Works and Services Contract for Lakha Banjara Lake ...
Transcript of Works and Services Contract for Lakha Banjara Lake ...
COMPETITIVE BIDDING/TENDER DOCUMENT
FOR
Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development
Sagar, Madhya Pradesh, India
Tender No: 2019/SSCL/22 Date of Issue: 30/08/2019
Office of the Executive Director
Sagar Smart City Limited Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002
Supported by:
Smart Cities Mission, Ministry of Urban Development,
Government of India
Project Management Consultants:
Grant Thornton
TABLE OF CONTENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
i
Contents of the Tender/Bid Document: Page
A Disclaimer
B Acronyms & Abbreviations
C Abridged Notice Inviting e-Tenders/Bids (for publication only)
D Notice Inviting e-Tenders/Bids (NIT/NIB)
E Key Dates & Events Reckoner
1. SECTION I: INSTRUCTION TO BIDDERS (ITB) 1.1 GENERAL
1.1.1 Scope of Bid
1.1.2 Interpretation
1.1.3 Code of Integrity
1.1.4 Eligible Bidders
1.2 CONTENTS OF BIDDING DOCUMENT
1.2.1 Sections of the Bidding Document
1.2.2 Clarification of Bidding Document and Pre-Bid Conference
1.2.3 Amendment of Bidding Document
1.3 PREPARATION OF BIDS
1.3.1 Cost of Bidding
1.3.2 Language of Bid
1.3.3 Documents Comprising the Bid
1.3.4 Bid Submission Sheets and Price Schedules
1.3.5 Bid Prices
1.3.6 Currencies of Bid
1.3.7 Documents Establishing the Eligibility of the Bidder
1.3.8 Documents Establishing the Qualifications of the Bidder
1.3.9 Period of Validity of Bids
1.3.10 Earnest Money Deposit
1.3.11 Format and Signing of Bid
1.4 SUBMISSION AND OPENING OF BIDS
1.4.1 Sealing and Marking of Bids
1.4.2 Deadline for Submission of Bids
1.4.3 Withdrawal, Substitution and Modification of Bids
1.4.4 Bid Opening
1.5 EVALUATION & COMPARISON OF BIDS
1.5.1 Confidentiality
1.5.2 Clarification of Technical or Financial Bids
1.5.3 Deviations, Reservations and Omissions in Technical or Financial Bids
1.5.4 Nonmaterial Non-conformities in Technical or Financial Bids
1.5.5 Correction of Arithmetical Errors in Financial Bid
1.5.6 Preliminary Examination of Technical or Financial Bids
1.5.7 Responsiveness of Technical or Financial Bids
1.5.8 Examination of Terms and Conditions of the Technical or Financial Bids
1.5.9 Evaluation of Qualification of Bidders in Technical Bids
1.5.10 Evaluation of Financial Bids
1.5.11 Comparison of Bids
1.5.12 Negotiations
1.5.13 Employer’s Right to Accept any Bid, and to Reject any or all Bids
1.6 AWARD OF CONTRACT
1.6.1 Employer’s Right to Vary Quantities
1.6.2 Acceptance of the Successful Bid and Award of contract
1.6.3 Signing of Contract
1.6.4 Performance Security
2. SECTION II: BID DATA SHEET
TABLE OF CONTENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
ii
3. SECTION III: QUALIFICATION & TECHNICAL EVALUATION CRITERIA
3.1 STAGES OF EVALUATION
3.2 PRE QUALIFICATION CRITERIA
3.2.1 Mandatory Qualifications
3.2.2 Eligibility
3.2.3 Pending Litigation
3.2.4 Financial Eligibility
3.2.5 Work Experience Eligibility
3.3 TECHNICAL PROPOSAL/BID EVALUATION CRITERIA
3.3.1 Technical Proposal/Bid Evaluation Parameters
3.3.2 Adequacy of Technical Proposal
3.3.3 Deployment of Key Personnel(s)
3.3.4 Deployment of Plant, Machinery & Equipment
3.3.5 Site Organization & Setting up
3.3.6 Method Statement
3.3.7 Mobilization Schedule
3.3.8 Work Plan & Completion Time
3.3.9 Environmental Monitoring & Management
3.3.10 Social & Gender Action Plan
3.3.11 Management, Operation & Maintenance
4. SECTION IV: BIDDING FORMS 4.1 BID DOCUMENTATION CHECKLIST
4.2 BIDDING PERFORMA
4.2.1 Form MAS-1: Mandatory Submission
4.2.2 Form LTB-1: Letter of Technical Bid
4.2.3 Form ELI-1: Affidavit
4.2.4 Form ELI-2a: Bidder’s Information (Single Entity)
4.2.5 Form ELI-2b: Bidder’s Information (JV/Consortium or Specialist Sub-Contractor)
4.2.6 Form ELI-3a: Power of Attorney (for Single Entity Bidder)
4.2.7 Form ELI-3a: Power of Attorney (for JV/Consortium)
4.2.8 Form ELI-4a: Draft Consortium Agreement
4.2.9 Form ELI-4b: Draft Joint Venture Agreement
4.2.10 Form ELI-4c: Letter of Association
4.2.11 Form LIT-1: Pending Litigation
4.2.12 Form FINQ-1: Net Worth
4.2.13 Form FINQ-2: Average Annual Construction Turnover
4.2.14 Form FINQ-3: Working Capital
4.2.15 Form FINQ-3a: Letter of Assurance for Revolving Line of Credit
4.2.16 Form FINQ-4a: Bid Capacity (Current Contract Commitments)
4.2.17 Form FINQ-4b: Bid Capacity (Self-Assessment)
4.2.18 Form EXPQ-1: Experience of Similar Size and Nature of Contracts
4.2.19 Form EXPQ-1a: Experience in Contracts with Similar Key Activities
4.2.20 Form TECH-1: Key Personnel(s) Information
4.2.21 Form TECH-1a: Resume of Key Personnel(s)
4.2.22 Form TECH-2: Plant & Equipment Details
4.2.23 Form TECH-3: Technical Proposal
4.2.24 Form FIN-1: Letter of Financial Bid
4.2.25 Form FIN-2: Bill of Quantities
5. SECTION V: EMPLOYER’S REQUIREMENTS
5.1 SCOPE OF WORK
5.1.1 Project Background
5.1.2 Objectives
5.1.3 Area Delineation
5.1.4 Scope of Work & Services
TABLE OF CONTENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
iii
5.1.5 Nature of Work & Services
5.1.6 Sequence of Work & Milestones
5.1.7 Material & Workmanship
5.1.8 Period of MOM & Defect Liability
5.2 SPECIFICATIONS
5.3 DRAWINGS
5.4 PERSONNEL REQUIREMENTS
5.5 PLANT, MACHINERY & EQUIPMENT REQUIREMENTS
5.6 EQUIPMENT FOR QUALITY CONTROL LABORATORY REQUIREMENTS
5.7 ENVIRONMENT & SOCIAL MONITORING & MANAGENENT COMPLIANCES
5.8 MANAGENENT OPERATION & MAINTENANCE REQUIREMENTS
6. SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) 6.1 GENERAL
6.1.1 Definitions
6.1.2 Interpretations and Documents
6.1.3 Language and Law
6.1.4 Communications
6.1.5 Subcontracting
6.1.6 Personnel
6.1.7 Force Majeure
6.1.8 Contractor's Risks
6.1.9 Liability For Accidents To Person
6.1.10 Contractor to Construct the Works
6.1.11 Discoveries
6.1.12 Dispute Resolution System
6.2 TIME CONTROL
6.2.1 Programme
6.2.2 Extension of Time
6.2.3 Compensation for Delay
6.2.4 Contractor’s Quoted percentage
6.3 QUALITY CONTROL
6.3.1 Tests
6.3.2 Correction of Defects Noticed
6.4 COST CONTROL
6.4.1 Variations
6.4.2 Extra Item
6.4.3 Payments for Variations/Extra Quantities
6.4.4 Compensation
6.4.5 Interests
6.4.6 Recovery
6.4.7 Taxes & Levies
6.4.8 Measurements
6.4.9 Termination
6.4.10 Payment upon Termination
6.4.11 Performance Security
6.4.12 Security Deposit
6.4.13 Price Adjustment
6.4.14 Mobilization Advance
6.4.15 Secured Advance
6.4.16 Payment Certification
6.5 CONTRACT COMPLETION/CLOSURE
6.5.1 Completion Certificate
6.5.2 Final Account
6.6 OTHER CONDITIONS OF CONTRACT
6.6.1 Currencies
6.6.2 Labour
TABLE OF CONTENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
iv
6.6.3 Compliance with Labour Regulation
6.6.4 Defect Liability Period
6.6.5 Audit & Technical Examination
6.6.6 Death or Permanent Invalidity of Contractor
6.6.7 Jurisdiction
7. SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
7.1 CONTRACT DATA SHEET
7.2 SPECIFIC PROVISIONS
8. SECTION VIII: CONTRACT FORMS
8.1 Notification of Award/Letter of Acceptance
8.2 Contract Agreement
8.3 Performance Security
8.4 Mobilization Advance Security
8.5 Secured Advance Security
8.6 Physical Completion Certificate
8.7 Final Completion Certificate
A. DISCLAIMER National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
v
DISCLAIMER
1. Sagar Smart City Limited (SSCL) (hereinafter referred to as ‘Authority/ Employer used
interchangeably’) has issued this Tender Document (hereinafter referred to as ”Tender”) for ” Works and
Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya
Pradesh, India’, on such terms and conditions as set out in this Tender document, including but not limited
to the technical specifications set out in different parts of this Tender document.
2. This Tender has been prepared with an intention to invite prospective Applicants/Bidders and to
assist them in making their decision on whether or not to submit a Bid. It is hereby clarified that this Tender
is not an agreement and the purpose of this Tender is to provide the Bidder(s) with information to assist them
in the formulation of their Bids. This Tender document does not purport to contain all the information Bidders
may require. This Tender document may not be appropriate for all persons, and it is not possible for the
Authority to consider the investment objectives, financial situation and particular needs of each Bidder.
3. The Authority has taken due care in preparation of information contained herein. However, this
information is not intended to be exhaustive. The interested parties are required to make their own inquiries
and respondents will be required to confirm in writing that they have done so and they do not solely rely on
the information contained in this Tender in submitting their Bid. This Tender includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information that each Bidder may
require.
4. This Tender is not an agreement by and between the Authority and the prospective Bidders or any
other person. The information contained in this Tender is provided on the basis that it is non–binding on the
Authority, any of its authorities or agencies, or any of their respective officers, employees, agents, or advisors.
The Authority makes no representation or warranty and shall incur no liability under any law as to the
accuracy, reliability or completeness of the information contained in the Tender document.
5. Each Bidder is advised to consider the Tender document as per his understanding and capacity. The
Bidders are also advised to do appropriate examination, enquiry and scrutiny of all aspects mentioned in the
RFP document before Bidding.
6. The Bidders are encouraged to take professional help of experts on financial, legal, technical,
taxation, and any other matters / sectors appearing in the document or specified work. The Bidders are also
requested to go through the Tender document in detail and bring to notice of the Authority, any kind of error,
misprint, inaccuracies, or omission in the document. The Authority reserves the right not to proceed with the
project, to alter the timetable reflected in this document, or to change the process or procedure to be applied.
The Authority also reserves the right to decline to discuss the project further with any party submitting a Bid.
7. No reimbursement of cost of any type will be paid to persons, entities, or consortiums submitting a
Bid. The Bidder shall bear all costs arising from, associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by the Authority or any other costs incurred in
connection with or relating to its Bid.
8. Issue of this Tender does not imply that the Authority is bound to select and pre-qualify Bids for Bid
stage or to appoint the Selected Bidder, as the case may be, for the project and the Authority reserves the
right to reject all or any of the Bids without assigning any reasons whatsoever.
