Post on 21-Mar-2018
1
G O V E R N M E N T O F G U J A R A T
GUJARAT WATER RESOURCES, DEVELOPMENT CORPORATION LIMITED,
GANDHINAGAR
BID DOCUMENT
F O R
Name of work: Providing Third party inspection services on opration, maintenance and repairing of pipeline and pumpingstations,etc. of 6 Lift Irrigation pipeline projects
Tender Estimated Cost Rs. 586080.00
Office of the Executive Engineer Gujarat Tubewell division No.1 City Danapith, Manekchowk AHmedabad, Pin-380001
Phone No. (079) 22114083, Fax no.(079) 22136760
Email ID: eegtwdn1@yahoo.com
2
INDEX
Sr.
No.
Tender document detail Page
No
1 Tender Notice
3-11
2 "C " form (page 1 to 32)
12 to 43
3 Pipeline and Pumping station Project Details
44 to 78
4 Scope of work
79 to 84
5 Terms and Condition
84-85
6 Abstract – Tender work detail
86
7 Price Schedule (Schedule -B) – Project wise
87
8 PREAMBLE TO PRICE SCHEDULES
88
3
GUJARAT WATER RESOURCES DEVELOPMENT CORPORATION, On line tender Notice No. 7 /2012-13
Executive Engineer,G.T.W.Division-1, City Danapith, Manekchowk, Ahmedabad-1,
Ph.No.(079) 22114083 1. Name of work: - Providing Third party inspection services on opration, maintenance and repairing of pipeline and pumpingstations,etc. of 6 Lift Irrigation pipeline projects 2. Estimated Cost :- Rs. 586080.00 3. Last date / Time for Receipt of Tender On line :- Date - 10. 04 .2013.at.18.00 hrs. 4. Office of the Executive Engineer , G.T.W.Division no.1, Danapith, Manekchowk, Ahmedabad-1 Phone No. 22114083 Fax No. 22136760 5. The details of above tender will be available on www.statetender.com. , www. gwrdc.gujarat.gov.in and http: www.nprocure.com.The tender will be accepted only by on line. Tender will not be accepted by RPAD/Speed post or ordinary post
Not to be published Executive Engineer
G.T.W.Division No.1 Ahmedabad
Öþì™Èæÿæ ™äæ Øæå¿æçÿæ çÐæÞæØæ ç¼æÖæÅæ ÏæêÅæê£ñ§ Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æåÃæÈ.1, ±æ¬ææ¿æê¥, Åææ¬æñÞ—ææñÞ „æÅæ±æÐææ±-
380001, Àæñ¼æ ¼æåÃæÈ-(079) 22114083 …-£ñ¼§È ç¼æçÐæ±æ ¼æå. 7 /2012-13
(1) ÞæÅæ¼þìå ¼ææÅæ : 6 ‰±ÐæÚ¼æ çØæå—ææ… ¿ææ…¿æÏææ…¼æ ¿æÎæñ™Þ£¼æê ¿ææ…¿æÏææ…¼æ,¿æå¿æëÖæ Ø£ñÑæ¼ææñ ÿæ°ææ „æ¼Ææ ¼ææ „ææñ¿æÈñÑæ¼æ, Åæñ…¼£ñ¼æ¼Øæ „æ¼æñ Èê¿æñÈëÖæ ÞæÅæÖæêÈê Åææ£ñ °æ§Ë ¿ææ£êË …¼Øæ¿æñÞÑæ¼æ ØæçÐæËØæêØæ ¿þìÈê ¿ææ§Ðææ¼þìå ÞæÅæ (È) „æå±æ›ÿæ çÞÅæåÿæ : Êæ. 586080.00 (3) „ææñ¼æ Ïææ…¼æ £ñ¼§È ¿æÈÿæ ÞÈÐææ¼æê áñÏÏæê ÿææÈê½æ/ ØæÅæÆæ ÿææ. 10.04.2013 ¼ææ Èæñ™ 18.00 ÞÏææÞñ. (4) ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê, Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1, ±æ¬ææ¿æê¥, Åææ¬æñÞ—ææñÞ,„æÅæ±æÐææ±-1 Àæñ¼æ ¼æå. 22114083, ÀñÞØæ ¼æå.22136760 (5) Ðæ©þì çÐæÖæÿæ Åææ£ñ www. statetender. com., www gwrdc.gujarat.gov.in ÿæ°ææ http:nprocure.com ÅææÈÀÿæñ šñ… ÑæÞæÑæñ ÿæ°ææ £ñ¼§È „ææñ¼æ Ïææ…¼æ ÄæÈÐææ¼þìå ÈÚñÑæñ. £ñ¼§È Øææ±ê ¿ææñ×£, „ææÈ¿æê„æñ§ê, Ø¿æ꧿ææñ×£ Þñ ÊÃæÊÅææå ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ.
¿æÎçØ汕æ ÞÈÐþìå ¼æçÚ. ÞæÆæË¿ææÏæÞ ‡™¼æñÈ, Öþì.¿ææ.Þì.çÐæ.1, „æÅæ±æÐææ±
4 GUJARAT WATER RESOURCES DEVELOPMENT CORPORATION LIMITED
GANDHINAGAR
(ONLINE TENDER NOTICE No. 7 of 2012-2013 )
Online tender in form ‘C’ for the following work is invited by the Executive
Engineer, G.T.W.Division No.1 , City Danapith, Manek chowk, Ahmedabad–
380001 (Phone No. 079-22114083) from the contractors who has work
experience as under,
Bidder should have a experience of Inspection work of Operation and maintenance of at least one lift irrigation pipeline project not less than 1800 mm diameter m.s. pipe rising main including pumping station with high tension switch yard and containing HT motors and pumps having capacity not less than 3500 m
3 / hr. Bidder must attach certificate of experience with tender
documents. OR Bidder should have experience of testing & inspection of M.S.pipeline having diameter not less than 1800 mm, HT switchyard, HT motors, panels and pumps having capacity not less than 3500 m3/hr.
(A) GENERAL DETAILS OF WORKS :-
Sr.
No. Name of Work Estimated
Cost (Rs. in
Rs.
Earnest Money Deposit (EMD) In Rs.
Tender Fee In Rs.
Eligibility Time Limit for comple-tion of work
1 Providing Third party inspection services on opration, maintenance and repairing of pipeline and pumpingstations,etc. of 6 Lift Irrigation pipeline projects
586080/- 5900 900/- Contractor have work experience as per tender quoting eligibility condition at sr. no.10.09
12 months
5
More details regarding Tender
1.00 Details For more detail please contact at the office of the Executive Engineer, G.T.W.Division No.1,City Danapith, Manekchowk, Ahmedabad-380001
2.00 For Tender document down loading
(2.01) Tender documents are available on web site www.nprocure.com (2.02) Tender is to submitted online on website www.nprocure.com
3.00 Digital ertificate
3.01 Bidders who wish to participate in this tender will have to register on www.nwr.nprocure.com Further Bidders who wish to participate in online tenders will have to procure Digital Certificate (class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from the below mentioned address and they will assist them in procuring the same. Bidders who already have a valid Digital Certificate need not procure a new Digital Certificate
3.02 All the filled price schedule should be digitally signed. for more detail please contact at following address CEO, Manager (Marketing), (n) code solution –A division of GNFC Ltd. 301, GNFC Infotower, S.G. Road, Bodakdev, Ahmedabad : 380054 (Gujarat) Email : marketing@ncodesolutions.com Phone No.079-26857316 / 17 / 18 Fax : 079- 26857321, Web site : www.nwr.nprocure.com
3.03 Those contractor having effective digital certificate to day they do not have to take new digital certificate.
4.00 Tender to submitting online
4.01 Interested Bidders can down load and quote his rates in tender up to stipulated date and also can change in his rates as per their wishes up to stipulated date
4.02 Interested bidders can submit their Technical Bid and Price bids in Electronic format dully digitally signed.
4.03 Tender Documents without digitally signed will not be accepted.
(B) SCHEDULE OF E-TENDERING
1.0 On web site From dt 22/03/2013 to dt. 10/04/2013 18.00 Hrs
2.0 Prebid meeting date,
time and Location
In the ----------------------
Downloading of Tender
Documents
Dt. 22/03/2013 to 10/04/2013
upto18.00Hrs.
3.
Last dt. Of Online
submission of Tender
Up to 18.00Hrs.
on Dt. 10/ 04 /2013
4.0 Submission of EMD,
tender fee and other
documents in Physical
form
Accepted in office of the Executive Engineer,
G.T.W. Division No.1, City Danapith,
Manekchowk, Ahmedabad-380001
from date 11/04/2013 to date 15 /04 /2013
up to 18.00 hrs
5. Opening of bid At 12.00 Hrs.,on Dt. 16 / 04 /2013 in office of
the Executive Engineer,G.T.W.Division
No.1,Manechowk, Danapith Ahmedabad.
6
4.04 Tenders will not be accepted in Physical form.
5.00 Tender Fee, Earnest Money deposit and other related document submission
5.01 Tender Fee should be deposited by Demand draft of Nationalized bank or scheduled bank payable at Ahmedabad in favour of Executive Engineer, G.T.W.Division No.1, Ahmedabad in stipulated date and time as stated above. Demand draft drawn after tender submission date will not be acceptable.
5.02 Earnest Money Deposit should be deposited by F.D.R. / Demand draft of Nationalized bank or scheduled bank payable at Ahmedabad in favour of Executive Engineer, G.T.W.Division No.1, Ahmedabad in stipulated date and time as stated above. Demand draft / F.D.R.drawn after tender submission date will not be acceptable. E.M.D. Exemption certificate is not acceptable.
5.03 Related documents to be submitted (a) Registration certificate (b) Bank solvency certificate (c) partner ship deed (d) power of attorney (e) Latest Income tax return certificate (f) Pan card
5.04 Interested bidders will submit Tender fee, E.M.D. and related documents in stipulated date and time. Tender fee, E.M.D. and related documents submitted after stipulated date and time will not be accepted and their tender will be rejected.
5.05 Conditional Documents will not be accepted so interested bidders should submit documents without any conditions.
6.00 Regarding Tender Opening
6.01 Tenders will be opened on stipulated date and time as mentioned above in the Office of the Executive Engineer, Gujarat Tubewell Division No.1,Circle, City Danapith, Manekchowk, Ahmedabad-380001
6.02 Tenders will be opened on stipulated date and time as mentioned above in the presence of Interested bidders or their authorized representative.
7.0 Contacting Officer
7.01 Any detail or clarification regarding work please contact at office of the Executive Engineer, G.T.W.Division no.1, City Danapith, Manekchowk, Ahmedabad-380001
8.00 Special Instruction to contractor
8.01 Bidders should carefully study all instructions and eligibility for tender and tender documents.
9.00 Interested bidders can download the tender documents at free of cost. Following attested documents, application, Tender Fee , E.M.D. should be submitted in stipulated time as stated above in the office of the Executive Engineer, G.T.W.Division no.1, Ahmedabad. 1. Registration certificate 2. Bank Solvency certificate 3. Partnership deed. 4. Power of attorney 5. E.M.D. amount Rs. 5900.00 6. Tender Fee, Amount Rs.900.00 7. Latest Income Tax Return Certificate 8. PAN Card Above certified documents should be Uploaded with tender by scanning
7
10.00 General Instructions
10.01 Tender fee is non refundable
10.02 E.M.D. Should be submitted in form of as stated in tender .
10.03 The tenders, Without tender Fee, E.M.D. and tender with incomplete details will be rejected.
10.04 Conditional tender will not be accepted.
10.05 The notice shall form a part of contract document..
10.06 For E-tendering web site is www.nprocure.com and its associate web sites.
10.07 Free vendor training camp will be organized every Saturday between 1.00 to 5.00 P.M. at (n) code solution –A Division of GNFC Ltd. Bidders are requested to take benefit of the same CEO, Manager (Marketing), (n) code solution –A division of GNFC Ltd. 301, GNFC Infotower, S.G. Road, Bodakdev, Ahmedabad : 380054 (Gujarat) Email : marketing@ncodesolutions.com Phone No.079-26854511, 26458512, 26854513, Fax : 079- 26857321
10.08 GWRDC reserves the right to accept lowest responsive offer based on evaluation of tender and reject any or all tenders without assigning any reason.
10.09 Tender Quoting Eligibility Bidder should have a experience of Inspection work of Operation and maintenance of at least one lift irrigation pipeline project not less than 1800 mm diameter m.s. pipe rising main including pumping station with high tension switch yard and containing HT motors and pumps having capacity not less than 3500 m3 / hr. Bidder must attach certificate of experience with tender documents. OR Bidder should have experience of testing & inspection of M.S.pipeline having diameter not less than 1800 mm, HT switchyard, HT motors, panels and pumps having capacity not less than 3500 m3/hr.
Executive Engineer G.T.W.Division No.1
Ahmedabad
8
WEB SITE PUBLICATIONS :
„ææñ¼æ Ïææ…¼æ £ñ¼§È šÚñÈ ç¼æçÐæ±æ Öþì™Èæÿæ ™äæ Øæå¿æçÿæ çÐæÞæØæ ç¼æÖæÅæ ÏæêÅæê£ñ§, Öææå©æê¼æÖæÈ
ç¼æçÐæ±æ ¼æå. 7 Øæ¼æñ 2012-13 ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê , Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ± ±ÐææÈæ ÀÞÿæ …-£ñ¼§ÈëÖæ°æê ¼æê—æñ ±ÑææËÐÆææ
Åþì™Ãæ ÞæÅæ¼ææñ „æ¼þìÄæÐæ ©æÈæÐæÿææ …šÈ±æÈæñ ¿ææØæñ°æê ¼æê—æñ ±ÑææËÐæñÏæ ÞæÅæ Åææ£ñ ØæêÏæÃæå©æ £ñ¼§È-Øæê Åææå ÄææÐæ¿æ¯æÞæñ ÀÞÿæ '… £ñ¼§ÈëÖæ' ¿æ©©æçÿæ °æê ÅææåÖæÐææÅææå „ææÐæñ áñ.
„ææñáæÅææå „ææñáê „æñÞ ‰±ÐæÚ¼æ çØæå—ææ… ¿ææ…¿æÏææ…¼æ Æææñ™¼ææ Þñ ™ñÅææå „æñÅæ.„æñØæ.¿ææ…¿æ, Èæ…ŸëÖæ Åæñ…¼æ ¿ææ…¿æ ¼ææñ
§æÆææÅæê£È 1800 Åæê.Åæê.°æê „ææñáæñ ¼æ ÚæñÆæ ÿæ°ææ ÿæñ¼ææ ¿æå¿æëÖæ Ø£ñÑæ¼æ, Úæ… £ñ¼Ñæ¼æ ØÐæê—æÆææ§Ë, „æñ—æ.£ê.Åææñ£È „æ¼æñ ¿æå¿æ ¼æê Þñ¿æñØæê£ê 3500 Åæê£È3/ÞÏææÞ °æê „ææñáê ¼æ ÚæñÆæ ÿæñÐæê Æææñ™¼ææ ¼æê „ææñ¿æÈñÑæ¼æ „æ¼æñ Åæñ…¼£ñ¼æ¼Øæ ÞæÅæÖæêÈê¼þìå …¼Øæ¿æñÞÑæ¼æ ÞÈÐææ¼ææñ …šÈ±æÈ „æ¼þìÄæÐæ ©æÈæÐæÿææ ÚæñÐææ šñ…„æñ. …šÈ±æÈñ ÞæÅæ¼ææ „æ¼þìÄæÐæ¼ææ Øæ£êËÀêÞñ£ £ñ¼§È ±ØÿææÐæñšñ Øææ°æñ šñ§Ðææ¼ææ ÈÚñÑæñ.
„æ°æÐææ „æñÅæ.„æñØæ.¿ææ…¿æÏææ…¼æ ¼ææñ §æÆææÅæê£È 1800 Åæê.Åæê. °æê „ææñáæñ ¼æ ÚæñÆæ ÿæñÐæê , „æñ—æ.£ê.ØÐæê—æ Æææ§Ë ,
„æñ—æ.£ê.Åææñ£È, ¿æñ¼æÏææñ „æ¼æñ ¿æå¿ææñ Þñ ™ñ¼æê Þñ¿æñØæê£ê 3500 Åæê£È3/ÞÏææÞ °æê „ææñáê ¼æ ÚæñÆæ ÿæñ¼þìå £ñØ£ëÖæ „æ¼æñ …¼Øæ¿æñÞÑæ¼æ ÞÈÐææ¼ææñ …šÈ±æÈ „æ¼þìÄæÐæ ©æÈæÐæÿææ ÚæñÐææ šñ…„æñ.
„æ.¼æå. ÞæÅæ¼þìå ¼ææÅæ „æå±æç™ÿæ çÞåÅæÿæ Ãææ¼ææ¼æê ÈÞÅæ Êæ.
£ñ¼§È Àê Êæ.
ÆææñÖÆæÿææ ÞæÅæ ¿þì¬æË ÞÈÐææ¼ææñ ØæÅæÆæ
1 6 ‰±ÐæÚ¼æ çØæå—ææ… ¿ææ…¿æÏææ…¼æ ¿æÎæñ™Þ£¼æê ¿ææ…¿æÏææ…¼æ,¿æå¿æëÖæ Ø£ñÑæ¼ææñ ÿæ°ææ „æ¼Ææ ¼ææ „ææñ¿æÈñÑæ¼æ, Åæñ…¼£ñ¼æ¼Øæ „æ¼æñ Èê¿æñÈëÖæ ÞæÅæÖæêÈê Åææ£ñ °æ§Ë ¿ææ£êË …¼Øæ¿æñÞÑæ¼æ ØæçÐæËØæêØæ ¿þìÈê ¿ææ§Ðææ¼þìå ÞæÅæ
586080/- 5900/- 900/- Øæê.¼æå.10.9- £ñ¼§È ÄæÈÐææ¼æê ÆææñÖÆæÿææÅææå ±ÑææËÐÆææ Åþì™Ãæ¼ææñ ÞæÅæ¼ææñ „æ¼þìÄæÐæ ©æÈæÐæÿææ …šÈ±æÈæñ
12 ÅææØæ
(Ãæ) …-£ñ¼§ÈëÖæ Åææ£ñ¼þìå ØæÅæÆæ ¿æ¯æÞ 1.00 ÐæñÃæ Øææ…£ ‰¿æÈ ÿææ. 22/03/2013 °æê ÿææ. 10/04/2013 18.00 ÞÏææÞ
Øþì©æê 2.00 ¿æÎêÃæê§ Åæê£ëÖæ¼æê ÿææÈê½æ ØæÅæÆæ „æ¼æñ
Ø°æäæ -----------
3.00 ÄææÐæ¿æ¯æÞ¼ææ ±ØÿææÐæñšñ¼þìå §æ‰¼æ Ïææñ§ëÖæ „æ¼æñ £ñ¼§È „ææñ¼æ Ïææ…¼æ È™ì ÞÈÐææ¼æê „ææ½æÈê ÿææÈê½æ ÿæ°ææ ØæÅæÆæ
ÿææ. 10/04/2013 Èæñ™ 18.00 ÞÏææÞ Øþì©æê
4.00 Ãææ¼ææ¼æê ÈÞÅæ £ñ¼§È Àê „æ¼æñ „æ¼Ææ ±ØÿææÐæñšñ È™ì ÞÈÐææ ÃææÃæÿæ. (ÀêŸêÞÏæ ÀæñÅæËÅææå)
ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ± ¼æê Þ—æñÈêÅææå ÿææ. 11/04/13 °æê ÿææ.15/04/2013 ¼ææ 18.00 ÞÏææÞ Øþì©æê ØÐæêÞæÈÐææÅææå „ææÐæÑæñ.
5.00 £ñ¼§È¼æê Ãæê§ ½ææñÏæÐææ¼ææñ ÿææÈê½æ, ØæÅæÆæ „æ¼æñ Ø°æäæ
ÿææ.16/04 /2013 ¼ææ 12.00 ÞÏææÞñ ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê , Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1, ÑæÚñÈ ±æ¬ææ¿æê¥, „æÅæ±æÐææ± -380001
9
„ææ £ñ¼§È¼æê Ðæ©ææÈæ¼æê çÐæÖæÿææñ ¼æê—æñ ¿æÎÅææ¬æñ áñ. 1.00 çÐæÖæÿææñ Ðæ©þì çÐæÖæÿææñ Åææ£ñ ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê Öæì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ
1 „æÅæ±æÐææ± ¼æê Þ—æñÈê¼ææñ Øæå¿æÞË Øææ©æÐææ çÐæ¼æåÿæê áñ. 2.00 £ñ¼§Èæñ ±ØÿææÐæñšñ §æ‰¼æ Ïææñ§ëÖæ ÞÈÐææ
ÃææÃæÿæ. (2.01) ‰¿æÈ ±ÑææËÐæñÏæê ÿææÈê½æñ ÃææñÏæê¼ææ ±ØÿææÐæñšñ ÐæñÃæØææ…£ ¿æÈ ¿æÎæ¿ÿæ °æÑæñ. (2.02) ÃææñÏæê „ææ¿æÐææ …—áÿææ …šÈ±æÈæñ„æñ https://nwr.nprocure.com ¼æê ÐæñÃæ Øææ…£ ¿æÈ ¼ææò©æ¬æê ÞÈæÐæÐææ¼æê ÈÚñÑæñ.
3.00 §êŸê£Ïæ Øæ£êËÀêÞñ£ 3.01 …¼ÀæñÅæñÑæ¼æ £ñÞ¼ææñÏææñ›-2000 ¿æÎÅææ¬æñ¼þìå ÞæÆæ±æÞêÆæ Èêÿæñ ØÐæêÞæÈÐææ¿ææ¯æ (ÐæÖæË-3) §êŸê£Ïæ Øæ£êËÀêÞñ£
ÃææñÏæê „ææ¿æÐææ …—áìÞ …šÈ±æÈæñ„æñ ÅæñäæÐæñÏæ ÚæñÐþìå šñ…„æñ/ÅæñäæÐæÐææ¼þìå ÈÚñÑæñ. ™ñ¼ææñ ‰¿æÆææñÖæ ÞÈê¼æñ …šÈ±æÈ ¿ææñÿææ¼æê …ÏæñÞ£Íæñ¼æêÞ Ãæê§Øæ ØæÚê ÞÈê ÑæÞÑæñ. („æñ¼æ) Þæñ§ ØææñÏÆþìØæ¼Øæ-›-„æñ¼æ.„æñÀ.Øæê.ÏæêÅæê£ñ§¼ææñ „æñÞ çÐæÄææÖæ Þñ ™ñ„ææñ ÄææÈÿæ ØæÈÞæÈ ±ÐææÈæ Øæ£êËÀæ…§ „ææñ°ææñÈê£ê ÿæÈêÞñ ¿æÎÅææ¬æêÿæ °æÆæñÏæ áñ. ÿæñÅæ¼ææñ ¿æ¬æ Øæå¿æÞË ÞÈê ÑæÞÑæñ.
3.02 Ãæ©ææ ™ ÄææÐæ ¿æ¯æÞæñ ¿æÈ §êŸê£Ïæ ØæÚê ÞÈÐææ¼æê ÈÚñÑæñ. §êŸê£Ïæ ØæÚê Øæ£êËÀêÞñ£ ÃææÃæÿæñ „æ¼æñ ØæåÃæå©æêÿæ ÿææÏæêÅæ „æåÖæñ ¼æê—æñ ™¬ææÐæñÏæ ØæȼææÅæñ Øæå¿æÞË ÞÈÐææ¼ææñ ÈÚñÑæñ. („æñ¼æ) Þæñ§ ØææñÏÆþìÑæ¼æ (§êÐæêŸ¼æ „ææñÀ ›.„æñ¼æ.„æñÀ.Øæê) 301, ›.„æñ¼æ.„æñÀ.Øæê.…¼Àæñ£æÐæÈ,Ãææñ§Þ±ñÐæ, „æÅæ±æÐææ±-380054 (Öþì™Èæÿæ) £ñÏæêÀæñ¼æ ¼æå. 079-26857316/17/18,ÀñÞØæ ¼æå. 079-268557321 Email: marketing@ncodesolution.com Web site : https:/www.nwr.nprocure.com ÅææñÃææ…Ïæ ¼æå. 93270 84190,9898589652.
3.03 ™ñ …šÈ±æÈæñ „æ晼æê ÿææÈê½æñ „æÅæÏæÅææå ÚæñÆæ ÿæñÐþìå §êŸê£Ïæ Øæ£êËÀêÞñ£ ©æÈæÐæÿææå ÚæñÆæ ÿæñ„ææñ„æñ ¼æÐþìå §êŸê£Ïæ Øæ£êËÀêÞñ£ ÅæñäæÐæÐæ¼þìå ÈÚñÑæñ ¼æÚë.
4.00 '£ñ¼§È' „ææñ¼æÏææ…¼æ ÅææñÞÏæÐææ ÃææÃæÿæ.
4.01 £ñ¼§È ÅææñÞÏæÐææ Åææ£ñ ¼æÞÞê ÞÈæÆæñÏæ ÿææÈê½æñ „æ¼æñ ØæÅæÆæ Øþì©æê ÃææñÏæê „ææ¿æ¼ææÈ …šÈ±æÈæñ ¿ææñÿææ¼æê ÃææñÏæê ÿæõÆææÈ ÞÈê ÑæÞÑæñ „æ¼æñ …—áñ ÿæñ£Ïæê Ðæ½æÿæ ÿæñÅææå ÀñÈÀæÈæñ ÞÈê ÑæÞÑæñ.
4.02 Ãæê§Èæñ ÿæñ¼ææ £ñÞ¼æêÞÏæ Ãæê§ ÿæ°ææ ¿æÎæ…ØæÃæê§ …ÏæñÞ£Íæñ¼æêÞ ÀæñÅæó£Åææå ‰¿æÈ ™¬ææÐæñÏæ ÐæñÃæØææ…£ ‰¿æÈ §êŸê£Ïæ ØæÚê ÞÈê ÈÐææ¼ææ ÞÈê ÑæÞÑæñ.
4.03 §êŸê£Ïæ ØæÚê ÐæÖæȼææ £ñ¼§È §æñÞÆþìÅæñ¼£ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ. 4.04 ÄææõçÿæÞ ØÐæÊ¿æñ £ñ¼§Èæñ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚå. 5.00 £ñ¼§È Àê, Ãææ¼ææ¼æê ÈÞÅæ ÿæ°ææ „æ¼Ææ Øææ©æç¼æÞ ÞæÖæäææñ È™ì ÞÈÐææ „æåÖæñ. 5.01 £ñ¼§È Àê Åææ£ñ Èæç×£ÍÆæÞðÿæ ÃæòÞ „æ°æÐææ Ñæñ§ÆþìÏæ ÃæòÞ ¼ææñ ‰¿æÈ ™¬ææÐæñÏæ çÐæÖæÿæñ §êÅæ漧 §ÍæÀ£ ÞæÆæË¿ææÏæÞ
…™¼æñÈÔæê Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ± ¼ææÅæ¼ææñ ¿æñ„æñÃæÏæ „æñ£ „æÅæ±æÐææ± ™¬ææÐæñÏæ ØæÅæÆæ „æ¼æñ ÿææÈê½æ Øþì©æêÅææå È™ì ÞÈÐææ¼ææñ ÈÚñÑæñ. £ñ¼§È ¿æÈÿæ ÞÈÐææ¼æê ÿææÈê½æ Ãææ± £ñ¼§È ¿æñ£ñ ÞæªñÏæ §ê.§ê. Åææ¼Ææ Öæ¬ææÑæñ ¼æçÚ „æ¼æñ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ.
5.02 Ãææ¼ææ¼æê ÈÞÅæ ¿æñ£ñ Èæç×£ÍÆæÞðÿæ ÃæòÞ „æ°æÐææ Ñæñ§ÆþìÏæ ÃæòÞ ¼æê £ñ¼§ÈÅææå ±ÑææËÐæñÏæ ÈÞÅæ¼æê „æñÀ§ê„ææÈ/§êÅæ漧 §ÍæÀ£ ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê, Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ± ¼ææÅæ¼ææñ ¿æñ„æñÃæÏæ „æñ£ „æÅæ±æÐææ± ™¬ææÐæñÏæ ØæÅæÆæ „æ¼æñ ÿææÈê½æ Øþì©æêÅææå È™ì ÞÈÐææ¼ææñ ÈÚñÑæñ. Ãææ¼ææÅþìçÞÿæ ¿æÎÅææ¬æ¿æ¯æ Åææ¼Ææ Öæ¬ææÑæñ ¼æÚê. £ñ¼§È ¿æÈÿæ ÞÈÐææ¼æê ÿææÈê½æ Ãææ± £ñ¼§È Ãææ¼ææ¼æê ÈÞÅæ ¿æñ£ñ ÞªæÐææÆæñÏæ §êÅæ漧 §ÍæÀ£ Þñ „æñÀ§ê„ææÈ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚå.
10
5.03 ¼æê—æñ¼ææ Øææ©æç¼æÞ Åææ¼Ææ ¿æÎÅææ¬æ¿æ¯ææñ È™ì ÞÈÐææ¼ææ ÈÚñÑæñ. („æ) ¼ææò©æ¬æê ¿æÎÅææ¬æ¿æ¯ææñ (Ãæ) ÃæòÞ ØææñÏæÐæåÑæê Øæ£êËÀêÞñ£ (Þ) ÄææÖæê±æÈê ±ØÿææÐæñ™ (§) ÞìÏæ Åþì½æÿÆææȼææÅþì (…) „ææ½æÈê …¼ÞÅæ£ñ¨æ È꣼æË Øæ£êËÀêÞñ£ („æñÀ) ¿ææ¼æÞæ§Ë
5.04 …—áæ ©æÈæÐæÿææ „ææØææÅæê„ææñ. £ñ¼§È Àê ¿æñ£ñ §ê.§ê. ÿæ°ææ Ãææ¼ææ¼æê ÈÞÅæ ¿æñ£ñ „æñÀ§ê„ææÈ ÿæ°ææ „æ¼Ææ Øææ©æç¼æÞ ¿æ¯ææñ „ææÖæäæ ™¬ææÐæñÏæ ØæÅæÆæ „æ¼æñ ÿææÈê½æ ¿æáê, £ñ¼§È Àê / Ãææ¼ææ¼æê ÈÞÅæ¼æê „æñÀ.§ê.„ææÈ./§êÅæ漧 §ÍæÀ£ Þñ ¿æ¯ææñ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ „æ¼æñ ÿæñ¼þìå £ñ¼§È ȱ ÃææÿæÏæ Öæ¬ææÑæñ.
5.05 ±ØÿææÐæñšñ Øææ°æñ Þæñ… ¿æ¬æ ÑæÈÿææñ ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ. „ææ°æê …šÈ±æÈæñ„æñ ÿæñÅæ¼ææ £ñ¼§Èæñ Ãæê¼æÑæÈÿæê ÈÐææ¼ææ ÞÈÐææ.
6.00 £ñ¼§È ½ææñÏæÐææ „æåÖæñ. 6.01 „ææÖæäæ ™¬ææÐæñÏæ ØæÅæÆæ „æ¼æñ ÿææÈê½æñ , ÞæÅæ¼ææ £ñ¼§È ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ
¼æå.1 „æÅæ±æÐææ± ¼æê Þ—æñÈê„æñ ½ææñÏæÐææÅææå „ææÐæÑæñ. 6.02 ÈØæ ©æÈæÐæÿææ „ææØææÅæê„ææñ Þñ ÿæñÅæ¼ææ „æç©æÞðÿæ ¿æÎçÿæç¼æç©æ„ææñ¼æê Úæ™ÈêÅææå ç¼æÆæÿæ ØæÅæÆæ „æ¼æñ ÿææÈê½æñ
½ææñÏæÐææÅææå „ææÐæÑæñ. 7.00 Øæå¿æÞË „æç©æÞæÈê. 7.02 ÞæÅæ ØæÃæÃæ çÐæÖæÿææñ/Ø¿æ×£ÿææ„ææñ „æåÖæñ ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê, Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ±
¼æê Þ—æñÈê¼ææñ Øæå¿æÞË ÞÈÐææ°æê Åæäæê ÑæÞÑæñ. 8.00 …šÈ±æȼæñ ½ææØæ Øþì—æ¼ææ. 8.01 …šÈ±æÈæñ„æñ - £ñ¼§È Åææ£ñ¼æê Øþì—æ¼ææ„ææñ - ÿæ°ææ - ™ÊÈê ¿ææ¯æÿææ Åææ£ñ - £ñ¼§È¼ææñ Þæä替þìÐæËÞ „æÄÆææØæ
ÞÈÐææñ. 9.00 ÈØæ ©æÈæÐæÿææ Ãæê§ØæË ÞæñÈê £ñ¼§È Þæñ¿æê çÐæ¼ææ ÅþîÏÆæñ §æ‰¼æ Ïææñ§ ÞÈê ÑæÞÑæñ. „ææÅæ áÿææå ¼æê—æñ ™¬ææÐæñÏæ
¿æÎÅææç¬æÿæ Åææ¼Ææ ±ØÿææÐæñšñ „æÈ› „æ¼æñ £ñ¼§È Àê Øææ°æñ ÞæÆæË¿ææÏæÞ …™¼æñÈÔæê, Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1 „æÅæ±æÐææ± ¼æñ ç¼æÆæÿæ ÿææÈê½æñ „æ¼æñ ØæÅæÆæ Øþì©æêÅææå ¿þìÈæ ¿ææ§Ðææ¼ææ ÈÚñÑæñ. („æñ) ¼ææò©æ¬æê ¿æÎÅææ¬æ¿æ¯ææñ (Ãæê) ÃæòÞ ØææñÏæÐæåÑæê Øæ£êËÀêÞñ£ (Øæê) ÄææÖæê±æÈê ±ØÿææÐæñ™ (§ê) ÞìÏæ Åþì½æÿÆææȼææÅþì. (…) Ãææ¼ææ¼æê ÈÞÅæ Êæ. 5900/- („æñÀ) £ñ¼§È Àê Êæ. 900/- (›) „ææ½æÈê …¼ÞÅæ£ñ¨æ È꣼æË Øæ£êËÀêÞñ£ („æñÀ) ¿ææ¼æÞæ§Ë ÿ汉¿æÈæåÿæ , ‰¿æÈæñÞÿæ Øæ£êËÀæ…§ ±ØÿææÐæñšñ, …šÈ±æÈñ ØÞñ¼æ ÞÈê „æ¼æñ Ãæê§ Øææ°æñ ÅþìÞÐææ¼ææ ÈÚñÑæñ.
