+ All Categories
Home > Documents > NIT of Alote Anicut Final 23 1 ..5.08

NIT of Alote Anicut Final 23 1 ..5.08

Date post: 30-May-2018
Category:
Upload: akharya
View: 216 times
Download: 0 times
Share this document with a friend

of 84

Transcript
  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    1/84

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    2/84

    INDEX

    S.No. Particulars Page no

    01.

    02.

    03.

    04.

    05.

    06.

    07.

    08.

    09.

    10.

    11.

    12.

    13.

    14.

    15.

    Check list for issue of tender Documents

    Short Notice Inviting Tenders

    Detailed Notice Inviting Tenders

    Tender for Lump Sum contract & Securities

    Conditions of contract

    Annexures

    Annexure A

    Model rules relating Labour, Water Supply and Sanitation

    in labour camp.

    Annexure B

    Contractors labour regulations.

    Annexure D

    Form of Certificate of Income Tax to be submitted by

    Contractor(s)

    Annexure E

    Specification for construction of Anicut.

    Annexure F

    Safety code

    Annexure GBreak-up Schedule of Payment.

    Annexure H

    Salient Levels and Data

    Annexure I

    Drawings.

    01

    02-09

    10-29

    30-31

    32-39

    40

    41-42

    43

    44

    45-74

    75-78

    79

    80

    81-85

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    3/84

    CHECK LIST FOR ISSUE OF TENDER DOCUMENTS

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

    02. DUE DATE : 06.06.2008

    03. NAME OF WORK : DESIGN, CONSTRUCTION AND TESTING

    OF R.C.C. ANICUT OF 114M LENGTH

    (MAIN BARRAGE 89 M AND 12.5M KEY

    WALL ON BOTH SIDE) AND 4.5 0M

    HEIGHT (2.0 M ABOVE AVERAGE BED

    LEVEL AND 4.0M ABOVE SILL LEVEL)INCLUDING PROVIDING AND FIXING OF

    1000MM SLUICE GATES 4 NOS WITH

    SUITABLE R.C.C. BOX CHANNELS AND

    PROVIDING AND FIXING WOODEN

    KURRIES ACROSS RIVER PAT NEAR

    VILLAGE RASODI BADI OF ALOTE BLOCK

    IN JHABUA DISTRICT (M.P.)

    04. NAME & ADDRESS OF :

    TENDERER

    05. REGISTRATION DETAIL :

    06. INCOME TAX CERTIFICATE :

    07. WORKS CERTIFICATE :

    08. COST OF TENDER FORM IN :

    DUPLICATE INCLUDING

    DRAWING ETC. COMPLETE

    09 M.R. NO. AND DATE :

    EXECUTIVE ENGINEER

    FLUOROSIS CONTROL PROJECT DIVISION,

    P.H.E. DEPTT. ALIRAJPUR

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    4/84

    OFFICE OF THE EXECUTIVE ENGINEER

    PUBLIC HEALTH ENGINEERING DEPARTMENT,

    JHABUA (M.P.)

    NIT No 28/08-09/TL JHABUA

    Date.

    Short Notice Inviting Tender

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

    behalf of the Governor of M.P. in the office of the undersigned up to 3.00 PM on 06/06/2008

    for following works of Alote water supply augmentation scheme on TURNKEY JOB BASIS

    from contractors registered in Class A IV / S IV and above in PHE Department of M.P.,

    registered in other works department of the state i.e. PWD, WRD and of Central Governmenti.e. "MES, Railways, Central PWD and undertakings in the State or Central Government

    offices and experienced contractors having experience of successful completion of

    construction of concrete spillway, anicut, barrage or dam of cost not less than half of this

    work can also bid with the condition that they will have to get them registered in appropriate

    class within one month from acceptance of their tender or before drawl of agreement

    whichever earlier or security deposit may be deposit in advance in prescribed shape. The

    earnest money envelope "A" and Technical terms and condition envelop "B" shall be opened

    on the due date i.e. on dated 06/06/2008 in the presence of tenderers or their authorized

    representatives. In case of unconditional tender, financial lid envelop C will be opened on

    the same day with consent of the tenderers.

    A. Name of work : DESIGN, CONSTRUCTION AND TESTING

    OF R.C.C. ANICUT OF 114M LENGTH (MAIN

    BARRAGE 89 M AND 12.5M KEY WALL ON BOTH

    SIDE) AND 4.5 0M HEIGHT (2.0 M ABOVE

    AVERAGE BED LEVEL AND 4.0M ABOVE SILL

    LEVEL) INCLUDING PROVIDING AND FIXING OF

    1000MM SLUICE GATES 4 NOS WITH SUITABLE

    R.C.C. BOX CHANNELS AND PROVIDING AND

    FIXING WOODEN KURRIES ACROSS RIVER PAT

    NEAR VILLAGE RASODI BADI OF ALOTE BLOCK

    IN JHABUA DISTRICT (M.P.)

    B. Probable Amount of contract : Rs. 290.00 lakhs

    C. Earnest money : Rs. 2.90 lakhs

    D Cost of Tender documents : Rs 3000/-

    E. Time allowed for work : Fifteen months excluding rainy season ( 1St July to 30th

    September)

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    5/84

    F. Validity of offer : 180days from the date of opening of last financial offer.

    Application for issue of tender document shall be submitted to the Executive engineer,

    PHE Division, JHABUA up to 05/06/2008 during office, hours. The tender documents can be

    purchased from office of the C.E.PHED, Zone - Indore / Bhopal/ Jabalpur / Gwalior and all

    Civil divisions under the jurisdiction of C.E., PHE, Indore, Zone - Indore up to 03/06/2008

    during office hours. If contractor wish to purchase blank tender document from any office /

    this office, he should submit a written undertaking that he has not purchased blank tender

    document from any other office for said work. The applicant shall have to pay Rs. 100/- extra

    if the tender documents are desired by post. But this office will not be responsible any postal

    delay. Similarly the sealed tenders can be submitted in this office on 06/06/2008 up to 3.00

    PM and also in above 4 Zonal offices and all Civil Divisions of Indore Zone on 04/06/2008

    up to 5.00 PM with prescribed amount of deposit, acknowledgement will be given by

    respective office. All such sealed tender document will be opened by undersigned on

    06/06/2008 at 3.30 PM in the presence of contractor or their representatives in FLUOROSIS

    CONTROL PROJECT DIVISION, P.H.E. DEPTT. ALIRAJPUR.

    GENERAL CONDITIONS:

    1.0 The tender documents will be issued to the contractors fulfilling the followingrequirements:

    1.1 The contractors registered in Category A-IV or S-IV & above in P.H.E.

    Department, M.P. and registered in other Works Department of the state i.e. PWD,

    WRD and of Central Government i.e. MES, Railways, Central PWD and undertakings

    in state or Central Govt. offices, having experience of successful completion

    construction of Spillways, Concrete Dam, Barrage, Anicut of cost not less than 145.00

    lakh in last 3 financial years.

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

    2.1 Current Income Tax clearance Certificate.

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

    and other departments as mentioned in clause 1.1 above. If the registration based on

    revenue solvency than submit a copy of the live revenue solvency.

    2.3 Commercial Tax Clearance Certificate from competent authority of

    Commercial Tax Department.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    6/84

    2.4 Last three years Audited Profit & Loss A/C & Balance sheet to prove

    existence of the applicant in this field, turn over and papers showing financial

    soundness.

    2.5 The -experience certificate issued by an officer not below the rank of

    Executive Engineer, the location of work, name of river, maximum flood dischargeof the river, amount of contract, work order No. and date, time allowed for

    completion, actual time of completion and present status of work. In case the work

    was not completed within the time, action taken by the department should also be

    indicated in the experience certificate.

    2.6 List of tools, plants and machineries available with the contractors for

    successful completion of the work.

    2.7 Documents showing financial soundness of the applicant.

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

    4.0 The tenderers are also advised to visit the site of work before submission of their

    offer. Later on, claim about ignorance of the site conditions shall not be entertained.

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

    5.0 Escalation charges would not be payable in any case even though any

    extension in time granted for any reason whatsoever.

    6.0 The tender received after due date and time will not be considered and such

    envelopes will be returned unopened to the tenderers.

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

    8.0 The technical details and other particulars can be seen in the office of the

    undersigned on all working days during office hours.

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

    Executive Engineer

    Public Health Engineering Department

    JHABUA

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    7/84

    OFFICE OF THE EXECUTIVE ENGINEER

    PUBLIC HEALTH ENGINEERING DEPARTMENT,

    JHABUA (M.P.)

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

    Copy forwarded to :-

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

    Bhopal.

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

    Bhopal.

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

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

    Bhopal.

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

    5. The Collector, District JHABUA.

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

    DEPTT. ..