A. DISCLAIMER National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
vi
9. The Authority may, in its absolute discretion but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in this Tender.
10. The Authority, its employees and advisors make no representation or warranty and shall have no
liability (for any cost, damage, loss or expense which may arise from or is incurred or suffered on account of
anything contained in this Tender or otherwise, including but not limited to the accuracy, adequacy,
correctness, completeness or reliability of the Tender and any assessment, assumption, statement or
information contained therein or deemed to be part of this Tender or arising in any way with eligibility of
Bidder for participation in the Bidding Process) towards any applicant or Bidder or a third person, under any
law, statute, rule, regulation or tort law, principles of restitution or unjust enrichment or otherwise.
11. The Authority also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statement contained in this Tender.
12. Interested parties, after careful review of all the clauses of this ‘Tender’, are encouraged to send their
suggestions in writing to the Authority. Such valid suggestions if so required, after review by the Authority,
may be incorporated into this ‘Request for Proposal’ as a corrigendum, which shall be uploaded onto the e-
tendering website.
B. ACRONYMS & ABBREVIATIONS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
vii
ACRONYMS & ABBREVIATIONS
@ at the rate A/V Audio Visual ABD Area Based Development Agg. Aggregate Alu. Aluminium approx. Approximate AR Authorized Representative ASI Archaeological Survey of India ASTM American Society for Testing and Materials Avg. Average BC Bituminous Course BDS Bid Data Sheet BG Bank Guarantee BIS Bureau of Indian Standards BOD Biochemical Oxygen Demand BOQ Bill of Quantities CEO Chief Executive Officer CA Chartered Accountant CBD Central Business District CC Cement Concrete CCTV Close Circuit Television CD Cross Drainage CGI Corrugated Galvanized Iron CI Cast Iron Cm Centimetre CM Cement Mortar COD Chemical Oxygen Demand CPCB Central Pollution Control Board CPWD Central Public Works Department Cu.m Cubic Meter CV Curriculum Vitae DAAM Directorate of Archaeology, Archives & Museums DEWATS Decentralized Wastewater Treatment System DRDO Defence Research and Development Organisation DSR Delhi Schedule of Rates E Electronic EE Executive Engineer EIL Engineers India Limited EMD Earnest Money Deposit EPDM Ethylene Propylene Diene Monomer EPF Employee’s Provident Fund ESMMP Environmental & Social Monitoring and Management Plan etc. et cetra FDR Fixed Deposit Receipt FRP Fibre-Reinforced Plastic FY Financial Year GCC General Conditions of Contract GFC Good for Construction Drawings GI Galvanized Iron gm. Grams GOI Government of India GOMP Government of Madhya Pradesh
GPRS General Packet Radio Services GPS Global Positioning System GRP Glass Reinforced Polymer
B. ACRONYMS & ABBREVIATIONS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
viii
GS Galvanised Steel GSM Global System for Mobile GST Goods & Services Tax Ha Hectare HDPE High-Density Polyethylene HOM Hiring of Machineries HORT. Horticulture HP Horse Power HRS Hours HT Hight Tension ICCC Integrated Command and Control Centre ID Identification ILO International Labour Organisation INR Rs. Or ₹ Indian National Rupees IRC Indian Road Congress IS Indian Standards ISI Indian Standards Institute ISO International Standards Organisation ISOR Integrated Schedule of Rates ISSR Integrated Standard Schedule of Rates IT Information Technology ITB Information to Bidders JV Joint Venture Kg Kilogram Km Kilometre KPWD Karnataka Public Works Department KV Kilo-Volt kVA Kilo-Volt Ampere KW Kilowatt KWSS Karnataka Water Supply & Sewage LDPE Low-Density Polyethylene LED Light Emitting Diode LLP Limited Liability Partnership LOA Letter of Acceptance/Award LOI Letter of Intent LT Low Tension M.l Million Litres M/S Messrs MB Measurement Book MBR Membrane Bio-Reactor MEP Mechanical, Electrical & Plumbing ml Millilitre MLD Million Litres per Day Mm Millimetre MOCA Ministry of Corporate Affairs MOEFCC Ministry of Environment, Forest and Climate Change MOM Management, Operation and Maintenance MORTH Ministry of Roads, Transport & Highways MOUD Ministry of Urban Development MP Madhya Pradesh MPRRDA Madhya Pradesh Rural Road Development Authority MS Mild Steel Mts or M Metres MV Medium Voltage N Newton NDT Non-Destructive Test NIB Notice Inviting Bids NIT Notice Inviting Tenders NMR Non-Muster Roll
B. ACRONYMS & ABBREVIATIONS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
ix
No. Number NOC No Objection Certificate NTP Notice to Proceed O&M Operation & Management OD Outer Diameter OFC Optical Fibre Cable OMC Optimum Moisture Content PAN Permanent Account Number pax. Person Amount X PCC Plain Cement Concrete PET Polyethylene Terephthalate PHED Public Health Engineering Department PLC Programmable Logic Controller PMC Project Management Consultants PSU Public Sector Unit PUC Pollution Under Control PVC Poly Vinyl Chloride PWD Public Works Department RA Running Account RB Reinforced Brick RC Reinforced Concrete RCC Reinforced Cement Concrete RGB Red Green Blue RMU Ring Main Unit ROF Registrar of Firms ROS Registrar of Societies RTDAS Real Time Data Acquisition System RTO Regional Transport Office RUIDP Rajasthan Urban Infrastructure Development Project SCADA Supervisory Control and Data Acquisition SCC Special Conditions of Contract SCM Smart Cities Mission SCP Smart City Proposal SE Superintending Engineer SITC Supply, Installation, Testing & Commissioning Sl. No. Serial Number SMC Sagar Municipal Corporation SOR Schedule of Rates SPC Special Purpose Company SPCB State Pollution Control Board Sq. Square Sq.m Square Meter SS Stainless Steel SSCL Sagar Smart City Limited STP Sewage Treatment Plant T&P Tools & Plants TAN Tax Deduction and Collection Account Number TBA To be Announced TBD To be Decided TOC Total Organic Carbon Topo. Topographical TPN Three Pole Neutral TSS Total Suspended Solids or Total Station Survey UADD Urban Administration and Development Department UCSR Unified Schedule of Rates ULB Urban Local Body UN United Nations UV Ultra Violet V Volts
B. ACRONYMS & ABBREVIATIONS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
x
VAT Value Added Tax Vol Volume WBM Water Bound Macadam WMM Wet Mix Macadam WRD Water Resource Department
C. ABRIDGED NOTICE INVITING e-TENDER National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
xi
Notice Inviting Tenders (NIT)
NIT No- Date:
Sagar Smart City Limited (SSCL) invites Proposals from reputed organization for below mentioned
tender:
Sr.No.
Work
Earnest Money Deposit (EMD) in Rs.
Period of Contract (months)
Last Date to Purchase the Tender
1. Request for Proposals “Works
and Services Contract for
Lakha Banjara Lake
Rejuvenation & Lakefront
Development Sagar, Madhya
Pradesh, India
60,00,000 /- 18 Months 03/10/2019 at
17:00 hrs
Tender Document and other details shall be available on website- http://www.mptenders.gov.in and
https://sagarsmartcity.org . Sagar Smart City Limited, reserves the right to accept/reject any/all bid
(s) without assigning any reason thereof.
D. NOTICE INVITING e-TENDERS/BIDS (NIT/NIB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
xii
SAGAR SMART CITY LIMITED
NOTICE INVITING TENDER/BID (NIT/NIB)
NIT No.: SSCL/2019/314 Date: 30-08-2019
Sagar Smart City Limited (SSCL) invites online percentage rate bids/tenders for the following works
(estimated on UADD ISSR w.e.f. 10/05/2012 and other scheduled and non-scheduled rates) from eligible
registered contractors and firms of national/international repute fulfilling eligibility criteria (Bidders) through
https://mptenders.gov.in/ for ‘Works and Services Contract for Lakha Banjara Lake Rejuvenation &
Lakefront Development, Sagar, Madhya Pradesh, India’.
The details are as under:
Event’s Name Information
1. Probable Amount of Contract INR 106,04,92,688.00 (Rupees One Hundred Six Crores Four Lakhs Ninety Two Thousand Six Hundred and Eighty Eight only)
2. Tender document Fee INR 50,000.00 (Rupees Fifty Thousand only) to be paid only through Online e-Tendering Payment Gateway
3. Earnest Money Deposit (EMD) INR 60,00,000.00 (Rupees Sixty lacs only)
4. Last date for sending pre-bid queries 09/09/2019 till 23:59 Hours at [email protected]
5. Date, Time & Place of Pre-bid Meeting 11/09/2019 at 15:00 Hours Venue: Office of the Chief Executive Officer, Sagar Smart City Limited, Old RTO Building, Near Tilli Tiraha, Sagar, Madhya Pradesh 470002, India’
6. Last date for Online Purchase of Tender Document 03/10/2019 till 17:00 Hours
7. Last date of Online Submission of Bids 03/10/2019 till 17:00 Hours
8. Date & Time for Opening of Pre-Qualification 04/10/2019 till 17:00 Hours
9. Date & Time for Opening of Technical Proposal 04/10/2019 till 17:00 Hours
10. Date & Time for Opening of Financial Proposals Date and time will be intimated later to the technically qualified Bidders
11. Project Award Criteria Technically Responsive and Financially Lowest Cost Selection
Note: The bidders shall have to submit their bids online and upload the relevant documents as per key
schedule (key dates).
1. All details relating to the Bid Document(s) can be viewed and downloaded from the website mentioned in
NIT.
2. Bid document can be purchased after making online payment of portal fees through Credit/Debit/Cash
Card/Internet banking.
3. At the time of submission of the Bid the eligible bidder shall be required to:
a. Pay the cost of Bid Document (No exemption is applicable);
b. Deposit the Earnest Money (No exemption is applicable);
c. Submit a check list; and
d. Submit a statement of facts in form of an Affidavit as per Performa ELI-1: Affidavit
4. Eligibility for Bidders:
D. NOTICE INVITING e-TENDERS/BIDS (NIT/NIB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
xiii
a. At the time of submission of the Bid the bidder should have valid registration with the Government
of Madhya Pradesh, PWD in appropriate class. However, such bidders who are not registered
with the Government of Madhya Pradesh and are eligible for registration can also submit their bids
after having applied for registration with appropriate authority.
b. The bidder would be required to have valid registration with MPPWD in appropriate class at the
time of signing of the Contract.
c. Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in forfeiture
of the earnest money deposit.
5. Pre-qualification: Prequalification conditions, as applicable, are given in the Bid Data Sheet.
6. Special Eligibility: Special Eligibility Conditions, if any, are given in the Bid Data Sheet.
7. Amendment to NIT, if any, would be published on website only, and not in Newspaper.
Executive Director
Sagar Smart City Limited
E. KEY DATES & EVENTS RECKONER National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
xiv
KEY DATES & EVENTS RECKONER
S. No.
Department’s Action
Bidder’s Action
Start Expiry Envelopes
Date Time Date Time
1. Purchase of Tender Online
31/08/2019 10:00 Hours 03/10/2019 17:00 Hours
2. Last Date for Pre-Bid Queries
09/09/2019 23:59 Hours
3. Pre-Bid Meeting
11/09/2019 15:00 Hours
4. Bid Submission
Online
31/08/2019 11:00 Hours 03/10/2019 17:00 Hours
5. Mandatory Submission
Opening
04/10/2019 17:00 Hours Envelope A
6. Technical Proposal Opening
04/10/2019 17:00 Hours Envelope B
7. Submission of Hard
Copies of Technical Proposal
07/10/2019 17:00 Hours
8. Financial Bid Opening
TBD/TBA Envelope C
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
1
SECTION I: INSTRUCTION TO BIDDERS (ITB)
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
2
1. SECTION I: INSTRUCTION TO BIDDERS (ITB)
1.1. GENERAL
1.1.1 Scope of Bid 1.1.1.1 In support of the Notice Inviting Tender (NIT) indicated in the Bid Data Sheet (BDS), the Employer as indicated in the BDS, issues this Bidding Document for the procurement of works as named in the BDS and as specified, Employer’s Requirements.
