44
Mun CO For Procurement of Civil/Mecha Name of Work: Construction Of “Construction Of 1 No. RCC Ove gallons capacity with 25 mtr. stagi Name of Agency : ..... ……… Agreement No. : ……………… -Sd- Signature of Dy. Supdt. Notice No..…………… nicipal Corporation Gurgaon TENDER and ONTRACT DOCUMENT anical/Electrical Works under Local Co Procedure OHSR At Tikona HUDA Park Sec. er Head Service Reservoir 10.00 Lacs ing height and all other works contig App. C …………………………………………… …………………………………………… …………………………………………… ompetitive Bidding 5 Gurgaon Town s ltr. or 2.20 Lacs gent thereto Cost Rs. 85.00 lacs. ……………………..... ……………….......... ……….......... Tender

Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

Embed Size (px)

Citation preview

Page 1: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

Municipal Corporation Gurgaon

CONTRACT DOCUMENT

For Procurement of Civil/Mechanical/Electrical Works under Loca

Name of Work: Construction Of OHSR At Tikona HUDA Park Sec. 5 Gurgaon Town

“Construction Of 1 No. RCC Over Head Service Reservoir 10.00 Lacs ltr. or 2.20 Lacs

gallons capacity with 25 mtr. staging height and all other works contigent thereto

Name of Agency :

.....

………………………………………………………………..........

Agreement No. : ………………………………………………………………..........

-Sd-

Signature of Dy. Supdt.

Notice No..……………

Municipal Corporation Gurgaon

TENDER

and

CONTRACT DOCUMENT

or Procurement of Civil/Mechanical/Electrical Works under Local Competitive Bidding

Procedure

Construction Of OHSR At Tikona HUDA Park Sec. 5 Gurgaon Town

“Construction Of 1 No. RCC Over Head Service Reservoir 10.00 Lacs ltr. or 2.20 Lacs

gallons capacity with 25 mtr. staging height and all other works contigent thereto

App. Cost Rs.

……………………………………………………………….....

………………………………………………………………..........

………………………………………………………………..........

l Competitive Bidding

Construction Of OHSR At Tikona HUDA Park Sec. 5 Gurgaon Town

“Construction Of 1 No. RCC Over Head Service Reservoir 10.00 Lacs ltr. or 2.20 Lacs

gallons capacity with 25 mtr. staging height and all other works contigent thereto

App. Cost Rs. 85.00 lacs.

……………………………………………………………….....

………………………………………………………………..........

………………………………………………………………..........

Tender

Page 2: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 1 -

PRESS NOTICE

Municipal Corporation Gurgaon Notice Inviting Tender

No. ________________ Dated:_____________ 1. Online bids are hereby invited on behalf of Commissioner MCG for the

works mentioned below:- Name of Work:- Construction Of OHSR At Tikona HUDA Park Sec. 5

Gurgaon Town “Construction Of 1 No. RCC Over Head Service Reservoir 10.00

Lacs ltr. or 2.20 Lacs gallons capacity with 25 mtr. staging height and all other

works contigent thereto

App. Cost Rs. 85.00 lacs. Estt. Cost

Rs. in Lacs

Earnest

Money in

Rs.

Time Limit

in Months

Tender

Document

Fee in Rs.

During date & Time

Downloading of

Tender

Document and

online bid

preparation /

hash

Submission

Date & Time

Submission of

online bid

(Re-

Encryption of

Bids)

Date & time

85.00 170000 08 Months 1000 13.06.2013

09:00 to

20.06.2013

17:00

13.06.2013

09:00 to

20.06.2013

17:00

1. Tender will be opened on dated 26.06.2013, from 09:00 AM to 5:00 PM 2. The detail tender notice can be seen on website: http://mcg.gov.in 3. Possession of Digital Signature Certificate (DSC) and registration of the

contractors on the portal i.e. http://mcg.etenders.in is a prerequisite for e-tendering. Kindly contact o/o Nextenders (India) Pvt. Ltd., O/O MCG, Sec-39 : Sh. Sanjay Kumar - 8743042801

4. For any other queries, please contact Executive Engineer, Div. No. 3, Municipal Corporation Gurgaon Tel (M) 8826794063 Address:- Near HUDA Community Centre, Sector 39, Gurgaon.

5. The Contractor Should be enlisted up to the limit of tendered amount and nature of work

For further details and e-tendering schedule, visit website http://mcg.etenders.in

Page 3: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 2 -

For & on behalf of Commissioner MCG

Sd/- Executive Engineer Division No. 3, Municipal Coporation, Gurgaon

Page 4: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 3 -

Municipal Corporation Gurgaon

NOTICE INVITING E-TENDER

Online bids are hereby invited for the following work:-

Name of work: Construction Of OHSR At Tikona HUDA Park Sec. 5 Gurgaon Town

“Construction Of 1 No. RCC Over Head Service Reservoir 10.00 Lacs ltr. or 2.20 Lacs

gallons capacity with 25 mtr. staging height and all other works contigent thereto

App. Cost Rs. 85.00 lacs.

Estt. Cost

Rs. in Lacs

Earnest

Money

in Rs.

Time Limit

in Months

Tender

Document

Fee in Rs.

Downloading of

Tender Document

and online bid

preparation / hash

Submission Date &

Time

Submission of

online bid (Re-

Encryption of

Bids)

Date & time

85.00 170000 08 Months 1000 13.06.2013 09:00

to

20.06.2013 17:00

13.06.2013 09:00

to

20.06.2013 17:00

b) Tender documents can be downloaded online from the Portal: http://mcg.etenders.in by the

Firms / Individual registered on the Portal.

c) As the Bids are to be submitted online and are required to be encrypted and digitally signed, the

Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For obtaining

Digital Certificate, the Bidders should follow Point No.- 2 under “Annexure-A” Conditions of

e-tendering.

Page 5: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 4 -

d) Key Dates

Sr.

No.

MC Gurgaon

Stage Contractor Stage

Start Date and

Time

Expiry Date and

Time

1

Release of

Tender

document

- 12.06.2013 09:00 12.06.2013 17:00

2 -

Downloading of Tender

Document & Payment

Tender Document fees

13.06.2013 09:00 20.06.2013 17:00

3 -

Online Bid Preparation,

Hash Submission &

Earnest Money Deposit

13.06.2013 09:00 20.06.2013 17:00

4 Technical &

Financial Lock -

21.06.2013 09:00 21.06.2013 17:00

5 - Re-encryption of Online

Bids 22.06.2013 09:00 24.06.2013 17:00

6

Manual Submission of

EMD & additional

documents

22.06.2013 09:00 24.06.2013 17:00

7 Open EMD & /

Technical bid -

25.06.2013 09:00 25.06.2013 17:00

8

Eligibility

criteria

Evaluation

- 25.06.2013 09:00 25.06.2013 17:00

9 Open Financial

/ Price-Bid -

26.06.2013 09:00 26.06.2013 17:00

e) The Bidders can download the tender documents from the Portal: http://mcg.etenders.in. Tender

Documents Fees has to be paid online through payment gateway during the “Online Bid

Preparation & Hash Submission” stage and Earnest Money Deposit has to be deposited through

Demand Draft in the name of Municipal Corporation, Gurgaon.

Willing Contractors shall have to pay the Tender Document Fees through payment

gateway during the “Online Bid Preparation & Hash Submission” stage. However, the

details of the EMD are required to be filled at the time of Bid Preparation and Hash

Submission Stage; the Bidders are required to keep the EMD details ready

beforehand.

Page 6: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 5 -

f) The tender shall be submitted by the bidder in the following two separate envelops online:

1. Earnest Money and all the documents

In support of eligibility criteria - Envelope ‘T1’

2. Price Bid - Envelope ‘C1’

Reference of the EMD is to be mentioned online

In the first instance, the Envelop – ‘T1’ of all the Bidders containing the statement of Earnest

Money and documents supporting eligibility criteria shall be opened online. If the Earnest

Money and eligibility of bidder is found proper, the Envelop ‘C1’ containing financial bids

shall be opened online in the presence of such bidders who either themselves or through their

representatives choose to be present. The financial bid shall be opened only if the bidders

meet the eligibility criteria as per the Bid document.

Envelope ‘T1’ – Earnest Money Deposit and eligibility criteria Envelope

Physical Technical Envelope – Photocopies in support of eligibility criteria and photocopy of

document of transaction made in support of deposit of Earnest Money.

Online Technical Envelope—Reference details of the Earnest Money Deposit instrument and

scanned copy of documents supporting deposition of EMD and eligibility criteria.

Envelope ‘CI’ – Price Bid Envelope

To be submitted mandatory online- “Information related to Price Bid of the Tender”.

The bidder can submit their tender documents as per the dates mentioned in the

schedule above.

Page 7: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 6 -

CONDITIONS:-

1. EMD of Societies 1% of DNIT Cost and Others Contractor shall be full Earnest Money

2. Conditional tenders will not be entertained & are liable to be rejected.

3. The undersigned reserves the right to reject any tender or all the tenders without assigning

any reason.

4. The societies shall upload & produce a copy of the resolution authorizing the person to

file the tender from the Co-Operative department for e-tendering.

5. The tender without earnest money payment will not be opened.

6. The jurisdiction of court will be at Gurgaon.

7. The tender of the bidder who does not satisfy the eligibility criteria in the bid documents

will be rejected summarily without assigning any reason and no claim whatsoever on this

account will be considered.

8. Bids shall be valid for 3 months from the date of expiry of online “Re-Encryption of

online Bids” stage. The bid for the work shall remain open for acceptance during the bid

validity period to be reckoned from the expiry date of “Re-Encryption of online Bids”

stage. If any bidder withdraws his bid during bid validity period, any modifications in the

terms and conditions of the bid, the said earnest money shall stand forfeited.

Executive Engineer

Page 8: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 7 -

ANNEXURE-A

CONDITIONS OF E-TENDERING

Instruction to Contractor on Electronic Tendering

These conditions will over-rule the conditions stated in the tender documents, wherever

relevant and applicable.

1. Registration of contractors on E-tendering Portal:-

All the Contractors intending to participate in the tenders processed online are required to get

registered on the Electronic Tendering System on the Portal http://mcg.etenders.in. For more

details, please see the information on the Registration info link on the home page.