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

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

    9. Notice Board.

    10. Contractors Association, Indore for information and widepublicity.

    Executive Engineer

    Public Health Engineering Department

    JHABUA

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    8/84

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

    fufonk lwpuk dzekad& 28@08&09@Vsfy@jrykefn0 ------------------------------------

    laf{kIr fufonk lwpuk

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

    eqgjcUn fufonk;sa] izi= *,Q* ,d eq'r nj izLrko 3 fyQkQk i)fr ij e0iz0

    yksd LokLF; ;kaf=dh foHkkx @ tylalk/ku foHkkx @ yksd fuekZ.k

    foHkkx ,oa daUnz kklu ds dk;Z foHkkx tSls dsUnzh; yksd fuekZ.k

    foHkkx @ ,e- bZ- ,l-@ jsYos ,oa jkT; kklu ,oa dsUnz kklu ds midzeks

    esa ,l &4] ,&4 vFkok mij dh Js.kh esa iathd`r Bsdsnkj ftUgksaus leku

    izd`fr ,oa de ls de vk/kh ykxr ds dzkadazhV ,uhdV] csjkt] fLiyos ;k

    cka/k lQyrk iwoZd cuk, gks]] ls fnukad 06&06&08 vijkag 3-00 cts rd

    vkeaf=r dh tkrh gS] ysfdu vU; foHkkx esa iathdzr fufonkdkj dh fufonkLohd`r gksus dh fLFfr esa fufonkdkj dks vuqca/k djus ds iwoZ bl

    foHkkx ds vUrxZr mi;qDr Js.kh esa iath;u djkuk gksxk vFkok fu/kkZfjr

    flD;qfjVh fMiksthV dh jkfk ,d eqr vfxze #i es tek djkuk gksxhA izkIr

    fufonkvks esa /kjksgj dk;Z dk fyQkQk *,^ ,oa rduhdh krksZ okyk

    fyQkQk *ch* mlh fnu kke dks 3-30 cts mifLFkr fufonkdkjkas@QeksZ

    ds le{k [kksys tkosxsaA fyQkQk ^ch^ ds vUrxZr fufonkdkj }kjk vyx

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    9/84

    ls dksbZ krZ izLrqr u djus dh fLFfr esa fufonkdkjks dh lgefr ls foRrh;

    fufonk okyk fyQkQk *lh* Hkh mlh fnu [kksyk tk ldsxkA fufonk esa lg

    krsZ izLrqr djus dh fLFfr esa foRrh; fufonk dk fyQkQk *lh* [kksyus dh

    frfFk vyx ls lwfpr dh tkosxhA

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

    ds lehi izLrkfor 114 ehVj yEckbZ

    (89eh- eq[; cSjkt ,oa 20 20 eh- dh oky

    nksuks vksj) ,oa unh ds vkSlr ry ls

    6-00 ehVj mWpkbZ (^fly ysoy ls 4-00

    ehVj mWpkbZ) ds vkj-lh-lh- ,uhdV dk

    fMtkbu] fuekZ.k] ijh{k.k dk;Z] 1000

    fe-fe- ds LY;wl xsV iznk; e; vkj lh lh

    ckDl pSuy esa yxkus lfgr] rFkk ,uhdV

    ds vksifuax esa lky ;k ccwy dh ydM+h

    ds dM+h iznk; djus ,oa yxkus ds dk;Z

    lfgrA

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

    x- /kjksgj jkfk 2-90 yk[k

    ?k fufonk izi= dh dher 3000@&

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

    p fufonk dh oS/krk dk vof/k vafre foRrh; izLrko ds[kksys tkus dh frfFk ls

    180 fnuA

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

    dk;kZy;ks nUnksj] Hkksiky] Xokfy;j ,oa tcyiqj ,oa bUnksj ifj{ks=

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    10/84

    ds v/khu lHkh flfoy [k.M dk;kZy;ks ls fnukad 03-06-08 rd ,oa bl

    dk;kZy; ls fnukad 05-06-08 rd dk;kZy;hu le; esa fu/kkfjr kqYd

    tek dj izkIr fd;s tk ldsxsA tks Bsdsnkj v/kksgLrk{kjdrkZ ds

    dk;kZy; ;k mijksDr vU; dk;kZy;ksa ls dksjs fufonk izi= [kjhnuk

    pkgsxsa] mUgsa ?kksk.kk i= nsuk gkssxk fd mUgksus bl dk;Z

    gsrq dksjs fufonk izi= vU; dgha la izkIr ugha fd, gSaaA Mkd }kjk

    fufonk izi= exka;s tkus ij 100@& vfrfjDr ns; gksxk rFkk Mkd esa

    gksus okys foyEc ds fy;s ;g dk;kZy; ftEesnkj ugh gksxkA lhy cUn

    fufonk,a bl dk;kZy; fnukad 06-06-08 dks nksigj 3-00 cts rd ,oa

    mijksDr vU; dk;kZy;ks esa fnukad 04-06-08 dks kke 5-00 cts rd

    izkIr dh tk ldasxhA mijksDrkuqlkj izkIr fufonk;s

    v/kksgLrk{kjdrkZ ds dk;kZy; esa fnukad 06-06-08 dks nksigj 3-

    30 cts leLr mifLFkr Bsdsnkjks ds lEeq[k [kksyh tkosxhA

    lkekU; krsZ %&

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

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

    tylalk/ku foHkkx @ yksd fuekZ.k foHkkx ,oa daUnz

    kklu ds dk;Z foHkkx tSls dsUnzh; yksd fuekZ.k foHkkx

    @ ,e- bZ- ,l-@ jsYos ,oa jkT; kklu ,oa dsUnz kklu ds

    midzeks esa ,&4] ,l&4 ,oa mij dh Js.kh esa iathd`r gks

    ,oa ftUgksaus leku izd`fr ,oa de ls de 145-00 yk[k ds

    dzkadazhV ,uhdV] csjkt] fLiyos ;k cka/k fiNys rhu

    foRrh; okksZ esa lQyrk iwoZd cuk, gks]A

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    11/84

    2- fufonk izi= izkIr djus ds fy;s izLrqr vkosnu i= ds lkFk

    fuEufyf[kr tkudkjh vfuok;Z :i ls layXu dh tkuk pkfg, %&

    2-1 v|ru vk;dj pqdkjk izek.k&i= A2-2 1-1 ds vuqlkj yksd LokLF; ;kaf=dh foHkkx ,oa vU;

    foHkkxks esa mi;qDr Js.kh esa iathd`r gksus dk izek.k

    i=A ;fn iath;u fjosU;w lksyosalh ij vk/kkfjr gksrks oS}

    jsosU;w lksyosUlh dh izfr A

    2-3 okf.kfT;d foHkkx ds l{ke vf/kdkjh dk dj pqdkjk izek.k

    i=A2-4 fiNys rhu okksZ dk vadsf{kr ykHk gkfu ys[kk vkSj

    fpB~Bk] ftlesa vkosnd dh bl {ks= esa dk;Zjr gksuk o

    VuZ vksoj fl} gks ldsA

    2-5 vuqHko izek.k i= tks de ls de dk;Zikyu ;a=h ds Lrj ds

    vf/kdkjh dk gks] ftlesa dk;Z LFky] unh dk uke] unh dk

    ck

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    12/84

    4-0 Bsdsnkj dks ijkekZ fn;k tkrk gS fd os fufonk nsus ds

    iwoZ fuekZ.k LFky vo; ns[k ysaA ckn esa fuekZ.k LFky

    dh vufHkKrk gksus ds dkj.k dksbZ Hkh nkok ekU;

    ugha gksxkA

    4-1 iwjs vkj lh lh fuekZ.k dk;Z esa dsoy ueZnk ls.M dk ghmi;ksx fd;k tkosxkA

    5-0 ,Ldsysku fdlh Hkh nkk esa ns; ugh gksxkA pkgs dk;Zdh le;kof/k fdlh Hkh dkj.k ls c

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    13/84

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

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

    izfrfyfi %&

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

    HkksikyA

    2- izeq[k vfHk;ark] yksd LokLF; ;kaf=dh foHkkx Hkksikydh vksj lwpukFkZ iszf"kr A

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

    ifj{ks= bankSj @ Hkksiky@Xokfy;j@tcyiqj dh vksj

    lwpukFkZ iszf"kr A

    4- v/kh{k.k ;a=h]yksd LokLF; ;kaf=dh foHkkx mTtSu dh vksjlwpukFkZ iszf"krA

    5- ftyk/khk] dk;kZy; jrykeA

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

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

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

    9- uksfVl cksMZ A

    10- Bsdsnkj ,lksfk,ku] bUnksj dh vksj lwpukFkZ iszf"kr A

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    14/84

    dk;Zikyu ;a=hyksd LokLF; ;kaf=dh

    foHkkx]

    jryke

    OFFICE OF THE EXECUTIVE ENGINEER

    PUBLIC HEALTH ENGINEERING DEPARTMENT,

    JHABUA (M.P.)

    TENDER FOR LUMP-SUM CONTRACT

    I/We do hereby tender to execute the whole of the work described in the

    drawing noand according to the annexed specification signed by

    ..and dated for the sum of

    Rs.Rupees*.

    I/We do hereby agree and bind myself / ourselves to abide by and fulfill all

    the conditions annexed to the said specification or in default thereof to forfeit and pay to the

    department the penalties of sum of money mentioned in the said conditions, viz.

    Dated : .. Tenderers signatures .

    Address ..

    Witness

    Address

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    15/84

    ..