1.1.1.2 The period of completion of the Works and Services shall be as indicated in the BDS
1.1.1.3 The Defect Liability Period for the Works shall be as indicated in the BDS
1.1.1.4 The engineer’s estimate for all Works & Services shall be as indicated in the BDS
1.1.1.5 The type of tender/bidding shall be as indicated in the BDS
1.1.1.6 The nature of works involved in the Works & Services contract shall be as indicated in the BDS
1.1.2 Interpretations 1.1.2.1 Throughout this Bidding Document: the term “in writing” means communicated in written form through letter, fax, e-mail etc. with proof of receipt. If the context so requires, singular means plural and vice versa; and “Day” means calendar day
1.1.3 Code of Integrity 1.1.3.1 Any person participating in the procurement process shall, i. not offer any bribe, reward or gift or any material benefit
either directly or indirectly in exchange for an unfair advantage in procurement process or to otherwise influence the procurement process;
ii. not misrepresent or omit that misleads or attempts to mislead so as to obtain a financial or other benefit or avoid an obligation;
iii. not indulge in any collusion, bid rigging or anti- competitive behaviour to impair the transparency, fairness and progress of the procurement process;
iv. not misuse any information shared between the Employer and the Bidders with an intent to gain unfair advantage in the procurement process;
v. not indulge in any coercion including impairing or harming or threatening to do the same, directly or indirectly, to any party or to its property to influence the procurement process;
vi. not obstruct any investigation or audit of a procurement process;
vii. disclose conflict of interest, if any; and viii. disclose any previous transgressions with any government
and quasi-government entities in India or any other country during the last three years or any debarment by any other Employer.
1.1.3.2 Conflict of Interest: A conflict of interest is considered to be a situation in which a party has interests that could improperly influence that party’s performance of official duties or responsibilities, contractual obligations, or compliance with applicable laws and regulations. A Bidder may be considered to be in conflict of interest with one or more parties in this bidding process if, including but not limited to:
i. have controlling partners/ shareholders in common; or ii. receive or have received any direct or in direct subsidy from
any of them ;or
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
3
iii. have the same legal representative for purposes of this Bid; or
iv. have a relationship with each other, directly or through common third parties, that puts them in a position to have access to information about or influence on the Bid of another Bidder, or influence the decisions of the Employer regarding this bidding process; or
v. the Bidder participates in more than one Bid in this bidding process. Participation by a Bidder in more than one Bid will result in the disqualification of all Bids in which the Bidder is involved. However, this does not limit the inclusion of the same subcontractor, not otherwise participating as a Bidder, in more than one Bid; or
vi. the Bidder or any of its affiliates participated as a consultant in the preparation of the design or technical specifications of the Works that are the subject of the Bid; or
vii. the Bidder or any of its affiliates has been hired (or is proposed to be hired) by the Employer as Engineer-in-charge/ consultant for the Contract.
1.1.3.3 The Bidder shall have to give a declaration regarding compliance of the Code of Integrity prescribed in the Act, the Rules and stated above in this Clause along with its Bid, in the format specified in Section IV, Bidding Forms.
1.1.3.4 Breach of Code of Integrity by the Bidder- Without prejudice to the provisions of Madhya Pradesh Financial Code and New Store Purchase And Service Procurement Rules 2015, in case of any breach of the Code of Integrity by a Bidder or prospective Bidder, as the case may be, the Employer may take appropriate action in accordance with the provisions of the Code.
1.1.4 Eligible Bidders 1.1.4.1 A Bidder may be a natural person, private Entity, government-owned Entity or, where permitted in the BDS, any combination of them with a formal intent to enter into an agreement or under an existing agreement in the form of a Joint Venture [JV], Consortium or Association. In the case of a Joint Venture, Consortium or Association- all parties to the Joint Venture, Consortium or Association shall sign the Bid and they shall be jointly and severally liable; and a Joint Venture, Consortium or Association shall nominate a representative who shall have the authority to conduct all business for and on behalf of any and all the parties of the Joint Venture, Consortium or Association during the Bidding process. In the event the Bid of Joint Venture, Consortium or Association is accepted, either they shall form a registered Joint Venture, Consortium or Association as company/firm or otherwise all the parties to Joint Venture, Consortium or Association shall sign the Agreement.
1.1.4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of India. In case of International Competitive Bidding or Joint Venture, Consortium or Association when permitted in the BDS, the nationality of the Bidder and all parties constituting the Bidder shall be of India or an eligible country declared as such by Government of India. A Bidder shall be deemed to have nationality of a country if the Bidder is a citizen or constituted or incorporated, and operates in conformity with the provisions of the Laws of that country. This criterion shall also apply to the determination of the nationality of proposed Sub- Contractors or suppliers for any part of the Contract including related services.
1.1.4.3 A Bidder should not have a conflict of interest in the procurement in question as stated in the Madhya Pradesh Financial Code and New
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
4
Store Purchase And Service Procurement Rules 2015 and this Bidding document.
1.1.4.4 A Bidder debarred or sanctioned by central or state government agency/department or any other quasi government bodies or UN umbrella multilateral agencies on reasonable and evidential grounds shall not be eligible to participate in this procurement process undertaken by the Employer.
1.1.4.5 The Bidder must be a registered Contractor in appropriate class with the Department/ Organization as permitted in the BDS. He shall furnish necessary proof for the same.
1.1.4.6 i. Any change in the constitution of the firm, etc., shall be notified forth with by the Bidder in writing to the Employer and such change shall not relieve any former partner/ member of the firm, etc. from any liability under the Contract.
ii. No new partner/partners shall be accepted in the firm by the Bidder in respect of the contract unless he/they agree to abide by all its terms, conditions and deposit with the Employer a written agreement to this effect. The Bidder’s receipt for acknowledgement or that of any partners subsequently accepted as above shall bind all of them and will be sufficient discharge for any of the purpose of the Contract.
iii. The status of the lead partner/ representative of the Joint Venture, Consortium or Association as a major stake holder shall not change without the consent of the Employer. New major stake holder must agree to abide by all terms and conditions of the Contract.
1.1.4.7 Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, should the Employer request.
1.1.4.8 In case a prequalification or empanelment or registration process has been conducted prior to the bidding process, this bidding shall be open only to the pre-qualified, empanelled or registered Bidders as prescribed in the BDS.
1.1.4.9 Each Bidder shall submit only one Bid except in case of alternative bids, if permitted in the BDS.
1.1.4.10 Bidder who is not registered under with Madhya Pradesh PWD can bid, however selected bidder shall have to be got registered with the State PWD and submit the proof of registration before signing the Contract agreement. The Bidder is also required to provide proof of Permanent Account Number (PAN), Goods & Services Tax (GST) no. and TAN given by Income Tax Department.
1.2. CONTENTS OF BIDDING DOCUMENT
1.2.1 Sections of the Bidding Document
1.2.1.1 The Bidding Document consists of Parts I, II, and III, which include all the Sections indicated below, and should be read in conjunction with any Addenda issued in accordance with ITB Clause 1.2.3 [Amendment of Bidding Document]. Part I: Bidding Procedures Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Qualification & Technical Evaluation Criteria Section IV. Bidding Forms Part II: Requirements Section V. Employer’s Requirements.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
5
Part III: Contract Section VI. General Conditions of Contract [GCC] Section VII. Particular Conditions of Contract [PCC] Section VIII. Contract Forms
1.2.1.2 The NIT issued by the Employer is also part of the Bidding Document.
1.2.1.3 The complete Bidding Document shall be uploaded on the e- procurement portal, www.mpeproc.gov.in along with the Notice Inviting Bids. The prospective Bidders may download the bidding document from these portals. The price of the Bidding Document and processing fee of e-bid shall have to be paid to the Employer in the amount and manner as specified in BDS and e-procurement portal.
1.2.1.4 The Employer is not responsible for the Completeness of the Bidding Document and its addenda, if they were not downloaded correctly from the e-procurement portal.
1.2.1.5 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Document. Failure to furnish all information or authentic documentation required by the Bidding Document may result in the rejection of the Bid.
1.2.2 Clarification of Bidding Document and Pre-Bid Conference
1.2.2.1 The Bidder shall be deemed to have carefully examined the conditions, specifications, size, make and drawings, etc. of the Works and Related Services to be provided. If any Bidder has any doubts as to the meaning of any portion of the conditions or of the specifications, drawings etc., it shall, before submitting the Bid, refer the same to the Employer and get clarifications. A Bidder requiring any clarification of the Bidding Document shall contact the Employer in writing or e-mail in a prescribed format indicated in the BDS at the Employer’s address indicated in the BDS. The Employer will respond in writing or e-mail to any request for clarification, within seven (7) days provided that such request is received no later than twenty-one (21) days prior to the deadline for submission of Bids as specified in ITB Sub-Clause 1.4.2.1 [Deadline for Submission of Bids]. The clarification issued, including a description of the inquiry but without identifying its source shall also be placed on the State Public Procurement Portal and should the Employer deem it necessary to amend the Bidding Document as a result of a clarification, it shall do so following the procedure under ITB Clause 1.2.3 [Amendment of Bidding Document] through an addendum which shall form part of the Bidding Document.
1.2.2.2 The Bidder or his authorized representative is invited to attend the Pre- Bid Conference, if provided for in the BDS. The purpose of the Pre- Bid Conference will be to clarify issues and to answer questions on any matter related to this procurement that may be raised at that stage. If required, a conducted site visit may be arranged by the Employer.
1.2.2.3 The Bidder is requested, to submit questions in writing, to reach the Employer not later than one week before the date of Pre-Bid Conference.
1.2.2.4 Minutes of the Pre-Bid Conference, including the text of the questions raised, and the responses given, without identifying the source, will be transmitted promptly to all Bidders who attended the Pre-Bid Conference and shall also be placed on the State Public Procurement Portal and the e-procurement portal. Any modification to the Bidding Document that may become necessary as a result of the Pre-Bid Conference shall be made by the Employer exclusively
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
6
through the issue of an addendum (part of Bid document) and not through the minutes of the Pre-Bid Conference.
1.2.2.5 At any time prior to the deadline for submission of the Bids, the Employer, suo motto, may also amend the Bidding Document, if required, by issuing an addenda which will form part of the Bidding Document.
1.2.2.6 Non-attendance at the Pre-Bid Conference will not be a cause for disqualification of a Bidder.
1.2.3 Amendment of Bidding Document
1.2.3.1 Any addendum issued shall be part of the Bidding Document and shall be uploaded on the e-procurement portal as indicated in the BDS.
1.2.3.2 To give prospective Bidders reasonable time in which to take an addendum into account in preparing their Bids, the Employer may, at its discretion, extend the deadline for the submission of the Bids, pursuant to ITB Sub-Clause 1.4.2 [Deadline for Submission of Bids], under due publication on the e-procurement portal and newspapers. The date of submission of the bids post addendum shall be extended by number of days as indicated in the BDS.
1.3. PREPARATION OF BIDS
1.3.1 Cost of Bidding 1.3.1.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
1.3.1.2 The Bidder shall furnish the scanned attested copies of following documents with its Bid:
i. Partnership Deed and valid registration certificate with the Registrar of Firms in case of Partnership Firms. Power of Attorney in favour of the partner signing/submitting the Bid, authorizing him to represent all partners of the firm.
ii. GST registration certificate and VAT/Sales Tax clearance certificate up to 30-6-2017 and Permanent Account Number (PAN) given by the Income Tax Department.
iii. Address of residence and office, telephone numbers e-mail address in case of sole Proprietorship.
iv. Certificate of Registration and Memorandum of Association issued by Registrar of Companies in case of a registered company and in case of any other statutory or registered body, certificate of incorporation or registration issued by concerned authorities. Power of attorney in favour of the person signing the Bid.
v. Where permitted to bid as Joint Venture, Consortium or Association, letter of formal intent to enter in to an agreement or an existing agreement in the form of a Joint Venture, Consortium or Association.