10.00 ØææÅææ¼Ææ Øþì—æ¼ææ„ææñ 10.01 £ñ¼§È Àê Þæñ…¿æ¬æ ØæåšñÖææñÅææå ¿æÈÿæ ÅæäæÑæñ ¼æçÚ. 10.02 Ãææ¼ææ¼æê ÈÞÅæ Åææ¯æ £ñ¼§È §æñÞÆþìÅæñ¼£Åææå ™¬ææÐæñÏæ ØÐæÊ¿æñ È™ì ÞÈÐææ¼æê ÈÚñÑæñ. 10.03 £ñ¼§È Àê, Ãææ¼ææ¼æê ÈÞÅæ ÿæ°ææ ™ÊÈê ÅææçÚÿæê / çÐæÖæÿææñ „æ°æÐææ „æ©þìÊ çÐæÖæÿææñÐææäþìå £ñ¼§È ȱ Öæ¬ææÑæñ. 10.04 ÑæÈÿæê £ñ¼§È ØÐæêÞæÈÐææÅææå „ææÐæÑæñ ¼æçÚ. 10.05 „ææ ¼ææñ£êØæ £ñ¼§È¼ææñ ÄææÖæ Öæ¬ææÑæñ. 10.06 …-£ñ¼§È Åææ£ñ Øææ…£ https://www.nprocure.com „æ¼æñ ÿæñ¼æê ØæÚÆææñÖæê ÐæñÃæ Øææ…£Øæ 10.07 çÃæ§Èæñ Åææ£ñ Âê ÿææÏæêÅæê „æåÖæñ, ±È Ñæç¼æÐææÈñ ØæÅæÆæ 1.00 °æê 5.00 ÐææÖÆææ Øþì©æê („æñ¼æ) Þæñ§ ØææñÏÆþìØæ¼Øæ
(§êÐæêŸ¼æ „ææñÀ ›.„æñ¼æ.„æñÀ.Øæê) 301, ›.„æñ¼æ.„æñÀ.Øæê. …¼Àæñ£æÐæÈ , Ãææñ§Þ±ñÐæ, „æÅæ±æÐææ± - 380054 (Öþì™Èæÿæ) £ñÏæêÀæñ¼æ ¼æå. 079 26857316 / 17 / 18Àñ¨æ 079-268557321 …-ÅæñÏæ marketing@ncodesolution.com ÅææñÃææ…Ïæ – 93270 84190,98985 89652 ½ææÿæñ Èæ½æÐææÅææå „ææÐæñ áñ. …—áæ ©æÈæÐæÿææå çÃæ§Èæñ ÿæñ¼ææñ ÏææÄæ Ïæ… ÑæÞÑæñ.
10.08 Þæñ… ¿æ¬æ „æñÞ „æ°æÐææ Ãæ©ææ ™ £ñ¼§Èæñ ȱ ÞÈÐææ „æåÖæñ¼æê Øæ®ææ Øæ¨æÅæ „æç©æÞæÈêÔæê¼æñ „æÃææç©æÿæ ÈÚñÑæñ.
11
10.09 £ñ¼§È ÄæÈÐææ Åææ£ñ¼æê ÆææñÖÆæÿææ -
„ææñáæÅææå „ææñáê „æñÞ ‰±ÐæÚ¼æ çØæå—ææ… ¿ææ…¿æÏææ…¼æ Æææñ™¼ææ Þñ ™ñÅææå „æñÅæ.„æñØæ.¿ææ…¿æ, Èæ…ŸëÖæ Åæñ…¼æ ¿ææ…¿æ ¼ææñ §æÆææÅæê£È 1800 Åæê.Åæê.°æê „ææñáæñ ¼æ ÚæñÆæ ÿæ°ææ ÿæñ¼ææ ¿æå¿æëÖæ Ø£ñÑæ¼æ, Úæ… £ñ¼Ñæ¼æ ØÐæê—æÆææ§Ë, „æñ—æ.£ê.Åææñ£È „æ¼æñ ¿æå¿æ ¼æê Þñ¿æñØæê£ê 3500 Åæê£È3/ÞÏææÞ °æê „ææñáê ¼æ ÚæñÆæ ÿæñÐæê Æææñ™¼ææ ¼æê „ææñ¿æÈñÑæ¼æ „æ¼æñ Åæñ…¼£ñ¼æ¼Øæ ÞæÅæÖæêÈê¼þìå …¼Øæ¿æñÞÑæ¼æ ÞÈÐææ¼ææñ …šÈ±æÈ „æ¼þìÄæÐæ ©æÈæÐæÿææ ÚæñÐææ šñ…„æñ. …šÈ±æÈñ ÞæÅæ¼ææ „æ¼þìÄæÐæ¼ææ Øæ£êËÀêÞñ£ £ñ¼§È ±ØÿææÐæñšñ Øææ°æñ šñ§Ðææ¼ææ ÈÚñÑæñ.
„æ°æÐææ
„æñÅæ.„æñØæ.¿ææ…¿æÏææ…¼æ ¼ææñ §æÆææÅæê£È 1800 Åæê.Åæê. °æê „ææñáæñ ¼æ ÚæñÆæ ÿæñÐæê, „æñ—æ.£ê.ØÐæê—æ Æææ§Ë , „æñ—æ.£ê.Åææñ£È, ¿æñ¼æÏææñ „æ¼æñ ¿æå¿ææñ Þñ ™ñ¼æê Þñ¿æñØæê£ê 3500 Åæê£È3/ÞÏææÞ °æê „ææñáê ¼æ ÚæñÆæ ÿæñ¼þìå £ñØ£ëÖæ „æ¼æñ …¼Øæ¿æñÞÑæ¼æ ÞÈÐææ¼ææñ …šÈ±æÈ „æ¼þìÄæÐæ ©æÈæÐæÿææ ÚæñÐææ šñ…„æñ.
ÞæÆæË¿ææÏæÞ …™¼æñÈ Öþì™Èæÿæ ¿ææÿææäæÞìÐææ çÐæÄææÖæ ¼æå.1
„æÅæ±æÐææ±
12
(1)
G.R.P.W.D.NO. 88/36
Dated 19.3.40 & 5.7.44 and
G.R.R. & B.D.No. TCF-1581-1-3 DATED 16-1-1984
FORM C Tender for lump sum contract
INSTRUCTIONS TO TENDERERS 1. Tender shall be submitted in an online manner only on website www.nprocure.com/www.
Last date & time of online submission________________ 2. Tender fee,EMD and other documents should be submitted in electronic format only through on line (by scanning) while uploading the bid. However for the purpose of realization of D.D. the bidder shall send the D.D. in original to Superintending Engineer _________________ Circle _________at the time of tender opening or send the same through R.P.A.D. So as to reach Executive Engineer Gujarat Tubewell Division No.1, Ahmedabad from period dt. 11-04-2013 to dt.15-04-2013 up to 18.00 hours. Penaltative action for not submitting D.D. in original to Tender Inviting Authority by bidder shall be initiated. (R&B.D.CIRCULAR No. ¿æÈ—æ-102008-5-Øæ, dated 18-1-2008 & 27.11.08.)
Name of work: Providing Third party inspection services on opration,
maintenance and repairing of pipeline and pumpingstations of 6 Lift
Irrigation pipeline projects
Tender Estimated cost: Rs.586080.00
Office of the Executive Engineer
Gujarat Tubewell division No.1
City Danapith, Manekchowk
AHmedabad, Pin-380001
Phone No. (079)22114083, Fax no. (079)22136760
Email ID: eegtwdn1@yahoo.com
13
ROADS & BUILDINGS / WATER RESOURCES DEVELOPMENT
1. Name of Project – Sujalam suflam Yojana – 6 (six) Lift Irrigation pipeline project
1. Khorsam-saraswati Lift Irrigation pipeline project
2. Modhera-Dharoi dam Lift Irrigation pipeline project
3. Modhera-Motidau sujalam suflam spreading canal Lift Irrigation pipeline project
4. Jalundara- Madhavgadh sujalam suflam spreading canal Lift Irrigation pipeline project
5. Adundara- Kherva sujalam suflam spreading canal Lift Irrigation pipeline project
6. Khorsam- Matpur sujalam suflam spreading canal Lift Irrigation pipeline project
Name of work - Providing Third party inspection services on opration, maintenance and repairing
of pipeline and pumpingstations, etc. of 6 Lift Irrigation pipeline projects
(3) Tender Dates :
Bid Document Downloading Period from…. 22/03/2013 to 10/04/2013 & 18.00 Hrs.
Pre Bid Meeting (If necessary) ..… Dt………………….&…………….Hrs.
Venue ….. ………………………….
Last Date & Time of online submission of tender Dt. 10/04/2013 & 18.00 Hrs.
MEMORANDUM OF WORKS IN BRIEF
(1) Estimated Cost ………. Rs. 586080.00
(2) Earnest Money ………. Rs. 5900.00
(3) Validity period of tender offered ………. 120 days from the last date of
Online submission of tender.
(4) Security Deposit:
(i) In the form of small
Savings or Narmada Bonds
(of minimum one year time limit) …2.5% Rs. 14700.00
(ii) To be deducted from bills …2.5% Rs. 14700.00
(iii) Performance bond of Schedule bank …...5% Rs…Nil
Total 5% Rs. 29400.00
(5) Time allowed for completion of the work from
the date of written order to commence the work . 12(Twelve) Months
(6) Other details
(i) Mode of quoting rates in Schedule of Lumpsum price for entire work to be executed as per
Items to be carried out Annexted drawings and specifications.
(ii) Tender Inviting Authority Executive Engineer,
Gujarat Tubewell Division No.1,
Ahmedabad
(iii) Tender Opening Authority Executive Engineer,
Gujarat Tubewell Division No.1,
Ahmedabad
Signature of the Contractor: Signature of the Executive Engineer
(2)
14
I N D E X
Page No. 1. INSTRUCTIONS TO TENDERERS 2
2. GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS 5
3 DECLARATION FORM 9
4. TENDER FOR LUMP-SUMP CONTRACT 9
5. MEMORANDUM 10
6. TERMS & CONDITIONS OF CONTRACT 10
Clause 1 Supply of materials etc. by the Contractor 10
Clause 2 Execution of work 10
Clause 3 Drawings and specifications 10
Clause 4 Control over work 10
Clause 5 Alternations in drawings or specifications etc. 10
Clause 6 The power to make additions and alteration in drawings or specifications etc. 10
Clause 7 Materials left on site 11
Clause 8 Removal and substitutions of material 11
Clause 9 Action in case of improper materials and workmanship 11
Clause 10 Action and compensation payable in case of bad work 11
Clause 10 A Maintenance and repairs of the structure during guaranteed period 11
Clause 11 Responsibility of contractor for damage by fire etc. 11
Clause 11 A Work 11
Clause 11 B Damages due to acts of God and unprecedented floods 11
Clause 12 Execution of works not included in the contract 12
Clause 13 Extention in time 12
Clause 14 Final Certificate 12
Clause 15 Action when contractor becomes bankrupt, etc 12
Clause 16 Payment to contractor for work done 12
Clause 17 Certificate 12
Clause 18 No Compensation for alteration in or restriction of work to be carried out 13
Clause 18 A No Claim to compensation on account of lcss due to delay in supply of materials by government 13
Clause 19 Compensation under the Workmens Compensation Act 13
Clause 20 Royalty 13
Clause 21 Security Deposit 13
Clause 22 Liquidated damages for delay 14
Clause 23 Action when progress of any pacticular proportion of the work is unsatisfactory 14
Clause 24 Liability for damages arising from non-provision of light,fencing etc. 15
Clause 25 Liability of contractor for any damage done in or outside work area 15
Clause 26 Work on Sunday 15
Clause 27 Minimum age of persons employed,the employment of donkeys and other animals and the
payment of fair wages 15
Clause 28 Method of payment 15
Clause 29 Acceptance of conditions compulsory before tendering for work 15
Clause 30 Employment of scarcity labour 15
Clause 31 Requirement of labourers from Employment Exchange 15
Clause 32 Vaccination against small-pox 15
Clause 33 Supply of Gum-boots 15
Clause 34 Return of Empty drums 15
Clause 35 Power roller on rental basis
(3)
15 Clause 36 Price variation clause 16
Clause 37 Accomodation and Sanitary arrangement in Labour camps 18
Clause 38 Contractor to supply plant, ladders, scaffolding etc. and is liable for damage 20
Clause 38 A Regulations for scaffolds, working platforms, gangways and stairways 20
Clause 38 B Regulations for hoisting appliances 21
Clause 39 No distinction towards Harijans 22
Clause 40 Expenses for Medical aid 22
Clause 40 A Safety equipment for person 22
Clause 41 Access to Site and Work on Site 22
Clause 42 Reports Regarding Labour 22
Clause 43 Treasure Trove 22
Clause 44 Indemnity 22
Clause 45 Setting out 22
Clause 46 Cement Register 23
Clause 47 Materials and Work s Test Register 23
Clause 48 Progress Schedule 23
Clause 49 Octroi & Sales Tax 23
Clause 50 Rent for land 23
Clause 51 Secured Advance to Contractors 23
Clause 52 Advance Against Machineries 24
Clause 53 Mobilisation Advance 24
Clause 54 Programme of work and Employment of Engineers 24
Clause 55 Removal of Contractor’s Employees 25
Clause 56 Inspection of work and materials 25
Clause 57 Testing of Materials and works 25
Clause 58 Unauthorised and Defective works 26
Clause 59 Night work 26
Clause 60 Contractor’s site office 26
Clause 61 Work Order Book 26
Clause 62 Expiosives and Inflammable Materials 26
Clause 63 Storage of cement and Steel 27
Clause 64 Materials to be supplied by Government 27
Clause 65 Care,Maintenance and Repair of works 27
Clause 66 Co-operation with other construction Agencies 27
Clause 67 Complience of laws 27
Clause 68 Patented Devices,materials and processes 27
Clause 69 Convenience of Traffic 27
Clause 70 Prevention of Nuisance and pollution 28
Clause 71 Trespass 28
Clause 72 No Vaiving of legal Right and power 28
Clause 73 Police protection 28
Clause 74 Land required by the contractor 28
Clause 75 Charges in prices,rates,wages,etc.subsequent to the acceptance of the tender 28
Clause 76 Disputes to be referred to G.P.W. Arbitration Tribunal 28
Clause 77 Handing over empty Cement bags 28
Clause 78 Recovery of workers Welfare Cess 28
Schedule ‘A’ 29
Schedule ‘B’ 30
Notice inviting tender 31
Performance bond 32..
(4)
16
Roads & Buildings/Water Resources Department
Contract for works
SECTION -1 INFORMATION & INSTRUCTIONS FOR TENDERERS :
1. Mode of submitting Tender : The tenders shall be submitted in Electronic format only on online Web-site www.nprocure.com
till the date & time shown on Page No.2.
Offers in Physical form will not be accepted in any case.
Bidders who wish to participate in online tenders will have to procure / should have legally valid Digital
Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids.
Bidders can procure the same from any of the license certifying Authority of India who are as mentioned
under :
Sr.No. Name of Certifying Agency Website Address
1. (n) Code solution (G.N.F.C.) www.gnvfc.com.
2. Safecrypt www.safescrypt.com.
3. TCS www.tcs.ca.tcs.co.in.
4. MTNL www.mtnltrustline.com
2.0 Competency of Tenderer:
No contract will be awarded except to responsible bidders capable of performing the class of work of this bid. Before
the award of the contract,any bidder may be required to show that hehas the necessary facilities,experience,ability and
financial resources to perform the work in satisfactory manner with the time stipulated. Tenderer may be required to
furnish the tender inviting authority with the statements as to their experience and their financial status. Tenderer shall
be a registered contractor in appropriate class of the roads & Buildings Department or Water Resources Department of
government of Gujarat.
3.0 Tenderer to Inform Himself:
Tenderer will be deemed to have inspected the site and to have satisfied himself as to the nature of all works,all
existing roads,water-way and other means of communications and access to and from the site of the work and the
building that may be required for temporary purpose in connection with the construction,completion and maintenance
of the works and must make his own inquiries as to work,yard sites and depot,and dumps as to acquisition of such
additional sites,rates and areas as may be necessary for temporary purpose for constructing,completing and
maintaining the works and availability of water for construction activities,power,quarries and labour.
4.0 Payment of Tender Fee and Earnest Money Deposit: “Demand Draft for E.M.D. & Tender fee shall be submitted
in electronic format only through online (by scanning) while uploading the bid. This submission shall mean that
E.M.D. & tender fee are received for purpose of opening the bid. Accordingly offer of those shall be opened whose
E.M.D. & tender Fee is received electronically. However for the purpose of realization of D.D. bidder shall send the
D.D. in original to Superintending Engineer____________________ Circle__________________ at the time of
tender opening or send the same through R.P.A.D. So as to reach Executive Engineer, Gujarat Tubewell Division
No.1, Ahmedabad during period from dt. 11/04/2013 to dt. 15/04/2013 up to 18.00 hours. Penaltative action for not
submitting D.D. in original to E.E. by bidder shall be initiated. D.D. from holders of Exemption certificate is not
necessary. However Exemption Certificate shall be submitted electronically through online.If the contractor does not
remit the tender fee & the earnest money within the specified time his registration will be held in abeyance for one
year & his tendering code will be cancelled for one year.
Any documents in supporting of tender bid shall be submitted in electronic format only through online (by scanning
etc.) (R&B Circular No.¿æÈ—æ-102008-5-Øæ, dated 18-1-2008 & R&B.D.G.R.No. Parach-102008-5-C (Partfile)
dated 27-11-08)
5.0 Payment - The tenderer must understand clearly that the rates quoted are for completed works and include all costs
due to labour,scafloding plant,supervision,service work,power,royalties and octroi etc. and include all extras to cover
the cost of-night work if and when required and no claim for additional payment beyond the price/rates quoted will be
entertained and the tenderers will not be entitled subsequently to make any claim on the ground of misrepresnation or
on the ground that he was supplied with information given by any person (whether the member is the employee of
Public works department or not). Any failure on his part to obtain all necessary information for the purpose of making
his tender and filling the several prices and rates therein shall not relieve him from any risks or liabilities arising out of
or consequent upon the submission of the tender.
6.0 Tender Forms: This form will state work to be carried out as well as the date of submitting and opening tenders and
the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender and the
amount of the security deposit to be paid by the successful tenderer and percentage,if any, to be deducted from bill. It
will also state whether a refund of quarry fees, royalties, octroi dues and ground rents will be granted. Copies of the
specifications, designs and drawing and estimated rates, and any other documents required in connection with work
which shall be signed by the Executive Engineer for the purpose of identification shall also be open for inspection by
Contractor at the office of the Executive Engineer during office hours. However Every ‘blank’ in the form of the e-
tender and in the Schedule and Annexures must be filled up by the tenderer and must be submitted online.
Signature of the Contractor: Signature of the Executive Engineer
(5)
17 7.0 Quoting of Rates :
The Tenderer shall quote the lump sum rate for execution of entire work as per Annexed drawing and as per his own
design. Though the responsibility of reliability and performance of the design shall be of the contractor, such design
shall be submitted to the Engineer-in-charge for perusal. In case of variation in levels of foundation shown on
Annexed drawing, the tenderer shall quote the rates in annexed schedule payable/recoverable for additional/lesser
volume of foundation items upto ground level. The rates to be quoted shall be as per the unit of measurement and
payment in annexed schedule. The total lump sum price finally payable on completion of work shall be subject to
adjustment as per rates approved as per schedule for the varied quantities, but evaluation of offer shall be made as per
lump sum price irrespective of the rates quoted in annexed schedule for variations in foundation levels.
7A (a) Tenderers are normally not permitted to suggest any alteration in the works specified in the tender form or in the time
allowed for carrying out the work or any other conditions of any sort. However, if it is felt necessary by the tenderer to
have any conditions, he shall have to clearly mention the same in very clear terms in the appropriate section of
techanical bid. The tenderer will have to fill in necessary details online in ‘technical bid’ and ‘price-bid’ separately.
No such tender shall include more than one work but contractors who wish to tender for each work online.
(b) If price-bid contains any conditions, the same shall be rejected outright
(c) It should be very clearly understood by all the tenderers that the technical bid should be restricted only to technical
matters and conditions/stipulations having financial implications. The Technical and Price bids shall contain adequate
cross reference wherever necessary to ensure clear and proper correlation of them with two bids without any
ambiguity whatsoever. The price bid of main tender should not be disclosed in the technical bid.
(d) The technical bid will be opened first online on 16/04/2013 or any other suitable time thereafter by the competent
tender opening authority of the Government, in the presence of Bidders who wish may remain present. The technical
bid shall be evaluated first and wanting details, if any, and clarifications in respect of conditions if any will be called
from the tenderers. In such case, the contractor will be required to submit clarification / details (including with respect
to conditions if any) within the stipulated time allowed for the purpose. If the contractor does not furnish the wanting
details / clarification in time, his tender would be liable for rejection.
(e) The conditions specified in technical-bid should invariably be accompanied by proper financial evaluation with mode
of calculation specifying assumptions,quantities,rate and ceiling amounts for each condition and shall also accompany
the information in the form stating (a) Sr.No. (b) Description of the condition (c) Financial evalution. (Vide R &
B.D.G.R.No./TNC/7777/281-c,DATED 30-9-92) (d) Ceiling amount to be added in price-bid, in case condition is not
accepted.
(f) Ceiling amounts shall be binding on the contractors and are liable to be added to the tender amount.
(g) The evalution as given by the contractor as modified by tender opening authority with the ceiling limit will then be
intimated to all the bidders. No further opportunity shall be given to the contractors to modify/withdraw conditions at
that stage. After completion of evaluation of the technical bid in all respects the competent authority will decide about
date of opening of price-bid and the same will be intimated to the bidders. After opening of price-bid and their
evaluation the tender inviting authority reserves the right to negotitate about the tender (s) further with any or all the
contractors.
8.0 Earnest Money : Earnest money in specified form @ 1% of the estimated cost must be sent as specified in Instruction No.4 preceding
electronically Tenderer may pay earnest money upto Rs. 50,000 in the form of Crossed Demand Draft or fixed deposit
or fixed deposit at-call receipts with a validity period of not less than six months of Nationalised or Scheduled bank or
Narmada/Shrinidhi F.D. Rs. Drawn in favour of Executive Engineer/Divisional Officer concerned. Earnest money by
cheque & Bank Gurantee shall not be accepted. (vide R & B.D.G.R.No.TNC/1090/(100) (4) –C,dated
4.11.2000).However in respect of the works estimated to cost above Rs. 50 lacs,the amount of earnest money in
excess of Rs. 50,000 can be offered by the contractor, at his choice, in the form of Bank Guarantee of the Scheduled
or nationalized Bank only. The Bank Guarantee in such cases will be furnished in the following form. In such cases
also, the amount of earnest money first Rs. 50,000 will be paid only in the form of crossed demand drafts or fixed
deposit receipts or deposit at call receipts worth the validity period of not less than 6 months of the nationalised or
Scheduled or Narmada/Shrinidhi F.D. Rs.
The Contractors who have secured exemption certificate for payment of earnest money by depositing Lump Sum
earnest money Deposit need not pay earnest money,but produce the certified copy of the exemption certificate
alongwith the tender electronically. If the contractor does not remit the tender fee & the earnest money within the
specified time his registration will be held in abeyance for one year & his tendering code will be cancelled for one
year.
If the contractor does not turn up to pay the Security Deposit and execute contract agreement within specified (or
extended) time after intimation to him about acceptance of his offer, the earnest money paid for this work will be
forfeited and tenderer’s tender shall be rejected and then according to aforesaid provision of tender, action to suspend
regisation of Contractor will be initiated without Delay. (Vide R & B D G.R.No.Misc.-1097-90-1091/97-Z/C dated
4.10.97 & R&B.D.G.R. No. Parach-102008-5-C (Partfile) dated 27.11.08)
Bank Guarantee is permissible only when the estimated cost of work is more than Rs. 50 lacs. BANK GUARANTEE
Where as M/s____________________________________________________(hereinafter called the Tenderer) is desirous and
preferred to tender for works in accordance with the terms and conditions of tender for the work of __________________and
where as We,Bank,agree to give the tenderer a guarantee for the Earnest Money.
Signature of the Contractor : Signature of the Executive Engineer
(6)
18
1. Therefore,we hereby affirm that we are guarantors on behalf of the Tenderer upto total rupees
___________________in words) Rs.___________________(in figures) and we undertake to pay to Executive
Engineer____________Division_________________Department of Government of
Gujarat________________________upto his first written demand,without demur,without delay and without the
necessity of a previous notice of judicial or administrative procedures and without the necessity to prove to the
Bank the defects or shortcomings or debits of the contractor any sum within the limit of Rs.___________.
2. We further agree that the Guarantee herein contained shall remain in full force and effect during the period that
would be taken for the acceptance of tender/
However,unless a demand of claim under this guarantee is made on us in writing on or before the
________________ (Date to be specified-will not be less than 180 days from the stipulated date of receiving the
tender) we shall be discharged form all liabilities under this guarantee thereafter.
3. We undertake not to revoke the guarantee during it currency except with the previous consent of the Executive
Engineer_________________Division_______________________in writing.
4. We lastly undertake not to revoke the gurantee for any charge in constitution of the Tenderer or of the Bank.
Date Signature & Seal of Guarantor____________________________
Bank Address_________________________________________
8.2 The Earnest Money submitted in the form of Deposit-At-call receipt shall need minimum validity of six months
from the last date of online submission of tender. Tender not supported with tender fee,Earnest Money &
documents and not submitted in electronic format (by scanning) while uploading the bid shall be rejected as NON
Responsive. If the tenderer modifies of withdraws his tender, the Earnest Money (in case of EMD exemption
certificate,proportionate amount equivalent to EMD of a particular tender) shall be forfeited and the tenderer may
be disqualified from tendering for future works under the Government.
8.3 The Earnest Money will be returned to the unsuccessful tenderers. The Earnest Money will be returned to the
successful tenderer after he furnishes security deposit and duly enters into the contract.
8.4 Within Ten days or within such time as may be decided by the Tender Inviting Authority from date of receipt of
the letter accepting his tender,the successful tenderer shall furnish the required security deposit and attend the
office of the Tender Inviting. Authority for execution of the contract documents. If he fails to furnish the security
deposit or execute the contract document, his Earnest Money (in case of EMD exemption certificate equivalent
amount therefrom) shall be forfeited and action to suspend registration of the contractor will be initiated without
delay (Vide R & B D G.R.No. Misc.1097-90-1091-97-Z/C dated 4-10-97)
9.0 Accompaniments of Tender: (to be submitted in electronic format only through on line
(by scanning) as duly certified true copies)
The contractor shall have to furnish:
(i) Demand Draft of Tender fee and Earnest Money or Earnest Money Exemption Certificate.
(ii) Copy of Partnership Deed or Memorandum as well as Articles of Association in case of the company and intimate
permanent addresses of his partners/Directors of Company. All copies submitted shall be duly attested.
(iii) Copies of certificate regarding previous experience, as required.
(iv) Declaration showing all works completed during preceding 5 years and works on hand with the Contractor and the
Contractor and the value of works that remained to be executed in each case.
(v) A certificate of Registration as approved contractor of prescribed category from authorities stipulated in Notice Inviting
Tenders.
(vi) P.A.N. issued by Income Tax Department
(vii) Copy of Provident Fund Registration-Code no.
(viii) Duly filled in and digitally signed declaration form as provided after last item of section-1 & Memorandum duly filled
in & digitally signed as given in section-2.
(ix) A solvency certificate of an amount equal to 20 per cent of the amount of work put to tender will have to be produced.
Such solvency certificate should be issued by eigher Scheduled bank or a Nationalised bank.
(x) Required Annexures duly filled in when prequalification in involved.
Required documents are to be submitted in electronic format only as part of tender document Failing which the
tender will be rejected outright and will be considered as NON-RESPONSIVE.
10.0 Tender liable to be Invalid : It may please be noted that the tender is liable to be considered invalid especially, if the requirements as per Instruction
No. (1) to (9) above are not complied with.
11.0 Right of rejection of tenders. (i) Right is reserved by the Tender Inviting Authority to reject any or all tender(s) without assigning any reason thereof.
(ii) In addition to the above,the tender will also be liable to be rejected outright if ;
(a) The tenderer proposes any alteration in the work specified or in the time allowed for carrying out the work or in
any condition.
(b) The tenderer or in the case of a firm, each partner or the person holding the power of attorney thereof does not
digitally sign section-2.
Signature of the Contractor : Signature of the Executive Engineer
(7)
19
(c) Any person who submits a tender shall fill forms online Including the lump sum price for the work put to
tender.No.single tender shall include more than one work but contractors who wish to tender for two or more
works shall submit a separate tender for each work online.
12.0 Method of Tendering : 12.1 If the tender is made by an individual,it shall be digitally signed by the individual above his full
name and current address.
12.2 If the tender is made by a proprietary firm,it shall be digitally signed by the proprietor above his full name and
the full name of his firm with its current address.
12.3 If the tender is made by a firm of partnership,it shall be digitally signed by a partner of the firm holding the power
of attorney and digital certificate for the firm. A certified copy of the power of attorney shall be provided in
electronic form along with other documents. A certified copy of the partnership deed,full name and current
address of the firm and full names and the current addresses of all the partners of the firm shall also be provided
alongwith other documents.
12.4 If the tender is made by a limited company or a limited corporation,it shall be digitally signed by a duly
authorized person holding digital certificate for the company / corporation and power of attorney for signing the
tender in which case a certified copy of the power of attorney shall be provided separately along with other
documents. Such limited Company or Corporation may be required to furnish satisfactory evidence of its
existence before the contract is awarded.
12.5 All digital signatures in the tender document shall be dated.
13.0 Eligibility and qualification requirement. To establish acceptability of the offer to the satisfaction of Tender Inviting Authority the tenderer shall provide
the following :
13.1 Details of plant and machinery immediately available with tenderer for use on the works.
13.2 Details of plant and machinery proposed to be procured for the works.
13.3 Details of technical, supervisory and administrative personnel already employed by the tenderer that he proposes
to utilize for this work and such other personnel he proposes to employ further for this work.
13.4 Copies of registiation certificate and P.A.N. allotted by income Tax Office.
13.5 Separate notes in sufficient details on each of the following :
(i) Method and technique of construction
(ii) Sequence of execution of various important components of the work.
(iii) Cash-flow arrangement.
14.0 Deviation or modifications In Tender Documents : 14.1 All tenderers are cautioned that tender containing any condition and/or deviation from the contractual terms and
conditions, specifications,quoting/offering rates/prices in different manner than specified in the tender and/or any
other requirements of tender shall make the tender liable for outright rejection and shall be considered as non-
responsive for all practical purposes. The decision of the Tender inviting authority in this regard shall be final and
binding to the tenderer.
14.2 Alternative tenders are not acceptable.
15.0 Submission of tender. 15.1 Tender shall be submitted in an online manner only on website www.nprocure.com.
Last date & time of online submission 10/04/2013 up to 18.00 hours.