2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital

Certificate to establish the identity of the bidder bidding online. These Digital

Certificates are issued by an Approved Certifying Authority, by the Controller of

Certifying Authorities, Government of India.

2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN

Card) and Address proofs and verification form duly attested by the Bank Manager/

Charted Accountant/ Any Gazatted Officer whose stamp carrying emblem of Ashoka.

Only upon the receipt of the required documents, a digital certificate can be issued.

2.3 The contractors may obtain Class-II digital certificate from any Certifying Authority or

Sub-certifying Authority authorized by the Controller of Certifying Authorities or may

obtain information and application format and documents required for the issue of digital

certificate from:

M/s NexTenders (India) Pvt. Ltd.

YUCHIT, Juhu Tara Road,

Mumbai – 400049

Email: [email protected] or

NexTenders (India) Pvt. Ltd.

O/o PWD (B&R) Haryana

Nirman Sadan Building (Basement)

Plot No.-1, Dakshan Marg

Sector - 33 A,

Chandigarh-160020

Tel. No. 0172-2618292

Email: [email protected].

Page 9: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 8 -

2.4 Bid for a particular tender may be submitted online using the digital certificate, which is

used to encrypt the data and sign the hash during the stage of bid preparation & hash

submission. In case, during the process of a particular tender, the user looses his digital

certificate (be it due to virus attack, hardware problem, operating system or any other

problem) he will not be able to submit the bid online. Hence, the users are advised to

keep a back up of the certificate and also keep the copies at safe place under proper

security (for it’s use in case of emergencies).

2.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm

is used for signing and submitting a bid, it will be considered equivalent to a no-

objection certificate/power of attorney /lawful authorization to that User. The firm has to

authorize a specific individual through an authorization certificate signed by all partners

to use the digital certificate as per Indian Information Technology Act 2000. Unless the

certificates are revoked, it will be assumed to represent adequate authority of the user to

bid on behalf of the firm in MC FARIDABAD tenders as per Information Technology

Act 2000. The digital signature of this authorized user will be binding on the firm.

2.6 In case of any change in the authorization, it shall be the responsibility of management /

partners of the firm to inform the certifying authority about the change and to obtain the

digital signatures of the new person / user on behalf of the firm / company. The

procedure for application of a digital certificate however will remain the same for the

new user.

2.7 The same procedure holds true for the authorized users in a private/Public limited

company. In this case, the authorization certificate will have to be signed by the directors

of the company.

3 Opening of an Electronic Payment Account:

For purchasing the tender documents online, contractors are required to pay the tender

documents fees online using the electronic payments gateway service. For online payments,

please refer to the Home page of the e-tendering Portal http://mcg.etenders.in

4 Set up of machine:

In order to operate on the electronic tender management system, the user’s machine is required

to be set up. A help file on setting up of the system can be obtained from M/s Nextenders

(India) Pvt. Ltd. or can be downloaded from the home page of the website -

http://mcg.etenders.in.

5 Online Viewing of Detailed Notice Inviting Tenders:

The contractors can view the detailed N.I.T and the time schedule (Key Dates) for all the

tenders floated through the electronic tendering system on the MC FARIDABAD e-tenders

website http://mcg.etenders.in

Page 10: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 9 -

6 Download of Tender Documents:

The tender documents can be downloaded from the Electronic Tendering System through the

Portal http://mcg.etenders.in

7 Key Dates:

The contractors are strictly advised to follow dates and times as indicated in the Notice Inviting

Tenders. The date and time will be binding on all contractors. All online activities are time

tracked and the system enforces time locks that ensure that no activity or transaction can take

place outside the start and end dates and the time of the stage as defined in the Notice Inviting

Tenders.

8 Bid Preparation (Technical & Financial) Online Payment of Tender Document Fee and

Submission of Bid Seal (Hash) of online Bids:

8.1 The Payment can be made by eligible / contractors online directly through Credit Cards /

Internet Banking Accounts / Cash Cards. The contractors have to pay the cost of the

tender documents online by making online payment of tender document fees using the

service of the secure electronic payment gateway. The secure electronic payments

gateway is an online interface between contractors and credit card / online payment

authorization networks.

8.2 Submission of bids will be preceded by submission of the digitally signed bid seal (Hash)

as stated in the time schedule (Key Dates) of the Tender.

9 Generation of Super Hash:

After the submission of Bids (Hash) by the Contractors, the bidding round will be closed and a

digitally signed Super Hash will be generated by the authorized Municipal Corporation

FARIDABAD officers. This is equivalent to sealing the tender box.

10 Submission of actual online bids:

Contactors have to submit their encrypted bids online and upload the relevant documents for

which they generated the hash at the stage of hash generation & submission after the generation

of Super Hash. The process is required to be completed within the date and time as stated in the

Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors who have

submitted their bid seals (Hashes) within the stipulated time, as per the tender time schedule

(Key Dates), will be accepted by the system. A contractor who does not submit his bid seal

(Hash) within the stipulated time will not be allowed to submit his bid.

Note:- Bidders participating in e-tendering shall check the validity of his/her Digital

Signature Certificate before bidding in the Tenders floated online at e-tendering portal of

MC Gurgaon website http://mcg.etenders.in.

Page 11: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 10 -

MUNICIPAL CORPORATION GURGAON

NOTICE INVITING TENDER

1. For and behalf of the Commissioner MCG , tenders in sealed covers are hereby invited

for the execution of the work given below from firms of repute/such contractors, who are having a

valid certificate of enlistment issued by a competent officer of Municipal Corporation Gurgaon duly

renewed upto date (on which tenders are to be opened): -

Name of Work: Construction Of OHSR At Tikona HUDA Park Sec. 5 Gurgaon Town

“Construction Of 1 No. RCC Over Head Service Reservoir 10.00 Lacs ltr. or 2.20 Lacs

gallons capacity with 25 mtr. staging height and all other works contigent thereto

App. Cost Rs. 85.00 lacs.

Executive Engineer PARTICULARS OF THE Division No.3,

OFFICER INVITING Municipal Corporation

THE TENDERS Gurgaon

Hereinafter referred to as

"Executive Engineer"

Page 12: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 11 -

GENERAL NOTES (A)

1. This contract schedule of rates is an extract of the relevant items from the Haryana PWD

schedule of rates, 1988 and is to be read with another schedule attached hereto namely as

the “ SCHEDULE OF CEILING PREMIA ”. For the purpose of cross reference against

each items the chapter no and the item no has been indicated.

2. The above rates are for the complete items including cost of all materials, labour, tools and

plants etc. unless otherwise specified.

3. All clauses and notes given in the Haryana PWD schedule of rates 1988 with upto the date

of tender shall be applicable on all above items where ever necessary.

4. The description rates, units etc. of the above items shall be corrected as per Haryana PWD

schedule of rates, 1988 in case of any error or omission.

5. Nothing shall be paid for unforeseen delays on account of non-availability of any kind of

material, drawing or design.

6. Nothing shall be paid for the damage done by rain, floor or any other act of God.

7. The whole work shall be carried out strictly in accordance with the Haryana PWD

specifications 1990 edition with upto date correction slips.

8. In case contract schedule of rates. Only essential portion or items has been written it will

deem to cover the entire items fully described in Haryana PWD schedule of rates subject to

the foot notes and notes given in the Haryana PWD schedule of rates 1988.

9. The work shall be considered to be situated within the Municipal limits for all purposes.

10. No claims will be entertained from the contractor in case any mistake in description, rates or

units accrue in any of the items taken in the schedule, while composing this schedule or on

account of typing or comparison or over sighting. If there is any mistake, the same shall be

rectifiable at any stage as per Haryana PWD schedule or rates, 1988 by the Engineer-in-

charge alongwith the amendments of the same received from time to time.

11. Approximate quantities have been given in the contract schedule of rates and these can vary

at the time of execution of the work. The payment will however be made according to the

actual work done by the contractor and accepted by the Department.

12. The amount of work can be increased or decreased. The contractor will have no claims on

this account.

13. The items given in the contract schedule of rates can be changed by the Engineer-in-charge

and its execution will be handing over the contractor.

14. No claim on account of fluctuated in prices due to any reason what so ever will be

considered.

15. The list of ceiling premia admissible on various items contained in various chapter of

Haryana PWD schedule of rates 1988 is attached with the notice inviting tender and shall

from the part and parallel of this contract schedule of rates. All those items which do not fall

within Haryana PWD schedule of rates, 1988 the ceiling premia shall be “ZERO”.

Executive Engineer-III

16. Payment only made to the contractor for the work actual done at site and accepted by the

department.

17. All the items in the contract schedule of rates are subject to the foot notes as given in the

Haryana PWD schedule of rates, 1988 regarding these items.

Page 13: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 12 -

18. The department reserve the option to take away any item of work or any part thereof at any

item during the currency of contractor and re-allot to another contractor with due notice to

the contractor without liability of compensation.

19. The item of HSR 1988 is described very briefly but the description would mean the

complete description in aforesaid PWD schedule of rates, 1988 regarding these items with

upto date amendments.

20. All the pages of the tender for must be signed by the tenderer before submitting the tender

failing which the tender shall be treated as invalid.

21. The validity of the tender shall be considered as three months and no lower limit even if

quoted by the contractor shall be considered.

22. In the DNIT CSR means CONTRACT SCHEDULE OF RATES.

23. If water connection is given to the contractor by the department ½% (Half percent) charges

shall be deducted from the bill of the work done. However, material required for water

connection will be arranged by the contractor.

24. The work will be carried out according to IRC, MORT & H / PWD specification latest

edition which will form a part and parcel of this contract schedule of rates.

25. Nothing extra shall be paid for any type of jungle clearance which the tenderer may have to

carry out.

26. If any damaged is done by the contractor to any existing work during the coarse of

excavation of the work. This shall have to be made good by him at his own cost.

27. The shall take all the precaution to avoid the accidents by providing and maintaining

necessary caution boards, day and night speed limit breakers, red flags and red light and

providing barriers as necessary at either end of the location. All these arrangements will be

considered as incidental to the work and contractor responsibility and nothing shall be

payable to him in this respects.

28. The contractor shall make his own arrangement for the electric connection of required and

make necessary payment directly to the department concerned.