1.3.2 Language of Bid 1.3.2.1 The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Employer, shall be written in English/ Hindi or a language specified in the BDS. Supporting documents and printed literature that are part of the Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages duly accepted by the Bidder in English/ Hindi or the language specified in the BDS, in which case, for purposes of interpretation of the Bid, such translation shall govern.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
7
1.3.3 Documents Comprising the Bid
1.3.3.1 The Bid shall comprise of two covers, one containing the Technical Bid/ Proposal and the other the Financial or Price Bid/ Proposal. One more cover containing scanned copies of proof of payment in form specified in Bid Data Sheet, of the price of Bidding Document, and EMD shall be enclosed separately.
1.3.3.2 The Technical Bid/ Proposal shall contain the following: i. Technical Bid/Proposal Submission Sheet ii. Qualification and Technical Bid/Proposal containing the
filled up Bidding Forms and Declarations related to Technical Bid/Proposal and Code of Integrity given in Section IV [Bidding Forms];
iii. proof of payment of price of Bidding Document, EMD, in accordance with ITB Clause 1.3.10;
iv. written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with ITB Clause 1.3.11;
v. documentary evidence in accordance with ITB Clause 1.3.7 establishing the Bidder’s eligibility to bid;
vi. documentary evidence in accordance with ITB Clause 1.3.8 establishing the Bidder’s qualifications to perform the contract if its Bid is accepted;
vii. Drawings/ designs in support of the Works to be executed; viii. the Notice Inviting Bids; ix. any other document required in the BDS; and x. others considered necessary to strengthen the Bid
submitted.
1.3.3.3 The Financial Bid/ Price Proposal shall contain the following : i. Financial Bid/ Price Proposal Submission Sheet and the
applicable Price Schedules, in accordance with ITB Clauses 1.3.4, 1.3.5;
ii. Any other document required in the BDS.
1.3.4 Bid Submission Sheets and Price Schedules
1.3.4.1 The Bidder shall submit the Technical Bid and Financial Bid using the Bid Submission Sheets provided in Section IV [Bidding Forms]. These forms must be completed without any alterations to their format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.
1.3.4.2 The Bidder shall submit as part of the Financial Bid, the Price Schedules for Works, using the forms provided in Section IV [Bidding Forms] or as per the format/procedure provided in the e-tendering portal
1.3.5 Bid Prices 1.3.5.1 i. In case of Item Rate Contracts, the Bidder shall fill in rates and prices for all items of the Works described in the Bill of Quantities. Items against which no rate or price is entered by the Bidder will not be paid for by the Employer but will have to be executed and shall be deemed covered by the rates for other items and prices in the Bill of Quantities.
ii. In case of Percentage Rate Contracts, combined single percentage above or below must be quoted by the Bidder for all items of the Bill of Quantities.
iii. In case of Lump Sum Contracts, only Total Price which the Bidder wants to charge for the entire Works with all its contingencies in accordance with drawings and specifications shall be quoted by the Bidder. A Schedule of Rates shall be specified in the BDS in order to regulate the amount to be added to or deducted from the fixed sum on account of additions and alterations not covered by the Contract. Payments shall be linked to various stages of
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
8
completion of the Works specified in Activity Schedule given in Bid Data Sheet.
1.3.5.2 Prices quoted by the Bidder shall be fixed during the Bidder’s Performance of the Contract and not subject to variation on any account, unless otherwise specified in the BDS. A Bid submitted with an adjustable price quotation shall be treated as non- responsive and shall be rejected, pursuant to ITB Clause 1.5.7 [Responsiveness of Bids]. However, if in accordance with the BDS, prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract, a Bid submitted with a fixed price quotation shall not be rejected, but the price adjustment shall be treated as zero.
1.3.5.3 All duties, taxes and other levies payable by the Bidder under the contract, or for any other cause, shall be included in the rates and prices, and the total Bid Price submitted by the Bidder until and unless mentioned otherwise in the BDS.
1.3.6 Currencies of Bid
1.3.6.1 The unit rates and the prices shall be quoted by the Bidder entirely in Indian Rupees unless otherwise specified in BDS. All payments shall be made in Indian Rupees only, unless otherwise specified in the BDS.
1.3.7 Documents Establishing the Eligibility of the Bidder
1.3.7.1 To establish their eligibility in accordance with ITB Clause 1.1.4 [Eligible Bidders], Bidders shall:
i. complete the eligibility declarations in the Bid Submission Sheet and Declaration Form included in Section IV [Bidding Forms];
ii. if the Bidder is an existing or intended Joint Venture [JV], Consortium or Association in accordance with ITB Sub-Clause 1.1.4.1, shall submit a copy of the Agreement, or a letter of intent to enter into such Agreement. The respective document shall be signed by all legally authorized signatories of all the parties to the existing or intended JV, Consortium or Association as appropriate; and
iii. the existing or intended JV shall authorize an individual/ partner in one of the firms as lead partner of the JV to act and commit all the partners of JV for the Bid.
1.3.8 Documents Establishing the Qualifications of the Bidder
1.3.8.1 To establish its qualifications to perform the Contract, the Bidder shall submit as part of its Technical Proposal the documentary evidence indicated for each qualification criteria specified in Section III, [Pre-Qualification & Technical Evaluation].
1.3.9 Period of Validity of Bids
1.3.9.1 Bids shall remain valid for the period specified in the BDS after the Bid submission deadline date as specified by the Employer. A Bid valid for a shorter period shall be rejected by the Employer as non-responsive.
1.3.9.2 In exceptional circumstances, prior to the expiration of the Bid validity period, the Employer may request Bidders to extend the period of validity of their Bids. The request and the responses shall be made in writing. The EMD or a Bid Securing Declaration in accordance with ITB Clause 1.3.10 [EMD] shall also be got extended for thirty (30) days beyond the deadline of the extended validity period. A Bidder may refuse the request without forfeiting its EMD. Bidder granting the request shall not be permitted to modify its Bid.
1.3.10 Earnest Money Deposit
1.3.10.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its Bid, a EMD for the amount specified in the BDS.
1.3.10.2 For all kind of Bidders. EMD shall be 0.5% of the value of works indicated in the NIT. The EMD shall be in Indian Rupees, if not otherwise specified in the BDS.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
9
1.3.10.3 The EMD shall be in the form of Fixed Deposit Receipt of a scheduled commercial bank OR, Interest bearing securities of post office OR, Demand Draft issued in favour of the name given in the BDS. The Fixed Deposit Receipt and interest-bearing securities of post office shall be valid for six (6) months or more after the last date of receipt of bids.
1.3.10.4 Scanned copy of EMD instrument shall necessarily accompany the sealed Bid. Any Bid not accompanied by EMD, if not exempted, shall be liable to be rejected.
1.3.10.5 EMD of a Bidder lying with the Employer in respect of other Bids awaiting decision shall not be adjusted towards EMD for this Bid. The EMD originally deposited may, however be taken into consideration in case Bids are re-invited.
1.3.10.6 The issuer of the EMD and the confirmer, if any, of the EMD, as well as the form and terms of the EMD, must be acceptable to the Employer.
1.3.10.7 Prior to submitting its Bid, a Bidder may request the Employer to confirm the acceptability of a proposed issuer of a EMD or of a proposed confirmer, if different than as specified in ITB Clause 1.3.10.3. The Employer shall respond promptly to such a request.
1.3.10.8 The bank EMD shall be got confirmed from the concerned issuing bank or authority. However, the confirmation of the acceptability of a proposed issuer or of any proposed confirmer does not preclude the Employer from rejecting the EMD on the ground that the issuer or the confirmer, as the case may be, has become insolvent or is under liquidation or has otherwise ceased to be creditworthy.
1.3.10.9 The EMD of unsuccessful Bidders shall be refunded soon after final acceptance of successful Bid and signing of Contract Agreement and submitting Performance Security by successful Bidder pursuant to ITB Clause 1.6.4 [Performance Security].
1.3.10.10 The EMD taken from a Bidder shall be forfeited in the following cases, namely:
i. when the Bidder withdraws or modifies his Bid after opening of Bids; or
ii. when the Bidder does not execute the agreement in accordance with ITB Clause 1.6.3 [Signing of Contract] after issue of letter of acceptance/ placement of Work order within the specified time period; or
iii. when the Bidder fails to commence the Works as per Work Order within the time specified; or
iv. when the Bidder does not deposit the Performance Security in accordance with ITB Clause 1.6.4 [Performance Security]; in the prescribed time limit after the work order is placed;
v. if the Bidder breaches any provision of the Code of Integrity prescribed for Bidders as specified in ITB Clause 1.1.3 [Code of Integrity]; or
vi. if the Bidder does not accept the correction of its Bid Price pursuant to ITB Sub-Clause 1.5.5 [Correction of Arithmetical Errors].
1.3.10.12 In case of the successful bidder, the amount of EMD may be adjusted in arriving at the amount of the Performance Security, or refunded if the successful bidder furnishes the full amount of Performance Security. No interest will be paid by the Employer on the amount of EMD.
1.3.10.13 The Employer shall promptly refund the EMD of the Bidders at the earliest of any of the following events, namely:
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
10
i. the expiry of validity of EMD; ii. the execution of agreement for procurement and
Performance Security is furnished by the successful bidder; iii. the cancellation of the procurement process; or iv. the withdrawal of Bid prior to the deadline for presenting
Bids, unless the Bidding Document stipulates that no such withdrawal is permitted.
1.3.10.14 The EMD of a Joint Venture, Consortium or Association must be in the name of the Joint Venture, Consortium or Association that submits the Bid. If the Joint Venture, Consortium or Association has not been legally constituted at the time of Bidding, the members of the proposed consortium or JV shall enter in to an Agreement to form a legally constituted JV after the issue of Letter of Acceptance / Letter of Intent to them and also declare a partner as the lead partner in whose name the EMD may be submitted.
1.3.11 Format and Signing of Bid
1.3.11.1 All pages of the Technical and Financial Bid shall be digitally signed by the Bidder or authorised signatory on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the BDS and shall be attached to the Bid. In case of a Joint Venture, Consortium or Association, if the Joint Venture, Consortium or Association has not been legally constituted at the time of Bidding, all the members of the proposed Joint Venture, Consortium or Association shall digitally sign the Bid.
1.4. SUBMISSION AND OPENING OF BIDS
1.4.1 Sealing and Marking of Bids
1.4.1.1 Bidders shall submit their Bids to the Employer electronically only on the e-procurement portal, www.mpeproc.gov.in In submission of their Bids, the Bidders should follow the step by step instructions given on the e-procurement portal.
1.4.1.2 The Bidder shall enclose the Technical Bid and the Financial Bid in separate covers. The proof of payment of price of Bidding Document, processing fee and EMD shall be enclosed in third cover. The price of Bidding Document and EMD shall be paid in the name of the Employer or as instructed in the e-procurement portal and the processing fee shall be paid in the name of the Employer or as instructed in the e-procurement portal.
1.4.2 Deadline for Submission of Bids
1.4.2.1 Bids shall be submitted electronically only upto the time and date specified in the Notice Inviting Tender and BDS or an extension issued thereof.