15.2 Tender fee,EMD and other documents should be submitted in electronic format only through on line (by
scanning) while uploading the bid. However for the purpose of realization of D.D. the bidder shall send the D.D.
in original to Superintending Engineer_____________________Circle___________at the time of tender opening
or send the same through R.P.A.D. So as to reach Executive Engineer , Gujarat Tubewell Division No.1,
Ahmedabada from period dt. 11/04/2013 to dt. 15/04/2013 up to 18.00 hours. Penaltative action for not
submitting D.D. in original to Tender Inviting Authority by bidder shall be initiated. R & B D Circular No. ¿æÈ—æ-
102008-¿æ-Øæ, dated 18.1.2008 & 27.11.08)
16.0 Evaluation of Tenders : 16.1 Technical evaluation will be made of the tenderer’s proposed method and technique of construction, construction
programme,swquence of components of the work,proposed resources assigned to do the work to determine the
acceptability,adequacy and reasonability of rates,his past performance and present resourcefulness.
16.2 To assist in the examination, evaluation and comparison of tender, the tender inviting authority may ask tenderer
individually for clarification of their tenders. The request for clarification and response shall be in writing but no
change in substance of the tender shall be sought, offered or permitted at that stage.
16.3 Award may be made to the tenderer whose responsive tender is determined to be the lowest evaluated tender and
who meets the appropriate standards of capacity and financial resources.
17.0 Receipt of Payments :
Receipt of payment made on account of any work, when executed by a firm shall be signed by all the partners
except where the contractors are described in their tender as firm in which case the receipt shall be signed in the
name of the firm by one of the partners or by some other person having authority to give effectual receipts for the
firm.
18.0 Opening of tenders :
The Authorised Officer/competent authority shall open tender online on website www.nprocure.com. On
06/04/2013 dt. 12.00 hrs. or any other suitable time thereafter,in his office in the presence of intending
Signature of the Contractor : Signature of the Executive Engineer
(8)
20
Tenderers or their representative who wish to remain present at that time. He will enter the amount
of the tenders in a comparative statement in a suitable form. In the event of a tender being accepted,the contractor
shall,thereupon for the purpose of identification,sign copies of the specifications and other documents mentioned
in his tender.
19.0 General rules and directions :
19.1 No receipt for any payment made by a contractor will be entertained by the Government in regard to any matter
relating to this tender or the contract shall be valid and binding on the Employer unless it is signed by the Authorised
staff members of the Government.
192 All works shall be measured net by standard measure and according to the rules and customs of the R &B/Water
Resources Department or any other method approved by the R & B/Water Resources Department without reference to
any local custom. The measurements of work will be taken according to the usual method in use in the Roads &
Buildings Department and no proposal to adopt alternative method will be accepted. The Executive Engineer’s
decision as to what is the usual method in use in the Roads & Building Department will be final.
19.3 Under no circumstance shall any Contractor be entitled to claim enhanced rate for any item in this contract except as
provided in contract conditions.
19.4. The contractor shall not be permitted to tender for the work in which his near relative is working as the officer in the
sphere of his jurisdiction in the Tender inviting authority.
Note: By term “near relative” is meant wife, husband, parents, children, brothers, sisters, uncles, aunts, cousins, and in laws.
19.5. The contractor should compulsorily furnish his lates address(es) including the latest address of hisPartners and the
place(s) of filling his/their income tax returns alongwith the tender. Any changes, in such addresses, during the tenure
of contract should invariably and forthwith be intimated by the Contractor to the Executive Engineer.
20.0 Submission of additional information/documents:
In addition to various specified documents and information required to be submitted along with tender, the bidder may
be required to provide any other document/relevant information as considered necessary by the tender inviting
authority and the tenderer shall be required to provide the same as per the requirement of the tender inviting authority.
Even the successful bidder may be required to provide the same as and when required by the authority during
subsistence of the contract.
21.0 Bank:
Wherever the word “Bank” is used in this document, it would mean Schedule or Nationalised Bank only. (R &
B.D.G.R. No./TNC/1090/100(4)(C) dated 27.9.2002)
22.0 Tender validity period:
The tender for the work shall remain open for a period of 120 days counted from the stipulated last date of receiving
of the tenders online for this work.
23.0 The successful contractor contractor shall exhibit the board in prominent place of work site showing the brief
details of project/work under execution, financier, cost of work and broad details of inputs / specifications and
targated goals. (R.&B. D. GRs. Nos. TNC-1090-24-C dated 18/11/1991, 17/8/02 and 25/10/02)
24.0 The contractor will not use the premises of project / work under construction for his staff, laboures or for any
other purpose. If he do so market rent for such unauthorized used will be recovered. The marker rent will be
decided by the Engineer- in- charge
25.0 All statutory deductible at source under various acts and notification by Government shall be deducted while
making payment for which T.D.S. certificate shall be issued.
26.0 Declarations:
The tenderer will have to make declaration enlisted in the form attached herewith and shall affix his signature to the
form in token of correctness of declarations made therein. (G.R.R&BD No.TNC-IIB-22(10)-C dated 24.5.90 should
be referred to).
DECLARATION FORM (i) I/We hereby declare that I/we have visited the site and fully acquainted myself/ourselves with the local
situations regarding materials, labour and other factors pertaining to the work before submitting this tender.
(ii) I/We hereby declare that I/We have carefully studied the conditions of contract; specifications and other
documents of this work and agree for executing the same accordingly.
DECLARATION CERTIFICATE (G.R. dated 4.2.89 as revised by GR No.TNC-1083/6681/4/C dated
31.8.1994) (iii) I/We hereby declare that my/our near relative are not working in this Division or in its sub division as an Ex.
Engineer, Deputy Executive Engineer, Assistant Engineer, Additional Assistant Engineer, overseer, Divisional
Accountant, Store Keeper, Manager of Atithi/ Vishram Gruha and in the circle as a Superintending Engineer in
addition for Panchayat works not working nor having posting as chairman of P.W. committee or as incumbunt
in Jilla Panchayat at today.
TENDER FOR LUMP SUM CONTRACT
I/We___________________________________________________do hereby tender to execute the whole of the work
described in the drawing Nos.__________________________________and according to the annexed pecifications
signed by____________________________and dated___________________for the sum of Rs. To be expressed in
words and figures)_______________________________________________________________
________________________________________________________________________________________
Signature of the Contractor: Signature of the Executive Engineer
(9)
21
CONDITIONS OF CONTRACT
Clause -1 Supply of materials etc. by the Contractor :The contractor(s) is/are to provide every article or thing (with
the exceptions noted in schedule A attached) which may be necessary and requisite for the due and proper execution of
the several works included in the contract according to the true intent and meaning of the drawings and specifications
taken together which are to be signed by the Executive Engineer G.T.W.Division No.1,Ahmedabad (herein after called
the Executive Engineer) and by the contractors whether the same may or may not have been particularly described in the
specification or shown on the drawings provided however that the same are reasonably and obviously to be inferred
therefrom in case of discrepancy between the drawings and the specifications the Executive Engineer shall decide which
of the two is to be followed.
Clause -2 Execution of work : The contractor(s) shall set out the whole of the works as per drawings and details
applied to him,and during the progress of the works shall set right as ordered by the Executive Engineer or his agent any
errors which may be found therein and shall provide all necessary labour and materials for the purpose. The contractor(s)
all also provide all plants,labour and materials (with the Exceptions noted in schedule A attached) which may be
necessary and requisite for the works and which if accepted shall be paid prorate as provided for on schedule of
INTERIM PAYMENTS hereto annexed. All materials and workmanship are to be the best of their respective kinds. The
contractor(s) shall leave the works in all respects clean and perfect at the completion thereof. Clause -3 Drawings and specifications: Complete set of the drawings and specifications signed by the Executive
Engineer shall be furnished by him to the contractor(s) for his/their own use and the same or copies thereof shall be kept
on the buildings in charge of the contractor’s (s) agent WHO is to be constandly kept at the SITE by the contractor (s)
and to whom the instructions can be given by the Executive Engineer.
Subleting works: The contractor(s) shall not sublet the works or any part thereof without the consent in writing of the
Executive engineer.
Clause -4 Control over work: The Executive Engineer shall have at all times access to the works which are to be
entirely under his control. He may require the contractor(s) to dismiss any person in the contractor(s) employment upon
the work if such person is in his opinion incompetent or misconducts himself and the contractor(s) shall forthwith comply
with every such requirement.
authorized by Executive Engineer to be so done unless the works cannot from its character be properly measured and ed.
The foundation shall be carried to the depths in suitable strata,shown in the drawing but if the Engineer is of opinion they
should be shall over or deeped and so directs the contractor in writing the difference in depth exceeding thirty imetres
will be dealt with as for other itmes according to clause 6 below.
Clause -5 Alterations in drawings or specifications etc. : The contractor(s) shall not vary or deviate from the
drawings or specifications or execute any extra work of any kind whatsoever except upon the express authority of the
Executive Engineer which shall be obtained by an order in writing of the Executive Engineer or by plan or drawing
expressly given or signed by himan extra work of variation or by any subsequent written approval signed by him. In case
of daily labour all vouchers for the same shall be delivered to the Executive Engineer or the officer in charge at least
during the day following that in which the work may have been done and only such day work is to be allowed for as may
have been authorized by Executive engineer to be so done unless the works cannot from its character be properly
measured and valued. The foundation shall be carried to the depths in suitable strata, shown in the drawing but if the
Engineer is of opinion that they should be, shallower or deeper and so directs the contractor in writing the difference in
depth exceeding thirty centimeters will be dealt with as for other items according to clause 6 below”.
Clause -6 The power to make additions and alteration in drawings or specifications etc. Such alteration do not
invalidate the contract. Rates for work not entered in the estimate or schedule of rates of the Division The Executive
Engineer shall have power to make any alternations in or additions to the original specifications, drawing, designs and
instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor(s)
shall be bound to carry out the work in accordance with the instructions which may be given to him/them in writing
signed by the Executive Engineer and such alterations shall not invalidate the contract and any additional work which the
contractors may be directed to do in the manner above specified as part of the work or any curtailment of the work as
designed. Which may be found necessary during the period of construction shall be carried out or omitted by the
contractor(s) on the same conditions in all respects on which he/they agreed to do the main work. The additional or the
curtalled work shall be carried out or omitted at rates entered in the schedule of rates of the Division or at the rates
mutually agreed upon between the Engineer-in-charge and the contractor whichever are lower. If the additional or altered
work for which no rate is entered in the schedule of rates of the Division is carried out before the rates are agreed upon,
then the contractor shall within seven days of the date of the receipt by him/them of the order to carry out the work,
inform the Executive Engineer of the rate which he/they propose to charge for such class of work, and if the Executive
Engineer does not agree to this rate he shall by notice in writing be at liberty to cancel his order, to carry out such a class
of work and arrange to carry it out in such manner as he may consider it advisable, provided always that if the contractor
shall commence work or incur any expenditure in regard hereto before the rates shall have been determined as lastly
hereinbefore mentioned, then in such case he/they shall only be entitled to be paid in respect of the work carried out or
expenditure incurred by him/them prior to the date of the such determination of the rate as aforesaid according to such
rate or rates as may be fixed by the Executive Engineer. In the event of dispute the decision of the Superintending
Engineer of the circle shall be final.
Signature of the Contractor Signature of the Executive Engineer (10)
22 The time limit for the completion of the work shall be extended or curtailed in the proportion that the increase or
decrease in its costs, occasioned by alteration or curtailment bears to the cost of the original contract work and the
certificate of the Engineer-in-charge as to such proportion shall be conclusive.
Clause-7 : Materials left on site : All work and materials brought and left upon the site of the work either by the
contractor(s) or by his/their orderes for the purpose of forming part of the work are to be considered to be the property of
the government and the same shall not be removed or taken away by the Contractor(s) or any other person without the
special leave or consent in writing by the Executive Engineer, but the Government shall not be in any way answerable for
any loss or damage which may happen or in respect of any such work or materials on account of the same being lost or
stolen or injured by weather or otherwise.
Clause -8 Removal and substitutions of material : The Executive Engineer shall have full powers to require the
removal from the premises of all materials which in his opinion are not in accordance with the specification and in case of
default the Executive Engineer shall be at liberty to employ other person to remove the same without being answerable or
accountable for any loss or damage that may be caused to such materials. The Executive engineer shall also have full
powers to acquire fresh materials to be supplied and all costs which be incurred in such removal and substitution shall be
borne by the contractor(s).
Clause -9 Action in case of Improper materials and workmanship : If in the opinion of the Executive Engineer any
work or part thereof is executed with Improper materials or defective workmanship the contractor(s) shall when required
by the Executive Engineer,forthwith re-execute the same and substitute proper materials and workmanship and in case of
default by the contractor(s) in so doing within a week from the date of the requisition,the Executive Engineer shall have
full powers to employ other person to re-execute the work and the cost thereof shall be borne by the contractor(s).
Clause -10 Action and compensation payable in case of bad work : If at any time before security deposit is refunded
to the contractor it shall appear to the Engineer-in-charge or his subordinate in charge of the work that any work has been
executed with unsound, imperfect or unskillful workmanship or with materials of inferior qualify or that any materials or
article provided by him for the execution of the work are unsound or of a quality inferior to that contracted for or are
otherwise not in accordance with contract,it shall be lawful for Engineer-in-charge to intimate this fact in writing to the
contractor and then not withstanding the fact that the work, materials or article complained of may have been inadvertently
passed,certified and paid for,the contractor shall be bound forthwith to rectify or remove and reconstruct the work so
specified in whole or in part as the case may require or if so required shall remove the materials or articles so specified and
provide other proper and suitable mateials or articles at his own charge and cost and in the event of his failing to do so
within a period to be specified by the Engineer-in-charge in the written intimation aforesaid the contractor shall be liable to
pay compensation at the rate of one percent on the amount of the estimate for every day not excceding ten days during
which the failure so continues and in the event of any such failure as aforesaid,the Engineer-in-charge may rectify or
remove and re-execute the work or remove and replace the materials or articles complained. If the Engineer-in-charge
considers that such inferior work or materials as described above may be accepted or made use of it shall be within his
discretion to accept the same at such reduced rates as he may fix therefore.
Clause -10A Maintenance and repairs of the structure during guaranteed period. This will apply to a contract when
the works are to be executed by the contractor according to the specifications recommended by him. The contractor shall
maintain and keep in proper condition and repair at his cost the surface of the structure for _______________years from
the date from which the final finishing coat is laid to the satisfaction of the Executive Engineer. The decision of the
Executive Engineer as to the necessity of repairs to the structure shall be final and binding on the contractor. If the
contractor fails to maintain and keep in proper condition and repair the structure during the stipulated period of years,the
Executive Engineer shall be entitled to carry out the necessary repairs departmentally at the cost of the contractor. The
decision of the Executive Engineer as to the amount of the expenses incurred in carrying out the repaires shall be final and
binding on the contractor. The Executive Engineer shall be entitled to appropriate the whole or any part of the amount of
the security deposit towards the expenses,if any incurred by him in repairing the surface.
Clause -11 Responsibility of contractpr for damage by fire etc. : From the commencement of the works to the
completion of the same,the work shall be under the contractor(s)’s charge. The contractor(s) shall be held responsible for
any damage done to the same by fire or any other cause and he/they shall be liable to make good such damage and carry
out any repairs which may be rendered necessary to the same by fire or other cause and they are to hold the Government
harmless from any claims for injuries to persons or structural damage,damage to poroperty happening from any negiect or
default,want of proper care or misconduct on the part of the contractor/s or of any one in his/their employees during the
execution of the work.
Clause 11(a) : If the contractor or his workmen, or servants shall break,defact,injure or destroy any part of the building or
the work in question in/on which they may be working or any building,road,tence,enclosure or grass-land or cultivated
ground continuous to the prmises on which the works or any part thereof is being executed or if any damage shall be done
to the work from any cause whatever before damage occurred/caused due to normal flood or rain or if any imperfections
become apparent in it within three months from the grant of a certificate of completion,final or otherwise by the Engineer-
in-charge,the contractor shall make good the same at his own expenses or in default,the Engineer-in-charge may cause the
same to be made good by other contractor,and deduct the expenses (of which the certificate of the Engineer-in-charge shall
be final)from any sums that may thereafter become due to the contractor or from his security deposit or the proceeds of
safe thereof or a sufficient portions thereof.
Clause 11-(b) Neither party shall be liable to the other for any loss or damage occasioned by or arising out of acts of God.
Such as Unprecedented flood. Volcanic eruption,earthquake or other convulsion of nature and other acts such as but
Signature of the Contractor Signature of the Executive Engineer
(11)
23 restricted to general strike, invasion, the acts of foreign countries, hostilities, or war like operations before or after
declaration of war,rebellion,milktary or Usruped power which prevent performance of the contract and which could not
have been foreseen or avoided by a prudent person.
Note: “Unprecedented flood” means the flood crossing the High Flood Level of the past ________ year(s) which is on the
available record.
(Modified Vide R & B D.G.R.No. TNC – 1096-IB-143-(16) – C dated 11.1.99)
Clause 12- Execution of works not included in the contract : The Executive Engineer shall have full power to send
workmen upon the premises to execute fitting and other work not included in the contract for which the contractor (s) shall
afford every reasonable facility during working hours,provided that such operations shall be carried on in such a manner as
not to impede the the progress of the work included in the contract. The contractor(s) shall not however,be responsible for
any damage,which may happen to or be occasioned in the execution of any such fittings or other works.
Clause 13- Extension of time on account of alteration etc. : Provided never-the-less that if the contractor(s) shall be of
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 inclement weather or by other cause beyond the control of the contractor(s) or in
consequence of orders to that effect from the Executive Engineer himself (which orders the Executive Engineer is hereby
empowered to make),then in any such case or cases it shall be competent for the Executive Engineer by an order in writing
to extend the aforesaid period for final completetion by such period or periods as may be deem ed reasonable and the
contractor(s) shall thereupon complete the works within such extended period or periods as aforesaid. Provided that the
contractor(s) shall not be entitled to any extension of time unless he/they shall within thirty days after the happening of the
event-in-respect of which he/they shall consider himself/themselves enitled to any such extension of time,give to the
Executive Engineer written notice of such claim for the extension of time and of the ground or grounds therefore and of the
period thereof. However the Executive Engineer may condone the delay beyond thirty days stipulated above. But if the
contractor fails to complete the work even within extended time limit,the aforesaid provisions regarding liquidated damage
shall apply from the date of expiry of extended time limit.
Clause 14- Final Certificate : Onn completion of the work,the contractor(s) shall be furnisned with a certificate by the
Executive Engineer of such completion but no such certificate shall be given nor shall the work be considered to be
complete until the contractor(s) shall have removed from the premises on which the work shall have been executed,all
scatiordings,surplus materials and rubbish and shall have cleaned off dirt from all wood work,doors,windows wall floors,or
other parts of any structures,in or upon which the work has been executed or of which he/they may have had possession for
the purpose of executing work,nor until the work shall have been measured by the Executive Engineer or where the
measurements have been taken by his subordinate until they receive the approval of the Executive Engineer,the
measurements being binding and conclusive against the contractor(s). If the contractor(s) shall fail to comply with the
requirements of this clause as to the removal of scaffolding,surplus materials and rubbish and cleaning of dirt on or before
the date fixed for the completion of the work,the Executive Engineer may,at the expense of the contractor(s) remove such
scaffolding,surplus materials and rubbish and dispose of the same as he thinks if and clean off such dirt as aforesaid,and
the contractor(s) shall forthwith pay the amount of all expenses so incurred, but shall have no claim in respect of any such
scaffolding or surplus materials as aforessid except for any sum actually realized by the sale thereof.
Clause 15- Action when contractor becomes bankrupt,etc : It the contractor(s) shall become bankrupt or shall
compound with or make any assignment for the benefit of his/their creditor or shall suspend or delay the performance of
his/their part of the contract (except on account of cause mentioned in clause for in consequence of his/their not having
proper instruction of which the contractor(s) shall have duly applied),the Executive Engineer may give to the contractors(s)
his/their assignee or trust as the case may be,written notice requiring the work to be proceeded with and in case he does not
receive any satisfactory reply from the contractor(s) or his/their assignee or trustee within a period of seven days from such
notice, it shall be lawful for the Executive Engineer to enter upon and take possession of the works and to employ any
other person or persons to carry on and complete the same and to authorize him or them in use the plant, materials and any
other property of the contractor(s) upon the works and in any such event, the costs and charges which may be incurred on
carrying in and completing the said works shall be payable to the Executive engineer by the contractior(s) and may be set
off by the Executive Enginner against any moneys due or to become due to the contractor(s)
Clause 16- Payment to contractor for work done : The contractor(s) shall be paid on the completion of each calendar
month commening from the………….a sum equal to________percent of the total value of work done as provided in
schedule of interim payment ….sum equal to/5 per cent of the value of materials supplied by him/them since the last
payment according to the certificate of Executive Engineer. When the work shall be fully completed the contractor(s) shall
be entitled to receive on moiety of the amount remaining due according to the best estimate of the same that can be made
and the balance of all moneys finally due or payable to him/them under or by virtue of the contract shall be paid within six
months from the completion of the work : provided always that no final or other certificate shall cover or relieve the
contractor(s) from his/their liability under the provisiors or clause whether or not the same has been notified by the
Executive Engineer at the time of or subsequent to the grant of any such certificate.
Clause 17- Certificate : The final certificate of the Executive Engineer showing the final balance due or payable to the
* The percentage to be withheld should be decided in each case taking the scale of percentage “ adopted for the security
deposits in paragraph 209 of the Gujarat Public Works Department Manual Volume 1, as a guide.”
Signature of the Contractor Signature of the Executive Engineer
(12)
24 contractor(s) shall be conclusive evidence of the work having been duly completed and that the contractor(s) shall be
entitled to receive payment of the final balance in accordance with such certificate,but without prejudice to the liability of
the contractor(s) under the provisions of the clause.
CLAUSE 18 : No claim for any payment of compensation for change or restriction of work :-
If at any time after the execution of the contract documents the Engineer-in-charge shall for any reason whatsoever,require
the whole or part of the work,as specified in the tender,be stopped for any period or,shall not require the whole or part of
the work to be carried out at all or to be carried out by the contractor,he shall give notice in writing,stating the fact to the
Contractor who shall thereupon suspend or stop the work totally or partially,as the case may be. In any such case,except as
provided hereunder,the Contractir shall have no claim to any payment or compensation whatsoever except as provided
hereunder on account of any profit on advantage which he might have derived from the execution of the work in full but
which he did not s9o derive in consequence of the full amount of the work not having been carried out,or on account of any
loss that he may be put to on account of materials purchased or agreed to be purchased or for unemployment of labour
required by hiro. He shall not have also any claim for compensation by reason of any alterations having been made in the
original specifications,drawings,designs and instructions which may involve any curtailment of the work as originally
contemplated.
(1) However, the contractor will be entitled for compensation for loss,if any on the date of notice,for the purchased
materials or for the contract executed for the material to be purchased for such work. Such compensation will be paid only
for actual loss for materials,if such materials so purchased or agreed to purchase is of required quantity/quality and was
purchased/contracted to be purchased only for the same work. But no compensation shall be granted to contractor on
material for which advance has been given to contractor by Government. The amount of loss for such claim will be
decided by incharge Enginner-in-charge.
(2) The contractor also will be entitled for compensation of unemployed labourers for 7 days from the date of notice
provided that in that opinion of Engineer-in-charge such labourers were working for 7 days prior to the notice and would
not be in a position to get employment elsewhere within 7 days from the date of such notice. The contractor should try to
employ such unemployed labourers at other places from the date of such notice.
In case the Contractor does not agree with the decision of Executive Engineer regarding the amount of compensation or
loss ,it will be open for the contractor to appeal to Superintending Engineer-in-charge within one month from the date of
knowledge of such decision. In such case the decision of Superintending Engineer will be final and binding to the
Contractor. The Contractor shall not be entitled for loss of any expected profit of such work.
(Vide G.R.No.SSR/1090/IB/247 (2)/C, dated 28.6.1993 as amended by GR of even number dated 11-2-1999).
CLAUSE 18A : The contractor shall not be entitled to claim any compensation from Govt.on account of delay by
Government in the supply of materials entered in Schedyule ‘A” where such delay is caused by (i) Non-supply due to short
allotment of quota in case materials available under quota regulations. (ii) Difficulties relating to the supply of railway
wagon (iii) Force majeure.(iv) Act of God. (v) Act of the country’s enemies or any other reasonable cause beyond the
control of Government.
In the case of such delay in the supply of materials,government shall grant such extension of time for the completion of the
works as shall appear to the Engineer-in-charge to be reasonable in accordance with the circumstances of the case. The
decision of the Engineer-in-charge as for the extension of time shall be accepted as final by the contractors. (As modified
Vide R & B D.G.R. No. TNC-1096-IB-143-(16)-C dated 11-1-99)
Clause 19 : Compensation under the workmen’s Compensation Act : The contractor shall be responsible for and
shall pay any compensation to his workmen which may be payable under the Workmen’s compensation Act. 1923 (VIII of
1923) (hereinafter called the said Act) for injuries caused to the workmen. If such compensation is paid by government as
principal under sub-section 12(1) of the said Act on behalf of the Contractor it shall be recoverable by Government from
the Contractor under sub section (2) of the said section. Such compensation shall be recovered in the manner laid down in
clause above.
Clause 20 : ROYALTY : The Contractor shall pay the royalty to the competent authority/local body as per rules. The
Contractor shall furnish quarterly the statement showing quantity of quarried materials,from whom purchased (with full
address of the seller) and copies of bills for purchase to the District Officer of the Mining and Geology Department or
authority competent to levy royally in the area of work. Contractor shall also furnish such additional information as regards
royalty payment to the royalty authority as may be called for. The royalty charges paid shall be borne by the Contractor
and shall not be reimbursed by the Executive Engineer”.
Clause 21 : Security Deposit : The person / persons whose tender is accepted ( hereinafter called the
“Contractor” which expression shall , unless excluded by, or repugnant to the context include his Legal
heirs , executers , administrators and assigness) shall (as Deposit with the Executive Engineer a sum sufficient to make up
the full security deposit specified in the tender in cash or Government securities (as mentioned in para 208 of Gujarat
Public works department Manual Vol.1) duly
transferred in the name of the Executive engineer or fixed deposit receipt or Term Deposits of Narmada Project in the
name of the Executive engineer within a period of 10 days from the date of receipt of the Notification of acceptance of his
tender or (b) (i) deposit fifty percentage of the total security deposits as specified in the tender form with the Executive
Engineer in Cash or in form or small saving schemes or securities of Sardar sarovar Narmada Nigam However,the
Contractor can deposit twenty five percentage of total security deposit in the form of govt.security of Scheduled or
Nationalised Banks or Terms Deposits of Narmada Project duly transferred in the name of the Executive Engineer or fixed
deposit receipts in the name of the Executive Engineer within a period or ten days from the date of receipt of notification of
acceptance of his tender. If the security deposit is not paid within the above specified time. No work order will be issued
till the issue about dalay is finally decided by the Signature of the Contractor Signature of the Executive Engineer
(13)
25 competent authority (b) (ii) The Government shall be deemed to have been authroised to deduct the balance of fifty
percentage of the security deposit as specified in the tender form from the amounts that become payble to the contractor for
the work done under the contract from time to time, such deduction shall not exceed ten percentage of the amount so
payable and the whole amount paid in cash or by way of deduction shall be field by government by way of security
deposit. For the works whose estimated amount is more than rupees fifteen lacs,the Contractor shall have to give the
performance bond of any schedule bank equivalent to five percentage of the estimated amount put to tender alongwith the
initial security deposits. All compensation,Liquidated damages or other sums or money payable by the contractor to
government under the terms of this contract shall be deducted from or recouped by the realization of a sufficient part of his
security deposit,or from the interest arising therefrom or performance bond or from any sums which may due or may
become due by Government to the Contractor on any account whatsoever and whether in respect of this contract,any other
contract,or otherwise. In the event of his security deposit being reduced by reason of any such deduction or recoupment as
aforesaid, otherwise. In the event of his security deposit being reduced by reason of any such deduction or recoupment as
aforesaid,the contractor shall within ten days thereafter,make good in cash or in Government securities transferred as
aforesaid any sum or sums required to make good the shortfall in the amount of the security deposit. The security
deposit,when paid as above shall t the cost of the depositor,be converted into interest bearing Government securities in the
name of Executive Engineer provided that the depositor has expressly desired this in writing. This is subject to the
condition that twenty five percentage of the total security deposit must be held in the form of small saving Schemes or
Terms Deposits of Narmada Project. If the full amount of the security deposit to be paid as above within the period
specified above,is not paid the tender/contract already accepted shall be considered as cancelled and legal steps shall be
taken against the contractor for recovery of the amount.
Fifty percentage of the Security Deposit alongwith performance bond shall become refundable within fifteen days after the
final completion certificate is issued as per Clause-7. All dues under this contract or other contract,or otherwise,including
the royalty charge if “No Due-Certificate” is not produced by the contractor shall be recovered from the aforesaid amount
of fifty percentage of the said security deposit and the balance shall be refunded within fifteen days after the final
certificate is issued as per clause 7. The remaining fifty percentage of the security deposit shall be refunded after the
expitry of the Defect Liability period as per clause 17 and 17-A after deducting therefrom the amount of expenses,if
any,due to Government under this contract. (See performance bond on Page no 39)
Clause No.22 : Liquidated damages for delay :- (i) If the Contractor fails to complete the work under contract by the
stipulated date, he shall pay liquidated damages of Rs. 0.1 percentage of the contract value per day from the date of
delaying the said work upto the date of completion and handing over to the Government.
(ii) However also if the contractor fails to complete any part of the work as designated in Schedule (c) by the
time indicated against such part, he shall pay Liquidated damages per day from the date of delaying the said part of the
work up to the date of completion of the said designated part at the rates shown in the said schedule of the contract Value
of such part for such failure till the said designated part is completed.
(iii) The aggregate maximum of liquidated damages payable under this clause shall not exceed Rs. 0.1
percentage of contract value per day and shall be subject to the maximum amount of ten percent of the estimated amount
put to tender.
(iv) Delays requiring payment of ten percent liquidated damages of the amount put to tender for performance
shall be sufficient cause for termination of contract and for forfeiture of security deposit. (including amount of
performance bond in respect of works estimated to cost more than Rs. 15 lacs,for performance) and registration of the
contractor shall also be kept in abeyance for three years from the date as fixed in all such cases.
SCHEDULE –C
Time Schedule,for completion of different designated parts of the work and rate of liquidated damages to be paid by the
Contractor,if he fails to complete the part of work within stipulated time limit is as detailed below :-
Time Schedule of Completion
Percentage of time
of the total time
limit
Percentage
of work
Rate of
liquidated
damages
per day.
Percentage of
time of the
total time limit
Perce-
ntage
of
work
Rate of
liquidated
damages
per day.
1 2 3 1 2 3
Earth work Road work
25% 16% 0.1% 25% 25% 0.1%
50% 50% 0.1% 50% 50% 0.1%
75% 75% 0.1% 75% 75% 0.1%
100% 100% 0.1% 100% 100% 0.1%
Buildings work Bridge work
25% 10% 0.1% 25% 10% 0.1%
50% 40% 0.1% 50% 40% 0.1%
75% 80% 0.1% 75% 80% 0.1%
100% 100% 0.1% 100% 100% 0.1%
Clause 23 : Action when progress of any particular proportion of the work is unsatisfactory : If the progress of any
particular portion of the work is unsatisfactory,the Executive Engineer shall not withstanding that the general progress of
the work is in accordance with the conditions mentioned in clause 22. be entitled to take action under clause 13 after
giving the
Signature of the Contractor Signature of the Executive Engineer
(14)
26 contractor(s) 10 days notice in writing. The contractor(s) will have no claim for compensation for any loss sustained by
him/them owing to such action.
Clause 24 : Liability for damages arising from non-provision of light,fencing etc : The contractor shall provide I
necessary fencing and lights required to protect the public from accident and shall be bound to bear the expenses for elence
of every suit,action or other legal proceedings that may be brought by any person for injury sustained by him owing
neglect of the above precautions and to pay any damages and costs which may be awarded to any such person in any such
suit,action of proceedings or which may,with consent of the contractor(s) be paid for compromising any claim to any such
person.
Clause 25- Liability of contractor for any damage done in or outside work area :- Compensation for all damages one
intentionally or unintentionally by contractor(s)’s labour whether in or beyond the limits of Government property cluding
any damage caused by the spreading of fire mentioned in clause shall be estimated by the Executive Engineer or such other
officer as he my appoint and the contractor(s) shall be bound to pay the amount of the assessed compensation on demand.
On his/their failure to do so the same will be recovered from the contractor(s0 as damage in the manner prescribed cluse or
deducted by the Executive Engineer from any sums they may be due or may become due from the Government the
contractor(s) under this contract or otherwise.
Clause -26 : Work on Sunday : No work shall be done on Sunday without the sanction in writing of the Executive
Engineer
Clause -27 : Minimum age of persons employed the employment of donkeys and/or other animals and the payment
of fair wages : For Asphalt work(s) as far as possible,only the adult persons should be employed by the contractor. It the
adult persons are not available, then the children below the age of 15 (Fifteen years) should not be employed under any
circumstance.
