is only for lumpsum items, other items shall be paid as per actual quantity executed at SOR ±
approved tender Premium.
SERVICE LEVEL BENCHMARKS DURING OPERATION & MAINTENANCE
ANNEXURE: Y
Operation and Maintenance
The Bidder shall be respo si le for e operation and maintenance of the Hindoria Nagar
Parishad water supply (Propose works) for a period of 5 years from the date of successful
completion of the work. uring O&M all the expenses for repairs, replacements &
consumables except electricity (to be borne by Nagar Palika Parishad/Nagar Parishad/
Nagar Palika Nigam as per actual) shall be on the part of Bidder. It shall be the
responsibility of Bidder that the system runs at desired capacity and efficiency during the
O&M period. ULB shall extend all the necessary support to the Bidder for fulfilling the
Obligations for operating and maintaining the system successfully. During O&M the scope
of Contractor shall be,
Details of the operation and maintenance,
1.0 Repairs and replacements in each and every component of proposed water supply
system of ----- town incl. Intake well, water treatment plant, pump houses, OHTs,
rising main, Feeder Main and distribution so that desired quantity of water should be
delivered to............ Household
2.0 Consumables in the form of chemicals as may be required for treating water.
3.0 Electrical expenditure shall be borne by Nagar Palika Parishad/Nagar Parishad/
Nagar Palika Nigam as per actual. However, Bidder shall ensure that the
combined efficiency of Motor and pumps should not be less than 90% during O&M
period.
4.0 It shall be the responsibility of Bidder that the Water drawl at Intake should be made
at desired quantity & WTP shall run at desired efficiency for compliance of PCB
norms.
5.0 Bidder shall keep the premises of Intake well, Pump houses, Water Treatment plant
and OHTs clean and tidy.
6.0 Bidder shall comply service level bench mark up to OHTs, i.e, Residual Chlorine,
water availability in OHTs for 24x7 water supply including desired pressure shall be
on the part of bidder
7.0 Suitable penalties for non-adhering service level benchmark (as detailed in
preceding paragraph) shall be imposed on the Bidder.
8.0 Bidder shall handover the project facilities to the Nagar Palika Parishad/Nagar
st
Parishad/ Nagar Palika Nigam as per original condition as constructed on 1 day
after execution.
9.0 Unaccounted flow of water (UFW) to be checked by having bulk metering at Water
treatment plant and OHTs. Any loss of water quantity to be charged from bidder
based on production cost.
10.0 Any penalty or additional electrical expenses for non-adhering of PF, Non
installation of capacitor Banks, less combined efficiency of motor and pumps shall
be chargeable to bidder.
The Bidder shall employ following minimum Manpower for the O&M of the project.
(Bidder shall be employing other staff as per requirement following is only the minimum
staff).
No Minimum monthly
Minimum
S.No. Particulars Experience salary at the
Qualification . start of O&M
1 Project Manager B.E.(Civil) 10 years - -
2 Dy. Project Manager B.E.(Civil) 5 years - -
3 Mechanical Engineer B.E. (Mech) 5 years - -
4 Electrician ITI (Elect.) 3 Yea s - -
5 Chemist BSc.(Che) 3 Yea s - -
6 Valve man/Fitter ITI 3 years - -
7 Skilled labours/Operator - - - -
8 Un skilled labours - - - -
The payment against the O&M sha l e m de very ear on satisfactory upkeep and running
of the system @8.83% of the sa ct o ed B d co t or actual payment of work done, whichever
are lowest with an increment of 6 % ever succeeding year from 2ndyear. All the materials,
consumables, repairs/ replacemen , anpower required during O&M are included in O&M
cost and shall be on the part o idder. Except electricity cost which is to be borne by the
ULB’s as per actual.
7.0 Disconnections
The operator shall carryout the disconnection of services only after the
written instruction of Employer within the stipulated time of seven (7)
days.