1.4.3 Withdrawal, Substitution and Modification of Bids
1.4.3.1 A Bidder may withdraw, substitute or modify its Bid after it has been submitted by submitting electronically on the e-procurement portal a written Withdrawal/ Substitutions/ Modifications etc. Notice on the e-procurement portal, duly digitally signed by the Bidder or his authorized representative, and shall include a copy of the authorization in accordance with ITB Sub-Clause 1.3.11.1 [Format and Signing of Bid]. The corresponding Withdrawal, Substitution or Modification of the Bid must accompany the respective written Notice. All Notices must be received by the Employer on the e- procurement portal prior to the deadline specified for submission of Bids in accordance with ITB Sub- Clause 1.4.2. [Deadline for Submission of Bids].
1.4.3.2 No Bid shall be withdrawn, substituted or modified in the interval between the deadline for submission of the Bid and the expiration of the period of Bid validity specified in ITB Clause 1.3.9.[Period of Validity of Bids] or any extension thereof.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
11
1.4.4 Bid Opening 1.4.4.1 The electronic Technical Bids shall be opened by the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee constituted by the Employer at the time, date and place specified in the BDS in the presence of the Bidders or their authorized representatives, who choose to be present.
1.4.4.2 The Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee may co-opt experienced persons in the committee to conduct the process of Bid opening.
1.4.4.3 The Bidders may choose to witness the electronic Bid opening procedure online.
1.4.4.4 The Financial Bids shall be kept unopened until the time of opening of the Financial Bids. The date, time, and location of electronic opening of the Financial Bids shall be intimated to the bidders who are found qualified by the Employer in evaluation of their Technical Bids.
1.4.4.5 The Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall prepare a list of the Bidders or their representatives attending the opening of Bids and obtain their signatures on the same. The list shall also contain the representative’s name and telephone number and corresponding Bidders’ names and addresses. The authority letters brought by the representatives shall be attached to the list. The list shall be signed by all the members of Bids opening committee with date and time of opening of the Bids.
1.4.4.6 First, covers marked as “WITHDRAWAL” shall be opened, read out, and recorded and the covers containing the corresponding Technical Bids and Financial Bids shall not be opened. No Bid shall be permitted to be withdrawn unless the corresponding withdrawal notice contains a valid authorisation to request the withdrawal and is readout and recorded at Bid opening. If the withdrawal notice is not accompanied by the valid authorisation, the withdrawal shall not be permitted and the corresponding Technical Bid shall be opened. Next, covers marked as “SUBSTITUTION Technical Bid” shall be opened, read out, recorded. The covers containing the Substitution Technical Bids and/ or Substitution Financial Bids shall be exchanged for the corresponding covers being substituted. Only the Substitution Technical Bids shall be opened, read out, and recorded. Substitution Financial Bids will remain unopened in accordance with ITB Sub-Clause 1.4.4.4. No Bid shall be substituted unless the corresponding substitution notice contains a valid authorisation to request the substitution and is read out and recorded at Bid opening. Covers marked as “MODIFICATION Technical Bid” shall be opened thereafter, read out and recorded with the corresponding Technical Bids. No Technical Bid and/ or Financial Bid shall be modified unless the corresponding modification notice contains a valid authorisation to request the modification and is read out and recorded at opening of Technical Bids. Only the Technical Bids, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Financial Bids, both Original as well as Modification, will remain unopened in accordance with ITB Sub-Clause 1.4.4.4.
1.4.4.7 All other covers containing the Technical Bids shall be opened one at a time and the following read out and recorded-
i. the name of the Bidder; ii. whether there is a modification or substitution;
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
12
iii. whether proof of payment of EMD, payment of price of the Bidding Document and processing fee (if mandated by the Employer or the e-procurement portal) have been enclosed;
iv. any other details as the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee may consider appropriate.
After all the Bids have been opened, their hard copies shall be printed and shall be initialled and dated on the first page and other important papers of each Bid by the members of the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee.
1.4.4.8 Only Technical Bids shall be read out and recorded at the bid opening and shall be considered for evaluation. No Bid shall be rejected at the time of opening of Technical Bids except Alternative Bids (if not permitted) and Bids not accompanied with the proof of payment of the required price of Bidding Document and EMD.
1.4.4.9 The Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall prepare a record of opening of Technical Bids that shall include, as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, modification, or alternative offer (if they were permitted), any conditions put by Bidder and the presence or absence of the price of Bidding Document and EMD. The Bidders or their representatives, who are present, shall sign the record. The members of the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall also sign the record with date.
1.4.4.10 After completion of the evaluation of the Technical Bids, the Employer shall invite Bidders who have submitted substantially responsive Technical Bids and who have been determined as being qualified to attend the electronic opening of the Financial Bids. The date, time, and location of the opening of Financial Bids will be intimated in writing by the Employer. Bidders shall be given reasonable notice of the opening of Financial Bids vide official email or SMS services by the e-procurement portal.
1.4.4.11 The Employer in its sole discretion shall notify Bidders in writing whose Technical Bids have been rejected on the grounds of being substantially non-responsive and not qualified in accordance with the requirements of the Bidding Document.
1.4.4.12 The Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall conduct the electronic opening of Financial Bids of all Bidders who submitted substantially responsive Technical Bids and have qualified in evaluation of Technical Bids, in the presence of Bidders or their representatives who choose to be present at the address, date and time specified by the Employer.
1.4.4.13 All covers containing the Financial Bids shall be opened one at a time and the following read out and recorded
i. the name of the Bidder; ii. whether there is a modification or substitution; iii. the Bid Prices; iv. any other details as the Bids opening committee may
consider appropriate. After all the Bids have been opened, their hard copies shall be printed and shall be initialled and dated on the first page of the each Bid by the members of the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee. All the pages of the Price Schedule and letters, Bill of Quantities attached
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
13
shall be initialled and dated by the members of the committee. Key information such as prices, completion period, etc. shall be encircled and unfilled spaces in the Bids shall be marked and signed with date by the members of the Bids opening committee.
1.4.4.14 The Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall prepare a record of opening of Financial Bids that shall include as a minimum: the name of the Bidder and whether there is a withdrawal, substitution, or modification, the Bid Price, any conditions, any discounts and alternative offers (if they were permitted). The Bidders or their representatives, who are present, shall sign the record. The members of the Bids Opening Committee or Tender Evaluation Committee or any other statutory Committee shall also sign the record with date.
1.5. EVALUATION AND COMPARISON OF BIDS
1.5.1 Confidentiality 1.5.1.1 Information relating to the examination, evaluation, comparison, and post-qualification of Bids, and recommendation of contract award, shall not be disclosed to Bidders or any other persons not officially concerned with such process until information on Contract award is communicated to all Bidders.
1.5.1.2 Any attempt by a Bidder to influence the Employer in its examination of qualification, evaluation, comparison of the Bids or Contract award decisions may resulting in the rejection of its Bid, in addition to the legal action which may be taken by the Employer under the Rules. Any form of contact and communication in person or by electronic/telecommunication medium by the prospective Bidders during the evaluation of the Bids shall be construed as a bid to influence the evaluation process.
1.5.1.3 Notwithstanding ITB Sub-Clause 1.5.1.2 [Confidentiality], from the time of opening the Bid to the time of Contract award, if any Bidder wishes to contact the Employer on any matter related to the Bidding process, it shall do so in writing.
1.5.1.4 In addition to the restrictions specified of relevant Procurement Act, the Employer, while procuring a subject matter of such nature which requires the Employer to maintain confidentiality, may impose condition for protecting confidentiality of such information.
1.5.2 Clarification of Technical or Financial Bids
1.5.2.1 To assist in the examination, evaluation, comparison and qualification of the Technical or Financial Bids, the Tender Evaluation Committee may, at its discretion, ask any Bidder for a clarification regarding his/her Bid. The Committee’s request for clarification and the response of the Bidder shall be in writing.
1.5.2.2 Any clarification submitted by a Bidder with regard to his Bid that is not in response to a request by the Tender Evaluation Committee shall not be considered.
1.5.2.3 No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to confirm the correction of arithmetical errors discovered by the Tender Evaluation Committee in the evaluation of the financial Bids.
1.5.2.4 No substantive change to qualification information or to a submission, including changes aimed at making an unqualified Bidder, qualified or an unresponsive submission, responsive shall be sought, offered or permitted.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
14
1.5.3 Deviations, Reservations and Omissions in Technical or Financial Bids
1.5.3.1 During the evaluation of Technical or Financial Bids, the following definitions apply:
i. “Deviation” is a departure from the requirements specified in the Bidding Document;
ii. “Reservation” is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and
iii. “Omission” is the failure to submit part or all of the information or documentation required in the Bidding Document.
1.5.4 Nonmaterial Non conformities in Qualifications & Technical Proposals or Financial Bids
1.5.4.1 Provided that a Technical or Financial Bid is substantially responsive, the Employer may waive any nonconformities (with recorded reasons) in the Bid that do not constitute a material deviation, reservation or omission.
1.5.4.2 Provided that a Technical or Financial Bid is substantially responsive, the Employer may request the Bidder to submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities or omissions in the Bid related to documentation requirements. Request for information or documentation on such nonconformities shall not be related to any aspect of the Financial Proposal of the Bid. Failure of the Bidder to comply with the request may result in the rejection of its Bid.
1.5.4.3 Provided that a Technical or Financial Bid is substantially responsive, the Employer will rectify nonmaterial nonconformities or omissions (with recorded reasons). To this effect, the Bid Price shall be adjusted during evaluation of Financial Proposals for comparison purposes only, to reflect the price of the missing or non- conforming item or component. The adjustment shall be made using the method indicated in Section III, Qualification & Technical Evaluation Criteria.
1.5.5 Correction of Arithmetical Errors in Financial Bid
1.5.5.1 Provided that a Financial Bid is substantially responsive, the Bid evaluation committee shall correct arithmetical errors during evaluation of Financial Bid on the following basis:
i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless in the opinion of the Employer there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted shall govern and the unit price shall be corrected;
ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
iii. if there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (i) and (ii) above.
1.5.5.2 If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its EMD shall be forfeited or its Bid Securing Declaration shall be executed.
1.5.6 Preliminary Examination of Qualification and Technical
1.5.6.1 The Employer shall examine the Qualification and Technical Proposal or Financial Bid to confirm that all documents and technical documentation requested in ITB Sub- Clause 1.3.3 [Documents Comprising the Bid] have been provided, and to determine the completeness of each document submitted.
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
15
Proposal or Financial Bid
1.5.6.2 The Employer shall confirm, following the opening of the Qualification and Technical Proposals or Financial Bid, that the following documents and information have been provided :
i. Bid is signed, as per the requirements listed in the Bidding documents;
ii. Bid has been sealed as per instructions provided in the Bidding documents;
iii. Bid is valid for the period, specified in the Bidding documents;
iv. Bid is accompanied by EMD; v. Bid is unconditional and the Bidder has agreed to give the
required performance Security; vi. Price Schedules in the Financial Bids are in accordance with
ITB Clause 1.3.4 [Bid Submission Sheets and Price Schedules];
vii. written confirmation of authorization to commit the Bidder; viii. other conditions, as specified in the Bidding Document are
fulfilled.
1.5.7 Responsiveness of Qualification and Technical Proposal or Financial Bid
1.5.7.1 The Employer’s determination of the responsiveness of a Qualification and Technical Proposal or Financial Bid is to be based on the contents of the Bid itself, as defined in ITB Sub-Clause 1.3.3 [Documents Comprising the Bid].
1.5.7.2 A substantially responsive Qualification and Technical Proposal or Financial Bid is one that meets without material deviation, reservation, or omission to all the terms, conditions, and specifications of the Bidding Document. A material deviation, reservation, or omission is one that: (a) if accepted, would:
i. affect in any substantial way the scope, quality, or performance of the Goods and Related Services specified in Section V, Schedule of Supply; or
ii. limits in any substantial way, inconsistent with the Bidding Document ,the Employer’s rights or the Bidder’s obligations under the proposed Contract; or
iii. if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive Bids.