29. The work will be open to third party inspection arranged by the department and contractor

will have no claims in this regard. The charges for third party inspection will be born by the

department.

30. Any item of work not provided in the contract schedule of rates but require to be executed,

will be at the Haryana PWD schedule of rates, 1988 together with the ceiling premium

exhibited in the NIT for various chapters where the item exists in the Haryana PWD

schedule of rates 1988 subject to premium or discount tendered by the contractor. In case of

non scheduled item, this will be governed by clause 12 of the contract agreement.

31. MCG has right to negotiate the rates to explore lower rates if required.

Executive Engineer-III

Page 14: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 13 -

TECHNICAL CONDITIONS (B)

1. The ISI marked OPC 43 Grade; Cement will be used and arranged by the Contractor/ Agency

at his own cost.

2. The work will be open for third party inspection for quantity and quality as per prescribed

relevant. IS specification as directed by the Engineer in charge.

3. The design mix to be used will be going approved by the agency from Engineer-in-charge at

least 15 day in advance. The samples will be given by the agency free of cost.

4. Contractor shall provide suitable measuring arrangement and leveling instruments latest quality

approved by Engineer-in-charge at the site of work.

5. No extra payment on account of quality control measures shall be paid to the contractor.

6. PERIOD OF DEFECTS LIABILITY. The contractor shall be responsible to make good and

defect which may develop or may be noticed during period of one year from the certified date

of completion and which is attributable to the contractor. All notices of such defects shall be

given to the contractor promptly. In case the contractor fails to make good the defects, the

Engineer-in –Charge may employ other means to make good such defects and all expenses

consequent and incidental there to shall be borne by the contractor.

7. The contractor shall not occupy or obstruct by his operations more than ½ of the width of any

road or street. However, in special conditions, the contractor shall obtain the consent of the

Engineer-in-charge in writing before closing any road for vehicular traffic and footpath shall be

kept clear at all times. The contractor shall make all the precaution to avoid any accidents and

for proper guidance of the traffic bye providing necessary barriers, reflective cautionary sign/

signal, speed limit boards, red and green flags, electric light focus type at night, with sufficient

number of chowkidars and other measures while work is in progress or blocking the road

wherever otherwise necessary. The material and the machinery shall be stocked/ placed at the

site of work in such a way that there will be no obstruction to traffic and inconvenience to

public. No claim shall be entertained on account of such faulty arrangement made by the

contractor. The contractor shall be fully responsible for all accidents caused by the negligence

of such precaution. In case the contractor fails to comply with the afore said arrangements the

same shall be made by the Engineer-in-charge at the risk and cost of the contractor.

8. If directed by the Engineer-in-charge in writing the work shall be done during night time for

which nothing extra shall be paid to the contractor.

9. Before tendering the tender shall inspect the site of work and shall fully acquaint/ satisfy

himself about the condition with regard to site, nature of soil, availability of material, suitable

location for construction of god owns stores and labour huts, the extent of leads and lifts is

involved in the work (over the entire duration of contract) including local required for a

satisfactory execution of work. This rate should take into consideration all such factors and

contingencies. No claim what so ever shall be entertained by the department on this account.

10. Only actual quantities of work completed and accepted by the Engineer-in-charge shall be paid

for if any damage is done by the contractor to any existing work during the course of execution

of work, this shall have to be made good by him at his own cost.

Executive Engineer-III

11. At least one authorized representative of the contractor should always be available at site of

work to take instruction from departmental officers and ensure proper execution of work should

be done in the absence of the contractor.

Page 15: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 14 -

12. The contactor shall be required to provide all such materials/ equipment’s at site to conduct

field tests and to ensure that the quality of aggregate shall be according to the prescribed

specification and no payment for material required for samples for such tests shall be made to

him. In case the material is not found up to mark, the same will be rejected.

13. For cement, bitumen, steel and similar other material there essential tests are to be carried out

at the manufacturer’s plants or at laboratories other then the site laboratory, the cost of samples,

testing and furnishing of test certificates to the Engineer.

14. Nothing shall be paid for making and maintenance of service road required for the

transportation of the material.

15. Irrespective of what is stated in para 6 of the preface of Hr. PWD/ schedules of rates 1988

general rules no carriage of cement, steel and bricks aggregate bitumen or any other type of

material shall be admissible irrespective of lead involved.

16. No payment will be made to the contractor for damage caused by the rains or other natural

claimants during the execution of the work and no claim on this account will be entertained.

17. This security shall be refunded after 3(three) months of completion of work but the contractor/

Agency shall submit deposit at call in the shape of bank Guarantee of equal amount for balance

09(nine) months in favour of Commissioner Municipal Corporation Gurgaon before release of

security.

18. The aggregate & fine aggregate used shall be as per PWD/ Most specification and the water

shall be as per IS 456 2000.

19. All aggregates including water etc. and furnished products in RMC will be tested as per

relevant ISI standard.

20. The Fly ash may be used in mix designed for M-40 grade to max extent of 10% and design be

got approved by the NCCB/CRRI with minimum cement content 420 Kg of 43 grade per cubic

meter.

Executive Engineer-III

Page 16: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 15 -

SPECIAL CONDITIONS (C)

1. Wherever in the description of the item in the bill of the quantities the specification clause No.

of MORT&H is missing, the same shall be carried out strictly in accordance with the

MORT&H (Road Wing) and latest revision/ amendment as applicable.

2. The contractor shall clear the site of work simultaneously as the work proceeds failing which

the same shall be got cleared by the Engineer-in-charge at the risk and cost of the contractor.

3. Collection of material at site for the proper execution of work as per specification shall include

all leads and lifts. The percentage rates quoted by the contractor shall hold good irrespective of

the quarry/ sources form which materials are brought so long it conform to the specification.

Clause/ change of any quarry/ source shall not entitle the contractor to claim any revision in

rates.

4. The contractor shall store all materials in proper manner so as to avoid contamination,

deterioration and any accidents. He shall not store or keep any materials are to be stored shall

be subject to the approval of the Engineer-in-charge. At the places where the materials are

stored by the contractor he will make his own arrangements to clear the place within such time

as may be instructed by the Engineer-in-charge or the same shall be got clear by the Engineer-

in-charge at the risk and cost of the contractor.

5. No compensation for any damage caused to the work/ materials by him, folds or other natural

calamities shall be paid to the contactor. The contractor shall make good all such damages at

his own cost as per directions of the Engineer-in-charge.

6. The contractor shall obtain prior approval of the Engineer-in-charge before installation of

water and power system, electrical and mechanical equipment and plants and all temporary

construction etc. at site of work. On completion of work, the contractor be made good the

ground at his own cost as per directions of the Engineer-in-charge, failing which the same

shall he made good by the Engineer-in-charge at the risk and cost of the contractor.

7. The contractor shall make arrangement at his own cost for at least two numbers of modern

leveling instruments (wild type) for the purpose of carrying leveling operation failing which

the same shall be arranged by the Engineer-in-charge at his risk and cost.

8. No work should be done in the absence of the contractor on his authorized representatives. A

technician and surveyor will be provided/ made available for all working time by the

contractor for carrying out quality control tests and surveying. Nothing extra will be paid on

this account.

9. Nothing will be paid unforeseen delays on account of non-availability of any kind of material

or drawing and design.

10. The contractor will be responsible for setting cut the work establishing benchmark, center line

etc and will carry out all such works at his own cost.

11. Before start of the work, the contractor shall submit the program of execution of work, get it

approved from Engineer-in-charge and strictly adhere to the same for timely completion of the

project.

12. The contractor shall have to make approached to the site, if so required and keep them in good

condition for transportation of labour and materials a well as inspection of work by Engineer-

in-charge. Nothing extra shall be paid on this account.

Executive Engineer-III

13. The contractor shall bear all incidental charges for cartage, storage and safe custody of

materials issued to him by the department if any or his own material.

Page 17: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 16 -

14. The rate quoted by the agency/ contractor shall including the entire cost of royalty, Municipal

tax, direct or indirect including all loading, unloading, carriage on Kacha/ Pacca bed or road

and stacking including all labour for supply of material at the destination and nothing extra

shall be paid. The contractor shall quote his accordingly.

15. The contractor will arrange and use its own all type of machinery and T&P incidental to all

operation for the work. The rates to be quoted should be inclusive of the same.

16. The stacking will be done at hot mix plant site for various type of material in the sequence as

approved by the Engineer-in-charge, which will have to be maintained.

17. The contractor shall remove all bituminous on kerbs and channels and all heaps of wasted mix

from gully grating, bell mount and other installation at the end of the day work, failing which

the same shall be done at his risk and cost.

18. In case of important roads where the intensity of traffic is high, the contractor shall be

constructed by the Engineer-in-charge, restrict the work to non peak period as determined by

the Engineer-in-charge. No claim/ compensation on account of the same shall be entertained.

19. Collection of material should be so planned that it is commensurate with physical progress.

20. The quality control for road work and materials will be exercised as per section 900 of

MORTH specification latest revision/ amendment and for determining the quality of bitumen

used by extraction method as per procedure laid for doing such tests by IRC. The frequency of

sampling will be exercised as per clause of MORT&H Specifications.

21. At the time of start of work, the contractor shall get a sample work done in presence of

Engineer-in-charge who shall fix up the degree of compaction/ consolidation required for a

particular item of work and conduct suitable tests at regular intervals to determine for the work

done approaches the desired limit. In case tests reveal any deficiency, the contractor shall

made good the same without extra payment or work will be rejected if not according to

required specification.

22. The contractor shall progress on different parts simultaneously to ensure completion of the

road so that minimum breakage and repairs are involved.

23. To arrive at the desired grading of materials, the exact quantities of material of different

gauges shall be determined and stacked on the basis of laboratory tests from time to time. The

extra payment on this account worked not be admissible.

24. To ensure quality of intermediate traction test check may be carried out and sample taken from

materials. In case that is not found according to specification the work may be rejected.

However, the engineer-in-charge if considered it expedient and in the interest of work, he may

ask the contractor to supply the missing fraction up to quantity as determined by him

separately, free of cost.

25. Weather and seasonal limitation: The work of laying shall not be taken up during rainy or

foggy weather or when base course is damp or wet or during dust storm or when atmospheric

temperature is 10 degree C or less at site of work of particular reach.