(ii) No contractor shall employ donkeys or other animals with breaching of string or thin rope. The breaching must be at
..st three inches wide and should be of tape. (Nawar) :
(iii) No animal suffering from sores,lameness or emaciation or which is immature shall be employed on the work.
(iv) The Engineer-in-charge or his agent is authorized to remove from the work any person or animal found working such
does not satisfy these conditions and no responsibility shall be accepted by Government for any delay caused in the
completion work by such removal.
(v) The contractor shall pay fair and reasonable wages to the workman employed by him. in the contract
undertaken by him. In the event of any dispute arising between the Contractor and his workmen on the grounds that
the wages paid are not fair and reasonable,the dispute shall be referred without delay to the Engineer-in-charge who
shall decide the same The decision of the Engineer-in-charge shall be conclusive and binding on the Contractor,but such
decision shall not in any way affect the conditions in the contract regarding the payment to be made by Government at the
sanctioned tender rates.
Clause 28 - Method of payment : Payment to contractor shall made by cheque drawn on any treasury within the
Division convenient to them,provide the amount exceeds Rs. 10. Amount not exceeding Rs. 10 will be paid in cash.
Clause 29- Acceptance of conditions compulsory before tendering for work : Any contractor who does not accept
these conditions shall not be allowed to tender for works and his name shall be removed from the list of the contractor.
Clause 30- Employment of scarcity labout : If Government declares a state of scarcity or famine to exist in any village
situated within 10 kilometers of the work, the Contractor shall employ upon such parts of the work,as are suitable for
unskilled labour,any person certified to him by the Executive Engineer or by any persons to whom, the Executive Engineer
may have delegated this duty in writing to be in need of relief and shall be bound to pay to such persons,wages not below
the minimum which Government may have fixed in this behalf. Any disputes which may arise in connection with the
implementation of this clause shall be decided by the Executive Engineer whose decision shall be final and binding on the
contractor.
Clause 31- Requirement of Labourers from Employment Exchange : The contractor should as far as possible obtain
his requirement of labourers,skilled and unskilled,from the nearest Employment Exechange so as to utilize the local
employment potential. If there are no local Employment Exchanges or such Exchangesor such Exchanges are not able o
provide the required labourers locally, suitable local labourers should be utilized to the maximum extent possible.
Clause 32- Vaccination against small-pox : The contractor shall employ only such labourers who shall produce a valid
certificate of having been vaccinated against small-pox within a period of last three years.
Clause 33- Supply of Gum-boots : Contractor shall have to arrange for the supply or gumbools,hand gloves,mask etc. invariably to the labourers engaged by the contractor on asphalt work. Contractor shall have also to arrange for the facility
of first-aid-box at the site of work for immediate relief at the time of accidents.
Clause 34- Return of Emply drums : All drums in respect of supply by Government to the contractor under this
contract,shall be returned,by the Contractor to the original place of delivery in undamaged condition within the time
prescribed by the Executive Engineer.
No allowance in respect of these empty drums will be made to the contractor and in the event of non-return Rs.
65 would be charged to the contractor for each unreturned drum or badly damaged one.
Clause 35- Power roller on rental basis : In case the roller deployed by the Department for the use on contract-work is
kept idle by the contractor for want of adequate labourers and materials the contractor will have to pay rental charges as per
prevailing rules eventhough the item of rolling and watering is to be carried out by the department.
If the contractor does not plan his programme so as to suit the requirement of the Department,the proportionate
rental charges of roller shall have to be recovered from the contractor.
signature of the Contractor Signature of the Executive Engineer
(15)
27
Clause 36 : Price variation clause : Price varion : Price variation : For (A) Labour (B) Materials and (C)
P.O.L. The amounts payable to the Contractor for the work done shall be adjusted for increase or decrease in the
rates of labour/materials excepting those materials supplied by Government as per Schedule-A and P.O.L. as under :
(A) Labour : Increase or decrease in the cost due to Labour shall be calculated quarterly in
accordance with the following formula.
VI = 0.75 x { pl x R x i-io }
100 i0
VI = increase or decrease in the cost of work during the quarter under consideration due to change in rates for
labour.
P = The value of work done in rupees during the quarter under consideration,after excluding the value of extra
items and after deducting the cost of.
(i) Materials supplied from the Departmental store to the Contractor at fixed rate as specified in schedule-A and.
(ii) Value of cement steel and aspnali/brought by the contractor valued at star rate plus the increase/decrease for
which price adjustment is done under clause 59/A below :-
Io= The average consumer price index for industrial workers for the quarter in which tenders were opened (as
published in ……………………………………………)
I = The average consumer price index for industrial workers for the quarter under consideration.
Pl = Percentage of labour components (specified in Schedule……………….%) of the item.
* This refers to average consumer’s price-index (wholesale) for industrial workers as applicable to
Ahmedabad/Bhavnagar as published by Government of India. Ministry of Labour Bureau.
Materials other than Cement,Steel and asphali : The increase or decrease in cost of materials other than cement
and steel shall be calculated quarterly in accordance with the following formula :
Vm = 0.75 x { pm x Rx i-io }
100 i0
Vm = Increase or decrease in the cost or work during the quarter under consideration due to changes in the rates of
material.
R = The value of work done in rupees during the quarter under consideration after excluding the value of extra
items and after deducting the cost of.
(i) Materials supplied from the Departmental store to the Contractor at fixed rate as specified in schedule –A and.
(ii) Value of cement aspnali and steel brought by the contractor valued at star rate plus the increase/decrease for
which price adjustment is done under clause 59/A below :-
iO = The average wholesale price index (all commodities) for the quarter in which tenders were opened (as
published in @ ……………………………
i= The average wholesale price index (all commodities) for the quarter under consideration.
Pm = Percentage of material component (specified in schedule…………%) of item.
@ = For materials wholesale price index as published by Reserve Bank of India should be referred to.
P.O.L. : The increase or decrease in the cost petrol,diesel,oil and lubricants shall be calculated quaterly in
accordance with the following formula.
Vd = 0.75 x { pd x R D-Do }
100 Do
Vd = Increase or decrease in cost of work during quarter of consideration due to change in rates of petrol oil and
lubricants (POL).
R = The value of work done in rupees during the quarter under consideration after excluding the value of extra items
and after deduction the cost of.
(i) Materials supplied from the Department store to the Contractor at fixed rate as specified in schedule-A and.
(ii) value of cement,steel and asphali brought by the contractor valued at star rate plus the increase/decrease for
which price adjustment is done under sub clause 36/A below :-
DO = The average price of high speed diesel (HSD) fixed by I.O.C. for the district in which the work is to be carried
out for the quarter in which the tenders were opened.
D = The average price of HSD fixed by the I.O.C. for the district in which the work is to be carried out for the
quarter under consideration.
PD = Percentage of P.O.L. Compenent (specified in schedule)_________% of the item.
Conditions for variation except for Cement,Steel and Asphalt : (1) No..adjustment shall be done for the work done in the first twelve months of the time limit. Adjustment
payable/recoverable will calculated for the remaining work done during the subsequent period.
.(2).THe sum total price adjustment for A,B and C will be limited to……..% of the estimated cost of work put to
tender less the cost of Materials supplied from the Departmental store to the Contractor at fixed rate as specified in
schedule-A andcement steel and asphali valued at input rates mentioned as under on which the sanctioned estimate is
based. when clause 36/A is not deleted.
Signature of the Contractor Signature of the Executive Engineer
(16)
28
QUANTITY Input rate per ton Cement_____________________ M.T._____________ Rs.
Mild Steel_____________________ M.T._____________ Rs.
HYSD Bars_____________________ M.T._____________ Rs.
Asphali_____________________ M.T._____________ Rs.
(3) Quarter referred to in the above formula shall mean the quarter of the calendar year January to March , April to June,
July to September and October to December. Even if the tenders are opened in the middle of a quarter,the average
index for the calendar quarter will be considered. The same principle would apply for identifying the quarter
when the work is completed in the middle of calendar quarter.
(4) The value of extra items will be excluded for working out the value of R in the above formula in all these
cases.
(5) Intermediate payment of escalation to be made under this clause on each occasion shall be limited in such a
manner that the total up-to-date payment of escalation will not exceed the proportionate percentage of the
ceiling of escalation as related to the proportionate value of the contract cost.
(6) Price adjustment shall be applicable only for the work that is carried out within the stipulated time or
extensions thereof as are not anributable to the contractor. No claims for price adjustment other than those
provided herein shall be entertained.
(7) This clause will be applicable in respect of works which of the estimated cost put to tender is above Rs. 25.00
lacs and the time limit involved is more than 12 months.
Clause 36A Price Variation for Cement,Steel and Asphalt brought by contractor : The amounts payable to the
contractors for the work done involying use of cement,steel and asphalt when these materials are not supplied by the
Government as for schedule A shall be adjusted for increase or decrease in the rates of these materials as under :-
(4) Price variation for cement,steel and asphalt brought by the contractor.
The star rates for cement,mild steel and for steel & asphalt to be brought by the Contractor shall be considered Ex-
supply Depot/Goddown as under :-
QUANTITY STAR RATES Cement_______________ M.T._____________ Rs.
Mild Steel_____________M.T._____________ Rs.
HYSD Bars____________M.T._____________ Rs.
Asphali_______________ M.T._____________ Rs.
[The above star rates are linked with Reserve Bank of India price index for steel and cement for the month in
which the DTPs are approved. The star rate for asphalt will be based on the rate of Koyli retinary prevailing
in the month in which the estimate`e is prepared.
The month in which DTPs are approved will be specified in the tender document.
Star rates should be mentioned in the tender copy as under :-
I. For Cement,Price of cement from authorized dealer should be obtained for the month in which the D.T.P.s are
approved & mentioned as star rate before issue of tender copy.
II. For steel & H.Y.S.D. bars,rate of SAIL,should be obtained for the month in which the DTPs are approved and
mentioned as star rate before issue of tender copy.
III. For basic index specific month in which the DTPs are approved should be mentioned before issue of tender
copy]
A = B x {C1 - 1 } X D
Co A = Difference of Amount payable or recoverable.
B = Star rate of steel /cement /asphalt.
C1 - The (quarterly) average corresponding index for steel,cement,asphalt for the quarter under consideration (as
published in monthly bulletion or Reserve Bank of India).
Co. - Price index of cement/steel-asphalt for the month in which the DTPs are approved published monthly bulletin
of Reserve Bank of India).
D - Qty of cement /steel / asphalt actually brought by the contractor on site of work and consumed in the work
during the quarter duly supported with bill as recorded in cement consumption register or MB (for steel).
Conditions for variation in prices of cement and steel only :-
1. No Celling for escalation for difference in the cost of steel and cement will be applicable.
2. This clause shall be operative from the date of issue of work order and up to the expiry of original and
extended time limit.
3. This formula shall be used individually for cement/mild steel and Tor steel for calculating adjustment.
4. The cement and steel brought by the contractor on site of work shall be used only after the same is
tested by the Department.
5. If such materials are not found as per the requirement of I.S. specification the same shall be removed
by the contractor for which no claim shall be entertained.
Signature of the Contractor Signature of the Executive Engineer
(17)
29
6. This clause will be applied to the work estimated to cost of the work.
Conditions for variation in rates of asphalt only :-
1. The Contractor shall procure asphalt directly from refinery only.
2. The Contractor will not be furnished “P” form for purchase of quantity of asphalt required for this
work.
3. The Contractor will have to produce in original all the gate passes issued by the refinery and also the bill
in original to the Engineer-in-Engineer.
4 The number of transport tanker carrying the asphalt shall be furnished by the contractor.
5 The test certificate regarding the grade of asphalt as well as test result of asphalt from GERI Laboratory
or other Laboratory approved by R & B Department shall have to be produced.
6 The difference between two actual rates of purchase as per original bill of the refinery produced and the
star rate shown above in this clause shall be payable/recoverable for the quantity of asphalt actually used in this work. This
difference shall be payable/ recoverable for the asphalt consumed in the work executed during original & extended time limit, If
time limit is extended for reasons of delay attributable to the departmrnt. This difference shall not be payable for the work executed
in extended time limit, when extension is given for the reason of delay attributable to the contractor..
7. The difference will be payable/recoverable from the date of issue of work order and this price variation
will not be subject to any ceiling.
8. No advance payment or secured Advance will be payable against asphalt.
9. This part of clause for price variation of asphalt will be applicable for works estimated to cost above
Rs. 5 lacs and involving use of asphalt.
10. It is permissible to use asphalt produced by Private Companies like ESSAR and importd asphalt also. If the contractor opt to use
asphalt produced by Private Companies or imported asphalt, Condition No.1, 3 & 6 above shall be replaced and read as under:
1. The Contractor can procure asphalt produced by Private company of India or imported asphalt and use in
the work
3. The Contractor will have to produce in original, the purchase invoice of asphalt.
6. For calculation of variation in the rate of asphalt, the rate prevalent at Indian port at the time of purchase in case of imported
asphalt and the rate as per purchase invoice in case of asphalt purchased from Private Indian company or Ex. Refinery (of Indian
Public sector undertaking) rate on the date of purchase, whichever is less, shall be considered for working out the difference and for
comparision of the Star rate shown above in this Clause. This difference shall be payable /recoverable for the asphat consumed in
the work executed during original & extended time limit, If time limit extended for reasons of delay attributable to the department.
The difference shall not be payable for the work executed in extended time limit, when extension is given for the reason of delay
attributable to the contractor.
(Authority R & B D GR No. TNC-1089 (4)-C, dated 31-08-1991 modified vide G.R.s of even numbers,dated 5-10-1991 ,7-4-
1992, 21-10-2005 and G.C.No. STR-1097-182/H dated 27-11-97,21-11-98 and Misc-1093-UO-53-40-C dated 16-6-2001, S.T.R.-
10-2001-M-34/29/H dated 4-10-2005 & 2-2-07 and STR/102006-1577-8-H dated 2-9-08 and dated 8-12-08 of R. & BD.)
CLAUSE 37- Material and Sanitary arrangement in Labour camps :
1 Huts : The contractor shall build sufficient number of huts on a suitable plot of land for the use of the labourers according to the
following specifications.
(1) Hults of bamboos and grass may be constructed.
(2) A good site shall be selected. High ground removed from jungle but well provided with trees shall be chosen wherever it is
available. The neighbourhood of rank jungle,grass or weeds should particularly be avoided. Camps should not be established close to
large cuttings of earth-work.
(3) The lines of huts shall have open spaces of at least 10 m. between rows. When a good natural site cannot be procured,particular
attention should be given to the drainage.
(4) There should be no over-crowding. Floor space at the rate of 2.8 sq.m per head shall be provided. Care should be taken to see
that the huts are kept clean and in good order.
(5) The contractor must find out his own land and if he wants Government land,he should apply for it and pay assessment for it.
2. Drinking Water : The contractor shall as far as possible,provide an adequate supply of chlorinated pure potable water for the use of
labour. This provision shall be at the rate of not less than 45 liters per head. No provision,need-be made where there is a suitable
nalla,river or well within 0.4 km. of the camp. However arrangement should as far as possible be made to chlorinate water by chlorine
lablets before it is allowed for drinking purpose.
3. The contractor shall construct semi permanent latrines for the use of labourers on the following scale,namely :
(a) Where females are employed there shall be at least one latrine for every 25 females.
(b) Where males are employed,there shall be at least one latrine for every 25 males.
Provided that where the number of males or females exceed 100, it shall be suff crent if there is one latrine for every 25 males or
females,as the case may be upto the first 100 and one for every 50 thereafter.
4. Privacy in latrines : Every latrine shall be under cover and so partitioned off as to secure privacy and shall have a proper door and
fastenings.
5. Notice to be displayed outside latrines and urinals : (1) where workers of both sexes are employed there shall be displayed outside
each block of latrine and urinal a notice in the language understood by the majority of the workers ‘For Men only’ or ‘For Women only’ :
as the case may be.
5. (2) The notice shall also bear the figures of a man or of a women,as the case may be.
6. Urinals : There shall be at least one urinal for male workers upto 50 and one for female workers upto 50 employed at time. Provided
that where the number of male or female workmen as the case may be. exceeds 50, it shall be sufficient if there is one urinal for every 50
males or females upto the first 500 and one for every 100 males or females or part thereof.
7. Latrines and Urinals to be accessible : (1) The latrines and urinals shall be conveniently situated and accessible to workers at all
times at the establishment. (2) (i) The latrines and urinals shall be adequately lighted and shall be maintained a clean and sanitary
condition at all times (2) (ii) Latrines and urinals other than those connected with a flush sewage system shall comply with the
requirements of the Public Heath authorities.
8. Water for latrines and urinals : Water shall be provided by means to taps or otherwise,so as to be conveniently accessible
Signature of the Contractor Signature of the Executive Engineer
(18)
30 in or near the latrines and urinals.
9. Bathing and washing place : (1) The contractor shall construct sufficient number of bathing places; every unit of 20 persons being provided with a separate bathing palce. (2) Washing places should also be provided for the purpose of
washing clothes. Every unit of 30 persons shall have at least one washing place (3) such bathing and washing places should be
suitably screened and separate places provided for male and female workers. (4) Such facilities shall be conveniently accessible
and shall be kept in clear and hygienic condition.
10. Drainge : The contractor shall make sufficient argement for draining away the suwage water as well as water from
the bathing and washing places and shall dispose off this waste water in such a way as not to cause nuisance. The
contractor should obtain a permission from the Gujarat Water pollution Control Board, Gandhinagar , if Water is to be
drained in river of near the well. The contractor would put mineral oil once in a week in stagnant water round about the
residences.
11. Medical facilities: The contractor shall engage a medical officer with a traveling dispensary for a camp having 500
or more persons if there is no Government or other private dispensary situated within 6 km. from the camp.
12. Conservacy and cleanliness : The contractor shall provide the necessay staff for effecting the satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charged. Atleast one sweeper per 200
persons should be engaged. Conservancy staff should dump refuge in compost pit,away from the labour camp.
13. Health Provisions :- The District Health officer of the District or the Deputy Director of Health Services hall be
consulated before open ing a labour camp and his instructions on matters,such as the water supply,sanitary convenience,the
campsite,accommodation and food supply shall be followed by the contractor.
14. Precautions against epidemic : (a) The authorities in charge of the colonies should get the labourers inoculated
against cholera and plague and vaccinated against smallpox at the time of recruitment,if they are not inoculated or
vaccinated within 6 months or 3 years respectively prior to the date of recruitment.
(b) when, in any labour camp there is an out break of epidemic disease or is threatened with such an outbreak, the
authorities in charge of the labour camps should ensure that all the inmates of the labour colonies are inoculated or
vaccinated as the case may be, depending on the diseases,within 72 hours after the outbreak.
(c) The authorities in charge of the labour colony should arrange to communicate by wire regarding the outbreak of the
epidemic diseases on the very day of the outbreak, to the Mamlatdar of the Taluka, the District Health officer or to the
Deputy Director of Public Health in charge of that area and the Director of public Health. Thereafter they should continue
to send daily reports to the above officers in the prescribed form regarding the progress of the epidemic disease.
(d) When the authorities in charge of the labour colony suspect or have reason to believe that any inmate of the labour
colony is suffering from the infections or contagious disease, they shall forthwith arrange for the segregation of such
persons to isolated huts to be specifically provided for the purpose and also for their treatment.
(e) As regional malaria epidemic outbreaks are likely to occur in such project areas, the authorities in charge of the
labour colonies should report promptly the occurrence of unusual incidence of cases of malaria and also inform the District
Health Officers of the District, Deputy Director of Public Healty (Malaria) and the Director of Public Health and also
arrange to institute all necessary antimalarial measures as may be advised by the officials of the Public. Health Department.
(f) The authorities in charge of the colonies should also arrange to carry out any other measures that may be
recommended by the officials of the Public Health Department necessary to prevent or control the spread of disease.
15. Rest rooms : (1) In every place wherein contract labour is required to halt at night in connection with the contract
works and in which employment of contract labour is likely to continue for three months or more,the contractor shall
provide and maintain rest rooms or other suitable alternative accommodation within fifteen days of the commencement of
employment of contract labour.
(2) If the above amenity is not provided by the contractor within the period prescribed, the principal employer shall
provide the same within a period of fifteen days of the expiry of the period specified in (1) above.
(3) Separate rooms shall be provided for women employees.
(4) Effective and suitable provision shall be made in every room for securing and maintaining adequate ventilation for
the circulation of fresh air and there shall also be provided and maintained sufficient and suitable natural or artificial
lighting.
(5) The rest room or other suitable alternative accommodation shall be of such dimensions as to provide at least a floor
area of 1 sq. mt. for each person making use of the rest room.
(6) The rest rooms or other suitable alternative accommodation shall be so constructed as to afford adequate protection
against heat, wind, rain and shall have smooth,hard and impervious surface.
(7) The rest rooms or other suitable altenative accommodation shall be at a convenient distance from the establishment
and shall have adequate supply of wholesome drinking water.
16. Canteen facilities : (1) In every establishment of contract work and wherein work regarding the employment of
contract labour is likely to continue for six months and wherein contract labour numbering one hundred or more ordinarily
employed, the adequate canteen facilities shall be provided by the contractor for the use of such contract labour within 60
days of the commencement of the employment of contract labour in the case of new establishments.
(2) If the contractor fails to provide the canteen facilities within the time laid down the same shall be provided by the
Principal employer within sixty days of the time allowed to the contractor.
(3) The canteen shall be maintained by the contractor or principal employer of the case may be in an efficient manner.
17. Accomodation in canteen: (1) The canteen shall consist of at least dining hall, kitchen, storeroom, pantry and
washing
Signature of the Contractor Signature of the Executive Engineer
(19)
31 places separately for workers and for utensils.
2 (i) The canteen shall be sufficiently lighted at all times where any person has access to it.
(ii) The floor shall be made of smooth and impervious materials and inside walls shall be lime-washed or
colour – washed at least once in each year, provided that the inside walls of the kitchen shall be lime-washed
every four months.
3 (i) The premises of the canteen shall be maintained in a clean and sanitary condition.
(ii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to
cause nuisance.
(ii) Suitable arrangements shall be made for the collection and disposal of garbage.
18. Accommodation in dining hall : (1) the dining hall shall accommodate at a time, atleast 30% of the contract
labour working at a time. (2) The floor area of the dining hall excluding the area occupied by the service counter and any
furniture except tables and chairs shall be not less than one squaremeter per dinner to be accommodated as prescribed in
above (1).
(3) (i) A portion of the dining hall and service counter shall be partitioned and reserved for women workers,in proportion
to their numbers. (i) Washing places for women shall be separate and screened to secure privacy.
(4) Sufficient tables,stools,chairs or benches shall be available for the number of diners to be accommodated as
prescribed in above 1.
19. Equipment in canteen : (1) (i) There shall be provided and maintained sufficient utensils, crockery, cutlery,
furniture and any other equipement necessary for the efficient running of the canteen.
(ii) The furniture utensils and other equipment shall be maintained in a clean and hygienic condition.
(2) (i) Suitable clean clothes for the employees serving in the canteen shall also be provided and maintained.
(ii) A service counter,if provided,shall have a top of smooth and impervious materials.
(iii) Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils and
equipment.
20. Food stuff to be served: The food stuffs and other items to be served in the canteen shall be in conformity with the
normal habits of the contract labour.
21. Prices to be displayed : The charges for food stuffs,beverages and any other item served in the canteen shall be
passed on ‘no profit,no loss’ and shall be conspicuously displayed in the canteen.
22. Canteen to be run on “ No-profit no loss” basis : Inn arriving the prices of food stuffs and other articles served in
be canteen the following items shall not be taken into consideration as expenditure ; namely.
(a) the rent for the land and building.
(b) The depreciation and maintenance charges for the building and equipment provided for in the canteen.
(c) The cost of purchase, repairs and replacement of equipment including furniture, crockery,cutlery and utensils.
(d) The water charges and other charges incurred for lighting and ventilation.
(e) The interest on the amounts spent on the provisions and maintenance of furniture and equipment provided for in the
canteen.
The local officers should check up whether,facilities as offered and which are admissible under the existing rules and ders
are made available to the workers and enforce upon the contractors the necessity of adhering to the instructions for
promotion of welfare of the workers according to the terms of the contract.
23. BOOKS OF ACCOUNTS AND REGISTERS OF THE CANTEEN : The books of accounts and registers and
other documents used in connection with the running of the canteen shall be produced on demand to an inspector.
24. AUDIT OF THE ACCOUNTS OF THE CANTEEN : The accounts pertaining to the canteen shall be audited
once every 12 months by registered chartered accountants and auditors.
Provided that the Labour Commissioner may approve of any other person to audit the accounts, if he is satisfied that it
not feasible to appoint a registered accountant and auditor in view of the site or the location of the canteen.
Clause 38- Contractor to supply plant , ladders , scaffolding etc. and is liable for damage arising from
non provision of lights, fencing etc. : The contractor shall supply at his own cost all materials ( except such special
materials any , as may , in accordance with the contract to be supplied from the Public Works Department Stores ), plant,
tools, ..liances, implements, ladders, cordage, tackle,scaffolding and any temporary works which may be required for the
proper ..cution of the work whether in the original, altered or substituted form and whether included in the specifications,
or other uments forming part of the contract or referred to in these conditions or not and which may be necessary for the
purpose atisfying or complying with requirements of the Engineer – in - charge as to any matter or to which under
these conditions entitled to be satisfied or which he is entitled to require together with carriage therefore to and
from the work. The Contractor shall also supply without charge the requisite number of persons with the means and
materials necessary for the purpose of setting out works and counting weighting and assisting in the measurement of
examination at any time from time to time of the work or the materials. Falling this the same may be provided by the
Engineer in charge at the expense of Contractor and the expenses may be deducted from any money due to the Contractor
under the contract or from his security deposit or proceeds of sale thereof or of a sufficient portion thereof. The Contractor
shall provide all necessary lancing and lights required to protect the public from accident and shall also be bound to bear
expenses of defence of every of every suit, action or other legal proceedings at law that may be brought by any person for
injury sub stained owing to neglect of the above precautions and to pay damages and costs which may be awarded in any
such suit, action or proceedings to any such persons, or which may4 with the consent of the Contractor, be paid in
compromising any clam by such persons.
Cause 38-A The Contractor shall provide suitable scaffolds and working platforms, gangways and stairways and shall comply
with the following regulations in connection therewith.
Signature of the the Contractor Signature of the Executive Engineer (20)
32
(a) Suitable scaffolds shall be provided for workmen for all works for all works that cannot the safely done from a
leader or by other means
(b) A scaffold shall not be constructed taken down or substantially except under the supervision of a competent and
responsible appointed by contractor and by competent workers possessing adequate experience in this kind of
work
(c) All Scaffolds and appliances connected therewith and all ladders shall-
(i) be of sound material
(ii) be of adequate strength having regard to the loads and strains to which they will be subjected and
(iii) be maintained in proper condition
(d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal use.
(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.
(f) Before installing the lifting gear on scaffolds, special precaution shall betaken to ensure the strength and
stability of the scaffolds.
(g) Scaffolds shall be periodically inspected by a competent person.
(h) Before allowing a scaffold to be used by this workman, the Contractor shall, whether the scaffold has been
erected by his workmen or not take steps to ensure that it complies fully with the regulations herein specified.
(i) Working platforms, and stairways shall-
(a) be so constructed that no part thereof can unduly or unequally.
(b) Be so constructed and maintained having regard to the prevailing conditions as to reduce as far as
practicable risks of person s tripling or slipping and-
(c) Be kept free from any unnecessary obstruction.
(j) in the case of working platforms, gangways, working places and stairways at all height exceeding ………..( to
be specified)
(i) every working platforms, gangways shall be closely boarded unless other adequate measures are taken to
ensure safety
(ii) every working platforms, gangways have adequate width and
(iii) every working platforms, gangways working place and stairway shall be suitably tended .
(k) Every opening in the floor of a building or in a working platform shall, except for the time and to the extent
required yellow the access of person or the transport or shifting of materials be provided with suitable means to
prevent the fall of persons or material.
(l) When persons are employed on a roof where is danger of falling from a height exceeding ………(to be
specified) meters suitable precaution shall be taken to safeguard the persons or material
(m) Suitable precautions shall be taken to prevent persons being struck by articles whivh might fall from scaffolds
or ger working places.
(n) Safe means of access shall be provided to all working platforms and other working places.
Clause 38 B- The contractor shall comply with the following regulations as regards the hosting appliances to be used him
(a) Hoisting machines and tackle including their attachments , anchorages and supports shall-
(i) Be of good mechanical construction, sound material and adequate strength and free from patent defect, and
(ii) Be kept in good repair and in good working order
(b) every rope used in hoisting or lowering materials or as a means of suspension shall be of suitable quality and
equate strength and free patent defect.
(c) Hoisting machines and tackles shall be examined and adequately tested after exection on the site and before use
to be re-examined in position at intervals to be prescribed by Engineer-in-charge
(d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering materials or as a means of Suspension shall be periodically examined
(e) Every crane driver or hoisting operator shall be properly qualified
(f) No person who is below age of 15 years shall be in control of any hoisting machine, including any scaffolds, nor
shall give signals to the operator.
(g) In the case of every hoisting machine and of every chain, ring hook, shackle, swivel and pulley block used in
hoisting or lowering as a means of suspension, the safe working load shall be ascertained by adequate means.
(h) Every hoisting machine and all gears referred to in proceeding regulation shall be plainly marked with the safe
working load.
(i) In the case of hoisting machine having a variable safe working load, each safe working load and condition under
which it is applicable shall be clearly indicated.
(j) No part of any hoisting machine or gear referred to in regulation ‘g’ above shall b loaded beyond the safe
working load except for the purpose of testing.
(k) Motors. Gears, transmissions, electric wiring and other dangerous parts of hoisting appliances shall be provided
with sufficient safeguards.
(l) Hoisting appliances shall be provided with such means as will reduce to a minimum the risk of the accidental
decent of the load.
Signature of the Contractor Signature of the Executive Engineer (21)
33
(m) Adequate precautions shall be taken to reduce to minimum the risk of any part of a suspended load becoming
accidentally displaced.
Clause-39 No distinction towards Harijans: The contractor shall not show any distinction between Harijans and labours of
other classes employed to carry out the Government works.
Clause-40 No Expenses for Medical aid : The contractor shall be responsible for and shall pay the expenses of providing
Medical aid to any workman who may suffer bodily injury as a result or on an accident. If such expenses are incurred by the
Government, the same shall be recoverable from the Contractor forthwith and be deducted without prejudice to any other
remedy of Government from any amount due or that may become due to contractor.
Clause-40A – Safely equipment for person: The contractor shall provide all necessary personal safety equipment and first-aid
apparatus available for the use of the persons employed on site and shall maintain the same in suitable condition for immediate
use at any time and also shall comply with the following regulations in connections therewith
(a) The workers shall be required to use to of the equipment so provided by the contractor and the contractor shall take
adequate steps to ensure proper use of the equipment by these concerned.
(b) When work is carried out in proximity to any place where there is risk of drowning, all necessary equipment shall be
provided and kept ready for use and all necessary steps shall be taken for the prompt rescue of any person in danger.
(c) Adequate provision shall be made by prompt first-aid treatment of all injuries likely to be sustained during the course
of work.
Clause-41 : ACCESS TO SITE AND WORK ON SIDE : The Engineer-in-charge may, if the considers fir from time to time
enter upon any land(s) which may be in possession of the contractor under this contract for the purpose of executing any work
not included in this contract and may execute such work not included in this contract by agents or by other contractors at this
option and the contractor shall in accordance with the requirements of the Engineer-in-charge, afford all
seasonable facilities for execution of the work including occupation of lands, structure or otherwise for any other contractor
employed by the Government and his workmen or for the workmen of the Government who may be employed in the execution
on or near the safe of the work not included in the contract or of any contract in connection with or ancillary to the work and a
default, the contractor shall be liable to the Government for any delay of expense incurred by reason of such default. Provide
always that if exercise of these powers shall cause any damage to the contractor, he may within fifteen days of such image
arising, make a statement of the same to the Engineer-in-charge who shall from time to time, assess the value in his judgment of
such damage and the Government shall from time to tine pay to the contractor the amounts (if any) accepted is justified by the
Engineer-in-charge.
Clause No. 42 : REPORTS REGARDING LABOUR :
The contractor shall submit the following reports to the Engineer-in-charge:
(a) (i) A daily report in the suitable form of the strength of labour, both skilled and unskilled employed by him on the
work(s).The contractor shall increase or decrease the strength both skilled or unskilled, if directed by the Engineer-in-
charge. The submission of such reports shall not, however, relieve the contractor of his responsibilities and duties
regarding progress or any other obligations under the contractor.
(ii) A classified weekly return in the suitable form of the number if person employed on the works the proceeding book.
(iii) A weekly medical report in the suitable form showing the health of the contractor’s camp, the number of persons ill
or incapacited and the nature of their illness.