1.5.7.3 The Employer shall examine the technical aspects of the Bid in particular, to confirm that requirements of Section V, Employer’s Requirements have been met without any material deviation, reservation, or omission.
1.5.7.4 If a Qualification and Technical Proposal or Financial Bid is not substantially responsive to the Bidding Document, it shall be rejected by the Employer and may not subsequently be made responsive by the Bidder by correction of the material deviation, reservation, or omission.
1.5.8 Examination of Terms and Conditions of the Qualification and Technical Proposal or Financial Bid
1.5.8.1 The Employer shall examine the Bids to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.
1.5.8.2 The Employer shall evaluate the technical aspects of the Bid submitted in accordance with ITB Clauses 1.3.3 [Documents Comprising the Bid] and to confirm that all requirements specified in Section V [Employer’s Requirements] of the Bidding Document and all amendments or changes requested by the Employer in accordance with ITB Clause 1.2.3 [Amendment of Bidding Document] have been met without any material deviation or reservation.
1.5.9 Evaluation of Qualification of
1.5.9.1 The determination of qualification of a Bidder in evaluation of Technical Bids shall be based upon an examination of the
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
16
Bidders in Technical Bids
documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 1.3.8 [Documents Establishing the Qualifications of the Bidder] and in accordance with the qualification criteria indicated in Section III [Qualification and Technical Evaluation Criteria]. Factors not included in Section III, shall not be used in the evaluation of the Bidder’s qualification. The evaluation of the Technical Bid/Proposal shall be as per the procedure mentioned in the BDS and Section III [Qualification and Technical Evaluation Criteria].
1.5.10 Evaluation of Financial Bids
1.5.10.1 The Employer shall evaluate each Financial Bid, the corresponding Technical Bid of which has been determined to be substantially responsive
1.5.10.2 To evaluate a Financial Bid, the Employer shall only use all the criteria and methodologies defined in this Clause and in Section III, Evaluation and Qualification Criteria. No other criteria or methodology shall be permitted.
1.5.10.3 To evaluate a Financial Bid, the Employer shall consider the following:
i. the Bid Price quoted in the Financial Bid; ii. price adjustment for correction of arithmetical errors in
accordance with ITB Clause 1.5.5 [Correction of Arithmetical Errors];
iii. adjustment of bid prices due to rectification of nonmaterial nonconformities or omissions in accordance with ITB Sub Clause 1.5.4.3 [Nonmaterial Nonconformities in Bids], if applicable.
1.5.10.4 If the Bid, which results in the lowest evaluated Bid Price, is considered to be seriously unbalanced, or front loaded, in the opinion of the Employer, the Employer may require the Bidder to produce detailed rate analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those rates with the construction methods and schedule proposed. After evaluation of the rate analysis, taking into consideration, the schedule of estimated Contract payments, the Employer may require that the amount of the Performance security be increased at the cost of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.
1.5.11 Comparison of Bids
1.5.11.1 The Employer shall compare all substantially responsive Financial Bids to determine the lowest- evaluated Financial Bid in accordance with ITB Sub- Clause 1.5.10 [Evaluation of Financial Bids].
1.5.12 Negotiations 1.5.12.1 To the extent possible, no negotiations shall be conducted after the pre-Bid stage. All clarifications needed to be sought shall be sought in the pre-Bid stage itself.
1.5.12.2 Negotiations may, however, be undertaken only with the lowest Bidder under the following circumstances-
i. when ring prices have been quoted by the Bidders for the subject matter of procurement; or
ii. when the rates quoted vary considerably and considered much higher than the prevailing market rates.
1.5.12.3 The Bid evaluation committee shall have full powers to undertake negotiations. Detailed reasons and results of negotiations shall be recorded in the proceedings.
1.5.12.4 The lowest Bidder shall be informed about negotiations in writing either through messenger or by registered letter and e-mail (if available). A minimum time of seven days shall be given for calling negotiations. In case of urgency, the Bid evaluation committee, after
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
17
recording reasons, may reduce the time, provided the lowest Bidder has received the intimation and consented to holding of negotiations.
1.5.12.5 Negotiations shall not make the original offer made by the Bidder inoperative. The Bid evaluation committee shall have option to consider the original offer in case the Bidder decides to increase rates originally quoted or imposes any new terms or conditions.
1.5.12.6 In case of non-satisfactory achievement of rates from lowest Bidder, the Bid evaluation committee may choose to make a written counter offer to the lowest Bidder and if this is not accepted by him, the committee may decide to reject and re-invite Bids or to make the same counter-offer first to the second lowest Bidder, then to the third lowest Bidder and so on in the order of their initial standing in the bid evaluation and work order be awarded to the Bidder who accepts the counter-offer.
1.5.12.7 In case the rates even after the negotiations are considered very high, fresh Bids shall be invited.
1.5.13 Employer’s Right to Accept any Bid, and to Reject any or all Bids
1.5.13.1 The Employer reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids at any time prior to Contract award without assigning any reasons thereof and without there by incurring any liability to the Bidders.
1.6. AWARD OF CONTRACT
1.6.1 Employer’s Right to Vary Quantities
1.6.1.1 If the Employer does not procure any subject matter of procurement or procures less than the quantity specified in the Bidding Document due to change in circumstances, the Bidder shall not be entitled for any claim or compensation except otherwise provided in the BDS.
1.6.1.2 Order for additional quantity of an item of the Works up to percentage mentioned in the BDS of the original quantity of that item in the Bill of Quantities and for extra items not provided for in the Bill of Quantities may be given but the amount of the additional quantities and extra items, taken together, shall not exceed percentage mentioned in the BDS of the Contract Price.
1.6.2 Acceptance of the successful Bid and award of contract
1.6.2.1 The Employer after considering the recommendations of the Bid Evaluation Committee and the conditions of Bid, if any, financial implications, samples, test reports, etc., shall accept or reject the successful Bid.
1.6.2.2 Before award of the Contract, the Employer shall ensure that the price of successful Bid is reasonable and consistent with the required specifications
1.6.2.3 A Bid shall be treated as successful only after the competent authority has approved the procurement in terms of that Bid
1.6.2.4 The Employer shall award the contract to the Bidder whose offer has been determined to be the lowest in accordance with the evaluation criteria set out in the Bidding Document if the Bidder has been determined to be qualified to perform the contract satisfactorily on the basis of qualification criteria fixed for the Bidders in the Bidding Document for the subject matter of procurement.
1.6.2.5 Prior to the expiration of the period of validity of Bid, the Employer shall inform the successful Bidder in writing, by registered post or email, that its Bid has been accepted.
1.6.2.6 If the issuance of formal letter of acceptance (LOA) is likely to take time, in the meanwhile a Letter of Intent (LOI) may be sent to the Bidder. The acceptance of an offer is complete as soon as the letter
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
18
of acceptance or letter of intent is posted and/ or sent by email (if available) to the address of the Bidder given in the Bidding Document.
1.6.3 Signing of Contract
1.6.3.1 In the written intimation of acceptance of its Bid sent to the successful Bidder, it shall also be requested to execute an agreement in the format given in the Bidding Document on a non-judicial stamp of requisite value at his cost and deposit the Performance Security or a Performance Security Declaration, if applicable, within a period specified in the BDS or where the period is not specified in the BDS, then within fifteen (15) days from the date on which the LOA or LOI is dispatched to the Bidder. In case the successful bidder is a JV still to be legally constituted, all parties to the JV shall sign the Agreement.
1.6.3.2 If the Bidder, whose Bid has been accepted, fails to sign a written procurement contract or fails to furnish the required Performance Security within the specified time period, the Employer shall forfeit the EMD of the successful bidder and take required action against it as per the provisions of the Act and the Rules of the Government.
1.6.3.3 The EMD, if any, of the Bidders whose Bids could not be accepted shall be refunded in events mentioned in the BDS and/or soon after the contract with the successful Bidder is signed and his Performance Security is obtained. Until a formal contract is executed, LOA or LOI shall constitute a binding contract.
1.6.4 Performance Security
1.6.4.1 Performance Security shall be solicited from the successful Bidder except State Govt. Departments and undertakings, corporations, autonomous bodies, registered societies, co-operative societies which are owned or controlled or managed by the State Government and undertakings of Central Government. The State Government may relax the provision of Performance Security in particular procurement only if allowed in the BDS.
1.6.4.2 i. The amount of Performance Security shall be ten percent (10%), or as specified in the BDS, of the amount of the Work Order. The currency of Performance Security shall be Indian Rupees, if otherwise not specified in BDS.
ii. If the Bid, which results in the lowest evaluated bid price, is seriously unbalanced or front loaded (22% less than the scheduled rates or 15% more than the scheduled rates for percentage rate and item rate tenders/bids) in the opinion of the Employer, the Employer may require the Bidder to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analysis, taking into consideration the schedule of estimated Contract payments, the Employer may require that the amount of the performance security be increased (to a maximum of percentage mentioned in the BDS of the bid value of such items) at the expense of the Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract.
1.6.4.3 Performance Security shall be furnished in one of the following forms as applicable-
i. Bank Draft or Banker's Cheque of a Scheduled Bank in India; or
ii. National Savings Certificates and any other script/ instrument under National Savings Schemes for promotion of small savings issued by a Post Office in Madhya Pradesh, if
SECTION I: INSTRUCTIONS TO BIDDERS (ITB) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
19
the same can be pledged under the relevant rules. They shall be accepted at their surrender value at the time of Bid and formally transferred in the name of the Employer with the approval of Head Post Master; or
iii. Bank guarantee. It shall be got verified from the issuing bank. Other conditions regarding bank guarantee shall be same as specified in ITB Sub- Clause 1.3.10 [Earnest Money Deposit]; or
iv. Fixed Deposit Receipt (FDR) of a Scheduled Bank. It shall be in the name of the Employer on account of Bidder and discharged by the Bidder in advance. The Employer shall ensure before accepting the Fixed Deposit Receipt that the Bidder furnishes an undertaking from the bank to make payment/ premature payment of the Fixed Deposit Receipt on demand to the Employer without requirement of consent of the Bidder concerned. In the event of forfeiture of the Performance Security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.
The successful Bidder at the time of signing of the Contract agreement, may submit option for deduction of Performance Security from his each running and final bill @ 10% of the amount of the bill.
1.6.4.4 Performance Security furnished in the form of a document mentioned at options (i) to (v) of Sub- Clause 1.6.4.3 above, shall remain valid for a period of sixty (60) days beyond the date of completion of all contractual obligations of the Bidder, including operation and/or maintenance and defect liability period, if any.
1.6.4.5 Failure of the successful Bidder to submit the above- mentioned Performance Security or sign the Contract shall constitute sufficient grounds for the annulment of the award and forfeiture of the EMD. In that event the Employer may either cancel the procurement process or if deemed appropriate, award the Contract at the rates of the lowest Bidder, to the next lowest evaluated Bidder whose offer is substantially responsive and is determined by the Employer to be qualified to perform the Contract satisfactorily
1.6.4.6 Forfeiture of Performance Security: Amount of Performance Security in full or part may be forfeited in the following cases:
i. when the Bidder does not execute the agreement in accordance with ITB Clause 1.6.3 [Signing of Contract] within the specified time; after issue of letter of acceptance; or
ii. when the Bidder fails to commence the Works as per Work order within the time specified; or
iii. when the Bidder fails to complete Contracted Works satisfactorily within the time specified; or
iv. when any terms and conditions of the contract is breached; or
v. to adjust any established dues against the Bidder from any other contract with the Employer; or
vi. if the Bidder breaches any provision of the Code of Integrity prescribed for the Bidders, and this Bidding Document.
Notice of reasonable time will be given in case of forfeiture of Performance Security. The decision of the Employer in this regard shall be final.