    ..

    ..

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

    Date . Signature of authority

    By whom the tender is accepted

    * To be expressed in words and figures.

    SECURITIES

    Name Address Occupation or

    Profession

    Remarks

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    16/84

    CONDITIONS OF CONTRACT

    01. The person(s) whose tender may be accepted hereinafter called the

    contractor(s) within ten days of the receipts by him/them of the notification of the

    acceptance of his/their tender will deposit with the Executive Engineer a sum equal to

    5% of the sum specified in the tender either in cash or Government Securities

    endorsed to the Executive Engineer (if deposited for more than 12 months). All

    damages to be borne or other sums of money payable by the contractor(s) to the

    Governor of Madhya Pradesh under the terms & conditions of this contract may be

    deducted from or paid by the sale of sufficient part of his/their security deposit or from

    of the interest arising there from or from any sums which may be due to or may

    become due to the contractor(s) by the Governor of Madhya Pradesh on any account

    whatsoever. In the event of his/their security deposit being reduced by reason of any

    deduction or sale as aforesaid or by reason of forfeiture under clause 13, the

    Contractor (s) shall within ten days thereafter make good in cash or Govt. Securities

    endorsed as aforesaid any sum or which may be necessary to make the amount of

    deposit equal to 5% of the sum specified in the tender.OR

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

    Department for due performance of contract under terms and, conditions pointed in

    the tender form will be the Earnest money at the time of tender plus a sum to make it

    equal to 5% of the amount of contract, to be deducted from the running account bill of

    the contractor from time to time. The contractor(s) is/are to provide every thing sort

    and kind (with the exception noted in the schedule attached) which may be necessary

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    17/84

    and requisite works included in the contract according to the true intent and meaning

    of the drawing and specifications taken together, which are to be signed by executive

    Engineer, PHED, JHABUA thereafter called the E.E.) and the contractor(s) whether

    the same may not be particular to subscriber in the specification or shown on the

    drawing provided that the same are reasonably and obviously to be inferred there from

    and in case of any discrepancy between the drawings and the specifications the E.E. is

    to decide which shall be followed.

    02. The contractors are to set out the whole of the works in conjunction with an officer

    to be deputed by the E.E. and during the progress of the work to amend on the requisition

    of the E.E. any error which may arise therein and provide all the necessary labour and

    material to provide all for doing so. The contractors are to provide all plant labour and

    material (with exception noted in the schedule attached) which may be necessary and

    requisite for the best of their respective kinds. The contractors are directed to leave work in

    all respect clean and perfect at the completion.

    02(a) In respect of all bearings image of similar parts amended for use in the

    superstructure of any bridge, the contractor shall whenever required in course of

    manufacture, arrange and afford all facilities for the purpose of inspection and test of all or

    any of these parts and the materials used by them to any officer of the directorate of

    inspection the ministry of works. Production and supply of the Government of India and

    such bearings hinges of similar parts shall not be used in the superstructure of any bridge

    except on production of a certificate of acceptance thereof from the Directorate of

    inspection. All inspection charges will be payable by the Contractor.

    03. Complete copies of the drawings and specifications signed by the EE are to be

    furnished by him to the contractor(s) for his / their own use and the same copies thereof

    are to be kept on the buildings in charge of the contractor(s) agent who is to be constantly

    present on the contractor(s) ground by the contractor(s) and to whom the instruction can

    be given by the EE. The contractor(s) is / are not sublet the works or any part thereof

    without the consent in writing of the EE.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    18/84

    04. The EE must have at all time access to the works, which are to be entirely under

    his control. He may require dismissal of any person in the contractor(s) employment

    upon the works who may be incompetent or misconduct himself and the contractor(s) is /

    has to comply with such requirements.

    05. The contractor(s) is / are not to vary or deviate from the drawings or

    specifications or execute any extra work of any kind whatsoever unless upon the

    authority of EE to be sufficiently shown by any order in writing by any plan or

    drawings and signed by him as an extra or variation or by any subsequent written

    approval signed by him. In case of daily labour, all vouchers for the same are to bedelivered to the EE or the Officer-in-charge at least during the week following that in

    which the work may have been done and only such day work is to be allowed as such

    as may have been authorized by the EE to be so done unless the work cannot from its

    character be properly measured and valued. The drawings in respect of which this

    contract is drawn up provide for a minimum depth of foundations for good soil. The

    investigations and testing of safe bearing capacity of foundation is the responsibility of

    the contractor.

    06. Any authority given by the EE for any alterations or additions to works is not

    to vitiate the contract but all additions, omission or variations made in carrying out the

    work to be measured and valued and certified by the EE and added to or deducted

    from the amount of the contract, as the case may be, at the rates given in the unified

    schedule of rates of Water Resource Department, Madhya Pradesh inforce from

    1.9.03 and amended uptodate of issue of N.I.T. In such cases in which rates do not

    exist; the Superintending Engineer will fix the rates to be paid.

    07. All work and material brought and left upon the ground by the contractor(s) or

    his / their orders for the purpose of forming part of the works are to be considered to

    be the property of Governor or M.P. and the same are not to be removed or taken

    away by the contractor(s) or any other person without the special license and

    permission in writing of EE, but the Governor of Madhya Pradesh is not to be in any

    way answerable for any loss or damage which may happen to or in respect of any such

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    19/84

    work or materials either by the same being lost or stolen or injured by weather or

    otherwise.

    08. The EE has full power to order the removal from the premises all materials

    which in his opinion are not in accordance with the specification and in case of

    default, the EE is to be at liberty to employ other persons to remove the same without

    being answerable or accountable for any loss or damage that may happen or arise to

    such materials. The EE is also to have full power to order other proper materials to be

    substituted and in case of default the EE may cause the same to be supplied and all

    costs which may attend such removal and substitution are to be borne by the

    contractor(s).

    09. If in the opinion of the EE, any of the works are executed with improper

    materials or defective workmanship the contractor(s) is / are when required by the EE

    forthwith to re-execute the same and substitute proper materials and workmanship and

    in case of default of the contractor(s) is not doing so within a week the EE shall have

    full power to employ other persons to re-execute the work and the cost thereof shall be

    borne by the contractors(s).

    10. Any defects, shrinkage or other faults which may appear after passing of

    minimum two rainy season from the completion of the work arising out of defective

    or improper materials or workmanship are upon the direction of the E.E. to be

    amended and made good by the contractor(s) at his / their own cost unless the E.E.

    shall decide that he / they ought to be paid for the same and in case of default the

    Governor of M.P. may recover from the contractor(s) the cost of making good such

    works.

    11. From the commencement of the works to the completion of the same, they are

    to be under the contractor's charge. The contractor(s) is / are to be held responsible for

    and to make good all injuries, damages and repairs occasioned or rendered necessary

    to the same by fire or other causes and they are to hold the Governor of M.P harmless

    from any claims for injuries to persons or structure damage to property, happening

    from any neglect, default, want of proper care to misconduct on the part of the

    contractor(s) or of any one in his / their employee during the execution of the works.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    20/84

    12. The EE is to have full power to send workman upon the premises to execute

    fittings and other works not included in the contract for whose operations the

    contractor(s) is / are to afford every reasonable facility during ordinary working hours,

    provided that such operations shall be carried on in such manner so as not to impede the

    progress of the work included in the contract but the contractor(s) is / are not to be

    responsible for any damage which may happen to or be occasioned by any such fittings

    or other works.

    13. The works completed in this tender are to be commenced immediately upon

    receipt of the order of commencement given in writing by the E.E. when possession of

    the site can be had. The whole work, including all such additions and variations as

    aforesaid (but excluding such if any as may have been postponed by an order from the

    EE) shall be completed in every respect within twelve months excluding rainy season

    from the date of issue of the aforesaid order and if from any cause whatever other than

    willful obstruction or default on the part of the E.E. or his staff and except as hereinafter

    provided the whole or such work shall not be finished to the satisfaction of the EE within

    the said period, the contractor (s} shall forfeit to the governor of M.P. from his / their

    security deposit by way of ascertained and liquidated damages for each default and not

    by way of penalty the sum of Rs 2000/- per day for each complete day of such default,

    provided that the entire amount of damages to be forfeited under the provisions of the

    clause shall not exceed ten percent on the estimated ,value ofthe whole work as shown

    in the tender.

    Provided never the less that if the contractor(s) shall be of the opinion that he

    is / they are entitled to any extension of time on account of the works being altered,

    varied or added to or on account of any delay by reason of any indement weather or

    causes not under the control of the contractor(s) in consequences of orders to that

    effect from the EE himself which orders the EE is hereby empowered to give them in

    any or either of such case it shall be competent for the E.E. by an order in writing or

    extend the aforesaid period for final completion by such period or periods as he shall

    deem reasonable and the contractor(s) is / are to complete the woks within such

    extended period or periods as aforesaid. Provided that the contractor(s) shall not

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    21/84

    within three days after the happening of the event in respect of which he / they

    shall consider him self / themselves entitled to any extension given by EE written

    notice of such claim to any extension of time and of the ground or grounds and of

    the amount thereof unless in any case the EE shall in his discretion dispense with such

    notice and certify for an extension of time. Nevertheless and in case of any

    extension of time the aforesaid provisions with amount for damages in default of due

    completion shall apply in case of non-completion of works within the extended time.