26. The rate quoted should include hire charges of land or purchase of land for installation of Hot

Mix Plant etc.

Executive Engineer-III

27. Samples will also be got tested from CRRI/ Shree Ram Test House/ IIT`s or any other reputed

test house & testing laboratory. Samples will be given by the agency free of cost and testing

charges will be borne by the contractual agency.

Page 18: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 17 -

28. Before start of the work contractor will get his machinery inspected and approved from the

Engineer-in-charge of the work.

Executive Engineer-III

QUALITY CONTROL (D)

1. a) Identify defects: The Engineers-in-charge or his representative shall check the

contractor’s any work and notify the contractor any defects that are found. Such

checking shall not relieve the contractor/ contractor’s responsibility/ responsibilities. The

engineer-in-charge may instruct the contractor to search for defect and to uncover any

work that the engineer-in-charge or his authorized representative considers may have a

defect.

b) Correction of defects: The Engineers-in-charge shall give notice to the contractor

of any defects before the end of defects liability period/ maintenance period which will be

one year after completion. The defect liability period/ maintenance shall be extended as

long as defects remain to be corrected. Every time notice of a defect is given, the

contractor shall correct the notified defect within the limit of time specified by the

Engineer-in-Charge’s notice. If the contractor has not corrected a defect within the time

specified in Engineer-in-charge’s notice, the Engineer-in-charge will assess the cost of

having the defect corrected and the contractor will pay the amount.

c) The contractor shall have to provide a field laboratory fully equipped at work site

and at hot mix plant for conducting all the relevant tests mentioned in the MORTH&H

specification subject to the approval of the Engineer-in-charge or his representative. The

record of such tests is to be maintained in proper register duly signed by the contractor or

his representative, which will become the property of Deptt. The contractor will bear all

the running expenses for conducting such tests. All the tests will be carried in the

presence of Engineer-in-charge or his authorized representative. All the entries are to be

signed by the contractor and such authorized representative of Engineer-in-charge.

2. The quality control tests will be got done by department and the material for such tests will

be supplied by the contractor free of cost. In case the material is not found upto the

requirement, the same will be rejected. Cost of such tests will also be biome by contractual

agency.

3. Various quality control operations will be maintained as per clause No. 901, 902, and 903 of

MORT&H (Road wing) specification (IVth revision) of 2001 / latest edition.

4. Contractor shall provide suitable measuring arrangement and leveling instruments of latest

quality approved by Engineer-in-charge at the site of work.

5. No extra payment on account of quality control measures shall be paid to the contractor.

6. The Engineer-in-charge at his discretion can get any type and nos. of tests carried out from

any other approved laboratory for his satisfaction for which all the expenses incurred would

be biome by the contractual agency. The results so obtained from the laboratory would be

acceptable/ binding to the agency.

7. The riding quality of each and every reach will be strictly as per specifications.

8. Work will be also be opened to third party inspection also shall be stocked/ placed at the site

of work in such a way that there will be no obstruction to traffic and inconvenience to

public. No claim shall be entertained on account of such faulty arrangement made by the

contractor. The contractor shall be fully responsible for all accidents caused by the

negligence of such precaution. In case the contractor fails to comply with the aforesaid

Page 19: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 18 -

arrangements the same shall be made by the Engineer-in-charge at the risk and cost of the

contractor.

Executive Engineer-III

Page 20: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 19 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

Schedule -I

Schedule of Lumpsum amounts to be paid to the contractor for the above reservoir, constructed

tested and handed over complete in proper working order in all respect to the Engineer-in-Charge.

S. No. Short description Rate to be quoted by contractor

1) Construction of RCC over Head service

Reservoir of 10.00 lacs ltr capacity with

25 mtr staging height complete as described

in schedule II and III tested and handed

Over in working order to the satisfaction to

the Engineer-in-Charge. (At B/S Tikona HUDA Park)

* Enter the rates, both in words and in figures, only in the space. In the event of the variation of rates in, words and

figures, the tender may be rejected or otherwise, only the lower value shall be considered.

Page 21: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 20 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

NOTICE INVITING LUMPSUM RATE TENDER

Lumpsum rate tenders are hereby invited for and on behalf of Commissioner Municipal Corporation

Gurgaon from experienced reputed firms and contractors on the approved list of contractors of this

department for

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

Details of the contract schedule of rates are given in the contract schedule of rates annexed herewith.

Tenders will be received at Gurgaon by the Executive Engineer-III, MC Gurgaon on dt. __________

and will be opened by the undersigned in the presence of tenderers or their authorized agents who may like

to be present. Tenders must be delivered in person by the intending contractors or their authorized agents

to the Executive Engineer-III M.C Gurgaon .

Earnest money equal to 2 percent of the total Lump sum amount, amounting to Rs. …… must be

deposited into Municipal Corporation through Treasury Challan or deposit at call receipt of the schedule

Bank in favour of the Executive Engineer-III M.C Gurgaon Each tender is to be in a sealed cover super-

scribed tenders for the work headed as above and addressed to the Executive Engineer-III, M.C Gurgaon.

Tenders are to be on the prescribed form (Lumpsum tenders and contract for work) which can be

obtained from the office of the Executive Engineer-III M.C Gurgaon The prescribed form contains the

conditions of the contract to be complied with by the person whose tender may be accepted.

Applicant will be required to pay Rs………. for each tender form before the same is supplied by the office of

the under signed. The tender form will be issued to only those persons who produce the proof of having

deposited the earnest money as stated in para-3 above.

5. Further information can be obtained and the contract plan etc. and preliminary specifications can be

seen in the office of Executive Engineer-III M.C Gurgaon on any working day during office hours except

Holiday.

a) Tenders should be made at a Lumpsum rate as per prescribed form of the tender..

b) The contractor should state the period within which he agreed to carry out the entire work.

7) Each tenderer shall give proof to the entire satisfaction of the Executive Engineer- III, concerned

that he has in his possession the Haryana PWD. Specifications Vol. 1990 edition failing which his

tender is liable to be rejected.

Page 22: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 21 -8) The approval of the acceptance of the tender will rest with the Commissioner M.C Gurgaon, who

does not bind himself to accept the lowest tender and reserve to himself the authority to reject any

or all of the tenders received without assignment of any reason. All tenders in which the above

conditions are not fulfilled will be rejected.

9) The Engineer-in-Charge reserves to himself the right of issuing the material to the contractor as

per list enclosed for use on the works at the places and rates noted against each. 3% storage

charges will be levied in addition to the cost of all material issued to the contractor from store.

The contractor shall be held responsible for obtaining from the Municipal Corporation all such

material required for works and for making payment thereof by deduction from his bills at the

rates specified regardless or fluctuation in the market rates or in the stock rates of the Division.

No carriage or incidental charges will be borne by Municipal Corporation for moving the

materials beyond the places where the contractor has agreed to take delivery thereof, except in

the case of material of which a specific provision for the payment of carriage and incidental

charges is made in the contract schedule of rates.

10) The tenderer shall initial all corrections in his tender as regards rate, time etc. Non compliance

with these conditions will render the tender liable to rejection.

11) The contractor whose tender is accepted will be required to execute a contract deed on the

prescribed form mentioned in paragraph No.4 above and will also be required to furnish security

for due fulfillment of his contract. This security will consists of a deduction of 10% from the

monthly payments to be made on account of work done. The earnest money (mentioned in

paragraph No.3, above will be treated as part of the security.

12) The tenderer should attach with the tender complete drawing fully dimensioned.

13) Tenderer are required to submit their design of the proposed R.C.C. over head service Reservoir

but the shape and the elevation of the tank should be according to the line plan attached.

14) Alternative tenders for the reservoir on prestressed concrete may also be given subject to the

conditions that the shape of the tank is not changed.

15) The issue of tender forms will be stopped 48 hours before the time of opening of tenders.

16) Schedules of the works covered by the tender are given in schedule from 1 to 5 enclosed herewith.

17) Tenderers must frame their tenders in accordance with these schedules, full description,

specification etc. should be added in he relevant schedule and where the specification of the

reservoir covered by the tender is at variance with the brief description and preliminary

specifications incorporated in these schedules, the Tenderers must clearly state the variation etc.

and explain why it has been considered necessary to change the specification etc.

Page 23: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 22 -Clause – 7 Payment on intermediate certificate to be regarded as advances.

The payment will be given to the contractor after submitting their bills as given below and in this respect the

change will not be entertained and this will be considered as advance etc.

a) 15%(Fifteen percent) of the lump sum price of the contract less the deduction referred to in

clause-1, herein before, after the design has been submitted. Excavation of foundation done and

all foundation concrete including the reinforced cement concrete raft have been built and the

reinforced columns/shaft have been brought upto 0.6m (2 feet) height above ground level.

b) 30% (thirty percent) of the Lumpsum price of the contract less the deduction referred to in

clause-I herein before and less the payment made under clause 7 (a) above after the staging of the

reservoir has been completed upto half the full staging height.

c) 50% (Fifty percent) of the Lumpsum price of the contract less the deduction referred to in clause-

1 herein before and less the payment made under clause 7(a) and (b) above after the reservoir has

been completed upto a level just below the floor slab i.e. after completion of all columns braces, or

shafts, part of stair case etc. including beam.

d) 50% (Fifty percent) of Lumpsum price of the contract less deduction referred to in clause-1

herein before and less the payment made under clause (a), (b) & (c) above after the floor slab has

been completed and puddle collars have been fixed.

e) 75% (Seventy five percent) of the Lumpsum price of the contract less deduction referred to in

clause-1 herein before and less the payment made under clause-7 (a),(b)(c) & (d) above after

vertical walls and top dome have been built.

f) 90 % (Ninety percent) of the lump sum price of the contract less the deduction referred to in

clause-1 herein before and less the payment made under clause-7 (a),(b),(c),(d) & (e) above after

the remaining portion of staircase ladders, landing railing roof ventilators conductor etc., have

been completed in all respects and D/F pipes, expansion joints, duck foot bends as required for

inlet, outlet, scour and over flow pipes have been physically delivered at site and properly

erected/fixed in the O.H.S.R.