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
20
SECTION II: BID DATA SHEET (BDS)
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
21
2. SECTION II: BID DATA SHEET (BDS)
The following specific data for the works shall complement, amend, or supplement the provisions in Section I:
Instructions to Bidders. Whenever there is a conflict, the provisions herein shall prevail over those in the
Instructions to Bidders.
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
1.1 GENERAL
2.1 ITB 1.1.1.1 The Number of the Notice Inviting Tender (NIT) is SSCL/2019/314
The Employer is : Sagar Smart City Limited (SSCL)
Representative of the Employer: CEO, SSCL
Name of the works: ‘Works & Services Contract for Lakha Banjara Lake
Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India’.
(Detailed Scope of work has been defined in Section V.)
2.2 ITB 1.1.1.2 The Physical Works shall be completed in its entirety within eighteen (18)
months from the Start Date, which shall be the date of issue of the Notice to
Proceed (NTP) or issue of Work Order or issuance of LOA or such other Start
Date as may be specified in the Notice to proceed.
Services such as Management, Operation & Maintenance (MOM) of the above
mentioned Capital Works (Physical Works) shall be for sixty (60) months after
the completion and handover of Physical Works. MOM shall be inclusive of the
Defect Liability Period.
2.3 ITB 1.1.1.3 The defect liability period of twelve (12) months shall commence after
completion project Physical Works. The defect liability will not cover
procurement of goods from third party/ies with warranties/guarantees.
2.4 ITB 1.1.1.4 Estimated cost of the Works & Services is approximately: INR 106 Crores
2.5 ITB 1.1.1.5 The type of Work & Services bidding will be Percentage Rate Tender/Bid
2.6 ITB 1.1.1.6 The broad nature of works involved for Physical Works (Capital Works) are:
survey & investigation; dewatering & desilting works; dismantling, demolition
and site clearance works; dry and wet excavation works; embankment
protection works; sub base works; road works; cement concrete and RCC
works; drainage, plumbing, DEWATS and channelization works; electrical
works; steel works; stone & brick masonry works; stone work; paving & flooring
works; horticulture works; water resources monitoring and management works;
wetland bio-restoration and bio-manipulation works; other specialized works
like procurement of moveable assets; and hydraulic and other associated
works for installation of synchronised water fountain.
The broad nature of works involved for Services mainly featuring Management,
Operation and Maintenance of the above mentioned capital works are: day to
day repairs and maintenance; annual repairs; special repairs; minor addition,
alteration and retrofitting; preventive maintenance; emergency maintenance;
predictive maintenance; schedule compliances; operation of facilities from the
Capital Works; engineering support; training & administration of human
resources; and limited utility servicing.
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
22
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
2.7 ITB 1.1.4.1 Bidders are allowed to bid as Single Entity of their own or in association with
Specialist Sub-Contractor(s). The maximum allowable number of Specialist
Sub-Contractors is two (2).
Joint Ventures/ Consortium are permitted comprising not more than three (3)
firms/companies. The minimum equity under JV/ Consortium of lead firm
should be 51%. No Specialist Sub-Contractor(s) shall be allowed in a
JV/Consortium.
2.8 ITB 1.1.4.2 The Lead Partner of the JV/ Consortium/ Association should be of Indian
Nationality or Indian Incorporation. In case of Single Entities, the individual/
firm should be compulsorily Indian Nationality or Indian Incorporation.
2.9 ITB 1.1.4.5 The Lead Bidder of a JV must be registered Contractor in A class of the
department/organization of any State Govt./Central Govt. / PSU / Govt
Autonomous Body/Govt. Undertaking of in India.
In case of single bidder entity without any JV/ Consortium/ Association, shall
comply with the same requirement as above as Lead Bidder.
Bidder’s if government undertaking or PSU shall be exempted from such
compliances.
2.10 ITB 1.1.4.8 The bidding process is open to bidders who fulfil the prescribed eligibility
criteria.
2.11 ITB 1.1.4.9 Each bidder shall upload on-line/submit only one bid for one work. A bidder
who submits or participates in more than one bid for the particular work will be
disqualified.
1.2 CONTENTS OF BIDDING DOCUMENT
2.12 ITB 1.2.1.3 The price of the Bidding/Tender Document is INR 50,000.00 (Rupees Fifty
Thousand Only) paid only through Online e-Tendering Payment Gateway.
The Bid Processing Fee is as per the applicable pricing mentioned therein the
e-procurement portal paid only through the instruments mentioned thereof.
2.13 ITB 1.2.2.1 For Clarification purposes only, the Employer’s address is:
Chief Executive Officer,
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002, India
Email: [email protected]
Phone: 07582-298700
Contact Person:
Mr. Yogendra Singh Chauhan (EE): (M) +91-9826849496
All the Clarifications to be submitted by Bidder in the following Editable Excel
as well as pdf Format:
Clarifications :Technical / Commercial / General
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
23
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
Page No.
Clause
No.
Details of Clarification as per
Bid Document Bidders Query
Clarification by SSCL
1 2 3 4 5
2.14 ITB 1.2.2.2 A Pre-Bid conference will take place on 11/09/2019, 15:00 HRS at:
Office of the Chief Executive Officer,
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002, India
A site visit may be organized by the Employer on the Pre-bid meeting date or
a day after, however, prospective bidders are advised to visit the site at their
own expenses and if any support is required, shall be provided by the
authorized official from SSCL.
2.15 ITB 1.2.2.3 The Bidder is requested, to submit questions in writing, to reach the Employer
preferably not later than one week before the Pre- Bid Conference. However,
Department may also consider questions / queries raised in writing only, during
the pre-bid conference.
2.16 ITB 1.2.3.1 Any addendum issued shall be part of the Bidding Document and shall be
uploaded on the e-procurement portal https://mptenders.gov.in/
2.17 ITB 1.2.3.2 Submission date to be extended by fifteen (15) working days
1.3 PREPARATION OF BIDS
2.18 ITB 1.3.2.1 The language of the bid shall be: English
2.19 ITB 1.3.3.1 The on-line Bid shall comprise of three (3) parts submitted simultaneously
containing the following:
1. Envelope A: Mandatory Submission
2. Envelope B: Qualifications & Technical Proposal
3. Envelope C: Financial Bid/ Price Bid
2.20 ITB 1.3.3.2 The Bidder shall submit the forms, declarations and documents, as specified
in Section IV [Bidding Forms] of Bid Document, with the Technical Bid
2.21 ITB 1.3.3.3 The Bidder shall upload the filled Bill of Quantities (as per e-tender format at
the Employer’s or e-procurement portal)
2.22 ITB 1.3.5.2 The Prices quoted by the Bidder shall be fixed. Provision of Price escalation
shall be as per Conditions of Contract.
2.23 ITB 1.3.5.3 Goods and Services Tax (GST) shall be paid by the Employer separately @
12% or as applicable of the total quoted price by the successful Bidder. All
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
24
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
variations in taxes effective on the date of billing shall be borne by the
Employer.
Excise or import duties shall be exempted subject to such approvals from the
Central Excise. Notwithstanding approval for exemptions, the bidder is
expected to incur such duties and later reimburse the same. The engineer in
charge would verify the items and quantities for import duty exemption and the
CEO, SSCL will issue certificate of exemptions.
2.24 ITB 1.3.9.1 The Bid validity period shall be One Eighty (180) days from deadline for
submission of bids.
2.25 ITB 1.3.10.1 The EMD for this bidding purpose is 60,00,000.00 (Rupees Sixty lacs only),
The validity period of the Bank Guarantee, shall not be less than 240 (Two hundred and Forty) days from the Bid Due Date, inclusive of a claim period of 60 (Sixty) days, and may be extended as may be mutually agreed between the SSCL and the Bidder.
EMD details are as per following:
a) The bidder shall furnish EMD as per the amount mentioned in Bid Data Sheet.
b) No interest shall be payable on EMD under any circumstances. c) Unsuccessful bidder’s EMD shall be discharged or returned within 30
(thirty) days of expiration of the period of proposal validity or after awarding tender to successful bidder. SSCL shall not be responsible if there is any delay due to any reason related to e-procurement portal.
d) The Earnest Money Deposit of 2nd lowest tenderer shall be retained till execution of agreement.
e) In case of successful bidder, the EMD shall be returned after submission of the performance Security.
f) No exemption in EMD in any form will be given to any firm/company/corporation/public undertaking.
The Earnest Money Deposit made by a Tenderer may be forfeited:
a) If the Bidder withdraws its Bid during the interval between the opening of proposal and expiration of the Bid Validity Period;
b) If the Selected Bidder fails to provide acceptance of LOA within stipulated time;
c) If the Selected Bidder fails to provide the Performance Security within the stipulated time or any extension thereof provided under the contract and/or LOA.
d) If the Selected Bidder fails to sign the Contract in accordance with this Tender for any reason.
e) A Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice as specified in this Tender.
f) The Bidder has made a material misrepresentation or has furnished any materially incorrect or false information.
g) The Bidder does not provide, within the time specified by SSCL, the supplemental information sought by the for evaluation of the Bid.
h) If the Tenderer does not accept the Correction of the Tender Price.
2.26 ITB 1.3.10.3 The EMD must be in favour of ‘Executive Director, Sagar Smart City
Limited’
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
25
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
2.27 ITB 1.3.11.1 Only Digital signed copy shall be submitted through e-procurement website.
The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: Power of Attorney
1.4 SUBMISSION & OPENING OF BIDS
2.28 ITB 1.4.1.1 For bid submission purposes only, the Employer’s address is:
Chief Executive Officer,
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002, India
Email: [email protected]
Phone: 07582-298700
Bidders shall submit their Bids electronically only. The Bidders shall submit the
Bid online with all pages numbered serially and by giving an index of
submissions. Each page of the submission shall be initialled by the Authorized
Representative of the Bidder as per the terms of the tender. The Bidder shall
be responsible for documents accuracy and correctness as per the version
uploaded by the Employer and shall ensure that there are no changes caused
in the content of the downloaded document. The bidder shall follow the
following instructions for online submission:
Bidder who wants to participate in bidding will have to procure digital
certificate as per IT Act to sign their electronic bids. Offers which are
not digitally signed will not be accepted. Bidder shall submit their offer
in electronic format on above mentioned website after digitally signing
the same.
Cost of bid document is as INR 50,000.00 (Rupees Fifty Thousand
Only) in form of by making online payment of portal fees through
Credit/Debit/Cash Card or via internet banking. Original documents
along with above mentioned fees and other documents as per bid
conditions, has to be deposited up to 17:00 HRS on 03/10/2019 before
opening of technical bid.
The Employer will not be responsible for any mistake occurred at the
time of uploading of bid or thereafter.
If holiday is declared on submission & opening date of tender the
scheduled activity will take place on next working day.
2.29 ITB 1.4.1.2 Bids are required to be submitted in Electronic Format, it shall be submitted on
the e-procurement portal: https://mptenders.gov.in/
2.30 ITB 1.4.2.1 The Deadline for electronic Bid submission is:
17:00 HRS on 03/10/2019
2.31 ITB 1.4.4.1 The on-line Bid opening shall take place at:
Office of the Chief Executive Officer,
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
26
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
Sagar, Madhya Pradesh 470002, India
The tendering process shall be conducted on-line only.
2.32 ITB 1.4.4.4 & 1.4.4.10
The Employer will open the Financial proposal as per e-tendering procedure.
1.5 EVALUATION AND COMPARISON OF BIDS
2.33 ITB 1.5.9.1 Following chronological stages shall be adopted for Section III [Qualification
and Technical Evaluation Criteria]:
Stage 1. Mandatory Submission (Envelope A) compliance shall be evaluated
first and only those Bidders who are found to comply 100% with the Mandatory
Submission shall be qualified for Stage 2.
Stage 2. Pre-qualification Submissions (Envelope B) compliances shall be
evaluated and those bidders who are found to comply 100% to the Employer’s
Requirements shall be qualified for Stage 3.