    Provided that the contractor(s) shall not be entitled to any extension of time in respect

    of the extra work involved in the extra depth of foundation mentioned in clause 5.

    14. If the contractor(s) shall become bankrupt or compound with or make any

    assignment for the benefit of his / their creditors or shall suspend or delay their

    performance of his/their part of the contract (except on account of causes mentioned in

    clause 13 or in consequence of not having proper instructions for which the contractor{s)

    shall have duly applied). The EE may give to the contractor(s) or his/their assignee or

    trustee as the case may be, notice requiring the work to be proceeded with and in case of

    default on the part of the contractor(s) of his/their assignee or trustee for a period of

    seven days, it shall be lawful for the EE to enter upon and take possession of the works

    and employ any other person or persons to carryout and complete the same and to

    authorize him or them to use the plant, materials and property of the contractor(s) upon

    the work and the costs and charges incurred in any way in carrying on and completing

    the said works are to be paid to the EE by the Contractor(s). The EE shall be final

    authority to determine the amount spent to complete the unfinished work. The certificate

    of EE as to the value of the balance work done shall be final and conclusive against the

    contractor.

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

    commencing from the date of issue of work order a sum of 90% of the total value of

    work done since the last payment according to the certificate of EE. When the work

    shall be completed fully the contractor(s) is / areto be entitled to receive one moiety of

    the amount remaining due according to the best estimate of the same that can be made

    and the contractor(s) is / or to be entitled to receive the balance of all money due or

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    22/84

    payable i.e. security deposit etc. to he / them under or by virtue of contract within six

    months from the completion of the works. Provided always that no final or other

    certificate is to cover or relieve to contactor(s) from his / their liability under the

    provision of clause 10 whether or not the same be notified by the E.E. at the time or

    subsequently to the granting of any such certificate.

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

    case may be showing the final balance due or evidence of the work having entitled to

    receive the payment of the final balance but without prejudice to the liability of the

    contractor(s) under provision of clause 10.

    17. Provided always that in case any question, dispute of difference shall arise

    between the EE and contractor(s) as to what additions if any ought in fairness to be

    made to the amount of the contract by reason of the works being delayed through no

    fault of the contractor(s) or by reason or on account of any directions of requisitions of

    the EE involving increased cost to the contractor(s) beyond the cost properly attaining

    the carrying out of the contract according to the true intent and meaning of the signed

    drawings and specifications, or as to the works having been duly completed or as to

    the construction of these presents or as to any other matter or thing arising under or

    out of this contract, except as to matters, left during the progress of the works under to

    the sole decision or requisition of the EE under clause No.1, 4, 8 and 9 or in case the

    contractor(s) shall be dissatisfied with any certificate of the EE under clause 6 or

    under the provision in clause 13 or in case he shall withhold or not give any certificate

    to which he / they may be entitled or as to the right of the contractor(s) to receive any

    compensation or as to the amount of such compensation payable to him /them under

    clause 18 then such question of dispute or difference or such certificate of the value ormatterwhich should be carried as the case may be is to be from time to time submitted

    to the arbitration of a tribunal composed of one arbitrator nominated by the

    contactor(s) and one arbitrator nominated by the E.E. / S.E. in the event of a

    disagreement between the arbitrators any matter/matters shall be referred to an umpire

    to be nominated by the Chief Engineer and the award of such arbitrator or the umpire

    is to be final and where necessary equivalent to the certificate of E.E. and the

    contractor(s) is / are to be paid accordingly. Claims under the preview of M.P.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    23/84

    Madhyastha Adhikaran Adhiniyam 1983, shall be referred to the competent authority.

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

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

    18.1 Clause alternations, omissions or variation in the drawings &

    specification involving any curtailment of the works as originally completed.

    OR

    18.2 Not required the whole of work as specified in the tender to be carried out.

    The contractor(s) shall have no claim to any payment or compensation whatsoever on

    account of any profit or advantages which he / they might have derived from the

    execution of the work in full as specified in the tender but which he / they did not

    derive in consequence of the curtailment of the works by the reason of alteration,

    omissions or variations or in consequence of full amount of the work not having been

    carried out.

    Date : (Signature of the contractor)

    Executive Engineer

    Public Health Engineering Department

    JHABUA

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    24/84

    OFFICE OF THE EXECUTIVE ENGINEERPUBLIC HEALTH ENGINEERING DEPARTMENT,

    JHABUA (M.P.)

    DETAILED NOTICE INVITING TENDER

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

    Sealed tenders are invited on behalf of the Governor of Madhya Pradesh for the

    following works in form "F" for lump sum contract and will be received at the office of

    the Executive Engineer, P.H.E. Division, JHABUA in other zonal offices and all civil

    division of Indore Zone from contractor(s) registered in categories A-IV, S-IV and above

    in P. H. E. Department of M.P.

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

    Anicut of 114m Length (Main Barrage 89 m

    and 12.5 m key wall on both side) And 4.5 0 m

    Height (2.0 m above average bed level and 4.0m above sill level) including Providing and

    Fixing of 1000mm Sluice Gates 4 Nos with

    suitable R.C.C. Box Channels and Providing and

    Fixing wooden kurreis across river PAT near

    village RASODI BADI of Alote Block in

    JHABUA district (M.P.)

    2.0 Probable amount of contract Rs. 290.00 lakhs.

    3.0 Earnest Money Rs. 2.90 lakhs.

    4.0 Cost of tender document in Rs. 3000/-

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    25/84

    duplicate i/c drawing etc. complete.

    5.0 Time allowed for completion 15 months excluding rainy season. (1ST July to

    30th September)

    6.0 Validity of offer 180 Days from date of opening of last fincial

    offer.

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

    following contractors:

    7.1 The contractors registered in class A-IV, S-IV and above in P.H.E.D. M.P. and

    having experience of successful completion of spillways, concrete dams, barrage or

    anicut cost not less than 145.00 lakhs in last three finacial years.

    8.0 ISSUE OF TENDER DOCUMENT

    8.1 Application for issue of tender document shall be submitted to the Executive

    engineer, PHE Division, JHABUA up to 05/06/2008 during office, hours. The tender

    documents can be purchased from office of the C.E.PHED, Zone - Indore / Bhopal/

    Jabalpur / Gwalior and all civil divisions under the jurisdiction of C.E., PHE, Indore,

    Zone - Indore up to 03/06/2008during office hours. If contractor wish to purchase

    blank tender document from any office / this office, he should submit a written

    undertaking that he has not purchased blank tender document from any other office for

    said work. Similarly the sealed tenders can be submitted in this office on 06/06/2008

    up to 3.00 PM and also in above 4 Zonal offices and all Civil Divisions of Indore Zone

    on 04/06/2008 up to 5.00 PM with prescribed amount of deposit acknowledgement

    will be given by respective office. All such sealed tender document will be opened by

    undersigned on 06/06/2008 at 3.30 PM in the presence of contractor or their

    representatives in P.H.E. DIVISION ALIRAJPUR.

    Application for issue of tender document shall be submitted to Executive

    Engineer, PHE Division, JHABUA so as to reach this office not later than 05/06/2008

    with payment of Rs. 3000/-only which will not be refundable. The applicant shall have

    to pay Rs. 100/-extra if the tender documents are desired by post. The department shall

    not be responsible any delay due to postal transit. Application for issue of tender shall

    also be accompanied by the following documents:-

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    26/84

    8.2 Current Income Tax /Assessment clearance certificate.

    8.3 Valid registration certificate in appropriate category as mentioned above.

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

    indicating the location of work, name of river, amount of contract, work order no.

    and date, time allowed for completion, actual time of completion and present

    status of work. In case, the work was not completed within the time action taken by

    the department should also be indicated in the experience certificate.

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

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

    work in hand.

    8.6.1 List of tools, plants and machineries available with the contractors for

    successful completion of the work. Along with the proof of purchase of these tools, plants

    and machineries if the required T &. P and machineries are not available with contractor, the

    mode of arrangement / procurement T & P and machinery should be clearly specified.

    9.0 The application for issue of tender documents should be submitted to the

    undersigned on or before 05//06/2008

    9.1 Blank tender form with related documents can be had during office hours

    from the office of the undersigned up to 05/06/2008 and C.E. office and other

    divisional office on any working day up to 03/06/2008 on payments of cost of tender

    documents. The documents can also be had through post by depositing Rs. 100/- extra,

    but in the event of postal delay or losses, the department will not be responsible.

    10. OTHER CONDITIONS

    10.1 The lump sum offer should include all taxes, duties applicable at the time of

    execution of work. The diversion of river, construction of coffer dam, dewatering,

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    27/84

    shoring, scaffolding, desilting etc. required for the proper execution of work shall be

    deemed to be included in the lump sum offer.

    10.2 Cement required for the work will be arranged by the contractor. The cement shall

    be of approved quality conforming to the latest ISS.

    10.3 The tender received after the date and time or without deposit of earnest

    money in prescribed form shall be returned unopened to the tenderers.