Page 24: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 23 -g) The Lumpsum price of the contract less the deduction referred to in clause 7 (a) to 7 (f) above

after the work has been completed in all respects tested for its structural strength and water

tightness for the requisite period mentioned in schedule No. III or such longer period as may be

directed by the Engineer-in-Charge for the removal of all defects and demonstrating that the

work is satisfactory in all respects and completed fully with contractors tender and guarantee as

well as with the contractor specifications and drawings and after the contractors has handed over

the work complete in all respects to the Engineer-in-Charge

h) The deduction referred to in clause I herein before such part thereof as may be due to the

contractors shall be paid to him after a period of three months had elapsed after a certificate final

or other, of the completion of the work shall have been given in writing by the Engineer-in-

Charge.

Important :

No variation in payment terms will be entertained. Tenders giving different payment terms are

liable to rejection.

The above payments to the contractor shall not be made without the certificate in writing of the

Engineer-in-Charge and such certificate in writing shall not be given by the Engineer-in-Charge until after the

work has been completed in all respects, and tested for its structural stability and water tightness for the

specified period and accepted by the Engineer-in-Charge. The certificate of the Engineer-in-Charge as to his

approval of the work as carried out from time to time and of the same payment or sums payable in respects of

shall be final, and conclusive against the contract, all of advance against the final payment only and not as

payments for work actually done and completed imperfect or unskilled work to be removed and taken away

and reconstructed or re erected or be considered and admission of the due performance of the contract or any

part there of in any respect determiner effect in any way the powers of the Engineer-in-Charge under these

conditions of any of them as to the final settlement and adjustment of the accounts or otherwise or in any other

way, vary or effect the contract. The final bill shall be submitted by the contractor with in three months of the

date fixed for the completion of the work and or its testing by the contractor or otherwise the Engineer-in-

Charge certificate of the total amount payable for the work, accordingly shall be final and binding on all

parties.

Clause –12 Alternations specifications and designs.

Extension of time in consequences of alternations

Rates for altered additional substituted work annexed here.

a) The Engineer-in-Charge shall have power to make any alternations in omissions from additions to or

substitution from the original specifications drawings designs and instructions that may appear to him

necessary or advisable during the progress of the work in accordance with any instruction which may given to

Page 25: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 24 -him in writing signed by Engineer-in-Charge and such alteration, omissions additional substitutions shall not

invalidate the contract, and any altered, additional or substituted work which the contractor may be directed to

do in the mentioned above specified as part of the work shall be carried out by the contractor on the same

conditions in all respect on which he agreed to do the main work and will be paid for on the basis of the detailed

measurements and at the rates laid down in the schedule of rates for additional omission ( Marked schedule

No.3) the time for the completion of the work shall be extended in the proportion that the altered additional or

substituted work bears to the contract work, and the certificate of the Engineer-in-Charge shall be conclusive

as to such proportion. And if the altered, additional or substituted work included any case of work for which no

rate is specified in the schedule of rates (marked scheduleNo.3) annexed the Engineer-in-Charge shall fix rate to

be paid.

Rate after the work omitted deductions for the Lumpsum amount of the contractor

If any work covered by the contract as shown by the contractors/tenderer delineated on the

contract drawing or described in the. Contract specifications is omitted a deductions will be made from the

Lumpsum amount of contract payable to the contractor. Such deductions will be worked out on the

measurement of the omit work as shown by the contractors tender or delineated on the contract drawings or

described in the schedule of rates(marked scheduleNo.3) annexed here upto and if the due work omitted

including any class of work for which no rate is specified in the schedule of rates ( mark schedule No.3) annexed

here upto the Engineer-in-Charge shall fix the rates at which addition shall be made for such class of works. In

any case of dispute regarding the quantities or rates or as to what constitutes on additional items or work or an

omission the decision of the Superintending Engineer, M.C. Gurgaon shall be final and binding.

Clause 25

If any question, difference or objection what so ever shall arise in any way connected with or

arising out of this instrument or the meaning or operation of any part thereof of the rights duties or liabilities of

either party, then save in so far as decision of any such matter is here in before provided for and has been so

decided every such matter including whether its decision has been otherwise provided for and or whether it has

been finally decided accordingly or whether the contract should be terminated or has been rightly terminated

and as regard the rights and obligations of the party as the results of such termination shall be referred for

arbitration for the Superintending Engineer M.C Gurgaon or his successor acting as such at the time of

reference within 180 days or in six months from the months from the actual payment of the final bill to the

contractor or from the date a registered notice is sent to the contractor to the effect and his final bill is ready for

payment and his decision shall be final and binding and

where the matter involved a claim or for the payment or recovery or deduction or money only the amount if

and awarded in such arbitration shall be recoverable in respect of the matter so referred.

Sub Para clause 25(I): If the matter is not referred to the Arbitrator within the specified period, all the right

and claims under the contract shall deem to have been forfeit and absolutely barred.

Page 26: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 25 -Clause 30: The payment of royalty sales tax and other taxes, if any shall be paid by the contractor direct to the

respective department in accordance with their rules and regulations in force from time to time without

information of the M.C. Gurgaon

Clause 50: The contractor shall be responsible for making arrangements for scouring priorities and licenses for

material and transport required for the work and the Engineer-in-Charge shall not be held responsible in any

way for making such arrangements or any of them. The user import license will however be arranged by the

Engineer-in-Charge.

Clause 51: The works covered by this contract are shown on plan, which have /has been signed by the

contractor and are/ is annexed herewith.

Contractor Executive Engineer-III

M.C Gurgaon

Page 27: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 26 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

Schedule -I

Schedule of Lumpsum amounts to be paid to the contractor for the above reservoir, constructed

tested and handed over complete in proper working order in all respect to the Engineer-in-Charge.

S. No. Short description Lumpsum amount to be quoted by the

Contr. both in words and figures.

1) Construction of RCC over Head service

Reservoir complete as described in schedule

In schedule II and III tested and handed

Over in working order to the satisfaction to the Engineer-in-Charge.

AT TIKONA HUDA PARK

i) Distt. Gurgaon

a) Location Tikona HUDA Park B/S

b) Capacity 10 Lacs Ltrs.

c) Minimum staging height 25 Mtrs. above AVGL

d) Minimum F.S.L. 30 Mtrs. Above AVGL

e) Bearing capacity 1.166 Kg / Cm2

f) Depth of foundation 2.50 mtr

g) Ground level. 100.00 m

h) Formation level. 100.60 m

i) Spring level. 60 mtr

Page 28: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 27 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

Schedule II

GENERAL CONDITIONS AND SPECIFICATIONS

1. Definition:

In these specifications the terms “work” means the construction of RCC over Head Service Reservoir

mentioned in schedule I or any one or more such reservoir which may be let out on contract The term

“Superintending Engineer” means the Superintending Engineer M.C Gurgaon and the terms ”Engineer-in-

Charge” means the Executive Engineer- III M.C. Gurgaon under whose Executive charge the construction of

the RCC Over Head Service Reservoir will be carried out from time to time, The terms ”Contractor” means

the person or firm whose tender for the construction of RCC OHSR is accepted and the term ”Contract”

means the contract covered by the contract - agreement to be entered into by the said contractor for carrying

out and completion of the said work.

2. Consideration for contract and Extent of works

The contract price payable to the contractor in respect of each R.C.C. Over Head Service Reservoir shall be

the consideration for all and every description of work done, executed and performed in and about and

incidental to the work described or mentioned in this schedule and in the drawings or intended as to be

whether the same, shall be incidental or necessary to the ultimate completion or only for the temporary

purpose of the said work to be required for carrying out of such precautions as the Engineer-in-Charge may

require for the protection of the Public workmen and the work and also existing building etc. or as set out in

the conditions of the contract. The work shall include the construction of the RCC Over Head Service

reservoir as mentioned above and of testing the integral parts of the RCC Over Head Service Reservoir of

their structural strength, as set out herein after filling the reservoir to their full supply level with water and

testing these for water tightness and also making good the defects to the satisfaction of the Engineer-in-

Charge. It also includes other incidental items of work, materials and things required, to make the work

satisfactory in all respects and complying with the contractor ”s guarantee as incorporated in schedule No.,4

3. Drawings and Designs

Page 29: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 28 - The contractor shall submit with his tender the preliminary drawings for each reservoir. After the acceptance

of his tender, he shall furnish with in 30 days of the acceptance of tender all necessary calculation, detailed

drawings and designs of each reservoir. The drawings should be complete in all respects showing the detail of

reinforcement separately for each component such as foundation, shaft, container and stairs. The design and

drawings should be properly bound and submitted to the Engineer-in-Charge in triplicate for approval. if any

error or omission is found in the contractor’s calculation or detailed drawings, he shall amend the design and

drawings with in 15 days pointing out the errors and omission without any extra charge over the lump sum

price of the R.C.C. O.H.S.R. tendered in schedule No.1. The above preliminary drawings as also the detailed

drawings to be furnished later shall be deemed to be the contract drawings and these shall be signed by the

contractor. Schedule No.5 containing details of preliminary drawings will be amplified by inclusion of

detailed drawings at the time of signing of the contract agreement. The contract drawings shall also include

such additional drawings including all working drawings to be supplied by the contractor in response to the

instructions of the Engineer-in-Charge in writing to the contractor from time to time, in the course of the

progress of construction of the work. The Engineer-in-Charge shall have the right to make such amendments

to any of the said drawings, as in his opinion may be necessary during the progress of construction of the

work and such amendments shall in no way invalidate the contract. The contractor with in 30 days of the

acceptance of tender or signing of the contract which ever is earlier, shall supply to the Engineer-in-Charge, a

full set of detailed design and dimensioned working drawings of each reservoir in triplicate. If the Engineer-

in-Charge shall require any other detailed drawings or information relating to the work, the contractor shall

supply the same with in 15 days of receiving the notice to that effect without any charge.

Such approval of drawings and design will not be taken as constituting any expression or opinion on the part

of the Engineer-in-Charge as to structural stability or in any way as relieving the contractor from his

responsibilities or obligations under the contract.

The contractor shall supply at least six sets of the finalized design and drawings at his own cost for the use of

the Engineer-in-Charge, before starting the work.