(iv) A report of any accident, which may have occurred, to be sent within 24 hours of the occurrence
(v) Such other reports as may be prescribed.
Clause-43 : Treasure Trove : In the event of discovery by the contractor or his employees, during the progress of work of any
gold, solver, oil for other minerals of any description and precious stone, treasures, coins, antiquities, relic, tonsils or other
articles of value or interest whether geological, archaeological or any other such treasure& other things shall be demand to be
the absolute properly of the Government and the contractor shall duly preserve the same to the satisfaction of the Engineer-in-
charge may appoint .
The contractor shall take all reasonable precautions to prevent his workmen or any other person from removing or
damaging any such articles or thing, and immediately after the, discovery thereof and before removal acquaint the Engineer-in-
charge of such discovery and carry out his orders for the disposal of the same.
Clause-44 :INDEMNITY :The contractor shall indemnity and save the Government and its officers and employees against all
actions, suits, claims & demands of any charter brought in respect of any matter or things done or omitted to be done by the
contractor in the excution of or in connection with work of this contract and through or made against the Department in respect
of work of this contract any loss or damage to Department in consequence of any action or suit being brought against the
contractor for anything done or omitted to be done in execution of the work of this contract.
The Government shall not be liable to the contractor for damages or delays resulting from work by third parties or by
the injunctions or other restraining orders obtained by third parties.
Clause-45 : SETTING OUT : The contractor shall be responsible for the true and proper setting out of th works and the
correctness, levels, dimension and alignments of all parts of the work and for the provisions of all necessary instruments,
appliances and labour in connection therewith. If, at any time during the progress of the work, any errors, appear or arise in the
positions, levels, dimensions or alignments of any part of the work, the contractor, on being required to rectify such errors by
the Engineer-in-charge shall at his own expense do so to the satisfaction of the Engineer-in-charge. If however,
Signature of the Contractor Signature of the Executive Engineer
(22)
34 such error is based on incorrect data supplied in writing by the Engineer-in-charge, the expenses of rectifying the same shall be
borne by the Department. The checking of and setting out of any line or level by the Engineer-in-charge or his representative
shall not in any way, relieve the contractor of his responsibilities for the correctness and other things used in setting out of the
work. The contractor shall carefully protect and observe all bench marks, site-nails, pegs and other things used in setting out of
the work(s).
Clause-46 : CEMENT REGISTER : A register in the prescribed form showing day-by-day receipt, consumption and balance
of cement on site of work will be maintained by the department, which shall invariably be signed daily by the contractor or his
authorized representatives in token of its correctness.
Clause-47 : MATERIALS AND WORK TEST RESISTER: A Register in prescribed Performa showing test results of
materials and works will be maintained at the site of work by the Department and every entry thereof shall invariably be signed
by the contractor or his authorized representative in toen of its correctness.
Clauses-48 : PROGRESS SHEDULE :(a)The contractor shall furnish within one months (unless extended by the Engineer-in-
charge) of the order to start the work the progress schedule in quadruplicate indicating the date of starting, the monthly progress
expected to be achieved and the anticipated completion date of each major item of work to be done by him also indicating dated
of procurement and setting up the materials, plants and machinery. The schedule should include a statement of proposed
general and detailed arrangements for charring out works, and of item, time limit, order and manner in which is proposed to be
executed. The schedule should be framed keeping requirement of the clause-22 of the Tender form in view and be such as in
practice to the achievement towards completion of the work in the time limit and of the particular items on the dates specified
in the contractor and shall have the approval of the Engineer-in-charge. Further, the dates for the progress as in the schedule
shall be adhered to.
(a) In case it is found necessary, at any stage, to alter the schedule, the contractor shall submit in good time, a revised
schedules incorporating necessary modifications proposed and get the same approved from the Engineer-in-charge. No
revised schedule shall be operative without such acceptance in writing. The Engineer-in-charge is further empowered to
ask for more detailed schedule or schedules, for any items and the contractors shall supply the same as and when asked for
.
(b) The Engineer-in-charge shale have , at all times, the right, without in any way vitiating this contract forming grounds for
any claim, to alter the order of the work or any part thereof and the contractor shall after receiving such direction. Proceed
in the order directed. The contractor shall also revise the progress schedules accordingly and submit four copies of the
revised schedule to the Engineer-in-charge within seven days of the said Engineer’s direction to alter the order of works.
(c) The contractor shall furnish sufficient plant, equipment and labour and shall work for such hours and shifts as may be
necessary to maintain the progress of the work as per approved progress schedule. The working and shift hours shall
comply with all the Government regulations in force and shall be such as may be approved by the Engineer-in-charge and
the same will not be varied without the prior of Engineer-in-charge.
(d) The contractor shall from time to time, as may be required by the Engineer-in-charge, furnish the Engineer-in-charge with a statement in writing of the arrangements the proposes to adopt for the execution of this contract
and the Engineer-in-chare may, of the considers necessary at any time alteration in the same, which the
contractor shall adopt on notice thereof
(e) The progress schedule(s) shall be in the form of progress chart, statements and/or report as may be approved by
Engineer-in-charge.
The contractor shall submit four copies showing the progress of the work in the forn of a chart etc,. at periodical
intervals as may be specified by the Engineer-in-charge.
(f) The approval of the progress schedules by the Engineer-in-charge shall not relieve the contractor of his obligation about
time limit and shall not entitle the contractor to any extra payment.
Clause-45:Octroi & VAT Tax: The rates to be quoted by the contractor must be inclusive of Octroi and VAT tax and other
statutory taxes, No extra payment on this account will be made to the contractor. At the time of Payment of bills , VAT will be
deducted from sources as per existing provision in Gujarat VAT Tax Act 2003. According to current provision in the contracts
above Rs. One Crore provision of deducting VAT at source at 0.6%. This matter is regarding , at source and as in this act time
to time amendments are made accordingly to latest provision , deductions shall be made Contractor has to quote rates inclusive
of all taxes. Hence this tax is not reimbursable. ( F.D.Notification No.(GHN-14) VAT -2008-S-59-B(3)(1) TH dated 1-4-2008).
Clause-50-Rent for land : Rent will be recovered from contractors for the land given to them for stacking materials as well as
for the construction of temporary hutments etc.
Land measuring Charges
1 On hectare or less Rs.5 per month
2 More than one hectare and up to two hectares Rs.10 per month
3 More than 2 hectare and up to 3 hectares Rs.15 per month
4 More than 3 hectare and up to 4 hectares and so on Rs.20 per month
Clause-51-SECURED ADVANCE TO CONTRACTORS :
(1) When Secured Advance is required, the contractor, will have to apply and sign indenture in From 31 under which
Government Secure hypothecation on the materials. The Contractor with his application, shall submit the bill of the
material purchased or invoice/Delivery Challan. The Government will secure lien on the materials on which secured
advance is granted by such hypothecation deed. Further Government will be safe guarded against any loss or expenditure
due to delay in work , shortage of material, misuse or watch an safe custody.
(2) Advance in security of materials brought to site will not exceed 75 % of the value ( as assessed by the Executive Engineer)
of such material provided that they are of imperishable nature.
Signature of the Contractor Signature of the Executive Engineer
(23)
35
(3) Recovery of advance will not be postponed until the whole of the work entrusted is completed. Secured advance will be recovered
within 3 months from the month in which secured advance given.
(4) Secured advance is permissible on materials which are all actually brought on site and are required by the contractor for use on
items of works for which rates for finished work have been agreed upon.
(5) Secured advance will be given only on materials for which the full value is paid by the contractor to the seller and proof thereof
by way paid vouchers will have to be furnished along with application for such advance.
(6) When the shortage of materials on which secure advance is given the Government is found on the site of the work, if will be the
responsibility of the contractor to report the shortage immediately to the Engineer-in-charge of the work if the contractor fails to
submit the report of such shortage within three days, ot will be presumed that the contractor is also involved in such shortage and
steps will be taken against him accordingly. In addition to this, the technical worksite staff like work clerks and work Assistants
will also be responsible for ensuring that such materials are not shifted from the site of the work and for reporting of shortage. In
case such materials are shifted from site without their knowledge and in their absence. disciplinary action for fixing responsibility
for such default will be taken against them if they fail to submit such report of shortage within three days ( R & B D GR
No.PWM-1090/4013(5) dated 24-10-90)
(7) When secured advance is required , the contractor will have to apply and sign indenture in Form 31 under which Government
Secures hypothecation on the materials. The contractor with his application, shall submit the bill of the material purchased or
invoice / Delivery challan. The Government will secure lien on the materials on which secured advance is granted by such
hypothecation deed. Further Government will be safe guarded against any loss or expenditure due to delay in works, shortage of
materials, misuse or watch and safe custody.
(8) When the amount of secured advance exceeds Rs.50,000/- The Executive Engineer will have to verify such materials through
(RN & B D G.R.No.PWM-1090-1013(5)G dated 24.4.92).
(9) Secured advance will be paid after production equipment amount of Bank Guarantee of Schedule Bank(R B D G R
No. PWM-1090/U-813(5) C dated 4.10.97
Clause-52-ADVANCE AGAINST MACHINERIES :
1. Secured advance on plants and machineries brought to the site of work is admissible for the contracts estimated to cost more than
Rs, ten lacs.
2. Simple interest on such advances granted to comtractor against plants and machineries brought to work sites be charged at the rate
of ………………………………………….% per annum.
3. The recovery of the advance shall be effected from the second month from the month in which advance is given and full recovery
will be completed by the time seventy five percent of scheduled time is completed.
4. Such advance will be limited to 5 percent of the estimated amount put to tender
5. The advance will be granted for the plant and machinery actually brought the site of work.
6. The machinery and equipment on which the advance is granted shall be of full undisputed ownership of the contractor and they
shall be hypothecated to Government and also comprehensively insured fill the advance granted is full recovered. The
hypothecation deed shall be executed separately before the advance is actually given.
7. The advance will be granted at 75 % of the cost of new equipment for which the contractor is able to produce purchase vouchers
and other documents. This will not be applicable in the case of second-hand equipment purchased by the contractor.
8. In the case of used or second-hand equipment brought by the contractor, advance will be allowed at 50 % of the value of the
equipment arrived at in the following manner.
(a) For used equipment, for which records of original purchase price and past utilization are available, depreciated value, so worked
out will be subject to line confirmation by Mechanical wing of the Department.
(b) For used equipment, for which proper records of purchase price and past utilization are not available, the value will be assessed by
a committee of Executive Engineer of civil and Mechanical wing . The value assessed will be based on the probable age of the
equipment. Its present condition and its probable depreciated value. In working out depreciation age of the equipment, its present
condition and its probable requirement of spares, repair, reconditioning of the equipments shall be taken into account towards the
capital cost. The value arrived at by the committee will be final.
9. No advance may be allowed for equipment which is more than 8 years old or which has already worked for more than 80 % of its
life.
10. No advance shall be given on transport-vehicles like jeeps, station-wagons, estate-car and such other vehicle ordinarily required
for transport purpose.
11. The recovery will have to be completed within 80 percent of the stipulated period of completion of work ie………..months.
Clause-53-MOBILISATION ADVANCE :
1. Mobilisation advance to the extent of 5 % of the estimated cost may be granted at the commencement of the work after the
contractor has set u[ camp on site, has brought machineries, equipment and centering etc, for well-sinking and has completed the
work of service road, water-supply and lighting arrangements on the site of the works which are estimated to cost Rs. 40 kacs,
2. The advance will carry a simple interest at the rate if …………………% per annum.
3. The recovery of advance shall commence from the sixth month from in which the advance is paid and full recovery of advance
and interest shall be completed by the end of month from the date of issue of work order in other words, the
recovery of advance and interest will spread over a spell of ………….month or less as above in equal installments.
4. A bank guarantee from a scheduled commercial bank shall have to be produced for the amount of advance applied for. The bank
guarantee can be scaled down to the extent of recovery of advance.
5. Mobilisation advance will be treated as interest bearing refundable loan fir the purpose. The responsibility of the contractor for
the refund of Mobilisation advance is absolute and not dependent upon the completion of the work. The contractor will have to
refund the advance with accrued interest irrespective of the fact whether the contract is breached by either party or abandoned or
finalised prematurely.
Clause-54-(1) Programme of work: The contractor shall furnish in writing for approval of the Engineer-in-charge, as soon as
practicable after the acceptance of the tender and wherever required thereafter a statement/PERT CHART
Signature of the Contractor Signature of the Executive Engineer
(24)
36
showing CMP of his proposed general and detailed arrangement for carrying out the works and of the time order and manner in which it is
proposed that these shall be executed. The Engineer-in-charge may approval the proposals if necessary after suitable modifications. The works
shall than be carried out according to the approved statement/PERT CHART showing CMP and no change shall be made except with the
approval of or at the instance of the Engineer-in-charge.
The approval of a statement/chart shall not relieve the contractor of his duties and responsibilities under the contract. The adoption
or any modification in the state/chart required by the Engineer-in-charge shall not entitle the contractor to any extra payment
(2) For each work costing above Rs. One crore, the contractor shall have to engage minimum one guaduate Engineer. He will be given identity
Card by the contractor. The copy of identity card shall be furnished for the office of Deputy Executive Engineer, Executive Engineer and
Superintending Enginer.The identified Engineer should remain present on the site of the work. If not found on site, the Engineer-in-charge will
give notice of this default to the contractor. If inspite of this notice, default continues, the action to hold the registration of defaulter contractor for
three years will be initiated. (R. & B.D. Circular No.SSR-10-2008-18-C dated 13-10-08).
(3) Work to be open to inspections- Contractor or responsible agent to be present :- All works under or in course of execution or executed
in pursuance of the contract shall, at all times be open to the inspection and supervision of the Engineer-in-charge and his subordinates and the
Contractor shall, at all times duuring the usual working hours, and all other times for which reasonable notice of the intimation of the Engineer-
in-charge or his subordinate to visit the works shall have been given to the contractor, either himself be present to receive orders and instructions
or have a responsible agent duly accredited in writing present for that purpose. Orders given to the contractor’s duly authorized agent shall be
considered to have the same force and effect as if they had been given to the contractor himself.
(4) Employment of a qualified site Engineer by the Contractor. – The Contractor shall employ full-time technically qualified staff during the
execution of this work as under:-
1. Two graduate Civil Engineers and three diploma Civil Engineers when cost of the work to be executed is more than 3 Crores.
2. One graduate & two Diploma Civil Engineers when the cost of the work to be executed is more than Rs. 30 lakhs but less than
Rs.1 Crore
3. Minimum two diploma Civil Engineers when the cost of the work is less than 30 Lakhs but more than Rs.10 Lakhs.
4. Minimum one diploma Civil Engineers when the cost of the work is less than Rs.10 Lakhs.
Within 15 days of issue of the work-order the contractor will have to furnish to the Deputy Executive –in-charge of the work, the Name,
Qualificatios,Copy of marksheet,Colour photograph and appointment order issued to such Engineer engaged for this contract work. If 15 days
after issue of work order such designated site Engineers do not resume or do not remain present on site of work, the recovery at the rate of
Rs.15000.00 per month per Engineer will be made from the bills/deposit/dues of the contractor. Such recovery shall be non refundable.
The Engineer so employed for the Government work must have sufficient experience to handle the work independently. Such an Engineer shall
have to stay at the site of work and he shall not be entrusted with other duty except this work.
In case the contractor or partner of the contractor firm is a Civil Graduate Engineer, Employment of a separate Engineer will not be necessary
provided that the Engineer partner himself attends the execution of the work on the site.
G.R.B. & CD No.RGN-6090-UO-24(42)-C, dated 26-11-90.
Clause-55-Removal of contractor’s Employees. : The contractor shall employ in and about the execution of the work only such person as are
careful, skilled, competent and experience in their several traders and shall on the direction of the Engineer-in-charge forthwith cease to be in
employ in and about the execution of the works and person who in the opinion of the Engineer-in-charge misconducts himself, is incompetent
or negligent in the proper performance of his duties , whose continued employment is undesirable for any reason. Such person shall not be
again employed upon the work without the permission of the Engineer-in-charge.
Clause-56-Inspection of work and materials : The contractor will be held strictly responsible to the true intent of the specification in regard
to quality of materials workmanship and the diligent execution of the contract
All material and each part of details of the work shall be subject at all times to inspection by the Engineer-in-charge . Department
Representative or other authorized subordinates who shall be furnished with reasonable facilities and assistance by the contractor for
ascertaining whether or not the work as performed or the materials used are in accordance with the requirements and intent of the plans and
specifications.
The contractor shall furnish written information to the Engineer-in-charge stating the original sources of supply and dates of
manufacture of all materials manufactured away from the actual site of work. This information shall be furnished at least two weeks (or such
period as may be directed by the Engineer-in-charge) in advance of the incorporation of any such materials in the works.
The contractor shall also inform the Engineer-in-charge in writing when any portion is ready for inspection giving him sufficient
notice to enable him to inspect the same without having regard to the further program of the work.
Any work done or materials used without supervision or inspection by the Engineer-in-charge or the Departmental Representative is
liable to be rejected and replaced at the contractor expense.
If so directed, the contractor shall at any time before the acceptance of the work remove or uncover such portions of the finished
work as may be directed. After examination the contractor shall restore the said portions of the work to the standards required by the
specification. Should the work thus exposed or examined, prove acceptance the expenditure incurred in opening up and replacing shall be born
by Government but should the work so examined or exposed prove un acceptable the expenditure shall be born by the contractor.
The work shall not be considered to have been completed in accordance with the item of the contract until the Engineer-in-charge
shall certified in writing that it has been completed to his satisfaction. No approval of materials or workmanship or approval part of the work
during the progress of execution shall bind the Engineer or in any way effect his power to reject the work when alleged to be completed or to
suspend the issued of his certificate or completion until such alteration or modifications or reconstruction have been affected as shall enable
him to certify that the work has been completed to his satisfaction.
The inspection of the work materials shall not relieve the contractor of his obligations to fulfill the term and conditions of the
contract as herein prescribed by plans and specification.
Failure to reject any defective work or material will not in any way prevent latter’s rejection when defect is discovered or oblige the
department to make final acceptance.
Clause-57-Testing of materials and works : All materials, before being incorporated in the work, shall be inspected and if necessary tested
foe approval by the Engineer-in-charge.
Any work on which such materials are used without prior inspection or necessary testing and without approval or written permission
of
Signature of the Contractor Signature of the Executive Engineer
(25)
37
the Engineer-in-charge is liable to be considered as unauthorized, defective and not acceptable. Þæñ¼£ÍæÞ£È ©ÐææÈæ ¿þìÈæ ¿ææ§ÐææÅææå „ææÐæñÏæ ÅææÏæØææÅææ¼æ¼ææå Þñ£Ïææ ¿æçȨæ¬ææñ ÞÈæÐæÐææ ÿæñ „æåÖæñ¼ææå " Ñæñ§ÆþìÏæ „ææñÀ £ñØ£ëÖæ" „ææ šñ§ñ ØææÅæñÏæ áñ. „ææÐææ ¿æÈê¨æ¬ææñ Öþì™Èæÿæ …™¼æñÈê ØæåÑææñ©æ¼æ ØæåØ°ææ ,Ðæ§æñ±Èæ „æ¼æñ ÿæñ ÚØÿæÞ¼æê ¨æñç¯æÆæ ÏæñÃææñÈñ£ÈêÅææå ÞÈæÐæÐææ¼ææå ÈÚñÑæñ. „æ¼æñ ÿæñ¼ææ ¿æçȬææÅææñ Þæñ¼£ÍæÞ£È ¼æñ Ãæå©æ¼æÞÿææË ÈÚñÑæñ. „ææ ‰¿æÈæåÿæ šñ Æææñ™¼ææ Åææ£ñ „æÏæÖæ ÏæñÃææñÈñ£Èê ©æÈæÐæÿææ Öþì¬æÐæ®ææ ç¼æÆæÅæ¼æ ¿æñ£æ çÐæÄææÖæ ÚæñÆæ ÿææñ ÿæñ ¿æñ£æ çÐæÄææÖæ ©ÐææÈæ „æ°æÐææ Öþì™ÈæÿæÅææå „ææÐæñÏæê ™ì±ê ™ì±ê …™¼æñÈê ÞæñÏæñšñ/¿ææñÏæê£ñÞ¼æêÞ Þñ ™Æææå „ææ ¿æÎÞæȼææå ÅææÏæØææÅææ¼æÅææå ¿æçȨæ¬ææñ¼æê ¿þìÈÿæê ØæÖæÐæ§ ÅææñÆæ ÿæñÅææå Åæñ¼Æþì„æÏæ „ææñÀ ÞÐææËçÏæ£ê Þ¼£ÍæñÏæ ©ÐææÈæ ç¼æÆæÿæ ÞÈñÏæ ©ææñȬææñ „æ¼þìØææÈ ÞÈæÐæê ÑæÞÑæñ. çÐæÑæñ×æÅææå ½ææ¼æÖæê ÏæñÃææñÈñ£Èê„ææñÅææå ¿æÈê¨æ¬ææñ ÞÈæÐæÐææ¼ææå ÚìÞÅææñ ¿ææáæ ½æò—æÐææÅææå „ææÐÆææ áñ. „ææÐæê ½ææ¼æÖæê ÏæñÃææñÈñ£Èê¼ææå ¿æÈê¨æ¬ææñ Åææ¼Ææ Öæ¬ææÑæñ ¼æçÚ. ¿æÈåÿþì 20 ½ææ¼æÖæê ÏæñÃææñÈñ£Èê¼æñ Åææ¼Ææÿææ „ææ¿æÐææ ÃææÃæÿæ ØæÈÞæÈÔæê¼æê çÐæ—ææȬææ Úñ¥äæ áñ, „ææ°æê ¿æÈê¨æ¬æ ÞÈæÐæÐææ¼æê ÿææÈê½æñ „æÅæÏæê ÚìÞÅææñ „æ¼þìØææÈ ¿æçȨæ¬ææñ ÞÈæÐæÐææ¼ææå ÈÚñÑæñ. çÐæÑæñ×æÅææå ¼æÅæ˱æ, ™äæØæå¿æç®æ „æ¼æñ ¿ææ¬æê ¿þìÈÐæ¥æ çÐæÄææÖæ Úñ¥äæ Þæñ¼£ÍæÞ£ËØæ ©ÐææÈæ ÞæÅæÅææå ÏææÐæÐææÅææå „ææÐæÿææ Ïææñ½æå§ „æ¼æñ çØæÅæñ¼£ ¼æê Öþì¬æÐæ®ææ „æåÖæñ „æñ¼›¼æêÆæØæË çÐæÄææÖæ¼ææñ ÿææ.23-9-2002 ¼ææñ ¥ÈæÐæ ¤ÅææåÞ „æñØæ.£ê.„æñÏæ-1094/58/ÄææÖæ-2-Ú
The contractor shall finish such facilities, instruments, machinery, equipment, labour and materials as the
Engineer-in-charge may require for collecting and forwarding sample or for ascertaining the quality, quantity or weight
to materials used and if so directed shall not make use of or incorporate in the work, any materials represented by the
sample until the required taste are made and the materials accepted.
One percent of estimated cost put to tender for this work after deducting the cost of materials as per schedule
‘A’ valued at basic rate in the sanctioned estimate fill be deduction from the running account bills of the contractor for
testing the quality material and workmanship, no addition testing charges in addition to the above shall be recovered from
the contractor.
Clause-58-Unauthorised and Defective works: No work shall be done without levels grades, lengths and other dimension
having been given or approval by the Engineer-in-charge or when authorized by him the Departmental Representative or other authorized subordinates. Any work dine by the contractor prior to the approval of the contractor, work
done contrary to or regardless of the instructions of the Engineer-in-charge, work done beyond the lines shown on the plans or
as given or any extra works done without authority will be considered as unauthorized and will not be paid under the contract
work so done may be ordered to the removed or replaced at the contractor’s expense.
All work and materials which do not conform to the requirement of the contract whether on account of poor
workmanship defective material, unsuitable equipment and plant, carelessness or any other cause shall be considered as
defective .
The Engineer-in-charge shall have power or replacement of all unauthorized work which in his opinion be removed or
replaced and all defective work found to exist, prior to the refund of security deposit”
Clause 59-Night work : subject to any provision to the contrary contained in the contract no work shall be carried on between
the hours of sunset and sunrise without the written permission of the Engineer-in-charge except when it is unavoidable or
absolutely necessary for saving life or property or for the safety of the work in which case contractor shall immediately inform
the Engineer-in-charge or his Departmental Representative provided always that the provision of this clause shall he applicable
in the case of any work. Which is customary to carry out by double or rotary shifts in which case sufficient advance notice shall
be given of the intention to work at nighe to the Engineer-in-charge.
The contractor shall carry on work between sunset and sunrise if so required by he Engineer-in-charge in writing for
expediting the progress on the works oh for other reasons.
Whenever any work is required to be carried out at night, adequate lighting arrangement shall be made to permit
proper execution and supervision of the work. The contractor shall not be entitled to any extra payment for night work.
Clause 60 Contractor’s site office: The contractor shall have an office adjacent to the site at a place as may be approved the
Engineer-in-charge where all directions and notice of any kind whatsoever which in Engineer-in-charge or his Department
Representative nay desire to give to the contractor in connection with the contract can be communicated and the same may be
left or sent by post such office or delivered to the contractor’s authorized agent or representative and shall be deemed to be
sufficiently served upon the contractor.
Clause -61-Work Order Book : Within seven days of the receipt of the order to take up work, the contractor shall supply at
his own cost a work order having machine numbered pages in duplicate to the Department Representative . The Book shall be
kept at the site of work under the custody of the Departmental Representative Director of instruction to be issued to the
contractor from the Departmental officers shall be entered therein under the dated signature of the Departmental officer directly
in charge of the work or his superior officer ( except when such directions or instructions are given by separate letters) The
contractor or his authorized representative shall regularly note the entries in the Work Order Book and also record therein the
action taken or being taken by him in compliance with any relevant point. The Contractor or his authorised representative may
take away for his own record, the duplicate pages of Work Order Book which are the copies of the original pages.
The Work Order Book shall not be removed from the site of work except with the written permission of the Executive
Engineer.
Clause 62-Explosives and inflammable Materials: if explosive of inflammable materials are to be used for the prosecution of
the work the contractor shall at his own expense, obtain such licenses or license as any be required for storing and using
explosives and/or inflammable materials and locate, construct, and maintain magazines if such are required for storage in
accordance with the requirements of the appropriate Government Rules in force such magazines shall be clearly marked “
Explosive “ in the regional language and Devnagari and shall be in the care of competent watchman all the time.
The contractor shall exercise the utmost care while using explosives and/or inflammable materials not to endanger life
or property and shall be solely responsible for any and all damages resulting from their storage and use and shall indemnify
Government and its officers and employees against any claim or liability arising out of any accident or violation of any general
rules, orders, etc.
Signature of the contractor Signature of the Executive Engineer
(26)
38
Clause 63-Storage of cement and steel: The contractor shall hire or construct at his own cost, one or more suitable weather-
proof of adequate, capacity for storing cement and protecting it from dampness as directed. The godown shall be located at site
approval by the Engineer-in-charge and shall comply with the requirements laid down for storage of cement.
The contractor shall also take all necessary precautions and follow the method of storage as specified therein to
minimize deterioration and loss of cement.
The steel shall be handled with reasonable care while transporting and storing to prevent the bars getting twisted or
bent. If kept n the open the bars shall be protected from weather effects within tarpoline. If so directed. All possible care will be
taken to prevent any rusting and to preserve fitness and quality for work.
Clause 64- Materials to be supplied Government: The contractor shall be supplied by the Department only such materials
required for the execution and completion of the work as are specified in schedule ”A” of the printed form ‘C’ Tender and they
shall be supplied at the rates and delivered at the places shown therin.
The materials issued by the department are strictly meant for use on the works included in the contract only.The Contractor
shall not remove from the site of works or dispose off any unused or surplus materials without the permission of the Engineer-
in-charge in writing. He shall also take all necessary precutions and provide watchman as required to prevent any loss, pilferage
or damage to the materials supplied by Government. For any materials lost or damaged while in his or wasted,used in excess or
misused on works the cost will be recovered at the double the rate shown in schedule (A) of the Tender. Any cement found at
the time of use to have been damaged due to improper storage or otherwise shall be rejected and must be removed immediately
from the site by the Contractor at his own cost or disposed of as directed by the Engineer-in-charge and the loss incurred therby
shall be recovered from the contractor’s bill.
The Contractor shall submit monthly returns showing therein receipt of such material, the quantities used on the works and the
balance in the prescribed form to the Engineer-in-charge at the end of every calander month.
The Contractor shall allow the Engineer-in-charge or his Departmental Representative or any Government official to access and
inspection of materials stored by him.
Clause 65-Care, Maintenance and Repair of Works: From the commencement until the time the work is completed and
finally accepted, the care and maintenance thereof will be the responsibility of the contractor and for the case of all temporary
works to the satisfaction of the Engineer-in-charge.
If the contractor fails to comply with the requirement mentioned above the Engineer-in-charge will immediately
instruct to comply with the same within prescribed period. In the event of the contractor failing to do, the Engineer-in-charge
will immediately proceed to care for maintain or repair at the cost of the contractor.
Clause 66-Co-Operation with offer construction Agencies: The contractor shall in accordance with the requirements of the
Engineer-in-charge afford all reasonable facilities to any other contractors or piece-workers employed by the Department and
their works or other properly authorized authorities of statutory bodies who may be employed on the execution on or near site
of any work not included in the contract or to any contractor with whom the Department may enter into contract in connection
with or ancillary to the works.
The contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work
being performed by other contractors or piece-workers or by the Department and shall as far as possible arrange his work and
shall place and dispose of the materials being used or removed so as not to interfere with operations of the other contractor,
piece-worker or of the Department. He shall co-ordinate his work that of the other agencies in an acceptable manner and shall
perform it in proper sequence to that to of others.
The contractor shall assume all liability financial or other wise in connection with his contract with his contract and
shall protect Government from and all damages and all claims that may arise because of inconvenience delay or experienced by
him or because of the presence and operations of other working on or near the site.
Cause 67-Complience of laws: The contractor shall keep himself fully informed of all acts and laws of the Central
and State Government all local bye-laws, ordinances rules and regulations and orders and decrees of bodies or tribunals having
jurisdiction or authority which in any manner affect those engaged or employed on the work or which in any way affect conduct
of the works. He shall at all times observe and comply with all such laws. Ordinance, rules regulations, order and decrees and
shall give all notices and pay out of his own money, fees or charges to which he may be liable.
He shall prefect and indemnify the Government and its officers and employees against any claim or liability arising
from or based on the violation of any such laws, ordinances, regulations, orders or decrees whether by himself or by his
employees.
Clause 68-Patented Devices, material and processes: Whenever the contractor to use any design device, drawing,
information, materials or processes covered by a patent or copyright, he shall acquire the right for such use by suitable legal
agreement with the patent owner at his own expense and a copy of the agreement shall be filed with the Engineer-in-charge.
The contractor shall indemnify the Government from and against all claims proceeding damages , costs and expenses
which may be brought or make against the Government to which they may be put by reason of the contractor infringing or
being held to have infringed any patent, right or copy-right in relation to any design, device, drawing, materials or processes at
any time during the prosecution or after the completion of the work and in the work and in the event of any injunction being
obtained against the use of the same, contractor shall replace the same with other materials, designs, drawing, device processes
etc. Which do not infringe any such patent right to the satisfaction of the Engineer-in-charge.
Clause 69-Convenience of Traffic : The contractor shall notify in writing the Engineer-in-charge of the starting any
construction or other operation that may in any way inconvenience or cause endanger traffic, at the earliest possible date and
sufficiently in
Signature of the Contractor Signature of the Executive Engineer
(27)
39 advance to enable the Engineer-in-charge to take action as per rules. Under no circumstance, the contractor shall lose any road
to traffic without the written permission of the Engineer-in-charge.
When ever necessary temporary detours shall be made and maintained for traffic such diversions shall have a width of
not loss than 20 feet thought and shall be provided with necessary road signs clearly visible at a distance by days or nights.
There shall be a preliminary warning by red lamps by right a distance of 500feet the ends of diversion. All diversion shall by
clearly marked by white washed stone on other such means.
All operations necessary for the excavation of works and for the construction of any temporary works shall so far as
the compliance with requirements of the concrete permits be carried on so as not to interfere unnecessary or improperly with
public convenience or with the access to use and occupations of public or private roads and foot-paths. Least possible
obstruction shall be caused to traffic.
Clause 70- Prevention of Nuisance and pollution: The contractor shall take all necessary precautions to prevent any nuisance
or inconvenience to the owners tenants or occupation of adjacent properties and to the public generally and to prevent and
damage to such properties and pollution of streams and waterways. He shall make good, at his own expense and to the
satisfaction of the Executive Engineer any damage to road, paths cross drainage works or private property when so ever and
what so ever caused by the execution of the work or traffic brought thereon by the contractor . All waste or superfluous
materials shall be cleaned away by the contractor.