    10.4 Right to reject anyone or all tenders without assigning any reasons rests

    with the competent authority of P.H.E.D.

    11.0 SCOPE OF WORK

    The scope of work in detail is given in annexure "E" however the main

    items of work are as below:

    I) Submission of all Hydraulic and Structural drawing and design.

    II) Investigation of foundation for Anicut

    III) Necessary treatment for foundation wherever required by consolidated

    cement grouting.

    IV) Design and construction of R.C.C. Anicut across PAT at village RASODI

    ADI :-

    Design and construction of RCC Anicut on river PAT in M-30 cement concrete with

    1.50 m wide opening between the piers. The approximate length of Anicut is 114 m

    and 4.5 m height above average river bed level (4.0 mtr above sill level) withconstruction of RCC abutment, piers, wing wall on both sides extended up to HFL

    level with necessary arrangement for fixing of kurries, i/c providing of sawn and

    planed well seasonal Sal/ Babool wood kurries with necessary treatment. Suitable

    lifting arrangement for Kurries (minimum two,one tone capacity chain pulley block

    with tripod). Design and construction of 1.00 m. wide R.C.C. slab between piers at

    top for walkway to be used for maintenance purpose.

    V) Bank protection works on right and left banks of the rivers for 15 M. length on

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    28/84

    up stream sides and 30 M. on downstream sides upto afflux H.F.L..

    VI) The downstream protection and apron work shall be as per provision of I.S.

    11130-1984. On the downstream side of kurry shutters, the river bed shall be

    protected against erosion for this purpose the length and thickness of apron shall be

    decided as per I.S. code by considering governing factors existing at site. However

    10.00 m minimum length on upstream and 20.00 m. minimum on downstream side

    with 60 cm minimum thickness of concrete (45 cm thick layer of M-10 and 15 cm.

    thick layer of M-15) have to be provided. This needs to be designed.

    VII) 1000 mm x1000 mm size of R.C.C. Box Channels under sluice at least 4

    Nos. should be provided for passing silt load and 1000 mm Sluice gates.

    VIII) Suitable arrangement for opening Sluice Gates at top level of Anicut.

    IX) Suitable construction joints to be provided in Anicut & pitching in PCC/RCC

    X) Construction of suitable store room for keeping Kurries and puddle and

    construction of chowkidar room.

    12.0 SUBMISSION OF TENDERS :-

    12.1 The tender documents duly filled in shall be submitted in the following form.

    There shall be THREE SEPARATE sealed envelopes detailed as under:

    ENVELOPE 'A'

    First sealed envelope shall contain earnest money document in prescribed form

    and should clearly be written on the envelope as Envelope 'A' -"Earnest Money".

    ENVELOPE 'B'

    The second sealed envelope shall contain terms and conditions involving

    financial implications, if any and all the technical details and specifications. All the

    tender documents containing terms and conditions, technical specifications, drawings

    etc. should be submitted in Envelope 'B' duly signed by the contractor on every page

    on the front side of the envelope. It should be clearly mentioned as Envelope 'B'

    Terms and conditions, Technical details and Specification of work.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    29/84

    ENVELOPE "C'

    The third envelope shall contain only the cost of lump-sum offer inclusive of

    all taxes, excise duty applicable if any, royalty, octroi, VAT, transportation charges

    etc. complete and on front side of the envelope, it should be stated as Envelope C' -

    "Cost of Lump Sum offer.

    12.2 No tender shall be received without a deposit Earnest Money. This will be

    returned to the unsuccessful tenderers on rejection of their tender. The earnest money

    from the successful tenderers will be retained as part of security deposit.

    12.3 FORM OF EARNEST MONEY

    12.3.1 Where the amount of earnest money to be deposited more than Rs.500/- and

    the tenderer has to pay in cash, he shall pay the earnest money to the credit of revenue

    deposit on behalf of the Executive Engineer, P.H.E. Division, JHABUA into a branch

    of the State Bank of India / Government Treasury or Sub Treasury within the

    jurisdiction of the Executive Engineer, P.H.E.D. JHABUA.

    12.3.2 If however the tenderers wish to deposit the earnest money in any one of the

    following forms he may do so

    1. Treasury Receipts.

    2. National Saving Certificates.

    3. Treasury Bonds.

    4. Approved Interest-bearing Securities.

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

    6. Post office cash certificate.

    7. 10 Years Treasury Saving/Deposit Certificates.

    8. 12 Years National Saving Certificate.

    9. 10 Years Defence Deposit Certificate.

    10 All small saving, securities and Post Office Saving, Bank Accounts,

    duly pledged to Government.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    30/84

    11. National Saving Certificate duly hypothecated in the name of the

    Governor of Madhya Pradesh.

    12. Units of Unit trust of India.

    13. Demand Draft of S.B.I. or Schedule Banks.

    14. Fixed deposits of S.B.I. or Schedule Banks.

    12.4 Adjustment of Earnest Money

    The earnest money which has been deposited for a particular work, will not

    ordinarily be adjusted towards the Earnest Money for an other work but if the tender of

    a contractor for a work in the same division which has been rejected and the earnest

    money has not been refunded to him due to some reasons it may be so adjusted by the

    E.E.

    12.5 Tender must be in form of lump sum contract duly filled in as per instruction

    contained in the tender notice and in the said tender form the lump sum offer shall be

    deemed to be inclusive of the items of works.

    12.6 The lump sum offer shall include dewatering, bailing out water if any (which

    shall be required to be done by contractor at his own cost, and for which no payment will

    be admissible under any circumstances), The tenderer shall assess the work of

    dewatering that may be required for execution of work and may include its cost in his

    L.S. offer. Dewatering done under any of the circumstances whether natural, artificial or

    man made shall not be payable.

    12.7 The L.S. offer should be expressed both in words and figures in indelible ink or

    type written and all overwriting shall neatly be scored out and rewritten and correctionsshould be duly attested.

    12.8 Each tenderer shall supply the name, residence and place of business of the

    person submitting the tender & shall be signed by the tenderers with his usual signature.

    Tender by partnership firm shall furnish the full names of all partners. An attested copy

    of the constitution and the registration number of the firm shall be furnished. In such a

    case the tenderer must be signed separately by each partner thereof in the event of the

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    31/84

    absence of any partner thereof it must be signed on his/her behalf by a person holding a

    power of attorney authorizing him to do so. Tender by Corporation shall be signed by the

    legal name of the Corporation followed by the name of state of incorporation and

    signature followed with designation of the president /secretary or other person authorized

    to sign it in the matter.

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

    or partner shall tender for the execution of the same work. If they do so, all such tenders

    are liable to be rejected.

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

    contractors.

    12.11 The tenderers will have to submit at the time of submitting tender an outline plan,

    elevation and section of proposed civil works, mechanical works and all other works as

    detailed in attached specifications. He shall also submit with tender itself the approximate

    quantities of various items involved such as earth work, hard rock cutting, cement, steel,

    concrete of different grades etc.

    12.12 The layout plan and designs will be subjected to the approval of the department

    and can be altered to suit the specific departmental requirements and the contractors shall

    have no extra claim on that account. The responsibility for design, execution and

    commissioning, testing will solely rest with the contractor. He will have to rectify the

    defect immediately within a fortnight as and when noticed either during construction

    period or after construction till the end of defect liability period, at his own cost and risk.

    12.13 The rates quoted by the contractor shall not be altered by the contractor

    during the terms of the contract.

    12.14 The tender for works shall not be witnessed by contractor or contractors, who

    himself have tendered for the same work. Failure to observe this condition shall render the

    tender of the contractor tendering as well as of those witnessing the tender liable for

    rejection.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    32/84

    12.15 Detailed specifications and leaflets giving make etc for all components to be

    provided shall be submitted with the tender.

    13.0 IMPLICATION OF SUBMISSION OF TENDER

    13.1 Tenderers are advised to visit the site sufficiently in advance of the date fixed for

    the submission of the tender. The tenderers shall be deemed to have full knowledge of

    all relevant documents, soil samples of strata bearing capacity of the soil, hydrological

    and topographical site conditions, nature of river and it's bed etc. whether he inspects

    them or not.

    13.2 The submission of the tender by a contractor implies that he has read the notice,

    conditions of tender and all the contract documents and has made himself aware of all

    the standards and specifications in this respect, laid down in the National building code,

    relevant IS. Specifications. IRC specification, manual on water supply and treatment.

    Annexure E giving scope and the specification of the work to be done at the site of

    works and quarries with their approaches etc. and satisfy himself regarding the suitability

    and availability of the materials at the quarries. The responsibility of opening new

    quarries and construction and maintenance of approaches shall rest wholly with the

    contractor.

    13.3 The contractor shall make his own arrangement for supply of water for

    construction testing and other purposes. No lead and lift for any material shall be

    paid. The tendered amount shall be deemed to be inclusive of all the lead and lift for all

    the materials. The contractor should himself verify the lead of different materials before

    submitting his tender.

    13.4 Tender of any contractor who proposes additions or alterations to any of the

    conditions laid down here is liable to be rejected.