4. Possession of the site.

The Engineer-in-Charge shall, as soon as be practicable, after the acceptance of the tender or the execution of

the contract agreement as the case may be, give to the contractor the use of the site of the respective works

covered by his contract so as to enable him to commence and continue the execution of the work included in

his contract, but the non delivery of the use of such site or sites or any part thereof shall not effect the

contract or the specification and it shall not entitle the contractor to any increased allowance in respect of

money or otherwise. Time for the completion of the work may be extended in proportion to the delay

involved on the application by the contractor but this will not entitle him to any extra payment what so ever.

5. Reinstatement and contractor to satisfy himself on all points :

All land, property, fencing likely to be disturbed or damaged during the execution of the contract work, shall

be made good by the contractor at his own expense to the satisfaction of the authorities and owners

concerned.

Page 30: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 29 - The contractor shall be deemed to have satisfied himself as to the dimensions, levels character and nature of

all the works, buildings, roads, lands safe bearing capacity, spring level and other things with regard to any

connection they may have with the works of the contract, and shall be deemed to have obtained his own

information on all matters which could in any way influence his tender

No claim for extra work or otherwise shall be allowed in consequence of any misunderstanding, error or

incorrect information on any point or if any inaccuracies in reference thereto which may appear in the

specification, nor shall the contract be nullified in consequence of any such misunderstanding, error, incorrect

information of inaccuracies

6. Storage of material :

All materials, supplies machinery or equipment, which may be exposed to the weather, shall be suitably

protected to the satisfaction of the Engineer-in-Charge. The storage space required, shall be arranged by the

contractor at his own cost.

7. Rejected Materials

Any material including that required for civil work or articles, fittings or plant deliberated to the site of work

by or under the order of the contractor, which the Engineer-in-Charge shall find to be unsuitable or of a

specification or description inferior in his opinion to that required for the purpose of work shall not be used

thereon but shall be removed by the contractor at his own cost and charges from the site of work with in 24

hours of notice to that effect in writing by the Engineer-in-Charge or his representative to the contractors.

8. Local Taxes

All toll, octroi, terminal taxes or other Municipal taxes shall be paid by the contractor on all tools, plants and

materials imported or taken delivery of by him including all goods and material delivered to him free on rail

and those transported by him into the village/town from out side and he shall be entitled to no reimbursement

for any payments made on account of such octroi, or terminal tax charges. This applies to materials issued

from stores of the Engineer-in-Charge also.

If any fresh octroi, terminal tax or other tax shall be levied or any existing octroi, terminal or other tax shall

be enhanced after the date of the contractor’s tender, the same shall be paid by the contractor and no extra

allowances shall be given to him by reason of such fresh or enhanced octroi, terminal tax or other tax having

been levied

8(a The Income tax /sale tax will be deducted from the gross amount and will be taken as per Govt. instructions.

9. Import License and Foreign Exchange:

Page 31: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 30 -Import license and foreign exchange, if required, will have to be arranged by the successful tenderer himself

and this is solely his responsibility.

10. Services and notices on the contractor :

Any notice, order, required or instruction which the Engineer-in-Charge may wish or require to give in relation

to works, shall be deemed to be duly served on the contractor if recorded in the order book kept on the work, or

it shall be delivered personally to the contractor or any of his agent or sent by post to his office, and notice of

such office and of the contractor’s address shall be given by the contractor to the Engineer-in-Charge.

11. Work executed outside working hours.

If the contractor shall execute any works outside ordinary working hours during the absence of the Engineer-in-

Charge or his authorised representative and without having previously given him sufficient notice in writing

that such work was about to be executed, he will be required to take up and reconstruct any work so executed,

if ordered to do so by the Engineer-in-Charge in writing under his hand.

12. Engineer-in-Charge & his Assistants to have access to work & store :

The Engineer-in-Charge with his assistant Engineer, Junior Engineer, Inspection Mistries, Munshies, Inspectors

and all other persons authorised by him shall at all times have full access to the works and the contractor’s

workshop and factories, stores, brick fields godowns and all other places where work is being prepared or

materials collected or store for the works and shall have full power to send workmen upon the work to execute

any other works not included in the contract and for whose operations the contractor shall afford every

reasonable facility during the working hours, provided that such operation shall be carried on in such manner as

not to impede the progress of the work included in the contract, but the contractor shall not be held responsible

for any damage which may happen or be occasioned by any such other works.

13. Pumping and dewatering:

The contractor shall at his own cost and charges at all items the period of contract provide and maintain in good

working order and repair, and shall operate by day and night an adequate number of pumping plants and

equipment with all accessories of suitable capacity and design to full satisfaction of the Engineer-in-Charge and

shall keep the trench and other excavation clear of all water to the extent, necessary in the opinion of the

Engineer-in-Charge for the proper construction of the work. He shall also keep the surcharged face of the sub

soil water level in the excavation lowered to a sufficient extent at all times, and shall provide and construct all

drains and channels required to enable on the work to be completed in a proper and sound manner to the

satisfaction of the Engineer-in-Charge. The provision for maintenance repair and operation of all pumping

arrangements and all other works for keeping down sub soil water level for the de-watering and draining water

Page 32: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 31 -from the work and for the disposal of such waters in a manner to be approved by the Engineer-in-Charge shall

be deemed to be temporary works incidental to the construction work as set out in clause – 2 herein before. The

full cost thereof be included in the Lumpsum price of the contract and no other payment shall be made to the

contractor in respect of any work he may carry out or any expenditure he may incur in compliance with the

term and conditions of this clause.

14. Interference with or damage to other work

The contractor shall not cause any interference with the work of any other contractor engaged on the

construction of the works near the site of the RCC Over Head Service Reservoir and shall take all due

precautions to prevent his work people from causing the damage to the work of other contractor while in course

of constructing and testing the R.C.C. Reservoir.

15. Excavation

All excavation includes removal of surplus soil at a suitable place and distance as approved by the Engineer-in-

Charge and refilling upto the levels shown in the drawings and disposal of surplus soil as directed. If extra

excavation is required for proper laying of the structures in the type of strata met with it will be done by the

contractor without any extra cost such extra excavation will be filled by the contractor with C.C.M. –10

wherever it is desired by the Engineer-in-Charge to ensure proper base for structure. The cost of extra C.C.M.-

10 will be included in the Lumpsum tender cost.

16. Dimension of the Reservoir

The dimension of each reservoir including working depth, free, board etc. shall be stated in the tender, subject

to guidelines given in this schedule under head “Specifications & General conditions”.

17. Water :

The contractor will make his own arrangement of water at his own cost. All water to be used on the work shall

be clear fresh water to be obtained from a source to be approved by the Engineer-in-Charge and it shall be

entirely free from brackishness, salts, alkalies, acid, vegetable or mineral impurities and shall be stored and

carried in clean tanks and vessels.

The contractor shall provide at his own expense at all times and ample supply of water for all purposes to the

full satisfaction of the Engineer-in-Charge and shall pay all charges to Govt. for supply of water.

In case, if the water is available and supplied by the Engineer-in-Charge, the contractor shall pay for the same

at the rate of fifty paise for every hundred rupees of work executed. Further, he shall also pay rupee one for

every one thousand litres sswater required for filling and testing of the reservoir. The pumping arrangement for

filling and testing of the O.H.S.R. will be done by the contractor at his own cost.

18. Cement Concrete :

All mixes shall be (M-20) nominal mixes with minimum cement content as per I.S. No. 456-2000 and I.S.

3370-1965 (Part 1 to IV) with latest amendments if any.

Page 33: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 32 -

Cement concrete not weaker than grade M-20 shall be used for the construction of RCC OHSR.

All cement concrete used in R.C.C. work shall be poured by mixing it in a mechanical mixer and shall be

compacted with mechanically operated vibrators to be arranged by the contractor at his own cost and charges.

The Engineer-in-Charge may require a reasonable number of tests to be made on the concrete during the

progress of work. Not less than 3 standard specimens shall be made for each test. The specimen shall be cured

under fields’ conditions. The cost of testing shall be borne by the contractor.

If the specimen fails to comply with the requirements set out in I.S. 456 –2000, the Engineer-in-Charge will

have the right to order the demolition of such work as he may think to have been carried out in weak concrete

at the cost of the contractor and no payment shall be made for the faulty construction.

The sampling and strength test of concrete shall be as per clause 14 of IS 456 – 2000. The samples from fresh

concrete shall be taken as per IS 1199-1959 and cubes shall be cured and tested after 28 days in accordance

with IS 516-1959.

The Engineer-in-Charge shall have the right to order the test of any of the materials entering into R.C.C. work

to determine their suitability for the purpose. The cost of all such tests shall be borne by the contractor. All the

faulty material so found should be removed from the site of work by the contractor, at his own cost with in the

period specified by the Engineer-in-Charge.

19. Steel

All reinforcement shall be designed in accordance with the I.S.456-2000 and I.S. 3370 (Part I & II) = 1965.

Engineer-in-Charge, shall get the steel tested from any approved laboratory at the cost of the contractor and in

case it is not found as per relevant ISI, the same shall have to be got replaced by the contractor.

The steel used shall be rolled deformed bars, Fe 500 grade, conforming to IS No.1786-2000 of appropriate

permissible stresses. However, mild steel bars may be used in size of 6mm only incase hot rolled steel bars of

such size are not available.

The tensile stress in steel for all members shall be limited to value given in IS 3370 (Part I & II) 1965 clause

3.4 Part – II for water retaining structures and its roof, and for all other members shall be limited to those given

in I.S. 456-2000.

20. Other Factors in Design.

a) Tank

i) The minimum thickness of the tank wall shall be 125mm.

ii) The minimum steel in all the members of the tank shall be 0.3% of the concrete area.

Page 34: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 33 -iii) The entire tank shall be designed by elastic theory and to ensure against leakage, the deformations should be

shown to be compatible at each junction under tank full and empty condition.

iv) The steel shall be staggered on both the faces.

v) Minimum cover to steel on water face shall be 30mm and on outer side 20mm.

b) Staging shaft will be design in accordance with IS 11682-1985, Circular shaft staging will be provided as

described below:

The minimum thickness of concrete shell for staging shall be 150mm. When internal diameter exceeds 6m, the

minimum thickness in mm shall be

150 + D – 6000, where D is the internal diameter of concrete shell in mm. 2

i) Reinforcement in shell

Vertical reinforcement – The minimum vertical reinforcement shall be 0.25 percent for deformed bars, of

concrete area of the section under consideration. This reinforcement shall be provided in two layers, one near

each face to make up the minimum reinforcement.