Clause 71-Tresspass: The Contractor shall at all time be responsible for any damage or trespass committed his agents and
working people in carrying out the work, unless such damage or trespass is authority the Engineer-in-charge in writing.
Clause 72-No waiving of legal Right and Power : The Department shall not be precluded or stopped by any measurement
estimate or certificate made either before or after the completion and acceptance of the work and payment therefore, from
showing the true amount and character of the work performed and internals furnished by the contractor and from showing that
any measurement estimate or certificate is untrue or incorrectly made nor that the Department shall be precluded or stopped
recovering from the contractor such damage as it may sustain by reason of his failure to comply with the terms of the contract,
Neither the acceptance by the Department nor any representative of the Department nor any payment for or acceptance of the
any part of the work any extension of time nor nay possession taken by the Department shall operate as a waiver of any portion
of the contract any herein reserved or of any right to damage. A waiver of any breach of the contract shall not held to be waiver
of any other of subsequent breach.
Clause 73- Police Protection: If police is asked by the contractor for special protection of his camp of work, the Department
will arrange for such protection so far as possible the authorities concerned and the full post of such protection shall be debited
to the contractor and recovered from his bills.
Clause 74- Land required by the contractor: The Department will make such land, within the Department limits as may not
be required for Department use, available on rent as per clause-50 of this agreement to the contractor to an extent not exceeding
that required for bonafide execution of the work. Should the contractor require additional outside the Department limits for
housing his staff or labour or for construction his office, godown or approach roads or for storing material or for any other
reasons, he shall make his own arrangements at his cost with the land owners on such terms as may be mutually agreed between
the contractor and the owners. The Department will however, give reasonable assistance within its competence to enable him to
obtain the land without accepting any responsibility for delay if any.
The contractor shall have to abide by the regulations of authorities concerned as well as by the direction of the
Engineer-in-charge for the use of site of work.
Clause 75- Charges in prices, Rate wages, etc. subsequent to the acceptance of the tender: The contractor shall except
otherwise provided in not be entitled to claim any compensation on the ground that subsequent to the acceptance of the tender
there was increase in the price(s) raters(s) of materials or wages of labour/workers. “
(a) To obtain, permits, licenses, quota, certificate, foreign exchange, etc. for any materials or items work etc.
required by him
(b) To obtain, rail and other properties for transport of his plant, tools, equipment, stores machinery materials, labour
staff etc.
(c) To arrange with civil supply authorities for release of controlled food stuff, if any for labour and staff.”
The Department will not undertake to arrange for these, but will extend reasonable help within its competence without
accepting any responsibility for delay, if any.
Clause-76-: Disputes to be referred to Gujarat Public Works Disputes Arbitration Tribunal: The disputes relating to this
contract in so far as they fall within the jurisdiction of Gujarat Public Works Disputes arbitration tribunal shall be referred to the
said Tribunal of Gujarat State.
However the reference to Arbitration Tribunal under this clause will not stay fulfillment of obligations of the
contractor or rights of the Engineer-in-charge under this contractor, unless otherwise ordered to the contrary by the paid
Tribunal as Interim Relief measure.
Clause-77-: Empty cement bags of cement procured by the contractor used in these works by the contractor shall be returned
by the Contractor in bundle of 25 bags Free of cost. Considering 5% waistage remaining 95% bags will have to be returned in
Divisions main head quartes P.W.D. Store. ( R. & B.D. dtd No.2-1-2004 No.PR Ch/1203/3928/N)
Clause-78-: Deduction at one percent of the value of the work paid shall be made from each bill towards “ Building and other
Construction welfare Cess Act” and Gujarat Rules of 1998 frammed for implemtation of the said Act. ( Noti fication No. GHR-
2005-04-CWA-2004(841)M-3 dated 31-01-05 of Labour and Employment Department and R. & B.D. G.R.NO.S.S.R.-102004-
I.B-41(24)-C dated 2-12-2006).
Signature of the Contractor Signature of the Executive Engineer
(28)
40
SECEDULE ‘A’ „æ¼þìØþîç—æ ‘Þ’
Schedule showing(approximately) the materials to be supplied from the public works store for work
Contracted to be executed and the rates at which they are to be charged for
™ñ ÞæÅæ Úæ°æ ©æÈÐææ Åææ£ñ Þå£ÍæÞ£ ÞÈæÆææñ ÚæñÆæ ÿæñ ÞæÅæÅææå Ãææå©æÞæÅæ çÐæÄææÖæ¼ææ Ø£æñÈÅææå°æê ¿þîÈæñ ¿ææ§Ðææ¼ææñ ÅææÏæØææÅææ¼æ („ææÑæÈñ) „æ¼æñ ÿæñ „æåÖæñ ÐæØþìÏæ ÏæñÐææ¼ææ ±È ±ÑææËÐæÿæê „æ¼þìØþîç—æ
Rate at which materials will be charged
to the contractor Þæñ¼£ÍæÞ£È ¿ææØæñ°æê ÅææÏæØææÅææ¼æ Åææ£ñ ÏæññÐææ¼ææñ °æÿææñ ±È
Particular çÐæÖæÿæ
Approximate
quantity „æå±æ› ™°°ææ,
Unit „æñÞÅæ Rate in Rupees ÄææÐæ Êç¿æÆææÅææå
Place of deliverh ç§çÏæÐæÈê¼þìå Ø°æäæ
1 2 3 4 5
--------- NIL --------
¼ææò©æ - 1 „ææ ÞæÅæÅææå Ðææ¿æÈÐææ ØæêÅæñ¼£ „æ¼æñ „æ°æÐææ Ø£êÏæ ÿæ°ææ Þæñ…¿æ¬æ ÅææÏæØææÅææ¼æ ÞæÅæÅææå çÐæÄææÖæ ÿæÈÀ°æê ¿þìÈê ¿ææ§ÐææÅææå „ææÐæÑæñ ¼æÚê.¿æÈåÿþì ¼æÅæ˱æ, ™äæ Øæå¿æç®æ „æ¼æñ ¿ææ¬æê ¿þìÈÐæ¥æ çÐæÄææÖæ ©ÐææÈæ ÞæÅæÅææå Ðææ¿æÈÐææ ™ÊÈê Ø£êÏæ çÐæÄææÖæ ©ÐææÈæ ¿þìÊ ¿ææ§Ðææ¼æê šñÖæÐææ… ÿææ.23.6.97¼ææ ¥ÈæÐæ ¤ÅææåÞ „æñØæ.£ê.„æñÏæ/109/Þñ./58/ÄææÖæ(Ú) ©ÐææÈæ —ææÏþì Èæ½æÐææÅææå „ææÐæñ áñ. „ææ „æåÖæñ Øæñ§ÆþìÏæ-„æñ Åææå ™ñ šñÖæÐææ… ÞÈÐææÅææå „ææÐæñ ÿæñ „ææ½æÈê Öæ¬ææÑæñ. ¼ææò©æ ; 2 ØæêÅæñ¼£ ; ™ÆææÈñ ØæêÅæñ¼£ …šÈ±æÈ ©ÐææÈæ ÞæÅæÅææå Ðææ¿æÈÐææ ÏææÐæÐææÅææå „ææÐæñ ÿÆææÈñ ØæêÅæñ¼£ …šÈ±æÈ „ææ….„æñØæ.¿æÎÅææ¬æ¿æ¯æÐææäææ ÿæ°ææ Åþìäæ ‰ÿ¿ææ±Þ Þå¿æ¼æêÅææå°æê Øæê©æê Èêÿæñ ÅæñäæÐæÐææ¼ææñ ÈÚñ áñ. „æ¼æñ ÿæñ¼æê ½æÈæ… Åææ£ñ ÿæñ¼ææ —þìÞÐæ¬ææ¼ææ ÃæêÏææñ Þæ.….Ôæê¼æñ È™ì ÞÈÐææ¼ææ ÈÚñÑæñ. „ææÐææñ ØæêÅæñ¼£ Þå¿æ¼æê¼ææ „æç©æÞìÿæ çÐæ¤ñÿææ ¿ææØæñ°æê ½æÈê±ê ÑæÞæÑæñ ¼æÚê, ¿æÈåÿþì, ÄææÐæ-Ðæ©ææÈæ¼ææ Ø£æÈ Èñ…£ Åþì™Ãæ —þìÞÐæ¬þìå ÞÈÐææ „æåÖæñ¼æê Öæ¬æÿæÈêÅææå ÏæñÐææ¼ææ ØæêÅæñ¼£¼ææ ÄææÐææñ „æç©æÞðÿæ çÐæÞñÎÿææ ¿ææØæñ°æê ÅæñäæÐæê ÑæÞæÆæ. ¿æÈåÿþì „æç©æÞðÿæ çÐæÞñÎÿææ ¿ææØæñ°æê ½æÈê± ÞÈê ÑæÞæÆæ ¼æÚë ( ÿææ.6-4-98 ¼ææñ ÅææÅæçÐæ ¿æçÈ¿æ¯æÞ £ê„æñ¼æØæê /1008 „ææ…Ãæê (18)Øæå) ¼ææò©æ -3 Ïææñ½æå§: ™ÆææÈñ Ïææñ½æå§ …šÈ±æÈ ÏææÐæÐææÅææå „ææÐæñ ÿÆææÈñ ÿæñ „æåÖæñ¼þìå ÃæêÏæ „æØæÏæÅææå Þæ.… ¼æñ È™î ÞÈÐææ¼þì ÈÚñÑæñ.„æ¼æñ „ææÐææ Ø£êÏæ¼þìå ÖæñÈê ÏæñÃææñÈñ£ê Þñ …™¼æñÈê ÞæñÏæñ™ Þñ ¿ææñÏæê£ñÞ¼æêÅææå £ñØ£ëÖæ ÞÈæÐÆææ Ãææ± ™ Ø£êÏæ ÞæÅæ¼ææå Ðææ¿æÈÐææ ÏæñÐææÅææå „ææÐæÑæñ. ¼ææò©æ 4 §æÅæÈ ; ™ÆææÈñ ÞæÅæÅææå Ðææ¿æÈÐææ §æÅæÈ …šÈ±æÈñ „ææñ…Ïæ ÈêÀæ…¼æÈêÅææå°æê ¿æõØææ ÄæÈê ÿÆææå°æê Øæê Þñ ½æÈê±Ðææ¼þìå ÈÚñÑæñ.„ææ „æåÖæñ …šÈ±æÈñ ¿þìÈê ÞÈÐææ¼æê ÑæÈÿææñ ¼æê—æñ Åþì™Ãæ ÈÚñÑæñ (1) …šÈ±æÈ §æÅæÈ ÞÆææå°æê ÏææÐÆææ ÿæñ „æåÖæñ¼þìå ÃæêÏæ „æØæÏæÅææå Þæ.…¼æñ È™ì ÞÈÐææ¼þìå ÈÚñÑæñ. (È) ÈêÀæ…¼æÈê¼ææ ¿æ£¿ææØæ ¿æ¬æ ÃæêÏæ Øææ°æñ ØææÅæñÏæ ÞÈÐææ¼ææå ÈÚñÑæñ.(3) §æÅæÈ ™ñ £ñ¼§ÈÅææå ÏææÐæÐææÅææå „ææÐæñ Þñ £ñ¼§È¼ææñ ÐææÚ¼æ ¼æåÃæÈ Ãæ¼ææÐæÐææ¼ææñ ÈÚñÑæñ. (4) §æÅæÈ ‰¿æÈ …šÈ±æÈÔæê¼æñ „æñ§Ðææ¼Øæ ¿æñÅæñ¼£ „æ°æÐææ çØæÞÆææñ§Ë Åæäæê ÑæÞÑæñ ¼æçÚå. (5) …šÈ±æÈñ È™ì ÞÈñÏæ „æØæÏæ ÃæêÏæÅææå §æÅæȼææñ ÖæñΧ (ÞÐææñÏæê£ê „æåÖæñ) ‰ÏÏæñ½æ ÚæñÐææñ šñ…„æñ. „ææ „æåÖæñ …šÈ±æÈæñ §æÅæȼææ ÖæñΧ „æåÖæñ¼þìå £ñ¼£ ÈêŸÏ£/ ÖæñΧ „æåÖæñ¼þìå ¿æÎÅææ¬æ¿æ¯æ È™ì ÞÈÐææ¼þìå ÈÚñÑæñ. (6) …šÈ±æÈñ §æÅæȼæê „æØæÏæ „ææÐæÞ / Ðæ¿æÈæÑæ / Ãæ—æÿæ „æåÖæñ¼þìå È›Ø£È 5Ïææ¼£ / Øææ…§ ‰¿æÈ ç¼æÄææÐæÐææ¼þìå ÈÚñÑæñ. Åææ.Åæ.çÐæ.¿æçÈ¿æ¯æ ¤ÅææåÞ „æñØæ.£ê.„ææÈ -1097 - 82 Ú ÿææÈê½æ 27-11-97 „æ¼æñ 21-11-98) Note : 5 The person or firms submitting the tender should see that the rates in above schedule are filled up by
the Engineer-in-charge before the issue of the form prior to the submission of the tender. ¼ææòå©æ-5 £ñ¼§È È™ì ÞȼææÈ ÐÆæçÞÿæ Þñ ¿æñªê„æñ £ñ¼§È È™î ÞÈÿææ ¿æÚñÏææå ÿæñ¼æñ „ææ¿æÐææÅææå „ææÐæÿææ ÀæñÅæËÅææå ÚÐææÏææ¼ææ …™¼æñÈ ‰¿æȼæê „æ¼þìØþìç—æÅææå ±È ÄæÈê „ææ5Æææ ÚæñÆæ ÿæñ¼æê ½ææÿæÈê ÏæñÐæê.
Notes : 6 : Store to be supplied to contractors for a work free of cost should be mentioned in Schedule ‘A’ in
addition to Schedule ‘B’ and the specification attached to the contract agreement form ¼ææò©æ-6: Þæñ… ÞæÅæ Åææ£ñ Þå£Íæޣȼæñ çÐæ¼ææÅþìÏÆæ ¿þìÈæñ ¿ææ§Ðææ¼ææñ ÅææÏæ-ØææÅææ¼æ „æ¼þìØþìç—æ ËËË ½æ ËËË ÿæñÅæ™ Þå£Íæޣȼææ ÞÈæÈ Øææ°æñ šñ§ñÏæê çÐæÖæÿææñ¼æê Æææ±ê ‰¿æÈæåÿæ „æ¼þìØþìç—æ 'Þ' Åææå ™¬ææÐæÐþìå.
Signature of the Contractor Signature of the Executive Engineer
(29)
41
SECEDULE ‘B’
Schedule of the items for which rates that will be paid or recovered for authorized variations in the work on
the contractor’s own design.
Item of work Rate in figures
Rate in words Unit Remarks if
any
1 2 3 6 7
AS PER
ATTACHED
SCHEDULE
Signature of the Contractor Signature of the Executive Engineer
(30)
42
NOTICE INVITING TENDERAS
1. Tenders are invited on behalf of Governor of State of the Gujarat for work shown in Tender Form "C"
page-1 .The work is estimated to cost of Rs. 586080.00.This estimate however, is given as a rough guide.
2. The work are required to be completed within 12 (Twelve) months as per the terms of the contractor
conditions.
3. The contractor whose names are borne of the approved list of contractors of Gujarat State R & B
Deptt/W.R.D in…As per tender notice class and above will be permitted to tender. Not more than one
tender shall be submitted by a contractor or by a firm of contractors. No two or more concerns in which an
individual is interested as a proprietor and/or a partner shall tender for the execution of the same works. If
they do so, all tenders shall be liable to be rejected.
4. Bid documents can be downloaded & Submitted in Electronic Format on online Web
site.nprocure.com/www. gwrdc.gujarat.gov.in From 22/03/2013 to 10/04/2013 up to 18.00 hours.
5. Tender documents consisting of conditions, specification, Schedule(s) of quantities of the various classes of
work to be done, the condition of contract etc, will be shown on above web site.
6. Copies of other drawing and documents pertaining to tender and signed for the purpose of identification by
the Accepting officer or his accredited representative will be open for inspection by tenders at the following
offices during working hours between the dates mentioned in clause 4 above
7. Tender are advised to visit the site sufficiently in advance of the date fixed for submission of the tender. A
tenderer shall be deemed to have full knowledge of all the relevant documents samples, site etc.whether he
inspects them or not.
8. Submission of a tender by a tendereimplies that he has read this notice and all other contract documents and
has made himself aware of the scope and specification of the work to be done and of conditions and rates at
which stores tools and plant etc. will be issued to him, by Government and local condition and other factors
bearing on the execution of the works.
9. The bidder should quote lump sump price for entire work to be executed as per the annexed drawing and as
per his own design.
10. All rates shall be quoted on the tender form.
11. The tender for all works shall not be withnessed by a contractor or contractor who himself/themselves
has/have tendered or who may and has/have tendered fot the same works. Failure to observe this condition
shall render the tender of the contractor tendering, as well as of those withnessing the tender, liable
rejection.
12. The Offered bids will be opened at 12.00 hours on 16/04/2013 in the presence of bidders who may choose
to remain present in the office of the Bid opening Authority Specified in bid documents.
13. “Demand Draft for E.M.D. & Tender fee shall be submitted in electronic format only through online (by
scanning) while uploading the bid. Thia submission shall mean that E.M.D. & tender fee are received for
purpose of opening the bid. Accordingly offer of those shall be opened whose E.M.D. & tender fee is
received electronically. However for the purpose of realization of D.D. bidder shall send the D.D. in
original to Superintending Engineer______________ Circle_______________ at the time of tender opening
or send the same through R.P.A.D. So as to reach Executive Engineer, G.T.W.Division No.1, Ahmedabad
from dt.11/04/2013 to dt. 15/04/2013 up to 18.00 hours. Penetrative action for not submitting D.D. in
original to E.E. by bidder shall be initiated. D.D. for Exemption Certificate is not necessary. However
Exemtion Certificate shall have to be submitted electronically through online.
Any documents in supporting of tender bid shall be submitted in electronic format only through online (by
scanning, etc.) & hard copy will not be accepted separately.”
14. The Governor of the State of Gujarat does not bind himself to accept the lowest or any tender or to give any
reasons for the decision.
15. This notice of tender shall form part of the contract documents.
For and on behalf of Governor of the State of Gujarat
Date:…………………… Signature
Designation :……………………….
(31)
43 ANNEXURE
PROFORMANCE BOND
(see clause No.21)
(The date of this bond must not be prior to the date of the instrument in connection with which it is given )
Principal (Contractor)……………………………………………………………………………..
Surely(Scheduled or Nationalized Band)…………………………………………………………
Sum of bond (express in words and figure)……………………………………………………….
Contract No. an date of contract.…………………………………………………………………
KNOW ALL MEN BY THESE PREENTS , THAT WE, THE PRINCIPAL AND SURETY above named
and firmly bound upto the ………….hereinafter called the Employer in the amount stated for payment of
which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrations and
successors jointly and severally, firmly by these presents subject to the provisions of which the aforesaid
contractor on demand and without demand on a claim being made by the Employer.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principals have entered in to a
contract with the Employer numbered and dates as shown above and hereto attached execution of
work…………………………………………………………………………………………………………
………….
NOW THEREFORE, if the principal shall well and truly perform and fulfill all the undertaking
covenants, terms, conditions and agreements of said contact during the original terms of the said contract
and any extensions thereof that may be granted by the Employer with or without notice to the surely and
during the life or any guarantee required under the contract and shall also well and truly perform and
fulfill all the Undertaking , covenants, terms, conditions and agreement of any all duty and unduly
authorized of said contract that may hereafter be made , notice of which modification to the surely being
hereby waived or shall pay over, make good and reimburse to the Employer all loss an damages which
the employer may sustain by reason of failure or default on the part of said principal so to do.
We…………………further agree that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the validity of the said contract and that it shall continue to be
enforceable till all the dues of the employer under or by virtue of the contract have been fully paid and its
claims satisfied or discharged or till the Employer certifies that the terms and conditions of the contract
have been fully and properly carried out by the said contractor and according discharges the guarantee
unless a demand or clam under this guarantee is made on as in writing on or before the
…………………we shall be discharged from all liability under this guarantee there after
IN WITHNESS WHERE OF, the above bounded parties have executed this instrument under their several
seals on the date indicated above the name and corporate seal of each corporate partly being hereto affixed
and these presents duly signed by its undersigned representatives pursuant to authority of its governing
body.
in the presence of withness individual
principal
1 …………………………………………. as
to
…………………………………………. (seal)
2 …………………………………………. as
to
…………………………………………. (seal)
3 …………………………………………. as
to
…………………………………………. (seal)
4 …………………………………………. as
to
…………………………………………. (seal)
by………………………………………affix Corporate Seal
Attested Corporate surely
Business address
Affix by…………………………………………… ..Corporate Seal
Title For and on behalf of the Employer
Signature of the Executive Engineer
(32)
44
PIPELINE & PUMPING STATION PROJECT DETAIL
Name of Work: PROVIDING THIRD PARTY INSPECTION SERVICES ON
OPERATION, MAINTENANCE AND REPAIRS OF PIPE LINE PROJECT FROM
(1) NARMADA MAIN CANAL KHORSAM TO SARASWATI RIVER INCLUDING
PUMPING STATION AT KHORSAM AND HANSAPUR
(2) NARMADA MAIN CANAL MODHERA TO DHAROI DAM INCLUDING
PUMPING STATION AT MODHERA, MOTI DAU AND RASULPUR
(3) NARMADA MAIN CANAL MODHERA TO MOTI DAU SSSC INCLUDING
PUMPING STATION AT MODHERA
(4) NARMADA MAIN CANAL JALUNDRA TO MADHAVGADH SSSC
INCLUDING PUMPING STATION AT JALUNDRA
(5) NARMADA MAIN CANAL ADUNDARA TO KHERVA SSSC INCLUDING
PUMPING STATION AT ADUNDARA
(6) NARMADA MAIN CANAL KHORSAM TO MATPUR SSSC INCLUDING
PUMPING STATION AT KHORSAM
Project wise Detail:
[1] Name of Work: PROVIDING THIRD PARTY INSPECTION SERVICES
ON OPERATION, MAINTENANCE AND REPAIRS OF PIPE LINE
PROJECT FROM NARMADA MAIN CANAL KHORSAM TO SARASWATI
INCLUDING PUMPING STATION AT KHORSAM AND HANSAPUR
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs.
2506.32 Crore for the project of lifting 1 million acre feet of water from various
45
locations of Narmada main canal and to fill different reservoirs of North Gujarat
region so as to increase their efficiency of existing irrigation scheme from 50%
to 80%. As a part of this project, Govt. has accorded over all technical approval
of Rs. 136.00 Crores for construction, Implementation, and Two year post
commissioning, operation and maintenance i.e. February, 2006 to February
2008 which includes mild steel transmission main of 2150 mm internal diameter
to carry 5.64 cumec of design discharge from Narmada main canal chainage
326.40 km, near village : Khorsam, Taluka:Chanasma of Patan District to
Saraswati River at Sidhpur which also includes Civil work of Head
Regulator, two Pumping stations and crossing structures (Rail, Road and Canal,)
Mechanical and Electrical Works. The total length of Pipe line is about 55 kms
which is executed into 4 sections. The Pumping Stations were divided into two
packages for easy execution of work which are situated at Khorsam and
Hansapur. The brief details are as under:
:1: KHORSAM PUMPING STATION : 900 KW X 6 (4 + 2) Nos.
VT Pump Set.
4 Working pump + 2 stand by pump.
:2: HANSAPUR PUMPING STATION: 375 KW X 3 (2+ 1)Nos.
VT Pump and 45 KW x 1 No. V.T. Pump
2 Working pump + 1 standby of 375 KW & 1 working pump of 45 KW.
Khorsam Saraswati Pipe Line Project is divided in 4 sections as under :
1) Khorsam to Saraswati Main Canal junction- 2150 mm dia – 20.9 Km.
2) Golapur to Sankhari – 1100 mm. dia – 05.7 km.
3) Hansapur to Siddhpur – 1150 mm. dia - 26.6 Km.
4) Hansapur to Saraswati Barraige - 600 mm. dia - 02.1 Km.
55.3 Km.
The Khorsam Saraswati Pipe Line Project is functioning from February –2006.
The Pipe line serves about 23 villages /ponds on the way with the help of Scour
valves for drinking and irrigation purpose.
46
Details of Machinery and pipeline detail in brief.
DETAILS OF KHORSAM & HANSAPUR PUMPING STATION OF
KHORSAM-SARSWATI PIPELINE PROJECT
Item
No.
Item Description of
Khorsam P.S.
Qty. Item Description of
Hansapur P.S
Qty. Name of
supplier
(Make)
1 2 3 4 5 6
(A) MECHANICAL EQUIPMENT
1) VT Pump 5100 M³/Hr. x 47.8 Mtr
Head ( 1000 RPM)
6 VT Pump 1530 M³/Hr. x 64Mtr Head
(1000 RPM)
3 M/s Jyoti
Ltd,Vadodara
1020 M³/Hr. x 11Mtr
Head
(1000 RPM)
1
2) Induction Motors 900KW,6.6KV,(1000
RPM)
6 Induction Motors 3.3KV,375KW, (1000
RPM)
3 M/s Jyoti
Ltd,Vadodara
0.415KV,45KW, (1000
RPM)
1
3) BFV- 1000NB(mot) PN-1.6 6 BFV- 1000NB(man) PN-
1.6
1
- 1800NB (man.)PN-
1.6
1 - 600NB (mot.) PN-1.6 3
- 400NB (mot.)PN-1.6 1
6 DPCV- 600NB PN-1.6 3 4)
DPCV- 1000NB PN-1.6
DPCV- 400NB PN-1.6 1
6 Sluice Valve-
600NB PN-1.6
3 5)
Sluice Valve-
1000NB PN-1.6
300NB PN-1.6 1
M/s G.M.Dalui
& Co.,Howrah
6) Piping with SS Belows 1 Piping with SS Belows 1 Dhruv Exports
V.V.nagar
7) EOT-15T 1 EOT-7.5T 1 Meeka
Machinery
pvt.Ltd
Ahmedabad
8) Propeller Exhaust fans 6 Propeller Exhaust fans 4 -
9) Fire Extenguisher 10 Fire Extenguisher 7 Firego
10)
Hardwares-nuts,Bolts,etc. 1 Hardwares-nuts,Bolts,etc. 1 -
47
Sluice Gate- 1.5m x 1m 2 11)
Sluice Gate- 1.5m x 1.5m 2
M/s G.M.Dalui
& Co.,Howrah
12 Zero velocity Valve :
Pipe dia.2150 mm
Test Pressure :15 Kgf./cm2
3 Zero velocity Valve :
Pipe dia.1150 mm
Test Pressure :15 Kgf./cm2
2 M/s Sureseal,
Mumbai
13 Air cushion valve :
300 mm Dia
Test Pressure :15 Kgf./cm2
4 Air cushion valve :
300 mm Dia
Test Pressure :15 Kgf./cm2
1 M/s Sureseal,
Mumbai
(B) INSTRUMENTATION INSTRUMENTATION
1) Ultrasonic Insertion Type
Flow meter
Flow rate:24000M³/Hr.
Pipe I.D.: 2150 mm
1 Ultrasonic Insertion Type
Flow meter
Flow rate:4000M³/Hr.
Pipe I.D.: 1150 mm
1 Sai Auto -Tech
pvt. Ltd,
Vadodara
(Endress &
Houser)
2) Pressure Transmitter Range
: 0.10 Kg/ cm
1 Pressure Transmitter
Range : 0.10 Kg/ cm
1
3) Dial type pressure guage 6 Dial type pressure guage 4
4) Pressure switch 1 Pressure switch 1
5) Conductivity level switch 1 Conductivity level switch 1
6) Float and Board level gauge 1 Float and Board level
gauge
1
Sai Auto -Tech
pvt.Ltd,
Vadodara
7) Ultrasonic type level
indicator
Range : 0-10 Mtrs.
1 Ultrasonic type level
indicator
Range : 0-10 Mtrs.
1
8) Temperature scanner
8 Channel / 2 group
6 Temperature scanner
8 Channel / 2 group
3
9) Instrumentation control
panel
1 Instrumentation control
panel
1
10) Junction Box 1 Junction Box 1
11) Control cables : PVC
shielded armoured copper
cable
1 Control cables : PVC
shielded armoured copper
cable
1
12) Lightening Protection Unit 10 Lightening Protection Unit 8
13) Various accessories 1 Various accessories 1
14) Portable Sound Meter 1 Portable Sound Meter 1
Sai Auto -Tech
pvt.Ltd,
Vadodara
48
15) Portable Vibration Meter 1 Portable Vibration Meter 1
16) Portable Temp.Meter 1 Portable Temp.Meter 1
(D) ELECTRIC WORKS ELECTRIC WORKS
1 ) 11 KV out door sub station
with four pole, gang
operated switches D.O.
fuses isolators, lighting
Arrester, conductor etc.
1 M/s Dhawami
Power systems
pvt. Ltd
Vadodara
2 ) 66/6.9KV,5/6 MVA, Dyn11
Power Transformer
2 11/3.3KV,1250KVA,
Dyn11
Power Transformer
2 M/s Voltamp
transformer pvt.
Ltd, Vadodara
3 ) Lighting Arrestor
66KV,10KA,Metaloxide
surge arrestor
9 M/s Oblum
Electrical
ind.pvt.Ltd,
Hydrabad
4 ) Isolator
66kv,1000Amp
4 M/s steerling
Isolator Pvt. Ltd
Vadodara
5 ) SF6 Circuit Breaker 60kv,1250 Amp.
3 M/s Crompton
greaves Ltd,
Nasik
6 ) 66 KV dead tank type CT:
C.T.Ratio :80/1, 3 Core,
30VA
12
7 ) 66 KV/ -/3/110V/ 3, 2Core,
100VA PT
3
M/s Mehru
Electricals
Bhilwai
Rajasthan
8 ) Relay Control Panel 1 M/s Dhawami
Power systems
pvt. Ltd
Vadodara
9 ) Galvanised Steel structure
for 66 KVGEB Power
1 -
10 ) ACSR Conductors/
Clamp/Connectors
1 -
11 ) Earthing System for 66 KV
switchyard
1 -
12 ) Lighting system for 66 KV
switchyard
1 M/s Crompton
greaves Ltd
49
( E ) HV/LV-INDOOR- ELECTRICAL SYSTEM EQUIPMENT
1) 6.6kV , 250 MVA
HT Panel
13 11 kV , 250 MVAMetal
enclosed switch gearhaving
1 No.incomming
3 M/s Jyoti
Ltd,Vadodara
3.3 kV , 250 MVAMetal
enclosed switch gearhaving
2 Nos. incomming
6
2) Neutral grounding resistors
6.6KV, 525Amp. 7.27
ohms, 10 Sec.
2 Neutral grounding resistors
3.3 KV, 220Amp. 8.67
ohms, 10 Sec.
2 M/s National
switch gear
Chennai
3) 250kVA,6.6/0.433kv,
Dyn11 Auxi.Transformer
2 160 kVA,11/0.433kv,
Dyn11 Auxi.Transformer
1 M/s Voltamp
transformer pvt.
Ltd,Vadodara
4) 6.6KVCapacitor Bank
Panel,360KVAR
6 3.3KVCapacitor Bank
Panel,160KVAR
3 M/s Madhav
Capacitor
Pune
5) FCMA soft starter suitable
for 900 KW motor
6 FCMA soft starter suitable
for375KW motor
3 M/s Innovative
Technomatics
pvt.Ltd,Pune
6) 415V LT Panel 1 415V Metal enclosed
switch gear 630A. SFU-
1No. 45 KW motor feeder-
1 No.
1
7) 415V,160KVAR
(20KVARx8 Steps) Power
Capicitaor bank & control
panel
2 415V,100KVAR
(20KVARx5 Steps) Power
Capicitaor bank & control
panel
1
8) Battery-110V DC,200Ahr 1 Battery-30V DC,100Ahr 1
9) 110V DC Float/ Boost
charger,32/40Amp.DCDB
1 30V DC Float/ Boost
charger,32/40Amp.DCDB
1
M/s Dhawami
Power
systems pvt. Ltd
Vadodara
6.6 KV Aluminium
conductor XLPE Armoured
Cables+ H.T.Termi.
1 11/3.3 KV Aluminium
conductor XLPE Armoured
Cables+ H.T.Termi.
1 1) HTCable-M/s
Torrent
cables,Nadiad
10)
650 / 1100V PVC insu.
Al.Conductor (LT Cable)
1 650 / 1100V PVC insu.
Al.Conductor (LT Cable)
1 1) LT cables-
M/s Ravin
cable,Pune.