Insurance
The Contractor shall throughout the O&M Period at its cost and expense,
purchase and maintain by due re‐instatement or otherwise all insurances
limited to its obligations in respect of the project infrastructure in
accordance with the prudent industry practice. The Contractor shall
maintain a register of entry in order of premiums paid and proof of
payments made shall be submitted to Employer whenever requested for.
During the subsistence of O&M Period the insurance shall follow the
following guiding principles:
i. Loss, damage or destruction of the Project Infrastructures
excluding for the ExistingAssets at repl cement value;
ii. Comprehensive third party liabi ty ins ra ce including injury or
death to personnel / represe t ves o Persons who may enter the
Service Area;
iii. Workmen‟s compe s tion nsur nce;
iv. Standard fire nd spe ial erils
v. The Contractor’s enera l bility arising out of the rights granted
by the Emp oyer und his O&MPERIOD;
vi. Liability to t ir p es;
vii. Third Party Motor Vehicle Liability Insurance Covering use of all
vehicles used by the Contractor or its Sub‐ Contractors, whether or
not owned by them, in connection with its obligation under this O&M
PERIOD; and
viii. Any other insurance that may be necessary to protect the
Contractor, its employees and its assets against loss, damage,
destruction, including insurance against all Force Majeure Events
that are insurable.
If at any time the Contractor fails to obtain or maintain in full force and
effect any and all of the insurances required under this O&M period,
Employer may at its option (but not being obliged to do so) obtain and
maintain such insurance and all sums incurred by Employer thereof shall
be reimbursed by the Contractor to Employer together with interest
thereon at 2% over SBI PLR from the date the respective sums were
incurred by Employer, within 7 days from the receipt of claim in respect
thereof made by Employer.
Waiver of subrogation
All insurance policies in respect of the insurance obtained by the Contractor
pursuant to this Section shall include a waiver of any and all rights of
subrogation or recovery of the insurers thereunder against, inter alia,
Employer, and its assigns, successors, undertakings and their subsidiaries,
affiliates, employees, insurers and underwriters, and of any right of the
insurers to
Environment l Co plia ce
The Contrac or sh ll, at all times, ensure that all aspects of the Project
Infrastructure andprocesses employed in the construction, operation and
maintenance thereof shall conform with the laws pertaining to
environment, health and safety aspects, policies and guidelines related
thereto. The Contractor shall obtain and maintain from time to time all
necessary clearances as per the environment management plans in
respect of the Project Infrastructures. While, Employer shall provide
necessary assistance to the Contractor in securing the said clearances,
the Contractor shall be responsible for obtaining and maintaining the said
clearances.
No Breach of Obligations
The Contractor shall not be considered to be in breach of its obligations
under this O&M period nor shall it incur or suffer any liability if and to the
extent performance of any of its obligations under this OU is affected by
or on account of any of the following:
a. Employer Event of Default;
b. Compliance with the instructions of Employer or the directions of
any Government Agency/ Court Order/Statuary Body which may
create deviation of obligation by Contractor detailed in this O&M
period;
Net Contractor Payment= (Agreed payment to the operator at the time of tendering
– (Penalty + Direct Payment + Liquidated damage (Material Breach)
14.0 Penalty
In case of non-achievement of following service indicators as detailed hereunder Contractor shall be liable
for penalty which shall be calculated as follows:
Penalty Structure
Paramet Acceptable Penalty
S.N. Modality Calculation Methodology
er Infraction (Rupees)
(A) (B) (D) (E) (F)
1. Residual 10 Five Employer or its agency If the infraction is more than
Chlorine not Location/ Thousands conductedtests in the ten then the penalty shall be
as per the Complains rupees per recognized laboratory – calculated Rupees twenty
CPHEEO infraction laboratory test certificate. five thousands + (number of
norm beyond (B). infraction beyond 10)
multiplied by Rupees five
thousands.