    13.5 The department reserves the right for accepting the tenders for the whole work or

    part of it or distributing the work between one or more contractors.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    33/84

    13.6 Accepting authority does not bind him self to accept lowest or any tendered and

    may reject the tender without assigning reasons thereof.

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

    officer in any capacity, between grades of the Superintending Engineer and Assistant

    Engineer both inclusive of the administrative jurisdiction of PHE Circle, Ujjain and the

    contractor shall not be permitted to tender for the work. He shall intimate the name of the

    persons, who are working with him in any capacity or subsequently employed by him and

    are near relatives of any gazetted officer in the M.P. Public Health Engg. Deptt. Any

    breach of this condition by the contractor would render him liable to be removed from

    the approved list of contractors of this department.

    Note: By the term Near Relative is meant wife, husband, parents and grand parents, children

    and grand children, brothers and sisters, uncles and cousins and their corresponding in-

    laws.

    14.0 OPENING AND ACCEPTANCE OF TENDERS:

    14.1 Place and time of opening of tender:-

    Firstly envelope A containing earnest money shall be opened on the date and

    time mentioned by the E.E. in the presence of the tenderers or their authorized agents who

    may choose to remain present. If the earnest money is found in proper form Envelope B

    containing terms and conditioning shall be opened thereafter on the same day. If the

    earnest money of any tenderers is not found proper as per Para 12.3 of the detailed N.I.T.,his tender will not be entertained and envelope C shall be returned unopened. The

    executive engineer under unavoidable circumstances may depute another officer in his

    absence to receive and open tenders on his behalf. The date time and place of opening of

    Envelope C containing Lump Sum price offer will be intimated to the tenderers on

    finalization of a common set of conditions by the Superintending Engineer, P.H.E.D.,

    Ujjain, M.P. after hearing the view of the tenderers.

    14.2 Unsealed Tenders:-

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    34/84

    The tenders may be returned unopened if not properly sealed.

    14.3 Power of Superintending Engineer:-

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

    for the acceptance of the tenders to Chief Engineer or other higher authority the

    lowest or any tender or to give reason for his decision.

    14.4 Conditional Tender:-

    Conditional Tenders are liable to be rejected.

    14.5 Canvassing for support in any form for the acceptance of the tender is strictly

    prohibited any tenderer doing so will render himself liable to penalties, which may

    include removal of his name from the register of the approved contactor or penal action

    Section - 8 of M.P.Vinirdistha Bhrasht Acharan Niwaran Vidheyaka,1982.

    14.6 VALIDITY OF OFFER:-

    Tender shall remain valid up to 180 days from the date of opening of last

    financial offer and in the event of the tenderers withdrawing the offer before the

    aforesaid date for any reason whatsoever, earnest money deposited with the tender shall

    be forfeited to Government.

    15.0 PAYMENTS:-

    15.1 The mode of payment at various stages has been given in annexure "G". No

    change in this payment schedule shall be accepted. Secured advance may be paid as per

    CPW Code.

    15.2 The payment of running account bills will be made by PAYEES ACCOUNT

    CHEQUES ONLY on state Bank of India Branch, JHABUA (M.P.) No Bank

    commission charges for realizing such payment shall be payable.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    35/84

    16.0 SECURITY DEPOSIT:-

    16.1 The Security has to be taken for the due performance of the contract, under the

    terms and conditions given in the tender form will be the earnest money at the time of

    tender plus a sum to make it equal to 5 % (five percent) of the amount of contract to be

    paid within 10 days from letter of award of contract failing which the earnest money of

    contractor shall be forfeited.

    16.2 The security deposit of the contractor shall not be refunded before the passing

    of 2 rainy seasons after the successful completion of work. In no case it shall be

    refunded before the settlement and the payment of the final bill.

    17.0 TIME OF COMPLETION:-

    17.1 The time allowed for carrying out the work as entered in the N.I.T i.e. 15

    months excluding rainy season shall be strictly observed by the contractor and shall be

    reckoned from the date of issue of order to commence the work i.e. the work order. The

    virtual completion of the work shall be deemed to have been done when the whole

    work (as per the scope of work) is certified by the Engineer- in-charge to that effect.

    Liquidated damages will be dealt with in accordance with clause 13 of form F of the

    lump sum contract.

    17.2 Time Schedule

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

    fixed by the competent authority and a BAR/PERT/CPM chart showing

    completion schedule shall have to be submitted by the successful contractor

    along with design and drawing.

    18.0 SPECIFICATION:-

    18.1 The general specification for the work has been given in the enclosed

    Annexure E. However the following order of priority regarding specifications shall

    be followed by the contractor.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    36/84

    18.1.1 Specification for concrete works and other civil, mechanical works and

    materials shall be governed by the relevant latest IS and IRC specifications and

    national building code of India latest edition.

    18.1.2 Specification for civil engineering works shall be governed by standard

    specifications published by Government of Maharashtra, Building and

    Communication Department 1972.

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

    C.P. H.E.E.O. New Delhi)

    18.1.4 Specification given in the Annexure E enclosed.

    18.1.5 Any other specification, not covered under the above said standards

    shall be fixed by the Engineer-in-charge.

    18.2 Nothing in this clause shall, however curtail the right of the Engineer-in-charge

    to alter the specification for any part or whole of the work, if he considers it necessary

    in the interest of work on all matters where there is difference of opinion, between the

    contractor and the Executive Engineer, the matter will be decided according to Para

    17 of Form F in the agreement form.

    18.3 MATERIALS OF CONSTRUCTIONS:-

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

    accordance with standard specifications of building and Communication Department of

    Maharashtra Government (with all amendments issued up to date of receipt of tenders),

    IRC specification and IS code of practice. The IS Specifications will be given

    preference. In case there is difference in Maharashtra PWD specifications and IS

    specifications issued up to date of issue of tender notice and entire work pertaining to this

    tender shall be executed in accordance with the above specifications. Transportation at site

    of all construction material is the responsibility of the contractor.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    37/84

    18.4 Workmanship

    The workmanship carried out according to the specifications referred to herein-

    after and according to the sound engineering practices. The structure should have even

    smooth finish. The decision of the Engineer-in-charge in respect of workmanship shall

    be final.

    18.5 CONCRETE:-

    All concrete shall be mixed in concrete mixer and compacted by

    mechanical vibrators. Slump tests shall be carried out during concreting and sample

    test cubes prepared and tested in due course by the contractor at his own cost as

    specified in relevant IS Specifications. The results of the tests shall conform to the

    required standards and if the Engineer -in-charge considers that a structural test is

    necessary the same shall be carried out as instructed by the Engineer-in-charge at

    contractor's expenses and if the result is found to be unsatisfactory the contractor will

    be bound to take down and reconstruct the particular portion of work which has given

    unsatisfactory test results.

    18.6 Steel for Reinforcement:-

    All the iron and steel required for the work will be procured by the contractor

    at his own cost. The department shall not supply any quantity of steel under any

    circumstances. Steel for reinforcement shall confirm to I.S. specification 1786 : 1979

    (with up-to-date revision). The contractor shall be required to produce the test

    certificate of the manufactures to the department before use of steel for the work. No

    untested steel will be allowed to be used under any circumstances. The department

    however reserves the right to get the steel tested at the cost of contractor.

    18.7 All material used in the civil work should be of quality approved by the

    Engineer-in-charge. The rejected material should be removed from the site immediately

    at the cost of contractor. All components of civil work including electrical &

    mechanical work should be of such, workmanship and quality that they are liable to

    perform with maximum efficiency in the normal working condition. Use of suitable

    paints and coatings for under water fittings to prevent corrosion and abrasive action of

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    38/84

    sand shall be provided by the contractor.

    18.8 The anicut should necessarily have acceptable architectural appearance. In this

    respect the opinion of the Department will be final and binding upon the tenderers. The

    tenderers shall have to modify and improve the appearance of the structure if desired

    by the department without any extra payment.

    19.0 TRANSPORTATION OF MATERIALS:

    The contractor shall make his own arrangement for transportation,

    handling and storage of all materials. The Government is not bound to arrange for

    priorities in getting wagons or any other material though all possible assistance by way

    of recommendations will be given, if it is found necessary in opinion of the Engineer

    -in-charge. If it is proved ineffective the contractor shall have no claim for any

    compensation on that account.

    20.0 TESTS:-

    The anicut as a whole will have to be tested for stability and proper

    functioning of kurries at F.T.L. and during floods in ensuing monsoon.

    21.0 DEFECT LIABILITY PERIOD:-

    The defect liability period in respect of the entire work as a whole or in parts of

    individual components included in this contract shall be of two rainy seasons after

    completion of the work. During this period the contractor will have to make good the

    defects, if any observed in any materials /civil works /mechanical works at his cost tothe satisfaction of the department within 7 days otherwise the department may get the

    defect rectified at the risk and cost of the contractor.

    22.0 MISCELLANEOUS CONDITIONS:-

    22.1 The contractor shall not without the proper approval of the competent authority

    in writing, sublet or assign to any other party or parties the whole or any portion of the

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    39/84

    work under the contract. Even where such approval is granted, the contractor shall not

    be relieved of any obligation, duty or responsibility that he undertakes under the

    contract.