11) Lighting for pump house 1 Lighting fixtures, lamps &
accessories for pump
house
1 M/s Hi-tech
servicesRanoli,
Vadodara
( CGL)
12) Earthing/LPU for P.H. 1 Earthing/LPU for P.H. 1 -
13) Cable Trays 1 Cable Trays 1 -
14) Safety Equipments 1 Safety Equipments 1 -
50
(F) DETAILS OF RISING MAIN (KHORSAM-SARASWATI PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are as
under :-
Pipeline and apprantances.
Details of Pipeline
1) Khorsam to Saraswati M.C.J.
2) Golalpur to Sankhari
3) Hansapur to Sidhhpur
4) Hansapur to Saraswati
Barraige
2150 mm. ID x 12 mm thick M.S. P. L .20.9 Km.
1100 mm. ID x 7 mm thick M.S. P. L. 05.7 Km.
1150 mm. ID x 7 mm thick M.S. P. L. 26.6 Km.
600 mm. ID x 6 mm thick M.S. P. L. 02.1 Km.
TOTAL: 55.3 Km.
Length 55.3 km
Kinetic Air valve
with RCC encasing pipe
184 Nos of (200 mm dia) Durga make
Sluice /Scoure Valves with
R.C.C. Chambers
300mm dia
17 Nos of Durga Make.
Butter fly Valve with R.C.C.
Valve Chamber
1800 mm (I.D) 3 Nos & 1000 mm.(I D.) 1
No. of R.& D multiple, Valsad.
Zero Velocity Valve with
R.C.C.Valve Chamber
2150mm (I.D) 3 Nos , 1150 mm. (I.D.) 2Nos.
of Sureseals Ltd., Bombay
Aircushion Valve with RCC
Enclosing pipe
300 mm 5 (4+1) Nos. Sureseal ltd, Bombay.
[ 2 ] PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO
DHAROI DAM INCLUDING PUMPING STATION AT MODHERA,
MOTI DAU AND RASULPUR
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs.
2506.32 Crore for the project of lifting 1 million acre feet of water from various
locations of Narmada main canal and to fill different reservoirs of North Gujarat
region so as to increase their efficiency of existing irrigation scheme from 50% to
80%. As a part of this project, Govt. has accorded over all technical approval of Rs.
321.00 Crores for construction, Implementation, and three years post
commissioning, operation and maintenance i.e. 21-10-2007 to 20.10.2010 which
includes mild steel transmission main of 2150 mm internal diameter to carry 5.64
cumec of design discharge from Narmada main canal chainage 312.60 km, near
village : Modhera, Taluka : Bechraji of Mehsana District to Dharoi dam at Dharoi
Taluka : Satlasana Dist : Mehsana which also includes Civil work of Head
Regulator, three Pumping stations and crossing structures (Rail, Road and Canal,)
51
Mechanical and Electrical Works put to Tender. The total length of Pipe line is
about 89.118 kms which was executed into 3 sections. The Pumping Stations were
divided
into three packages for easy execution of work which are situated at Modhera,
Motidau & Rasulpur. The brief details are as under:
:1: MODHERA PUMPING STATION :
1280 KW X 6 (4 + 2) Nos. VT Pump Sets.
4 Working pumps + 2 stand by pumps.
:2: MOTIDAU PUMPING STATION :
1180 KW X 8 (6 + 2) Nos. HSCF Pump Sets.
6 Working pumps + 2 stand by pumps.
:3: RASULPUR PUMPING STATION:
1025 KW X 6 (4 + 2)Nos. HSCF Pump
4 Working pumps + 2 stand by pumps
Modhera - Dharoi Pipe Line Project is divided in 3 sections as under :
5) Modhera to Motidau - 2150 mm dia – 28.277 Km.
6) Motidau to Rasulpur – 2150 mm. dia – 29.713 km.
7) Rasulpur to Dharoi dam – 2150 mm. dia - 30.281 Km.
& Kuda feeder - 1100 mm. dia - 00.847 Km.
89.118 Km.
The Modhera - Dharoi Pipe Line Project is under functioning in October –2007. The
Pipe line serves about 43 villages on the way with the help of Scour valves for
drinking and irrigation purpose.
Details of Machinery and pipeline detail in brief.
DETAILS OF MECHANICAL AND ELECTRICAL ITEMS OF MODHERA PUMPING STATION UNDER MODHERA - DHAROI PIPELINE PROJECT
Item No.
Item Description Total Qty.
Firms Name
1 2 3 5
(A) MECHANICAL EQUIPMENT
1) VT Pumps 5100M3/Hr,70Mtr Head
6 Nos M/s Jyoti Ltd,Vadodara
52
2) 1280KW, 6.6KV Motors 6 Nos M/s Jyoti Ltd,Vadodara
BFV- 1000NB(mot) 6 Nos M/s R & D Multiples.,Pardi
3)
- 1800NB (man.) 1 No.
–II--
4) DPCV- 1000NB 6 Nos. M/s G.M.Dalui & Co.,Howrah
5) SV- 1000NB 6 Nos. –II--
6) Piping with SS Belows
1 Lot Surendra engg.Kalol & GPT pipe ind. Savli-baroda, Precise engineers,V.V.nagar
7) EOT Crane -15T 1 No. M/s Safex pvt. Ltd, Ahmedabad
8) Propeller Exhaust fans 6 Nos. Crompton Greaves
9) Fire Extingushers 10 Nos.
10) Hardwares-nuts,Bolts 1 Lot
11) Any other items 1 Lot
(b) INSTRUMENTATION
1) Ultrasonic Insertion Type Flow meter Flow rate-24000M³/Hr
1 No.
2) Electronic Type Pressure Transmitter Range- 0-10 Kg/cm2
1 No.
3) Dial type pressure guage 6 Nos.
M/s Swati switch gear pvt. Ltd A'bad
4) Pressure switch 1 No. M/s Swati switch gear pvt. Ltd A'bad
5) Conductivity level switch 1 No. M/s Swati switch gear pvt. Ltd A'bad
6) Float & board level guage 1 No. M/s Swati switch gear pvt. Ltd A'bad
7) Ultrasonic type level indicator Range- 0-10 Kg/cm2
1 No. M/s Swati switch gear pvt. Ltd A'bad
8) Temperature scanner 6 Nos. M/s Swati switch gear pvt. Ltd A'bad
9) Instru.control panel 1 Lot M/s Swati switch gear pvt. Ltd A'bad
10) Junction Box 1 Lot M/s Swati switch gear pvt. Ltd A'bad
11) Control cables 1 Lot M/s Swati switch gear pvt. Ltd A'bad
53
12) Lighting Protection Unit 10 Nos. M/s Swati switch gear pvt. Ltd A'bad
13) Various accessories 1 Lot M/s Swati switch gear pvt. Ltd A'bad
14) Portable Sound Meter 1 No. M/s Swati switch gear pvt. Ltd A'bad
15) Portable Vibration Meter 1 No. M/s Swati switch gear pvt. Ltd A'bad
16) Portable Temp. Meter 1 No. M/s Swati switch gear pvt. Ltd A'bad
17) Any other items 1 No. M/s Swati switch gear pvt. Ltd A'bad
18) P & I wireless system 3 set M/s Swati switch gear pvt. Ltd A'bad
B ELECTRIC WORKS
1) 7.5 MVA Power Transformer 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
2) Lighting Arrestor 9 Nos M/s Oblum Electrical ind.pvt.Ltd, Hydrabad
3) Isolator 1) with earth switch- 1No.
1 Nos
2) without earth switch - 2 Nos. 2 Nos
M/s steerling Isolator Pvt. Ltd Vadodara
4) SF6 Circuit Breaker 3 Nos M/s. Areva Ltd., Calcutta
5) CT 12 Nos M/s Mehru Electricals Bhilwai Rajasthan
6) PT 3 Nos –II--
7) Relay Control Panel 1 Panel M/s Swati switch gear pvt. Ltd A'bad
8) GS structure 1 Lot M/s Swati switch gear pvt. Ltd A'bad
9) ACSR Conductors 1 Lot M/s Swati switch gear pvt. Ltd A'bad
10) Earthing for switchyard 1 Lot M/s Swati switch gear pvt. Ltd A'bad
11) Lighting system for s/y 1 Lot M/s Swati switch gear pvt. Ltd A'bad
(b) HV/LV-INDOOR-Electrical System Equipment
1) 6.6kV HT Panel - 13 Panel 1 L.S. M/s Swati switch gear pvt. Ltd A'bad
2) NGR 2 Nos Narkhede Electrical Pvt. Ltd., Pune
3) 250kVA Auxi. Transformer 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
4) 6.6kV Cap. Bank/Panel 550 KVAR
6 Nos. M/s Madhav Capacitors pvt.Ltd, Vadodara
54
5) FCMA soft starter 6 Nos. M/s Innovative Techno -matics pvt.Ltd, Pune
6) 415V LT Panel 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
7) 415V,160KVAR Cap/panel. 2 Nos –II--
8) Battery-110V DC,200Ahr 1 No. M/s HBL Nife Hyderabad
9) Battery charger, DCDB 1 No. –II--
10) 6.6 KV Unearthed Aluminium Conductor XLPE armoured cable + HT Termination
1 Lot M/s Torrent Ltd
650/1100V grade PVC insulated Aluminium Conductor armoured power cable
1 Lot M/s Poly cab
11) Lighting for pump house 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
12) Earthing/LPU for P.H. 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
13) Cable trays- Ladder type 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
14) Safety Equipments 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
Rubber matting for
i) 6.6 kv switch gear
ii) 6.6 kv capacitor panel
iii) FCMA soft start panel
iv) Other panel
shock treatment chart
caution and danger board
15) Any other items
C Surge control System M/s Sureseal,Mumbai
1 Zero velocity Valve 2150 mm dia. 3 Nos.
2 Air cushion Valve 300 mm dia. 3 Nos.
DETAILS OF MECHANICAL AND ELECTRICAL ITEMS OF MOTI DAU PUMPING STATION UNDER MODHERA - DHAROI PIPELINE PROJECT
Item No.
Item Description Qty. Firms Name
1 2 3 5
A MECH & INST WORKS
(a) MECHANICAL EQUIP
1) HSCF Pumps 3400 M3/Hr, 96 Mtr Head
8 Nos M/s Jyoti Ltd,Vadodara
2) 1180 KW,6.6KV Motors 8 Nos M/s Jyoti Ltd,Vadodara
55
3) BFV- 800NB(mot) 8 Nos M/s R & D Multiples.,Pardi
- 1800NB (man.) 1 No. –II--
4) DPCV- 800NB
8 Nos M/s G.M.Dalui & Co.,Howrah
SV- 800NB PN1.0 - 8 Nos.
8 Nos –II-- 5)
PN1.6 - 8 Nos. 8 Nos –II--
6) Piping with SS Bellows 1 Lot Dhruv Exports V.V.nagar
7) EOT-15T 1 No. M/s Saffix pvt. Ltd Ahmedabad
8) Propeller Exhaust fans 8 Nos
9) Fire Extinguishers 8 Nos
10) Drain Pump 2 Nos
11) Hardwares-nuts,Bolts 1 Lot
12) Any other items 1 Lot
(b) INSTRUMENTATION
1) Flow meter 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
2) Pressure Transmitter 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
3) Dial type pressure guage 8 Nos. M/s Swati switch gear pvt. Ltd,Ahmedabad
4) Pressure switch 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
5) Conductivity level switch 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
6) Float & board level guage 1 No. M/s Swati switch gear pvt. LtdAhmedabad
7) Ultrasonic type level indi. 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
8) Temperature scanner 8 Nos. M/s Swati switch gear pvt. Ltd,Ahmedabad
9) Instru. control panel 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
10) Junction Box 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
11) Control cables 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
12) LPU 10 Nos. M/s Swati switch gear pvt. Ltd, Ahmedabad
13) Various accessories 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
14) Portable Sound Meter 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
56
15) Portable Vibration Meter 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
16) Portable Temp. Meter 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
17) Any other items
1 No.
B ELECTRIC WORKS
1) 9.0 MVA Power Transformer. 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
2) Lighting Arrestor 9 Nos M/s Oblum Electrical ind.pvt.Ltd,Hydrabad
3) Isolator 1) with earth switch-
1Nos
2) without earth switch-
2Nos
M/s steerling Isolator Pvt. Ltd, Vadodara
4) SF6 Circuit Breaker 3 Nos M/s Areva Ltd., Culcutta
5) CT 12 Nos M/s Mehru Electricals Bhilwai,Rajasthan
6) PT 3 Nos –II—
7) Relay Control Panel 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
8) GS structure 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
9) ACSR Conductors 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
10) Earthing for switchyard 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
11) Lighting system for s/y 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
(b) HV/LV_INDOOR
1) 6.6kV HT Panel 15 Nos. M/s Jyoti Ltd,Vadodara
2) NGR 2 Nos M/s National switch gear Chennai
3) 250kVA Auxi.Transformer 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
4) 6.6kV Cap.Bank/Panel 575 KVAR
8 Nos. M/s Madhav Capacitors pvt.Ltd,Vadodara
5) FCMA soft starter 8 Nos. M/s Innovative Techno- matics pvt.Ltd,Pune
6) 415V LT Panel 1 No. M/s Swati switch gear pvt. Ltd,Ahmedabad
7) 415V,160KVAR Cap/pnl. 2 Nos –II--
8) Battery-110V DC,200Ahr 1 No. M/s HBL Nife, Hyderabad
57
9) Battery charger,DCDB 1 No. –II--
10 6.6 KV Unearthed Aluminium Conductor XLPE armoured cable + HT Termination
1 Lot M/s Torrent Ltd
650/1100V grade PVC insulated Aluminium Conductor armoured power cable
1Lot M/s Poly cab
11) Lighting for pump house 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
12) Earthing/LPU for P.H. 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
13) Cable trays- Ladder type 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
14) Safety Equipments 1 Lot M/s Swati switch gear pvt. Ltd,Ahmedabad
Rubber matting for
i) 6.6 kv switch gear 1 Lot
ii) 6.6 kv capacitor panel 1 Lot
iii) FCMA soft start panel 1 Lot
iv) Other panel 1 Lot
shock treatment chart 1 Lot
caution and danger board 1 Lot
15) Any other items 1 Lot
C Surge control System M/s Sureseal,Mumbai
1 Zero velocity Valve 2150 mm dia. 3 Nos.
2 Air cushion Valve 300 mm dia. 3 Nos.
DETAILS OF MECHANICAL AND ELECTRICAL ITEMS OF RASULPUR PUMPING STATION UNDER MODHERA - DHAROI PIPELINE PROJECT
Item No.
Item Description Total Qty.
Firms Name
1 2 3 5
(A) MECHANICAL EQUIPMENT
1) HSCF Pumps 5100 M3/HR., 56 MTR. Head
6 Nos M/s Jyoti Ltd,Vadodara
2) 1025 KW, 6.6KV Motors 6 Nos M/s Jyoti Ltd,Vadodara
BFV- 1000NB(mot) 6 Nos 3)
1800NB (man.) 1 No.
M/s R & D Multiples.,Pardi
4) DPCV- 1000NB 6 Nos M/s G.M.Dalui & Co.,Howrah
SV- 1000NB., PN 1.6 - 6 Nos. 6 Nos –II-- 5)
SV- 1000NB, PN 1.0 - 6 Nos. 6 Nos –II--
58
6) Piping with SS Belows 1 Lot Surendra engg.Kalol & GPT pipe ind. Savli-baroda Precise engineers, V.V.nagar
7) EOT Crane -15T 1 No. M/s Safex pvt. Ltd, Ahmedabad
8) Propeller Exhaust fans 6 Nos Crompton greaves
9) Fire Extingushers 8 Nos
10) Drain Pump 2 Nos Kishore pumps, Pune
11) Hardwares-nuts,Bolts 1 Lot
12) Any other items
B ELECTRIC WORKS
1) Ultra sonic insertion type Flow meter Flow rate 24000 m3/hr.
1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
2) Electronic type Pressure Transmeter Range 0 - 10 Kg/cm2
1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
3) Dial type pressure guage 6 Nos M/s Swati switch gear pvt. Ltd Ahmedabad
4) Pressure switch 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
5) Conductivity level switch 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
6) Float & board level guage 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
7) Ultrasonic type level indicator. Range 0 - 10 Kg/cm2
1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
8) Temperature scanner 6 Nos M/s Swati switch gear pvt. Ltd Ahmedabad
9) Instru.control panel 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
10) Junction Box 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
11) Control cables 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
12) LPU 10 Nos.
M/s Swati switch gear pvt. Ltd Ahmedabad
13) Various accessories 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
14) Portable Sound Meter 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
15) Portable Vibration Meter 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
59
16) Portable Temp.Meter 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
17) Any other items 1 Lot
B ELECTRIC WORKS
1) 6 MVA Power Transformer. 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
2) Lighting Arrestor 9 Nos M/s Oblum Electrical ind.pvt.Ltd, Hydrabad
3) Isolator 1) with earth switch- 1No.
1 Nos M/s steerling Isolator Pvt. Ltd, Vadodara
2) without earth switch-2 Nos.
2 Nos
4) SF6 Circuit Breaker
3 Nos M/s. Areva Ltd., Kolcutta
5) CT 12 Nos
6) PT 3 Nos
M/s Mehru Electricals Bhilwai Rajasthan
7) Relay Control Panel 1 No. M/s Swati switch gear pvt. Ltd Ahmedabad
8) GS structure 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
9) ACSR Conductors 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
10) Earthing for switchyard 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
11) Lighting system for s/y
1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
(b) HV / LV – INDOOR – ELECTRICAL SYSTEM EQUIPMENT.
1) 6.6kV HT Panel 13 Nos.
M/s Swati switch gear pvt. Ltd Ahmedabad
2) NGR 525 MPR, 7.27 ohm.
2 Nos Narkhede Electrical Pvt. Ltd. Pune
3) 250kVA Auxi.Transformer 2 Nos M/s Voltamp transformer pvt. Ltd,Vadodara
4) 6.6kV Cap.Bank/Panel 450 KVAR
6 Nos. M/s Madhav Capacitors pvt.Ltd, Vadodara
5) FCMA soft starter for 1025 KW motor.
6 Nos. M/s Innovative Techno-matics pvt.Ltd, Pune
6) 415V LT Panel 1 No.
7) 415V,160KVAR Cap/pnl.
2 Nos
M/s Swati switch gear pvt. Ltd Ahmedabad
8) Battery-110V DC,200Ahr 1 No.
9) Battery charger,DCDB 1 No.
M/s HBL Nife Hyderabad
10) 6.6 KV Unearthed Aluminium Conductor XLPE armoured cable + HT Termination
1 Lot HT- Torrent make
60
650/1100V grade PVC insulated Aluminium Conductor armoured power cable
1 Lot LT- Poly cab make
11) Lighting for pump house 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
12) Earthing/LPU for P.H. 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
13) Cable trays- Ladder type 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
14) Safety Equipments 1 Lot M/s Swati switch gear pvt. Ltd Ahmedabad
Rubber matting for
i) 6.6 kv switch gear 1 Lot
ii) 6.6 kv capacitor panel 1 Lot
iii) FCMA soft start panel 1 Lot
iv) Other panel 1 Lot
shock treatment chart 1 Lot
caution and danger board 1 Lot
15) Any other items 1 Lot
C Surge control System M/s Sureseal,Mumbai
1 Zero velocity Valve 2150 mm dia. 3 Nos.
2 Air cushion Valve 300 mm dia. 3 Nos.
The above list of equipment is in general. The equipment which are not described in the list
but which are in existence in the plants are under contractor’s scope of the O.& M.
DETAILS OF RISING MAIN (MODHERA- DHAROI PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are as
under :-
Pipeline and Apparatus.
Details of Pipeline
1) Modhera to Motidau 2) Motidau to Rasulpur 3) Rasulpur to Dharoidam
2150 mm. ID x 12 mm thick M.S. P. L .28.277 Km. 2150mm. ID x 12 mm thick M.S. P. L. 29.713 Km. 2150 mm. ID x 12 mm thick M.S. P. L. 30.281 Km. 800 mm. ID x 7 mm thick M.S. P. L 00.847 Km. TOTAL: 89.118 Km.
Length 89.118 km
Kinetic Air valve with RCC encasing pipe
200 mm dia : 282(86+95+99+2) Nos of G.M.Dalui make
Sluice /Scoure Valves with R.C.C. Chambers
300mm dia : 28 (9+9+10) Nos of G.M.Dalui make .
Butter fly Valve with R.C.C. Valve Chamber
1800 mm (I.D) : 19 (6+6+6+1) Nos of G.M.Dalui make.
Zero Velocity Valve with R.C.C.Valve Chamber
2150mm (I.D) : 9 (3+3+3) Nos of Sureseals Ltd., Bombay
Aircushion Valve with RCC Enclosing pipe
300 mm : 9 (3+3+3) Nos. Sureseal ltd, Bombay.
61
[ 3 ] PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO
MOTI DAU SSSC INCLUDING PUMPING STATION AT MODHERA
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs. 6237.33
Crore for Sujalam Sufalam Yojna project of lifting 1 million acre feet of water from various
locations of Narmada main canal and to fill different reservoirs by lifting water in North
Gujarat region through 14 Pipe line. So as to increase their efficiency of existing irrigation
scheme from 50% to 80%. As a part of this project, Govt. has accorded over all
Administration approval of Rs. 140.95 Crores for construction, Implementation, and Three
year post commissioning, operation and maintenance, which includes mild steel transmission
main of 2350 mm internal diameter to carry 300 cusec of design discharge from Narmada
main canal chainage 311.00 Km, near village : MODHERA, Taluka: Bechraji of Mehsana
District to Sujalam Sufalam Spreading Canal Ch.136.00Km MOTI DAU Tal. & District:
Mehsana , which also includes Civil work of Pumping station and crossing structures (Rail,
Road and Canal,) Mechanical and Electrical Works put to Tender. The total length of Pipe
line is about 28.550 kms The brief details are as under:
:1: MODHERA PUMPING STATION : 1500 KW X 7 ( 6 + 1) Nos. VT
Pump Set. 6 Working pump + 1 stand by pump.
2350 mm diameter M.S. Pipe 14 mm thick & 28550 meter.
The MODHERA-S.S.S.C.(MOTI DAU) Pipe Line Project is under functioning from March –2008.
The Pipe line serves about 13 villages on the way. With the help of Scour valves for irrigation
purpose.
Item No.
Item Description of MODHERA P.S. Qty. Name of supplier (Make)
A Mechanical
1) VT Pump 5100 M³/Hr. x 82 Mtr Head x 1000 RPM
7 Jyoti Ltd, Vadodara
2) Induction Motors 1500KW,6.6KV,1000 RPM, ‘F’ class
7 Jyoti Ltd, Vadodara
3) BFV- 1000NB(mot) PN-1.6 7
- 2000NB (man.)PN-1.6 1
R & D Multi Plus
62
-2000NB (man.)PN-1.6 6
7 4)
DPCV- 1000NB PN-1.6
7 5)
Sluice Valve- 1000NB PN-1.6
G.M.Dalui IVC Nasik
R & D Multi Plus
R & D Multi Plus
6) Delivery Pipe 200 mm dia incl. expansion bellows & by pass arrangement.
1 Jyoti Ltd.,
7) EOT-15T 1 Meeka
8) Propeller Exhaust fans 9 C.G.
9) Fire Extinguisher 10 Kanex
10) Hardwares-nuts,Bolts,etc. 1 -
Sluice Gate- 1.5m x 1m
2 11)
Sluice Gate- 1.5m x 1.5m
2
-
12 Zero velocity Valve : Pipe dia.2350 mm Test Pressure :15 Kgf./cm2
3 Sureseal Mumbai
13 Air cushion Valve : 300 mm Dia Test Pressure :15 Kgf./cm2
4 Sureseal Mumbai
(B) INSTRUMENTATION
1) Ultrasonic Insertion Type Flow meter Flow rate:30600M³/Hr. Pipe I.D.: 2350 mm
1 Ultra Flex
2) Pressure Transmitter Range : 0.10 Kg/ cm 2 1
3) Dial type pressure gauge 7
4) Pressure switch 1
5) Conductivity level switch 1
6) Float and Board level gauge 1
7) Ultrasonic type level indicator Range : 0-10 Mtrs.
1
ABB
A LOT HITEK
INDFOS
TECHTROL
TECHTROL
TECH TROL
63
8) Temperature scanner 8 Channel / 2 group
7
9) Instrumentation control panel
1
10) Junction Box 16
11) Control cables : PVC shielded armoured copper cable
1
12) Lightening Protection Unit ( 2 per loop) 10
13) Various accessories 1
14) Portable Sound Meter 1
15) Portable Vibration Meter 1
16) Portable Temp.Meter 1
MASIBUS
Sai Auto Tech Ltd.
Jyoti Ltd, Vadodara
Ravin Pune LOT
MTL --
SunShine
Sunshine
Fluke Corp
(C) ELECTRIC WORKS
1 ) 66/6.9KV,5/6 MVA. Auxillary Transformer
2 Voltamp
2 ) 66/6.9KV,5/6 MVA, Dyn11 Power Transformer
2 Voltamp
3 ) Lighting Arrestor 66KV,10KA,Metaloxide surge arrestor
9 Elpro
4 ) Isolator 66kv,1000Amp
4 Jyoti Ltd, Vadodara
5 ) SF6 Circuit Breaker 60kv,1250 Amp.
3 C.G.
6 ) 66 KV dead tank type CT: C.T.Ratio :80/1, 3
Core, 30VA 12
7 ) 66 KV/ -/3/110V/ 3, 2Core, 100VA PT
3
Mehru Electrical
Mehru Electrical
64
8 ) Relay Control Panel
1 Jyoti Ltd, Vaododara
9 ) Galvanised Steel structure for 66 KVGEB Power 1 Jyoti Ltd, Vadodara
10 ) ACSR Conductors/ Clamp/Connectors 1
Ravine Pune
11 ) Earthing System for 66 KV switchyard 1 Jyoti Ltd, Vadodara
12 ) Lighting system for 66 KV switchyard 1 Kayex
(D) HV / LV – INDOOR – ELECTRICAL SYSTEM EQUIPMENT.
(1) 6.6KV, 250 MVA HT Panel
14 Voltamp
2) Neutral grounding resistors 6.6KV, 1000Amp. 3.82 ohms, 10 Sec.
2 Voltamp
3) 250kVA,6.6/0.433kv, Dyn11 Auxi.Transformer 2 Voltamp
4) 6.6KVCapacitor Bank Panel,700KVAR 7 Madhav Capacitor
5) FCMA soft starter suitable for 1500 KW motor 7 Innovative Technomics, Pune
6) 415V LT Panel 1
7) 415V,160KVAR (20KVARx8 Steps) Power Capicitaor bank & control panel
2
8) Battery-110V DC,200Ahr 1
9) 110V DC Float/ Boost charger,32/40Amp.DCDB 1
Jyoti Ltd., Vadodara
Jyoti Ltd., Vadodara
Excide
Servlink Engg.
6.6 KV Aluminium conductor XLPE Armoured Cables+ H.T.Termi.
1 RPG Cable 10)
650 / 1100V PVC insu. Al.Conductor (LT Cable)
1 ---
11) Lighting for pump house 1 C.G.
65
12) Earthing/LPU for P.H.
1 Lot
13) Cable Trays 1 Jyoti Ltd, Vadodara
14) Safety Equipments 1 Corex
The above list of equipment is in general. The equipment which are not described in the list
but which are in existence in the plants are under contractor’s scope of the O. & M.
(E) DETAILS OF RISING MAIN (MODHERA- S.S.S.C. MOTI DAU PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are as
under :-
Pipeline and Apparatus.
Details of Pipeline MODHERA to S.S.S.C. MOTI DAU
2350 mm. ID x 14 mm thick M.S. P. L .28.550 Km.
Length
28.550 km.
Kinetic Air valve with RCC encasing pipe
131 Nos of (200 mm dia) G.M.Dalui make
Sluice /Scour Valves with R.C.C. Chambers
9 Nos of (300mm dia ) IVD Nasik make.
Butter fly Valve with R.C.C. Valve Chamber
5Nos of 2000 mm (I.D) IVC Nasik.
Zero Velocity Valve with R.C.C. Valve Chamber
4 Nos , of 2350mm (I.D) Sureseals Ltd., Bombay
Aircushion Valve with RCC Enclosing pipe
3 Nos. of 300 mm Sureseal ltd, Bombay.
Venturi meter with RCC Valve Chamber
1 No of 2350 mm (I.D.) Aadam Industries, Pune.
[4 ] PIPE LINE PROJECT FROM NARMADA MAIN CANAL JALUNDRA TO
MADHAVGADH SSSC INCLUDING PUMPING STATION AT JALUNDRA
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs.
6237.33 Crore for Sujalam Sufalam Yojna project of lifting 1 million acre feet of water
from various locations of Narmada main canal and to fill different reservoirs by lifting
water in North Gujarat region through 14 Pipe line. So as to increase their efficiency of
existing irrigation scheme from 50% to 80%. As a part of this project, Govt. has
accorded over all Administration approval of Rs. 169.13 Crores for construction,
66
Implementation, and Three year post commissioning, operation and maintenance,
which includes mild steel transmission main of 2350 mm internal diameter to carry 300
cusec of design discharge from Narmada main canal chainage 218.00km, near village
: JALUNDRA, Taluka:Dehgam of GandhinagarDistrict to Sujalam Sufalam
Spreading Canal Ch.136.00Km MADHAVGADH Tal.Talod District: Sabarkantha ,
which also includes Civil work of Pumping station and crossing structures (Rail, Road
and Canal,) Mechanical and Electrical Works put to Tender. The total length of Pipe
line is about 34.974kms The brief details are as under:
:1: JALUNDRA PUMPING STATION : 1700 KW X 7 ( 6 + 1) Nos. VT Pump Set. 6 Working pump + 1 stand by pump.
2350 mm diameter M.S. Pipe 14 mm thick & 34950meter.
The JALUNDRA-S.S.S.C.(MADHAVGADH) Pipe Line Project is under functioning
from March –2008.
The Pipe line serves about 16 villages on the way. With the help of Scour valves for
irrigation purpose.
Item No.
Item Description of JALUNDRA P.S. Qty. Name of supplier (Make)
A Mechanical
1) VT Pump 5100 M³/Hr. x 90 Mtr Head x 1000 RPM
7 Jyoti Ltd, Vadodara
2) Induction Motors 1700KW,6.6KV,1000 RPM 7 Jyoti Ltd, Vadodara
‘F’ class
3) BFV- 1000NB(mot) PN-1.6 7
- 2000NB (man.)PN-1.6 1
-2000NB (man.)PN-1.6 6
7 4)
DPCV- 1000NB PN-1.6
7 5)
Sluice Valve- 1000NB PN-1.6
R & D Multi Plus
G.M.Dalui IVC Nasik
R & D Multi Plus
R & D Multi Plus
6) Delivery Pipe 200 mm dia incl. expansion bellows & by pass arrangement.
1 Jyoti Ltd.,
7) EOT-15T 1 Meeka
8) Propeller Exhaust fans 9 C.G.
67
9) Fire Extinguisher 10 Kanex
10) Hardwares-nuts,Bolts,etc. 1 -
Sluice Gate- 1.5m x 1m
2 11)
Sluice Gate- 1.5m x 1.5m
2
-
12 Zero velocity Valve : Pipe dia.2350 mm Test Pressure :15 Kgf./cm2
3 Sureseal Mumbai
13 Air cushion Valve : 300 mm Dia Test Pressure :15 Kgf./cm2
4 Sureseal Mumbai
(B) INSTRUMENTATION
1) Ultrasonic Insertion Type Flow meter Flow rate:30600M³/Hr. Pipe I.D.: 2350 mm
1 Ultra Flex
2) Pressure Transmitter Range : 0.10 Kg/ cm 2 1
3) Dial type pressure gauge 7
4) Pressure switch 1
5) Conductivity level switch 1
6) Float and Board level gauge 1
7) Ultrasonic type level indicator Range : 0-10 Mtrs.
1
8) Temperature scanner 8 Channel / 2 group
7
9) Instrumentation control panel 1
10) Junction Box 16
11) Control cables : PVC shielded armoured copper cable
1
12) Lightening Protection Unit ( 2 per loop) 10
ABB
A LOT HITEK
INDFOS
TECHTROL
TECHTROL
TECH TROL
MASIBUS
Sai Auto Tech Ltd.
Jyoti Ltd, Vadodara
Ravin Pune LOT
MTL
68
13) Various accessories
1
14) Portable Sound Meter 1
15) Portable Vibration Meter 1
16) Portable Temp.Meter 1
--
SunShine
Sunshine
Fluke Corp
(C) ELECTRIC WORKS
1 ) 66/6.9KV,5/6 MVA. Auxillary Transformer
2 Voltamp
2 ) 66/6.9KV,5/6 MVA, Dyn11 Power Transformer
2 Voltamp
3 ) Lighting Arrestor 66KV,10KA,Metaloxide surge arrestor
9 Elpro
4 ) Isolator 66kv,1000Amp
4 Jyoti Ltd, Vadodara
5 ) SF6 Circuit Breaker
60kv,1250 Amp. 3 C.G.