2. Water 10 locations Five Employer or its agency If the infraction is more than
Quality not Thousands conductedtests in the ten then the penalty shall
as per rupees per recognized laboratory – be= Rupees twenty five
CPHEEO infraction laboratory test certificate. thousands + (number of
standard beyond (B). infraction beyond 10)
multiplied by Rupees five
thousands.
3. Pressure 3 Ten 1. Employer or its agency If the infraction is more than
lower than critical Thousands analyzed the data-logger three then the penalty shall
07(seven) points Rupees per data and/or be = Rupees fifteen
meter at infraction 2. Frequent customer thousand + (number of
ferrulepoint beyond (B) complain by same infraction beyond 3)
cus mer nd decided multiplied Rupees ten
n MC. thousands.
4. Non Receipt 50 non One 1 Tw arr ar and If the infraction is more than
of Water Receipt thous nds cus ome complain; fifty then the penalty shall
Charge Bill er 2 En ry by Employer be = Rupees two thousand
or error in frac ion officials or its agency; fife hundred + (number of
water bill infraction beyond fifty)
multiplied Rupees ten
thousands.
5. Delay in No One 1. Customer signature on Number of days delayed
Connection Tolerance thousands the completion certificate multiplied by one thousands
per day And /or rupees per infraction.
2. Updated customer
database
6. Delay in No Two 1. Notice issuedby Number of days delayed
disconnection Tolerance Thousands NKPP anddata of multiplied by two thousands
per day completion certificate rupees per infraction.
submitted by operator
withphotograph.
And/or
2. Physically
verified by NKPP or its
agency on The due date
of disconnection with
photograph having digital
time(by the end of office
hours) and
date.
7. Delay in To be Five Physical verificationby Number of days delayed
repair work attended thousands NKPP or OTS multiplied by Five
as per the within agency. thousands rupees per
Notice the infraction.
Served stipulated
time
period.
8. Non 10 Two 1. Customer complain If the infraction is more than
resolution of custome Thousands database. ten then the penalty shall be
customer rs 2. MC resolution; = Rupees ten thousand +
complain/issu 3. Employer or its (number of infraction
es falling agency‟s physical beyond ten) multiplied
within the verification Rupees two thousands.
ambit of
Contractor
by the same
customer in
thesame
calendar
month.
The penalty shall be limited to 10% of amount reserved for O&M under the main contract no.
...................................... dt. ...............................
15.0 Service Tax Indemnity
The services to be rendered by Contractor shall t a tract any service vide Notification No.12/20
Service Tax, dated 17th March 2012.; sect on 12 e).
ATEnis the “Actual Technical Ef cie cy” he water supply systems operated by the Operator
on behalf of Employer in the Ac ountin Year “n” which is calculated as follows:
En = Vfn/ VSn
Where:
VSn= Volume of Water Supplied, which shall be equal to water put into distribution system
at the input of [Detail the input point] which is measured at the Flow meter
installed at location.
Vfn= Total volume of water billed to the Consumers and Communities for services
rendered during the Accounting Year “n”.
The technical efficiency shall be determined, after 30 days from the end of each Billing Cycle.
Termination
This O&M period can be terminated:
In case of Contractor default where:
(a) The liquidated damage is more than 10% of the bid security [on prorata basis applicable to
thatquarter] and has happened three consecutive quarter;
(b) There is persistent default [five continuous] by operator even after notice has
been served by Employer;
(c) The Net Contractor payment payable by Employer is negative and has happened
in three consecutive quarter;
In all the above cases, the security deposit of the Contractor shall be forfeited by Employer and no
payment shall be made, and it is obligatory on the Contractor to vacate the properties / infrastructure
facilities for which operator was rendering service within 21 (twenty-one) days on the publication of
termination of this O&M period.
Upon publication of such termination order triggered by the abovementioned event the Contractor is liable
to get the performance security in full and payment dues from Employer and shall vacate/ handover the
asset to Employer within 21 (twenty-one) days