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

    foundation. It will be responsibility of the contractor to observe all rules and

    regulations regarding permission, license, procurement and storage of materials

    thereof.

    22.1.2 Excavated hard rock shall be the property of the Government and it shall be

    issued to the contractor to be used for this work @ of Rs.60/- per cum. Whether this

    rock is used by the contractor or not the deduction will be made compulsorily.

    22.2 TAXES:-

    All charges regarding taxes, and duties including the sales tax, commercial tax,

    royalties, octroi, duties, excise, turn over tax, VAT etc. levied on the contractor's work

    by Govt. local bodies or private individuals will be payable by the contractor.

    The department will grant a certificate if needed for the quantities actually used

    on the work and will not entertain any claim on this account. It will be the contractors

    duty to ascertain the above taxes if any and include in his tender price. No separate claim

    will be entertained on this account by the department. The rate quoted should include all

    the taxes etc. complete F.O.R. site of work. The tenderers will be fully responsible for

    safe storage till installation & commissioning. The escalation in taxes and duties in any

    form shall not be payable.

    22.3 The royalty charges for extracting minerals for Govt. work will be paid by the

    contractor to the Collector or mining authorities as per rules.

    22.4 Tools and plants

    The contractor shall arrange at his own cost all tools and plants required for

    proper execution of work. Certain plants may however be issued to the contractor

    from the department, as a special case as per provision of Manual Volume I, if any

    available and separable.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    40/84

    22.5 RIGHT TO INCREASE OR DECREASE:-

    The competent authority reserves the right to increase or decrease any item of

    work during the currency of the contract and the contractor will be bound to complete

    with the order of the competent authority without any claim for compensation or higher

    rates for additions and alterations. For extra work, if required to be executed, the

    payment shall be made for the relevant items of works at the rates given in unified

    schedule of rates issued by the Engineer-in-chief, Water Resources Department,

    Government of Madhya Pradesh in force from 01/07/07 and amended up to date of issue

    of N.I.T.

    22.6 Best Quality of Quarried Materials:-

    If in the quarry material more than one quality is found then the material

    approved by the Executive Engineer will have to be used by the contractor. If the

    material of required specification is not available in the nearby area / quarry, the

    contractors will have to arrange the same from the place where it is available.

    22.7 Removal of Undesired Persons:-

    The contractor shall on receipt of the requisition from the Executive

    Engineer at once remove any person employed by him on the work who is in the

    opinion of the Executive Engineer unsuitable or undesirable.

    22.8 The contractor shall employ the following technical staff during the

    execution of the work:

    (a). One Graduate Engineer, when the cost of the work to be executed is more than Rs.

    5 lakhs.

    (b) One diploma holder (Sub engineer), when the cost of the work to be executed is

    Rs. 2 lakhs and more but not more than Rs. 5 lakhs.

    (c) The Technical staff should be available at the site whenever required by the

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    41/84

    Engineer-in-charge to take instructions.

    (d) In case the contractor fails to employ the technical staff as aforesaid the

    Government shall have the right to take suitable remedial measures.

    (e) The contractor should give the, names and details of the Graduate Engineer /

    Diploma holder, Sub- Engineer whom he intends to employ or who is under

    employment at the time he commences the work.

    (f.) The Contractor should give the certificate to the effect that the Engineer /

    Diploma holder (Sub -Engineer) is exclusively in his employment.

    PROVIDED THAT:-

    I. A graduate Engineer or Sub-Engineer may look after more than one work in the

    same locality but total value of such work under him should not exceed Rs.

    20.00 Lakhs in the case of Graduate Engineer and Rs 5.00 Lakhs in case of Sub-

    Engineer.

    II. It is not necessary for the contractor (or partner in case of firm Companywho

    is himself an Engineer, to employ Engineer for the supervision of work so long

    as the Contractor1partner work similar to what would have been done by an

    employed Engineer.

    III. The retired Engineer who is holding diploma may be treated as Graduate

    Engineer for the operation of the above clauses.

    PENALTY:-

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

    liable to pay to the Government .a sum of Rs. 5000/- (Rupees Five thousand) only for

    each month of defaults in case of Graduate Engineer and Rs. 3000/-(Rupees Three

    hundred) only for each month of default in case of Diploma holder Sub-Engineer.

    22.9 Works in the Vicinity:-

    The Executive Engineer reserves the right to take up departmental work

    or to award works on contract in the vicinity without prejudice to the terms of

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    42/84

    contract.

    22.10 Amount due from the contractor:-

    Any amount due to the Govt. from the contractor on any account of concerning

    work may be recovered from him as arrears of land revenue.

    22.11 Model Rules related to labour, water supply and sanitation in labour camps:-

    The contractor will be bound to follow the Madhya Pradesh Model rules

    relating to layout, water supply and sanitation in labour camps, as per Annexure 'A'

    and the provisions of National Building Code of India in regard to construction and

    safety.

    22.12 Fair Wages:-

    The contractor(s) shall pay not less than the fair wages to the labourers

    engaged by him on the work (copy of rules enclosed as Annexure 'B').

    22.13 Contractor will submit a report of labour engaged to local employment office and

    copy of same may be attached with the running account bill, failing which no

    payment will be made to the contractor.

    22.14 Every contractor who employs on any day of the preceding 12 months, 20 or

    more labour on contract, is required to obtain license from the licensing officer of the

    area concerned as per provisions contained under sub section 4 "B" of section II of the

    Contract Labour (Regulation & Abolition Act 1970) as per provision contained in

    section 12 of Act. No contractor shall execute any contract work without obtaininglicense contravention of above is punishable and the contractor is liable to be prosecuted.

    22.15 The successful tenderers is liable to produce license as and when demanded by

    Executive Engineer obtained from labour department as laid down in chapter 4 of

    Contract Labour Regulation and abolition Act 1970.

    22.16 The contractor shall make his own arrangement at his own cost for housing his

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    43/84

    staff and stores for the work and M.P. model rules relating to layout water supply and

    sanitation shall be followed.

    23.0 AGREEMENT:-

    23.1 The notes and specifications given in the detailed Notice Inviting Tenders and

    its Annexure are to be read in conjunction with instructions and conditions given in the

    short Notice Inviting Tenders and the conditions of the contract. All these will be

    binding on the contractor and shall form part of the agreement.

    23.2 Execution of Agreement:-

    The tenderers whose tender has been accepted shall have to execute the

    agreement within 15 days of the communication of the acceptance of his tender by the

    competent authority and failure to do so will result in the earnest money being forfeited

    to government and tender being cancelled. If the tenderers whose tender has been

    accepted is not registered in the Madhya Pradesh PHED, he shall have to get himself

    registered in the appropriate class within 30 days after acceptance of his tender and

    before drawl of the agreement.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    44/84

    24.0 ANNEXURES:-

    Following documents are appended as Annexure with this N.I.T. and this

    shall form part of contract agreement:-

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

    sanitation.

    ANNEXURES 'B' Contractor's Labour Regulations.

    ANNEXURES 'D' Form of Income Tax Clearance Certificate.

    ANNEXURES 'E' Specifications for construction of anicut and

    leading details: - Design data, specification and

    special features for design and construction of

    anicut

    ANNEXURES 'F' Safety code

    ANNEXURES 'G' Break-up Schedule of Payment.

    ANNEXURES 'H' Salient levels and data.

    ANNEXURES 'I Drawings.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    45/84

    ANNEXURE-"A"

    Model Rules relating to Labour, Water Supply and Sanitation in Labour Camps

    Note: - These model rules are intended primarily for labour camps which are not

    of a permanent nature. They lay down the minimum desirable standard which

    should be adhered to Standards in permanent or semi permanent labour camps

    should not obviously be lower than those for temporary camps.

    1. Location

    The camp should be located in elevated and well drained ground in the

    locality.

    2. Labour hutsTo be constructed for one family of 5 persons each. The layout to be

    shown in prescribed sketch.

    3. Hutting

    The huts are to be built by local materials. Each hut should provide at

    least 20 sq. meters of living space.

    4. Sanitary facilities

    Latrines and urinals shall be provided atleast 15 meters away from the

    nearest quarters separately for men and women and specially so marked.

    5. Latrine

    Pit provided at the rate of 10 users or two families per seat. Separate

    urinals are required as the privacy can also be used for this purpose.

    6. Drinking water

    Adequate arrangements shall be made for the supply of drinking water.

    If practicable filtered and chlorinated supplies shall be arranged, when supply

    is from intermittent sources overhead storage tank shall be provided with a

    capacity of five liters per person per day where the supply is to be made from a

    well it shall confirm to the sanitary standard laid down in the report of the Rural

    Sanitation Committee. The well should be at least 30 meters away from any

    latrine or other source of pollution. If possible hand pump should be installed for

    drawing the water from well. The well should be effectively disinfected once

    every month and the quality of the water should be got tested at the Public

    Health Institution between each work of disinfecting.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    46/84

    7. Bathing and Washing

    Separate bathing and washing place shall be provided for men and

    women for every 25 persons in the camp. There shall be one gap and space of 2

    sq. meters for washing and bathing. Proper drainage for the waste water should

    be provided.