6 ) 66 KV dead tank type CT: C.T.Ratio :80/1, 3
Core, 30VA 12
7 ) 66 KV/ -/3/110V/ 3, 2Core, 100VA PT 3
Mehru Electrical
Mehru Electrical
8 ) Relay Control Panel
1 Jyoti Ltd, Vaododara
9 ) Galvanised Steel structure for 66 KVGEB Power
1 Jyoti Ltd, Vadodara
10 )
ACSR Conductors/ Clamp/Connectors 1
Ravine Pune
11 ) Earthing System for 66 KV switchyard 1 Jyoti Ltd, Vadodara
12 ) Lighting system for 66 KV switchyard 1 Kayex
(D) HV / LV – INDOOR – ELECTRICAL SYSTEM EQUIPMENT.
(1) 6.6KV, 250 MVA HT Panel
14 Voltamp
69
2) Neutral grounding resistors 6.6KV, 1000Amp. 3.82 ohms, 10 Sec.
2 Voltamp
3) 250kVA,6.6/0.433kv, Dyn11 Auxi.Transformer
2 Voltamp
4) 6.6KVCapacitor Bank Panel,700KVAR 7 Madhav Capacitor
5) FCMA soft starter suitable for 1500 KW motor 7 Innovative Technomics, Pune
6) 415V LT Panel 1
7) 415V,160KVAR (20KVARx8 Steps) Power Capicitaor bank & control panel
2
8) Battery-110V DC,200Ahr 1
9) 110V DC Float/ Boost charger,32/40Amp.DCDB
1
Jyoti Ltd., Vadodara
Jyoti Ltd., Vadodara
Excide Servlink Engg.
6.6 KV Aluminium conductor XLPE Armoured Cables+ H.T.Termi.
1 RPG Cable 10)
650 / 1100V PVC insu. Al.Conductor (LT Cable)
1 ---
11) Lighting for pump house 1 C.G.
12) Earthing/LPU for P.H. 1 Lot
13) Cable Trays 1 Jyoti Ltd, Vadodara
14) Safety Equipments 1 Corex
The above list of equipment is in general. The equipment which are not described in
the list but which are in existence in the plants are under contractor’s scope of the O.& M.
(E) DETAILS OF RISING MAIN (JALUNDRA - S.S.S.C. MADHAVGADH PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are as
under :-
Pipeline and Apparatus.
Details of Pipeline 1) JALUNDRA to S.S.S.C. MADHAVGADH
2350 mm. ID x 14 mm thick M.S. P. L .34.974 Km.
Length 34.974 km.
Kinetic Air valve with RCC encasing pipe
157 Nos of (200 mm dia) G.M.Dalui make
Sluice /Scour Valves with R.C.C. Chambers 14 Nos of (300mm dia ) IVD Nasik make.
Butter fly Valve with R.C.C. Valve Chamber 7 Nos of 2000 mm (I.D) IVC Nasik.
Zero Velocity Valve with R.C.C. Valve Chamber
4 Nos , of 2350mm (I.D) Sureseals Ltd., Bombay
Aircushion Valve with RCC Enclosing pipe 3 Nos. of 300 mm Sureseal ltd, Bombay.
Venturi meter with RCC Valve Chamber 1 No of 2350 mm (I.D.) Aadam Industries, Pune.
70
[5 ] PIPE LINE PROJECT FROM NARMADA MAIN CANAL ADUNDARA TO
KHERVA SSSC INCLUDING PUMPING STATION AT ADUNDARA
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs.
6237.33 Crore for Sujalam Sufalam Yojna project of lifting 1 million acre feet of water
from various locations of Narmada main canal and to fill different reservoirs by lifting
water in North Gujarat region through 14 Pipe line. So as to increase their efficiency
of existing irrigation scheme from 50% to 80%. As a part of this project, Govt. has
accorded over all Administration approval of Rs. 138.93 Crores for construction,
Implementation, and Three year post commissioning, operation and maintenance,
which includes mild steel transmission main of 2350 mm internal diameter to carry
300 cusec of design discharge from Narmada main canal chainage 278.00 km, near
village : Adundra, Taluka:Kadi of Mehsana District to Sujalam Sufalam
Spreading Canal Ch.201.00 Km Kherva Tal & District: Mehsana , which also
includes Civil work of Pumping station and crossing structures (Rail, Road and
Canal,) Mechanical and Electrical Works put to Tender. The total length of Pipe line
is about 28 kms The brief details are as under:
ADUNDRA PUMPING STATION : 1500 KW X 7 ( 6 + 1) Nos. VT Pump Set. 6 Working pump + 1 stand by pump.
2350 mm diameter M.S. Pipe 14 mm thick & 27842 meter.
The Adundra-S.S.S.C.(Kherva) Pipe Line Project is under functioning from February –2008. The Pipe line serves about 16 villages on the way. With the help of Scour valves for irrigation purpose.
Item No.
Item Description of Adundra P.S. Qty. Name of supplier(Make)
A Mechanical
1) VT Pump 5100 M³/Hr. x 80 Mtr Head x 1000 RPM
7 M/s Krilosker Brodhers,akurdi,Pune
2) Induction Motors 1500KW,6.6KV,1000 RPM
7 M/s Alstrom, kolkata
‘F’ class
71
3) BFV- 1000NB(mot) PN-1.6 7
- 2000NB (man.)PN-1.6 1
7 4)
DPCV- 1000NB PN-1.6
7 5)
Sluice Valve- 1000NB PN-1.6
M/s G.M.Dalui & Co.,Howrah
M.S. G.M. Dalui & Co.
M.S. G.M. Dalui & Co.
6) Delivery Pipe 200 mm dia incl. expansion bellows & by pass arrangement.
1
7) EOT-15T 1 M.S. Batliboy Co.
8) Propeller Exhaust fans 9 M.S.Bajaj Fans
9) Fire Extinguisher 10 M.S.Monarx
10) Hardwares-nuts,Bolts,etc. 1 -
Sluice Gate- 1.5m x 1m
2 11)
Sluice Gate- 1.5m x 1.5m
2
M/s G.M.Dalui & Co.,Howrah
12 Zero velocity Valve : Pipe dia.2350 mm Test Pressure :15 Kgf./cm2
3 M/s Sureseal, Mumbai
13 Air cushion vavle : 300 mm Dia Test Pressure :15 Kgf./cm2
4 M/s Sureseal, Mumbai
(B) INSTRUMENTATION
1) Ultrasonic Insertion Type Flow meter Flow rate: 30600M³/Hr. Pipe I.D.: 2350 mm
1 General Instruments
2) Pressure Transmitter Range : 0.10 Kg/ cm 2 1
3) Dial type pressure gauge 7
4) Pressure switch 1
5) Conductivity level switch 1
6) Float and Board level gauge 1
7) Ultrasonic type level indicator Range : 0-10 Mtrs.
1
M/S ABB Vadodara
72
8) Temperature scanner 8 Channel / 2 group
7
9) Instrumentation control panel 1
10) Junction Box 16
11) Control cables : PVC shielded armoured copper cable
1
12) Lightening Protection Unit ( 2 per loop) 10
13) Various accessories 1
14) Portable Sound Meter 1
15) Portable Vibration Meter 1
16) Portable Temp.Meter 1
M/S Polycab wires,Daman
(C) ELECTRIC WORKS
1 ) 66/6.9KV,5/6 MVA. Auxillary Transformer
2 Voltamp
2 ) 66/6.9KV,5/6 MVA, Dyn11 Power Transformer
2 Voltamp
3 ) Lighting Arrestor 66KV,10KA,Metaloxide surge arrestor
9 M/S Oblum
4 ) Isolator 66kv,1000Amp
4 M/S Sterling
5 ) SF6 Circuit Breaker 60kv,1250 Amp.
3 M/S ABB Vadodara
6 ) 66 KV dead tank type CT: C.T.Ratio :80/1, 3 Core, 30VA
12
7 ) 66 KV/ -/3/110V/ 3, 2Core, 100VA PT 3
M/s Mehru EME.Bhivandi(R)
M/s Mehru
EME.Bhivandi(R)
8 ) Relay Control Panel 1 Swati electrical
9 ) Galvanised Steel structure for 66 KVGEB Power
1
73
10 ) ACSR Conductors/ Clamp/Connectors
1
11 ) Earthing System for 66 KV switchyard
1
12 ) Lighting system for 66 KV switchyard
1
(D) HV / LV – INDOOR – ELECTRICAL SYSTEM EQUIPMENT
(1) 6.6KV, 250 MVA HT Panel
14 M/S Madhav
2) Neutral grounding resistors 6.6KV, 1000Amp. 3.82 ohms, 10 Sec.
2 Narkhede
3) 250kVA,6.6/0.433kv, Dyn11 Auxi.Transformer
2 Voltamp
4) 6.6KVCapacitor Bank Panel,700KVAR 7 M/S Madhav
5) FCMA soft starter suitable for 1500 KW motor
7 Innovative Technomics
6) 415V LT Panel 1
7) 415V,160KVAR (20KVARx8 Steps) Power Capicitaor bank & control panel
2
8) Battery-110V DC,200Ahr 1
9) 110V DC Float/ Boost charger,32/40Amp.DCDB
1
Positronics
6.6 KV Aluminium conductor XLPE Armoured Cables+ H.T.Termi.
1 10)
650 / 1100V PVC insu. Al.Conductor (LT Cable)
1
11) Lighting for pump house 1 Phillips
12) Earthing/LPU for P.H.
1 -
13) Cable Trays
1 -
14) Safety Equipments
1 -
74
The above list of equipment is in general. The equipment which are not described in
the list but which are in existence in the plants are under contractor’s scope of the O.& M.
(E) DETAILS OF RISING MAIN (ADUNDARA TO KHERVA SSSC PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are as
under :-
Pipeline and Apparatus.
Details of Pipeline 1) Adundra to S.S.S.C. Kherva
2350 mm. ID x 14 mm thick M.S. P. L .27.842 Km.
Length 27.842 km
Kinetic Air valve with RCC encasing pipe
115 Nos of (200 mm dia) G.M.Dalui make
Sluice /Scour Valves with R.C.C. Chambers
7 Nos of (300mm dia ) IVD Nasik make.
Butter fly Valve with R.C.C. Valve Chamber
5 Nos of 2000 mm (I.D) IVC Nasik.
Zero Velocity Valve with R.C.C. Valve Chamber
3 Nos , of 2350mm (I.D) Sureseals Ltd., Bombay
Aircushion Valve with RCC Enclosing pipe
5 Nos. of 300 mm Sureseal ltd, Bombay.
Venturi meter with RCC Valve Chamber
1 No of 2350 mm (I.D.) Aadam Industries, Pune.
[6 ] PIPE LINE PROJECT FROM NARMADA MAIN CANAL KHORSAM TO
MATPUR SSSC INCLUDING PUMPING STATION AT KHORSAM
Project Brief detail: Govt. of Gujarat has accorded principal approval of Rs.
6237.33 Crore for Sujalam Sufalam Yojna project of lifting 1 million acre feet of water
from various locations of Narmada main canal and to fill different reservoirs by lifting
water in North Gujarat region through 14 Pipe line. So as to increase their efficiency
of existing irrigation scheme from 50% to 80%. As a part of this project, Govt. has
accorded over all Administration approval of Rs. 166.65 Crores for construction,
Implementation, and Three year post commissioning, operation and maintenance,
which includes mild steel transmission main of 2350 mm internal diameter to carry
300 cusec of design discharge from Narmada main canal chainage 218.00km, near
village : KHORSAM, Taluka:CHANASMA of PATAN District to Sujalam Sufalam
Spreading Canal Ch.234.00Km MATPUR Tal & District: PATAN. , which also
includes Civil work of Pumping station and crossing structures (Rail, Road and
75
Canal,) Mechanical and Electrical Works put to Tender. The total length of
Pipe line is about 25.730kms The brief details are as under:
:1: KHORSAM PUMPING STATION : 1450 KW X 7 ( 6 + 1) Nos. VT Pump Set. 6 Working pump + 1 stand by pump.
2350 mm diameter M.S. Pipe 14 mm thick & 25730meter.
The KHORSAM-S.S.S.C.(MATPUR) Pipe Line Project is under functioning from
December –2008.
The Pipe line serves about 12 villages on the way. With the help of Scour valves for
irrigation purpose.
Item No.
Item Description of KHORSAM P.S.
Qty. Name of supplier (Make)
A Mechanical
1) VT Pump 5100 M³/Hr. x 78 Mtr Head x 1000 RPM
7 M/S Mather & Plant Pump Ltd., Pune
2) Induction Motors 1700KW,6.6KV,1000 RPM
7 M/S. Crompton Greaves Ltd.,Mandideep-462046
‘F’ class
3) BFV- 1000NB(mot) PN-1.6 7
- 2000NB (man.)PN-1.6 1
-2000NB (man.)PN-1.6 6
7 4)
DPCV- 1000NB PN-1.6
7 5)
Sluice Valve- 1000NB PN-1.6
M/s. R&D Multiples (Metal Class) Pvt.Ltd..Pardi- Valsad.
M/s. G.M..Dulai & Sons Howrah M/s. R & D Multiples (Metel Class) Pvt.Ltd., Pardi- Valasad
-----‘’-------
6) Delivery Pipe 200 mm dia incl. expansion bellows & by pass arrangement.
1 G.P.T.pipe Industries & M/s. Precise Engineers
7) EOT-15T 1 Safes Equipments Pvt.Ltd., Ahmedabad
8) Propeller Exhaust fans 9 Crompton Creaves
9) Fire Extinguisher 10 Kanex Fyters Pvt. Ltd.,
10) Hardwares-nuts,Bolts,etc. 1 -
Sluice Gate- 1.5m x 1m
2 11)
Sluice Gate- 1.5m x 1.5m
2
-
76
12 Zero velocity Valve : Pipe dia.2350 mm Test Pressure :15 Kgf./cm2
3 M/s Sureseal-Mumbai
13 Air cushion Valve : 300 mm Dia Test Pressure :15 Kgf./cm2
4 M/S Sureseal Mumbai
(B) INSTRUMENTATION
1) Ultrasonic Insertion Type Flow meter Flow rate:30600M³/Hr. Pipe I.D.: 2350 mm
1 Ultra Flex
2) Pressure Transmitter Range : 0.10 Kg/ cm 2
1
3) Dial type pressure gauge 7
4) Pressure switch 1
5) Conductivity level switch 1
6) Float and Board level gauge 1
7) Ultrasonic type level indicator Range : 0-10 Mtrs.
1
8) Temperature scanner 8 Channel / 2 group
7
9) Instrumentation control panel 1
10) Junction Box 16
11) Control cables : PVC shielded armoured copper cable
1
12) Lightening Protection Unit ( 2 per loop)
10
13) Various accessories 1
14) Portable Sound Meter 1
15) Portable Vibration Meter 1
16) Portable Temp.Meter 1
Rosemount
H- GURU
Indfos
Pune Techtrol
Pune Techtrol
SIEMENS
NISHKO
M/s.Swati Switchgears(India) Pvt.Ltd.,Ahmedabad.
Themocable
HEC Infra & Projects Ltd. Ahmedabad.
Center
TIME
Reytek Mini Temp
77
(C) ELECTRIC WORKS
1 ) 66/6.9KV,5/6 MVA. Auxillary Transformer
2 M/S.Voltamp Transformers Ltd., Vadodara
2 ) 66/6.9KV,5/6 MVA, Dyn11 Power Transformer
2 M/S.Voltamp Transformers Ltd., Vadodara
3 ) Lighting Arrestor 66KV,10KA,Metaloxide surge arrestor
9 M/s.Oblum Electrical Industries Pvt.Ltd.,Hyderabad
4 ) Isolator 66kv,1000Amp
4 M/s. Stering Isolators Pvt.Ltd., Vadodara
5 ) SF6 Circuit Breaker 60kv,1250 Amp.
3 M/s. ABB Limited -Vadodara
6 ) 66 KV dead tank type CT: C.T.Ratio :80/1, 3 Core, 30VA
12
7 ) 66 KV/ -/3/110V/ 3, 2Core, 100VA PT
3
M/s. Mehru Electrical & Mechanical Engineers Pvt.Ltd., Ghatal-Alwar-
Rejasthan
-----‘’-------
8 ) Relay Control Panel
1 M/s.Swati Switchgears (India) Pvt.Ltd.,Ahmedabad
9 ) Galvanised Steel structure for 66 KVGEB Power
1 HEC Infra & Projects Ltd.,Ahmedabad
10 )
ACSR Conductors/ Clamp/Connectors
1
HEC Infra & Projects Ltd.,Ahmedabad
11 ) Earthing System for 66 KV switchyard
1 HEC Infra & Projects Ltd.,Ahmedabad
12 ) Lighting system for 66 KV switchyard
1 Bajaj,HEC & Projects Ltd., Ahmedabad
(D)
(1) 6.6KV, 250 MVA HT Panel
14 M/s.Swati Switchgears (India) Pvt.Ltd.,Ahmedabad
2) Neutral grounding resistors 6.6KV, 1000Amp. 3.82 ohms, 10 Sec.
2 M/s.Narkheda Electricals Pvt.Ltd., Pune
3) 250kVA,6.6/0.433kv, Dyn11 Auxi.Transformer
2 M/S.Voltamp Transformers Ltd., Vadodara
4) 6.6KVCapacitor Bank Panel,700KVAR
7 M/s. Madhav Capacitor
78
5) FCMA soft starter suitable for 1450 KW motor
7 Innovative Technomics, Pvt.Ltd.,Pune
6) 415V LT Panel 1
7) 415V,160KVAR (20KVARx8 Steps) Power Capicitaor bank & control panel
2
8) Battery-110V DC,200Ahr 1
9) 110V DC Float/ Boost charger,32/40Amp.DCDB
1
M/s.Swati Switchgears (India) Pvt.Ltd.,Ahmedabad
M/s.Swati Switchgears (India) Pvt.Ltd.,Ahmedabad
M/s.Servilink Engineers
Pvt.Ltd.,Baroda ------‘’-------
6.6 KV Aluminium conductor XLPE Armoured Cables+ H.T.Termi.
1 M/s. Torrent Cable Ltd.,Nadiad 10)
650 / 1100V PVC insu. Al.Conductor (LT Cable)
1 M/s. Polycab Wires Pvt. Ltd., Daman
11) Lighting for pump house 1 Bajaj,HEC & Projects Ltd., Ahmedabad
12) Earthing/LPU for P.H. 1 HEC Infra & Projects Ltd., Ahmedabad.
13) Cable Trays 1 ---do--
14) Safety Equipments 1 ---do--
The above list of equipment is in general. The equipment which are not described in
the list but which are in existence in the plants are under contractor’s scope of
the O.& M.
(E) DETAILS OF RISING MAIN (KHORSAM TO MATPUR SSSC PIPE LINE PROJECT)
Details of valves and other apparatus for operation and maintenance of rising main are
as under :-
Pipeline and Apparatus.
Details of Pipeline
1) KHORSAM to S.S.S.C. MATPUR
2350 mm. ID x 14 mm thick M.S. P. L .25.730 Km.
Length 25.730 km.
Kinetic Air valve with RCC encasing pipe
115 Nos of (200 mm dia) G.M.Dalui make
Sluice /Scour Valves with R.C.C. Chambers
9 Nos of (300mm dia ) G.M.Dalui make.
Butter fly Valve with R.C.C. Valve Chamber
4 Nos of 2000 mm (I.D) G.M.Dalui make.
Zero Velocity Valve with R.C.C. Valve Chamber
4 Nos , of 2350mm (I.D) Sureseals Ltd., Bombay
Aircushion Valve with RCC Enclosing pipe
4 Nos. of 300 mm Sureseal ltd, Bombay.
Venturi meter with RCC Valve Chamber
1 No of 2350 mm (I.D.) Rosemount, Pune.
79
Scope Of work - Third party inspection agency will undertake Inspection, testing and
related reporting activity during Operation, Maintenance and Repair of
following Lift irrigation pipeline projects.
(1) NARMADA MAIN CANAL KHORSAM TO SARASWATI RIVER INCLUDING
PUMPING STATION AT KHORSAM AND HANSAPUR
(2) NARMADA MAIN CANAL MODHERA TO DHAROI DAM INCLUDING
PUMPING STATION AT MODHERA, MOTI DAU AND RASULPUR
(3) NARMADA MAIN CANAL MODHERA TO MOTI DAU SSSC INCLUDING
PUMPING STATION AT MODHERA
(5) NARMADA MAIN CANAL JALUNDRA TO MADHAVGADH SSSC
INCLUDING PUMPING STATION AT JALUNDRA
(5) NARMADA MAIN CANAL ADUNDARA TO KHERVA SSSC INCLUDING
PUMPING STATION AT ADUNDARA
(6) NARMADA MAIN CANAL KHORSAM TO MATPUR SSSC INCLUDING
PUMPING STATION AT KHORSAM
1. TPI Agency has to inspect equipment & machinery of entire project
which includes pipeline, various valves, pumping station machineries,
switch yard, Electrical side all equipment, transformer, etc After physical
verification & inspection TPI agency will certify the charge paper
prepared during handing and taking over of charge from O.M.R. agency
to department or other O.M.R.agency after completion of O & M period
to another agency or department.
80
2. Agency will undertake inspection work of each project which mainly
includes pipeline with various valves i.e. Kinetic air valve, Scour valve,
Sluice valve, Butter fly valve, Non Return Valve, Scour Valve,Zero
Velocity Valve, Mandatory spares lying in store as well as spares
procured by O.M.R.agency, etc., Khorsam, Hansapur ,Modhera,
Moti dau, Rasulpur, Modhera (sssc project), Jalundra, Adundara and
Khorsam (sssc project) pumping station pumping all elecro-mech
machineries and its working condition during Operation, Maintenance
and repair period and give the certificate that all are in good working
condition. Regarding repairing required in system, TPI agency has to
submit report dully signed by departmental authority as well as
Operation, Maintenance & repair Agency stating categories of urgent
repairing, normal repairing, etc.
3. TPI Agency will ascertain repairing of equipment / machinery of project
and to carry out supervision of repairing work to give certificate that
repairing work done is satisfactory.
4. Inspection agency will provide technical assistance as & when
required during O.M. & R. work to department and O.M.R.agency.
5. Inspection agency will work to ensure smooth operations &
maintenance of each Pipe line project. The scope of work is
mentioned below.
1. At duration of every three months of operation, maintenance &
repair period, Inspection agency has to workout efficiency & other
parameters of pump-motor set , power consumption, transformer ,
etc. as per requirement and as per need as suggested by engineer
in charge and submit report.
2. Preparation of Leakage report at pumping station and all along
pipeline.
3. Inspection agency shall justify the power consumption, quantity of
water & power factor , working hrs and Idle hrs. and to certify that
81
all records are maintained properly at every three months.
4. Inspection agency should issue certificate at every month i.e. pipeline,
pumps & other equipments are working satisfactory after
checking.The discharge shall also be checked by flow meter and
certify the bill of O.M.R. agency
5. Inspection agency should certify the working hours of pumping station
and the repairing work carried out by O.M.R.agency to machineries,
pipeline, etc of entire System during each month of O.M.R.period.
Submission of Report
1. Report of preventive maintenance and quality of repairing work
required to operate system satisfactory i.e. for Civil-electro-mechanical
Repairing work of pumping station and pipeline, mandatory spares
lying in store ,staff quarter, Sump etc, at every three months. In
case of repairing work done the TPI agency should certify that work
has been done satisfactory.
2. . Pump motor set efficiency, power consumption and Power factor
discharge, leakage etc. should be reported every three months after
conducting the tests at site.
3. TPI Agency will witness handing over and taking over the project
between two O.M.R. agency or department as the case may be &
the physical charge paper of system including mandatory spares
lying in store should be prepared & should be certified in respect
of working condition.
4. TPI Agency will suggest the proforma of record to be maintained,
After getting approval from engineer in charge,TPI will verify and
review the record at every month and will certify that record has
been maintained satisfactorily.
82
Work execution office: work execution is to be done under following offices
and all related reports will have to be made to thease offices.
[1] For project - NARMADA MAIN CANAL KHORSAM TO SARASWATI RIVER INCLUDING
PUMPING STATION AT KHORSAM AND HANSAPUR
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Mech. sub dn-2 Nr. railway crossing, station road At. Vijapur, Ta. Vijapur, Dist – Mehsana Pin no. 382870 Office Phone no. (02763) 220034
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
[2] For project - NARMADA MAIN CANAL MODHERA TO DHAROI DAM INCLUDING
PUMPING STATION AT MODHERA, MOTI DAU AND RASULPUR
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Elect.store sub dn Nr. Dabhoda railway station At. Dabhoda, Ta. & Dist – Gandhinagar Pin no. 382355 Office Phone no. (079) 23955548
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
[3 ] For Project – NARMADA MAIN CANAL MODHERA TO MOTODAU SSSC INCLUDING
PUMPING STATION AT MODHERA
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Elect.store sub dn Nr. Dabhoda railway station At. Dabhoda, Ta. & Dist – Gandhinagar Pin no. 382355 Office Phone no. (079) 23955548
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
83
[4] FOR PROJECT - NARMADA MAIN CANAL JALUNDRA TO MADHAVGADH SSSC
INCLUDING PUMPING STATION AT JALUNDRA
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Mech. sub dn-8 Behind Chakudia Mahadev Padama road, Rakhial Ahmedabad Pin no. 380023 Office Phone no. (079) 22741109
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
[5] FOR PROJECT - NARMADA MAIN CANAL ADUNDARA TO KHERVA SSSC INCLUDING
PUMPING STATION AT ADUNDARA
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Elect.store sub dn Nr. Dabhoda railway station At. Dabhoda, Ta. & Dist – Gandhinagar Pin no. 382355 Office Phone no. (079) 23955548
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
[6] FOR PROJECT - NARMADA MAIN CANAL KHORSAM TO MATPUR SSSC INCLUDING
PUMPING STATION AT KHORSAM
Sub Division office Division office
The Deputy Executive Engineer G.T.W.Mech. sub dn-2 Nr. railway crossing, station road At. Vijapur, Ta. Vijapur, Dist – Mehsana Pin no. 382870 Office Phone no. (02763) 220034
The Executive Engineer G.T.W.Division no.1 Near Central fire station, Manekchowk Ahmedabad, Pin no.380001 Phone no. (079) 22114083 Fax No.(079) 22136760
Email ID : eegtwdn1@yahoo.com
84
Tender quoting eligibility condition; Bidder should have a experience of Inspection work of Operation and maintenance of at least one lift irrigation pipeline project not less than 1800 mm diameter m.s. pipe rising main including pumping station with high tension switch yard and containing HT motors and pumps having capacity not less than 3500 m3 / hr. Bidder must attach certificate of experience with tender documents.
OR
Bidder should have experience of testing & inspection of M.S.pipeline having diameter not less than 1800 mm, HT switchyard, HT motors, panels and pumps having capacity not less than 3500 m3/hr.
Terminology : word meaning
1. O.M.R.Work - Operation, Maintenance and Repair work
2. O.M.R.agency – Agency appointed by GWRDC who is looking for
Operation, Maintenance and Repair work
3. T.P.I. agency - Third party inspection agency
Terms & Condition: (1) E.M.D. : EMD of Rs.5900/- in form of Demand draft / F.D.R. of
nationalized or scheduled bank shall be furnished with tender with the validity of 180 days from the last date of submission. E.M.D. exemption certificate will not be accepted. Tender received without E.M.D. will be rejected outright.
(2) Payment Terms : For each project, After submission of three monthly detailed Inspection report at every three Month, 25% amount of total tender amount will be Paid. Applicable taxes, etc will be deducted from bill. (3) Work Period: 12 Months from the date of work order / agreement.
(4) Time Limit Extension: In case of O.M.R. work period extended, TPI Period can be extended for further Two years with the same terms & rate for each project. Payment will be made proportionately during extended period of time
85
(5) Validity of offer: The validity of offer should be minimum for 90 days, other wise tender is liable to be rejected.
Signature of Contractor Signature of the Executive Engineer
Þæñ¼£Íæޣȼæê ØæÚê ÞæÆæË¿ææÏæÞ …™¼æñȼæê ØæÚê
86
ABSTRACT - Tender work detail
Sr. No.
Tender work Estimated Amount in Rs.
1 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL KHORSAM TO SARASWATI RIVER INCLUDING PUMPING STATION AT KHORSAM AND HANSAPUR
149952.00
2 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO DHAROI DAM INCLUDING PUMPING STATION AT MODHERA, MOTI DAU AND RASULPUR
209088.00
3 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO MOTI DAU SSSC INCLUDING PUMPING STATION AT MODHERA
70752.00
4 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL JALUNDRA TO MADHAVGADH SSSC INCLUDING PUMPING STATION AT JALUNDRA
35904.00
5 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL ADUNDARA TO KHERVA SSSC INCLUDING PUMPING STATION AT ADUNDARA
47520.00
6 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL KHORSAM TO MATPUR SSSC INCLUDING PUMPING STATION AT KHORSAM
72864.00
Grand Total 1+2+3+4+5+6
586080.00
87
SCHEDULE: B
Name of work: Providing Third party inspection services on opration, maintenance and repairing of pipeline and pumpingstations, etc. of 6 Lift Irrigation pipeline projects
Sr. No
Name of work Unit Estimated Amount of each work
1 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL KHORSAM TO SARASWATI RIVER INCLUDING PUMPING STATION AT KHORSAM AND HANSAPUR
JOB 149952
2 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO DHAROI DAM INCLUDING PUMPING STATION AT MODHERA, MOTI DAU AND RASULPUR
JOB 209088
3 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE ANDREPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL MODHERA TO MOTI DAU SSSC INCLUDING PUMPING STATION AT MODHERA
JOB 70752
4 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL JALUNDRA TO MADHAVGADH SSSC INCLUDING PUMPING STATION AT JALUNDRA
JOB 35904
5 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL NARMADA MAIN CANAL ADUNDARA TO KHERVASSSC INCLUDING PUMPING STATION AT ADUNDARA
JOB 47520
6 PROVIDING THIRD PARTY INSPECTION SERVICES ON OPERATION MAINTENANCE AND REPAIRS ON PIPE LINE PROJECT FROM NARMADA MAIN CANAL NARMADA MAIN CANAL KHORSAM TO MATPUR SSSC INCLUDING PUMPING STATION AT KHORSAM
JOB 72864
Total Rs. 586080 I/ We am/are willing to carry out the work at…………………………………% above /below Percent (should be written in figure and words) of the estimated rates mentioned above. Amount of my/our tender works out as under. *Estimated amount *Estimated amount Put to tender Rs ………….. Put to tender Rs……………… Deduct:…… % below Rs…………. Add……..% above Rs………….. Net Rs………….. Total Rs………….. In Words………….. ………………… In Words………….. ………………… ….. * (Please strict out whichever is not applicable).
Note : 1 : All works shall be carried out as per public works department handbook and other specifications of division or as directed
Note : 2 : Rates quotes include clearance of site ( prior commencement of work and at its close) in all respects and hold good for work under all condition site, moisture, weather etc.
Signature of the Contractor Signature of the Executive Enginee
Þæñ¼£Íæޣȼæê ØæÚê ÞæÆæË¿ææÏæÞ …™¼æñȼæê ØæÚê
88
PREAMBLE TO PRICE SCHEDULES
1. The bid is a bid for Third party Inspection services during period of
operation & maintenance & Repairs of civil, mechanical & electrical and
Instrumentation work, civil structure M.S. Pipeline for Each Pipe Line
Project
2. The rates submitted in the formats given in the enclosed Price Schedule/
and prices received in any other formats will be rejected and the Bids will
be disqualified.
3. It will be entirely at the discretion of the Department to accept or reject
the bidder’s proposal, without giving any reasons whatsoever and the
bidder shall not be permitted to withdraw his bid on this account.
4. In Price Schedule, bidder shall quote their price for entire work. Prices
quoted in Schedule-B only will be considered & shall form a part of the
Contract Agreement.
5. Commencement and duration of Contract:
For each project, the Inspection work period will start from the date of
issue of the work order. Further extension of two years in work period
may be given after satisfactory completion of work, with the same terms
and rate.
6. The rates shall be deemed to include any works and setting out that
may be required to be carried out for carrying out of all the works
involved.
7. The work of this schedule comprise of all types of expenses occurred
towards deploying personnel/staff, all type of taxes, vehicle expenses,
transportation charges, accommodation /halt charges, documentation
and their related charges, etc. This condition should also apply
for extension work period.
8. The bidder should acquaint himself with the site conditions including
the access to work site. The successful bidder shall have to make
suitable access to work sites at his own cost. These accesses will be
used by the other contractors working for Department.
9. Conditional bid will not be accepted in any case & will be outrightly
rejected.
Signature of the Contractor Signature of the Executive Enginee
Þæñ¼£Íæޣȼæê ØæÚê ÞæÆæË¿ææÏæÞ …™¼æñȼæê ØæÚê