The minimum diameter of longitudinal bars, shall be 10mm and the maximum center to center distance of

reinforcement shall not exceed twice the thickness of shell nor 400 mm center to center in each layer.

ii) Circumferential reinforcement:

The Circumferential reinforcement shall not be less than 0.2 percent, of the concrete area in vertical section

under consideration subject to minimum of 4 cm2

per meter height. If the vertical reinforcement is provided in

two layers, the Circumferential reinforcement shall be provided in two layers and minimum reinforcement

specified above shall be divided equally in each layer. The spacing of bars shall not be more than 300 mm or

the shell thickness which ever is less. Circumferential reinforcement shall be placed nearer the faces of the

shell.

The detailing of shaft at the opening shall take into consideration provision of effective continuity in the

reinforcement above, at the side of and below the opening.

At both the top and bottom of each opening additional vertical reinforcement shall be placed having an area at

least equal to one-half the area of the established design vertical reinforcement interrupted by the opening, and

shall extend beyond the opening to a sufficient distance to develop the bond in bars.

2.6 Diagonal reinforcement with the total cross sectional area in cm2 of not less than half the shell thickness in cm

shall be placed at each corner of the opening. Such diagonal bars shall extend past their intersection points up

to a distance sufficient to develop the required bond. If the opening does not interrupt vertical or

Circumferential reinforcement, diagonal reinforcement may not be provided. However, provision of a

Page 35: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 34 -nominal diagonal reinforcement to ensure crack control is advisable. For smaller opening less than 0.5m width

the diagonal reinforcement may be half the value recommended above.

i) The minimum clear concrete cover over the reinforcement shall be 40mm for the outer side and 25mm for the

inner side of the shaft.

ii) The entire staging including tank portion should be analyzed for empty and loaded wind condition.

iii) The peripheral steps and landing shall be in the shape of a continuous casting and thickness not less than 100

mm.

iv) The mix for staging shall be not weaker than M-20.

v) The ratio of shaft dia to the tank wall dia shall not be less than 0.7.

vi) The minimum diameter of the shaft shall not be less than3.50 meters.

vii) Suitable flares adequately reinforced to avoid any eccentricity and also the concentration of stresses should be

provided at the junction of the shaft with the container and at the foundation.

viii) Opening in the shaft shall be adequately reinforced to account for the loss of rigidity in the shaft.

21 Foundation

The foundation shall be designed for an allowable bearing pressure not to exceed as given in schedule No.3.

Depth of foundation also shall not be less than that given in scheduleNo.3. The contractor may however, make

his own assessment regarding permissible bearing capacity of the soil and the depth of foundation at his own

cost and shall be responsible for the structural stability of the O.H.S.R. Nothing extra will be payable except

that provided in schedule No. I He will be fully responsible for the value adopted in his design. The depth of

foundation will be calculated from the natural ground level upto top of plain cement concrete M-20.

The foundation shall be based on circular plate load theory with a minimum cover of 75mm at the bottom and

35mm at top and at end. The actual weight of the foundation shall be taken in the design analysis P.C.C. shall

be 75mm of cement concrete M-20. All RCC work in foundation shall be M-20.

22. Wind Pressure:

Wind pressure for designing purposes shall be taken as per I.S. 875-1964 as described in 4.3 and as given in

figure I.A.

23. Stability against Earth Quakes:

The structures shall be designed with horizontal seismic co-efficient as (0.05 x 1.5) i.e. 0.075 net value.

24 Mode of construction.

The RCC slab of dome shall be cast monolithic with the supporting beams. The shuttering and form works

must be substantial and unyielding and shall be of steel/plywood built to correct dimensions and water tight to

the entire satisfaction of the Engineer-in- Charge to prevent the concrete from damage or distortion during

settings. The reinforcement shall be as per detailed drawings and calculations to be supplied by the contractor

and duly approved by the Superintending Engineer/ Engineer-in-Charge.

Page 36: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 35 -The contractor shall be responsible for the accurate fixing of the reinforcement and shall not place any concrete

until the reinforcement has been inspected in position and approved by the Engineer-in-Charge or has

authorized representative. The contractor shall take full precaution to prevent the displacement of

reinforcement during concreting.

25 Free Board:

In every reservoir, a minimum free board of 0.40 M from the full supply level upto the underside of the roof

slab and its juncture with the wall shall be provided.

26. Test for water tightness of the Reservoir :

The reservoir shall be absolutely watertight. No sweating shall take place after a period of 20 days of the tank

being filled upto the full supply level and kept so full during the above period. The test shall be carried out

after the expiry of the above period, and in any case after the tank has been kept filled with water upto it full

supply level for a period of at least 48 hours before the test. The maximum fall in water level shall be not more

than 6mm after 24 hours during winter and 12mm during summer and it shall cover all evaporation losses. All

work requirements to fulfill the test shall be carried out by the contractor at his own risk and cost.

27. Treatment for water tightness;

As per requirement of para 4.4.5 of IS – 6494 – 1972, The contractor shall state in his tender the measure if any

proposed for securing the water tightness of the structure. The cost of all such measure shall be considered by

the lump sump price of the RCC OHSR.

28. Cast Iron special puddle collar Expansion joint, Duck Joint Bend etc.

The contract price shall cover the cost of supply and installation of cast iron / D.I. pipes, specials such as

expansion joints duck foot bends, puddle collars etc. of sizes given in schedule No. 3 for inlet, outlet, over flow

and scour pipe connections etc.

29. Vertical pipe:

Within one month of acceptance of his tender the contractor shall deliver to the Engineer-in-Charge a complete

and detailed list of all pipes, valves and fittings which he requires to complete the work. The contract price

shall cover the cost of supply and installations of vertical pipes both inside and outside the reservoir, expension

joints, sluice valves, duck foot bends and puddle collar as required and shall be arranged by the contractor as

per the following specification:

a) Horizontally cast iron double flanged pressure pipes class B conforming to I. S. No. 7181/ 1986 in standard

length of 2.75 Mtrs. bearing BIS certification Mark or D.I.D/F Pipe 8329.

b) Cast iron double flanged sluice valves PN-I with hand wheel shall be of Kirloskar conforming to IS 780/1984

as amended upto date bearing BIS certification mark.

Page 37: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 36 -c) ¼ duck foot bends conforming to IS: 1538/1976 part XVIII so amended upto date.

d) Horizontal Pipes:-

(i) Scour and overflow pipes shall be laid at least 100 mm below top level of plinth floor and invert level

of pipes being at least 300 mm above ground level. These pipes shall extend up to length of 3 meters of

which 1 meter shall be beyond the plinth protection. Required PCC blocks below the pipes shall be laid.

(ii) Inlet and outlet lines shall be laid and connected to the existing respective main lines at the water-works

with bye-pass line, in case when OHSR is not being used and direct supply is being made.

The approx. lengths of these lines are mentioned in schedule – III. The lump-sum price shall include

cost of all such pipes, C.I. / D.I. specials and additional sluice-valve. Nothing extra shall be payable for

minor variation in length of pipes.

e) The cost shall also include the provision of required cement concrete blocks below the duck foot bends and

labour charges for preparation of end pieces for vertical and horizontal pipelines including cost of flanges

required. The cost shall also include painting of pipes as per Municipal Corporation. standard and as approved

by Engineer-in-charge that i.e. paints two coats, (superior quality) and cost of rubber insertion, nuts, bolts

washer and safeda.

30 Stair case:

Each reservoir shall be provided with reinforced cement concrete stairs case at least upto 2m to 2.5 Meters

below container portion with the following provision:-

a) The minimum clear width of stair case shall be 80cm, and thickness 10cm.

b) Minimum width of treads without nosing shall be 25cm. In case of circular stairs this shall be at edge where the

width is minimum.

c) The maximum height of riser shall be 19 cm and they shall be limited to 20 per flight.

d) The treads shall be constructed and maintained in a manner to prevent slipping.

e) The minimum headroom at any point shall be 2.2 meters.

f) The size of landing shall be at least 1.00 meter at the outer edge, where it is minimum.

g) At each landing slit window of size 800mm x 600mm shall be provided incase of shaft with slit level at one

meter above level of landing.

h) The size of door opening incase of shaft shall be 1000mm x 2100mm.

i) The door chowkhats to be provided shall be made of steel section end.

j) The windows to be provided shall be made of steel section 35 x 35 x 5mm with fixed wire gauge of 1” x 1”

squares and 3.5 mm o wire and shall be fixed on outer face of shaft.

k) Hand rails shall be provided with a minimum height of 1.00meter and shall consist of two rows of pipe of

20mm inner dia. G.I. pipe B grade firmly supported in angle iron posts of size not less than 35 mm x 25 mm x

5 mm. The angle posts shall be welded on a base plate of 75mm x 75mm x 5 mm and this base plate welded to

the reinforcement bars to make the vertical post rigidly fixed.

l) After the above R.C.C. staircase, from RCC shaft top landing to bottom gallery of tank and from there to top

landing of tank, M.S. heavy duty staircase shall be provided. It shall consist of side rail of M.S. channel of size

Page 38: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 37 -100mm x 50mm x 6mm and 600mm x 200mm steps fabricated from 35 x 25 x 5mm M.S. angle iron. Hand

railing duly supported in vertical post as described for RCC shaft shall be provided. From inner gallery to outer

gallery and outer gallery to the top of the tank and landing on dome of tank & at all other intermediate places of

the tank, so that length does not exceed 4 meters in each flight.

m) The size of landing at no place shall be less than 1.0 meter x 1.0 meter.

n) Inside the container portion, an aluminum ladder shall be provided. Aluminum ladder shall be fabricated out of

heavy-duty ‘c’ section of size 66.8mm x 31.8mm x 3.2mm thick, having steps at 300mm c/c of 56 mm width.

The ladder shall be fitted with heavy-duty rubber shoe at bottom and top ends to make it non-slippery. The

lump-sum price shall include cost of all the above accessories.