    8. Waste disposal

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

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

    provided with cover. The contents shall be removed every day and disposed off

    by trenching.

    9. MEDICAL FACILITIES

    9.1 Every camp where 1,000 or more persons reside shall be provided with

    whole time doctor and dispensary. If there are women in the camp a whole time

    nurse shall be employed.

    9.2 Every camp where less than 1,000 but more than 250 persons reside shall

    be provided with a dispensary and a part time nurse / midwife.

    9.3 If there are less than 250 persons in any camp a first aid kit shall be

    maintained with charge of whole time persons, trained in first aid.

    9.4 All the medical facilities mentioned above shall be for all residents

    in the camp including a dependent of worker, if any free of cost.

    9.5 Sanitary Staff

    For each labour camp there should be qualified sanitary inspector and

    sweepers should be provided in the following scales:-

    9.5.1 For camps with strength over 200 but not exceeding 500 persons one

    sweeper for every 75 persons above the first 200 for which 3 sweepers shall be

    provided.

    9.5.2 For camps with strength over 500 persons one sweeper for every 100

    persons above first 500 for which 6 sweepers should be provided.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    47/84

    ANNEXURE-"B"

    Contractor's Labour Regulations

    The contractor shall pay not less than fair wages to labourers engaged by

    him in the work :-

    Explanation:

    a) "Fair wages" means wages whether for time or piecework as notified on

    the date of inviting tenders and where such wages have not been so notified the

    wages prescribed by the labour department for the division in which the work is

    done.

    b) The contractor shall, not withstanding the provisions of any contract to the

    contrary, cause to be paid a fair wage to labourers, indirectly engaged on the work

    including any labour engaged by his sub- contractors in connection with the said

    work as if labourers had been immediately employed by him.

    c) In respect of all labour directly or indirectly employed on the works

    or the performance of his contract, the contractor shall comply with or cause to be

    complied with the Labour Act in Force.

    d) The Executive Engineer /Sub- Divisional Officer shall have the right to

    deduct from the money due to the contractor any sum required or estimated to be

    required for making good the loss suffered by a worker or workers by reason of

    non-fulfillment of the condition of the contract for the benefit of the workers, non-

    payment of wages or its deductions made from his or their wages which are not

    justified by their terms of the contract or non-observance of regulations.

    e) The contractor shall be primarily liable for all payments to be made under

    and for the observance of the regulations aforesaid without prejudice to his right

    to claim indemnity from his sub- contractors.

    f) The regulations aforesaid shall be deemed to be a part of this contract and

    any breach thereof shall be deemed to be breach of this contract.g) The contractor shell obtain a valid license under the contract (Regulation

    and Abolition) Act, in force and rules made there under by the competent authority

    from time to time before commencement of work, and continue to have a valid

    license until the completion of the work.

    Any failure to fulfill this requirement shall attract the penal provisions of this

    contract arising out of the resulted non-execution of the work assigned to the

    contractor.

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    48/84

    ANNEXURE "D"

    Form of Certificate on Income Tax to be submitted by Contractor Tendering for Works

    Costing Rs. 2.00 Lakhs or more

    1 Name and style (of the company, firm, H.U.F. or individual) in which the

    applicant assessed to income tax and address for purposes of assessment.

    2 The Income Tax Circle / Ward / District in which the applicant is assessed

    to income tax.

    3 Following particulars concerning the last income tax assessment made:

    3.1. Reference no. (or G.I.R. no.) of the assessment.

    3.2. Assessment year and accounting year.3.3. Amount of total income assessed.

    3.4. Amount of tax assessed (I.T., S.T., E.P.T., and B.P.T.)

    3.5. Amount of tax paid (I.T., S. T., E.P.T., and B.P.T.)

    3.6 Balance being tax not yet paid and reasons for such arrears.

    3.7. Whether the attachment or certificate proceedings pending in respect

    of the arrears.

    3.8. Whether the company or firm or H.U.F. on which the assessment was

    made has been or is being liquidated, wound up, dissolved, partitioned or

    being declared insolvent, as the case may be.

    3.9. The position about later assessments namely whether returns submitted

    under section 22(1) or (2) of the income- tax act and whether tax paid

    under section 18 -A of-the act and the amount of tax so paid or in arrears.

    In case there has been no income tax assessment at all in the past, whether

    returns submitted under section 21(1) or (2) and 18-A (3) and if so, the amount of

    income tax returned or tax paid and the income tax circle / wards / District concerned.

    The name and address of branch(es) verified the particulars set out above and

    found correct subject to the following remarks.

    Dated: .

    Signature of I.T.O.

    Circle / WardIDistrict

    ANNEXURE E

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    49/84

    SPECIFICATION FOR CONSTRUCTION OF ANICUT

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

    Anicut of 114M Length (Main Barrage 89 m and 12.5 m key wall on both side)

    And 4.5 0 m Height (2.0 m above average bed level and 4.0mabove sill level)including Providing and Fixing of 1000mm Sluice Gates 4 Noswith suitable R.C.C.

    Box Channels and Providing and Fixing wooden kurreis across river PAT near

    village RASODI BADI of Alote Block in JHABUA district (M.P)

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

    2.1 Submission of all Hydraulic and Structural drawings and design.

    2.2 Investigation for finding suitable type of foundation for proposed concrete

    anicut of about 114 mtr length and 4.5 m height above average river bed level (4.0

    mtr above sill level) with wooden kurries in opening across river PAT near village

    RASODI BADI Alote block in Distt. JHABUA.

    2.3 Necessary treatments for foundation wherever required with consolidated

    cement grouting or any other suitable treatment.

    2.4 Design and construction of Anicut on river PAT at village RASODI BADI

    with cement concrete of grade M-l0 in foundation and M-15 with 25% plums in

    hearting of approx. 114 mtr length at top level and 4.5 M HEIGHT above average

    river bed level (4.0 mtr above sill level) at lowest point. The superstructure will

    be encased by minimum 30 cm thick layer of M - 25 R.C.C. with minimum

    reinforcement of 0.30 % of cross sectional area of concrete encasing all over the

    body of anicut up to top level with construction of R.C.C. piers with suitable

    arrangement for fixing of wooden kurries including providing and fixing of well

    seasoned Sal/ Babool wood kurries with treatment in opening. The depth of

    foundation shall not be less than 0.60 mtr in hard rock.

    Suitable lifting arrangement for Kurries (Two minimum one

    tone capacity chain pulley block with tripod). Design and construction of

    R.C.C. slab between piers at top for maintenance purpose.

    Suitable construction joints to be provided in Anicut & pitching in

    PCC/RCC Construction of suitable store shed for keeping Kurries and puddle

    and construction of chowkidar room.

    Bank protection works on right and left bank of the river minimum 15m

    on upstream and minimum 30m on down streamside or as per design whichever

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    50/84

    more.

    2.5 The downstream protection and apron work shall be as per

    provision of I.S. 11130-1984. On the downstream side of kurry shutters, the

    river bed shall be protected against errosion for this purpose the length and

    thickness of apron shall be decided as per I.S. code by considering governing

    factors existing at site. However 10.00 m minimum length on upstream and

    20.00 m. minimum on downstream side with 60 cm minimum thickness of

    concrete (45 cm thick layer of M-10 and 15 cm. thick layer of M-15) have to

    be provided. This needs to be designed.

    2.6 All civil works for providing in position of 1.8 mtr (size 150mm x 150mm

    and 1.80 mtr long) Sal/ Babool wood kurries in opening for effective desilting ofriver during the course of flood, The stoplog grooves shall be provided to facilitate

    repairs of kurries. 5% of total kurries required for closing of anicut will have to be

    supplied extra for repair/ replacement by the contractor. The equipments required

    for lifting or replacing in position operations will be provided by the contractor.

    Any other items of work not mentioned above but which may be

    necessary for the proper construction and stability of Anicut and protection of

    river banks on u/s, d/s and river bed across side.

    As well as proper erection, functioning, operation and maintenance of

    kurries will be included in this lump sum offer. In case the firms/contractor advise

    some optional items of work, the technical details and specifications of such

    optional items of work should be given in Envelope B containing terms

    conditions and technical specifications. The financial implication of such optional

    items should be given in Envelope C containing the financial offer.

    2.7 Kurry shutter room:-

    1. Size 13.00mX8.00m X4.00m

    2. Foundation:- Open foundation/Column footing up to plinth.

    3. Walls:- Brick Masonary.

    4. Doors:- 2 nos. rolling Shutters (2.50mX2.10m)

    5. Ventilators:- 1.50m X0.60 m

    6. Flooring:- 40 mm thick stonr flooring over 10 cm. 1:3:6 c.c.

    7. Roof:- A.C. sheet over truss.

    Puddle Earth Platform

  • 8/14/2019 NIT of Alote Anicut Final 23 1 ..5.08

    51/84

    1. Size :- 13.00mX8.00mX4.00m

    2. Fondation:- Open foundation

    3. Wall:- Brick masonary 1.00m high

    4. Gate:- 2.50mX1.00m (Steel gate) 2 nos.

    5. Flooring:- 40 mm thick stone flooring over 10cm 1:3:6 c.c.


Recommended