31. Other fittings and accessories-

The contract price shall also include the supply and installation of the following fittings and accessories for

each reservoir

a) One no. Aluminum lightning conductor as per I.S. 2309-1969.

b) One no. Ventilator of approved design & should be dust & mosquito proof.

c) One no. C.I. double-seal Manhole cover and frame with cement concrete kerb around and covered over by

another hinged C.I. or steel cover whose edge project beyond the concrete kerb so as to prevent the rain water

from getting into the reservoir through manhole cover.

d) The automatic water level indicator will be constructed as per direction of Engineer-in-charge. This will consist

of 0.5mm flexible stainless steel wire rope passing over 50mm dia MS pulleys with guides to prevent slipping

of the rope. One end of rope will be tied with a 450 mm dia copper ball float of 3 mm thick copper sheet and

the other end with a suitable pointer moving up and down a long vertical indicator board of 3mm thick 250mm

wide white enameled M.S. plate fixed on shaft about 5 Mtrs. above average G.L. tank wall. The white

enameled plate of indicator board will be calibrated in liters with red point. It will be contractor’s entire

responsibility to ensure smooth and perfect working of the indicator such that slight increase or decrease in

water depth inside the tank is correctly indicated. The depth gauge shall be so provided to be visible from the

Pump Chamber.

e) Railings on top slab dome of the Reservoir shall be provided in two rows of 32mm i/d G.I. pipe ‘B’ grade fixed

in at least 100 mm high single iron posts of 65mm x 65mm x 8mm & weight 7.70 kg per mtr. not more than

0.90m apart duly painted as required by Engineer-in-charge superior quality paints of 1st grade.

f) Laying of 10 cm thick cc 1:4:8 with stone ballast as base concrete & 5 cm thick cement concrete M-20.

Flooring at the ground level inside the reservoir and 2 meters wide pavement around the OHSR, as plinth

protection shall be provided, sloping toward for proper drainage of site may be ensured to avoid damage to

structure due to water retention at a later date.

g) 80 cm wide inspection gallery with 32mm i/d G.l. pipe ‘B’ grade double railing including vertical supports

inside the staging at 2m to 2.5 m below the bottom dome in case of shaft for repair and maintenance of

expansion joints in vertical pipes.

h) At the level of the bottom of tank, inspection gallery around the tank at least 0.8 meter wide at least 1.00 meter

height railing made of double pipe of 32mm i/d G.l. Pipe (B grade) fixed in angle iron posts of 50mm x 50mm

Page 39: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 38 -x 6mm not more than 0.9 meter apart duly painted with superior quality paints of 1st grade as required by

Engineer-in- Charge.

i) Steel door and chowkhat of outer size 2.2 m x I m, chowkhat made of angle iron 50 mm x 50mm x 6mm, door

made of angle iron frame of 40 mm x 35 mm x 4mm with cross ties of 40mm x 4mm, M.S. flat 16 gauge sheet

on one side complete with (10’’) 250 mm kunde, handles , top bolt, hinges etc. complete as per site

requirements duly painted with superior quality paint of Ist quality as per requirement of Engineer- in- charge.

j) All railings, pipes door and windows shall be painted as required by the Engineer-in-charge with the superior

quality paint of Ist quality and the LS price should include the cost of the same.

32 Whenever a reference to any Indian standards

Appears in this schedule, it shall be taken to mean the latest version of the standard as on the date of receipt of

tender:

33 The Superintending Engineer shall have the option to change the location of the R.C.C. O.H.S.R. The

contractor shall have no claim what so over for such change in the location of OHSR. OHSR shall not be

located at a site of earth filling to avoid settlements.

34 The contractor shall indicate total No. of bags of cement required by him in the tender alongwith monthly

breakup.

35 The Lumpsum rate shall include testing charges for soil bearing capacity, if so required.

36 The specifications of the Hand Book of PWD specifications 1990 relevant to the various material and

workmanship shall apply and shall be read as a part of this schedule provided, however with provision,

wherever in this schedule are at variance with any provisions of the above mentioned hand book, the

specifications mentioned in this schedule shall be followed.

37 In case of any materials and workmanship not described in this schedule being required, the relevant

specifications of the above-mentioned handbook shall apply there to.

Page 40: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 39 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

SCHEDULE NO. lll

Name of

location

Cap.

(Lac

s

Ltrs.

)

Minimu

m height

Of

stagg.

Above

average

ground

level (in

mtrs.)

Minimu

m

height

upto

FSL in

mtrs.

Above

average

ground

level

Safe

bearing

capacity

of soil in

Kg./

Cm2.

Minimu

m depth

of

foundatio

n in mtrs.

Size of

pipeline.

( in mm)

Horizontal

Length for

connecting

with the

main lines

in Mtrs.

Inlet

Outle

t/

Over-

flow

Scour Inle

t

Outle

t

B/S

Tikona

HUDA

Park

10 25 30

1.166

Kg /

CM2

2.5 Mtr 250/

200 100 50 50

Page 41: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 40 -

DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

SCHEDULE NO. IV

GUARANTEE:

1. I/We guarantees that the structure to be constructed under this contract shall be absolutely water tight

and no sweating shall take place after a period of 20 days of the tank being filled upto the full supply

level and kept so full during the above period.

2. I/We guarantee that the maximum fall in the water level including that occurring by evaporation shall

not be more than 6 MM after 24 hours during winter and 12mm during summer.

3. I/We guarantee that the structures shall be structurally stable and sound in all respect.

4. I/We guarantee that the verticality of the reservoir will be our sole responsibility.

Witness

Page 42: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 41 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

SCHEDULE NO. V

List of contract drawing

All additional working drawings to be supplied by the contractor after the acceptance of the

tender and also those drawings which shall be supplied by the Engineer-in-Charge during the construction will form

part of this schedule.

WITNESS

Page 43: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 42 -DEPARTMENT MUNICIPAL CORPORATION GURGAON

EXECUTIVE ENGINEER DIVISION NO. III M.C. GURGAON

DNIT for the work Const. of OHSR at Tikona HUDA Park, Sector- 5 Gurgaon Town“ Construction of 1 No.

RCC Over Head Service Reservoir 10.00 lacs ltr. Or 2.20 lacs gallons capacity with 25 mtr staging height and

all other works contingent thereto”.

App. Amount Rs. 85.00 Lacs.

SCHEDULE NO. VI

Vol. IV (Section –10) Civil Works

List of drawings

Detailed of drawings attached with the contract schedule rates by the Engineer-in-Charge.

S. No. Description Sheet No.

1. Photocopy of report on soil investigation from

……………………………………………………

…………………………………………………..

2. Controlled area plan of location.

3. Layout plan of Estate water supply showing the

Site of water works/ B/S & line sketch of OHSR

10.00 Lacs Ltrs. Capacity each.

Page 44: Name of Work: Construction Of OHSR At Tikona HUDA …mcg.etenders.in/tpoimages/mcg/tender/Tender1264.pdf · Municipal Corporation Gurgaon CONTRACT DOCUMENT For Procurement of Civil/Mechanical/Electrical

- 43 -

Additional Conditions of Contract

1. The cement will be arranged by the Contractor/ Agency/ Firm at his own level the Contractor /Agency/Firm

may quote his rates accordingly the provision of stock issues rates for cement and steel mentioned in Gazetted

notification dated 21.02.2006 regarding ceiling premium above HSR 1988 are not applicable this case.

2. The cement will be arranged by the contractor/Society/Agency/Firm at his own level. The cement shall be

Ordinary Portland cement, duly ISI marked & confirming to ISI-8112 with latest amendments. The cement

manufactured by Mini cement plant shall not be used.

3. The cement shall be purchased from authorized distributor or Manufacturer or Authorized dealer.

4. The cement arranged by the Contractor/Agency will be brought at site and shall be kept in the store maintained

at site, provided with dual locking system i.e. 1st key of lock with representative of the Deptt. and 2

nd key of

lock with authorized representative agency.

5. the Contractor/Agency will inform the Executive Engineer/Sub Divisional Engineer for the quantity of the

cement brought at site with bill/challan in the name of that agency before using the same and Executive

Engineer Incharge or his authorized representative may check the actual receipt of cement at site.

6. The Engineer-in-Charge or his authorized representative may, if need be, also send the cement for testing to

any Govt. Lab/reputed Lab. The sample of the cement will be collected as per BIS specifications in the

presence of the contractor/Agency or his authorized representatives. In case the cement is found as per ISI

specifications then the cost of testing will be borne by the Deptt. but in case the cement sample fails to meet the

BIS requirements, then appropriate action as per contractor Agreement will be taken. The cost on the testing of

cement alongwith any loss caused to Govt. shall also be recovered from the Contractor/Agency and no claim in

this respect will be entertained.

7. The stock of cement at site shall not be more than one month consumption and only sufficient quantities shall

be kept to ensure continuity of the work.

8. The cement consumption register showing date of cement brought at site by the contractor/Agency and its day-

to-day utilization will be maintained. The said register shall be open to inspection by representatives of the

Engineer-in-Charge during his visit at site. The consumption and receipt of cement in the register shall be

installed jointly by the authorized representative of the Contractor/agency and representative of Engineer-in-

Charge. The said register will be issued by office of concerned Sub Divisional Engineer under his dated

signature for each agreement separately. The register will also contain the columns for work executive against

the cement issued.

9. Quality check register will be maintained at site and regular sampling of work executive every month shall be

recorded in the same.

10. The Public Health Engineering Department reserves the right of negotiations as per policy approved by the

State Government with the tenders in case the prices quoted are felt to be on higher side or otherwise. The

negotiations will be carried out with 1st, 2

nd & 3

rd lowest contractors. The highest amongst them will be called

first and lowest tenderer in the last. If during negotiation tenderer other than lowest reduces his prices/ amount

below then those of lowest then lowest tenderer will be counter offered this price/amount and in eventuality of

his not accepting the counter offered the same shall be offer to second lowest and so forth. Tenderer who

refuses the counter offer will not have any right to the bid later on.

11. The Engineer-In-Charge will opt for 3rt party inspection other than Department in addition to inspection by

Departmental staff. The 3rd

party would inspect the work during its execution to ensure execution of work as

per specification/agreement and also quality control i.e. drawl of samples, testing & other items etc. The report

of the same would be submitted to Engineer-In-Charge by the 3rd

party. The agency/contractor shall be bound

by the report of 3rd

party inspection and shall take remedial measures for execution of work as per

specifications in agreement. The inspection and sample testing charges will be borne by the Department.