Stage 3. Technical Proposal Submissions (Envelope B) shall be evaluated as
per the Employer’s Requirement’s and as per the scores and weightages
mentioned therein Section III [Qualification and Technical Evaluation Criteria].
Only those bidders scoring equal and above seventy (60%) percent will only
be qualified for Financial Bid opening.
Stage 4. The Financial Bids of technically qualified Bidders will be opened on
the prescribed date in the presence of Bidder representatives. The Bidder, who
has submitted the Lowest Commercial/Financial bid, shall be selected as the
L1 and shall be called for further process leading to the award of the
assignment
Note: Abovementioned first three stages jointly or severely shall be referred as
Technical Bid/Proposal Evaluation.
1.6 AWARD OF CONTRACT
2.34 ITB 1.6.1.1 The Bidder is not entitled to any claim or compensation in event of lesser
quantity of work and services executed and/or procurement of goods. The
Bidder shall be paid according to the statutory measurement systems against
each item of works certified by the Engineer-in-Charge.
2.35 ITB 1.6.1.2 As per the Employer’s right to vary individual quantities against the original Bill
of Quantities shall be upto fifty (50%) percent. The amount of the additional
quantities and extra items, taken together, shall not exceed ten (10%) percent
of the Contract Price.
2.36 ITB 1.6.3.1 The period within which the Performance Security is to be submitted by the
successful Bidder and the Contract Agreement is to be signed by him from the
date of issue of Letter of Acceptance is twenty-one (21) days.
2.37 ITB 1.6.3.1 The Employer shall promptly return the EMD after the earliest of the following
events, namely:
i. The expiry of validity of bid security
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
27
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
ii. The execution of agreement for procurement and performance
security is furnished by the successful bidder;
iii. The cancellation of the procurement process; or
iv. The withdrawal of bid prior to the deadline for presenting bids, unless
the bidding documents stipulate that no such withdrawal is permitted.
2.38 ITB 1.6.4.1 State Government and Central Government owned/controlled/managed PSUs,
undertakings, corporations, autonomous bodies, registered societies and co-
operative societies are permitted to be exempted from Performance
Security/Guarantee. This is only applicable when the above said
organisation is bidding as a single entity and not as a JV or Consortium
or in an Association.
2.39 ITB 1.6.4.2, 1.6.4.3 & 1.6.4.4
Performance Security amounting to total ten (10%) percent of contract value
shall be submitted/deducted as follows:
1. Performance guarantee, undertaking and warranties
A. If the tenderer comprises of a partnership will be required to
execute the guarantees, undertakings and warranties. The
tenderer should note that in the event of award, all guarantees
are required to be executed prior to the signing of the contract.
B. The performance security required in accordance with of
general conditions of contract shall be for 10% of the contract
value, in Indian rupees and shall comprise the following:
I. Performance guarantee - 5% of the contract value
II. Retention money - 5% of the contract value
2. The tenderer shall furnish all other guarantees, undertakings, and
warranties, in accordance with the provisions in General conditions of
contract and Special conditions of contract.
3. Failure of the successful tenderer to comply with the requirements of
within the time limit specified therein shall constitute sufficient grounds
for the annulment of the award and forfeiture of the tender security.
4. Retention money: in addition to the performance guarantee, retention
money (security deposit) will be5 % of the contract value. The
percentage of retention money will be recovered in each interim
payment as per the SCC
5. The PG (Performance Guarantee) to the extent of 5% of the contract
value shall be paid in one of the following forms.
A. Cash transferred through neft, rtgs & imps
B. Government securities
C. Fixed deposit receipts ( FDR) of a schedule bank.
D. An electronically issued Irrevocable Bank Guarantee bond of
any schedule bank, or in the prescribed form given. The Bank
Guarantee shall be from a scheduled bank in india (meaning
a bank which has been included in the second schedule of
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
28
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
reserve bank of india act, 1934) (including scheduled
commercial foreign banks).
6. The performance guarantee shall be furnished to the employer within
twenty-eight (28) days of receipt of the letter of acceptance.
Performance guarantee is applicable over and above the clause of
earnest money deposit. Performance guarantee will have to be paid
and shall be valid till the defect liability period or finalization of final bill
whichever is later. This deposit will be allowed in the form of (A) to (D)
as mentioned above and shall be paid as prescribed in the letter of
acceptance.
7. The Successful Bidder to submit the Performance Guarantee for the
O&M period of 5% of the O&M cost as per the Bid proposal submitted
and accepted by SSCL, shall be furnished to the employer before One
eighty (180) days prior to start the O&M period. This Performance
Guarantee deposit will be allowed in the form of (A) to (D) as
mentioned above and valid after 6 months of expiry of the O&M
Services period (i.e. 5.5 years after the Works Period)
8. Additional performance security deposit
9. If the tenderer has quoted the offer less than 10% below the estimated
rates put to tender, then the tenderer shall not to have to submit
additional performance security deposit
10. If the offer is less than 1 % below the estimated rates and is up to 10%
below, then the amount of the performance security shall be paid as
per the clause ITB 1.6.4.2, 1.6.4.3 & 1.6.4.4 shall be of the value of
10% of the cost put to tender.
11. For example: if the rates quoted is 7% below, then the amount of
performance security should be 10% of the cost put to tender
12. If the offer is less than 10% below then the amount of the performance
security shall be of the value of 10% of the cost put to tender plus the
amount arrived by applying that percent on the cost put to tender which
is the difference of percentage quoted by the tenderer and 10. For
example: if the rates quoted is 17% below, then the amount of
performance security should be 17%, i.e.10% of the cost put to tender
+ ( plus) (17-10) % of the cost put to tender
13. If the bid, which results in the lowest evaluated bid price, is seriously
unbalanced or front loaded (22% less than the scheduled rates or 15%
more than the scheduled rates for percentage rate and item rate
tenders/bids) and if in the opinion of the employer, the successful
bidder has failed to justify or demonstrate the internal consistency of
those prices vis-à-vis specifications, construction methods and
schedule, the employer may require that the amount of the
performance security be increased to a maximum of twenty (20%)
percent of the bid value of such items.
14. Refund of performance security
Performance Guarantee and retention money shall be released
before issue of performance certificate (after expiry of defect liability
period in the following manner
SECTION II:BID DATA SHEET (BDS) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
29
Sl. No. ITB Clause &
Sub-Clause No.
Provisions
A. Retention Money-5%– After issue of the Acceptance
certificate by SSCL after the completion of Construction
Activities
B. Performance Guarantee-5% – After completion of the Defects
Liability period
C. Performance Guarantee-O&M Period -5% of O&M Cost –
after 6 months of expiry of the O&M Services period (i.e. 5.5
years after the Works Period)
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
30
SECTION III: QUALIFICATION & TECHNICAL EVALUATION CRITERIA
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
31
3. SECTION III: QUALIFICATION & TECHNICAL EVALUATION CRITERIA
3.1. STAGES OF EVALUATION
This bidding will be Technically Responsive and Financially Lowest Cost Selection. The Technical Bid &
Financial Bid Evaluation will be done in four stages. The Technical Bid/Proposal Evaluation in three stages
and one stage for the Financial Bid Evaluation.
Following chronological stages and criteria shall be adopted for Technical Bid/Proposal Evaluation:
Stage 1. Mandatory Submission (Envelope A) compliance shall be evaluated first and only those Bidders who
are found to comply 100% with the Mandatory Submission shall be qualified for Stage 2.
Stage 2. Pre-qualification Submissions (Envelope B) compliances shall be evaluated and those bidders who
are found to comply 100% to the minimum Qualification Requirements shall be qualified for Stage 3.
Stage 3. Technical Proposal Submissions (Envelope B) shall be evaluated as per the Employer’s
Requirement’s and as per the scores and weightages mentioned therein Section III [Qualification and
Technical Evaluation Criteria]. Only those bidders scoring equal and above seventy (60) marks will only be
qualified for Financial Bid opening.
Stage 4. Financial Bids (Envelope C) of all those bidder scoring equal and above seventy (60) marks in their
respective Technical Proposal shall be opened online and the lowest cost bidder would be awarded the works
and services.
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
32
3.3. PRE-QUALIFICATION CRITERIA
3.3.1. Mandatory Qualifications
As mandated by the State Government’s procurement rules the Bidder shall submit the following details in
Envelope A:
Criteria Compliance Requirements Scanned Copy of
Documents/ Credentials to be
attached/ uploaded Single Entity
Joint Venture/Consortium
Requirement All Partners* Combined
Each Partner One Partner
i) Nationality & Proof of Incorporation
National Firm/Organisation incorporated under Indian Law
Must meet requirement
Not Applicable
Must meet requirement
Not Applicable
Certificate of incorporation from MOCA, RoS, RoF,
or relevant statutory bodies in India
ii) Valid Registration
Registration No. issued by centralized registration system of Govt. of MP or proof of application for registration
Must meet requirement
Not Applicable
Not Applicable
Lead Partner must meet
requirement
Certificate or Registration or
Application Acknowledgement
iii) Accreditation/ Certification
The Bidder having Quality Certification Appropriate ISO 9001:2008 Or latest.
Must meet requirement
Not Applicable
Not Applicable
Lead Partner must meet
requirement
ISO Certificate
iv) Bidder Class/Category
Valid registration of Bidder in appropriate category A/B/C with the Public Works Department, Government of Madhya Pradesh, Central Public Works Department, Government of India or any other State PWD
Must meet requirement
Not Applicable
Other Partners
than Lead Partner must meet B or C
Category
Lead Partner must meet A
Category
Certificate of Bidder Class/Category
v) PAN No. Must have pan no. in name of the company/firm/organisation incorporated under Indian Law
Must meet requirement
Not Applicable
Must meet requirement
Not Applicable
PAN Card
vi) GSTIN No.
Must have GSTIN Certificate in name of the company/firm/organisation incorporated under Indian Law
Must meet requirement
Not Applicable
Must meet requirement
Not Applicable
GSTIN Registration Certificate
vii) TAN No. Must have TAN No. in name of the company/firm/organisation incorporated under Indian Law
Must meet requirement
Not Applicable
Must meet requirement
Not Applicable
TAN Registration Certificate
viii) EPF No.
Must have valid EPF registration in name of the company/firm/organisation incorporated under Indian Law
Must meet requirement
Not Applicable
Not Applicable
Lead Partner must meet
requirement
EPF Registration Certificate
* Joint Ventures which are specific to this project and is deemed to be incorporated after the successful bid shall submit to the Employer all documentation (from item no. i to viii) 15 days after the JV Incorporation. The intended incorporation shall not be later than thirty (60) days from the signing of the LOA/LOI.
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
33
3.3.3. Eligibility
It is the legal entity or entities comprising the Bidder, and not the Bidder’s parent companies, subsidiaries, or
affiliates, that must satisfy the qualification criteria described below in Envelope B.
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Declaration by the Bidder
Vouching authenticity of documents, certificates & testimonials and Self Declaration by the Bidder
Must meet requirement
Not applicable
Not applicable
Lead Partner must meet
requirement on behalf of
JV/Consortium
Declaration as in Bidding Form ELI-1
ii. Nationality Nationality with accordance with ITB sub Clause 1.1.4.2
Must meet requirement
Not applicable
Must meet requirement
Not applicable As per Bidding Forms ELI-2a/2b and ELI-3a/3b along with attachments
iii. Conflict of Interest
No conflicts of interest in accordance with ITB Sub-clause 1.1.4.3
Must meet requirement
Not applicable
Not applicable
Lead Partner must meet
requirement on behalf of
JV/Consortium
Declaration as in Bidding Form LTB-1
iv. Debarment/ Sanctioned by any Procuring Entity
Not debarred/sanctioned in accordance with ITB Sub-clause 1.1.4.3
Must meet requirement
Not applicable
Not applicable
Lead Partner must meet
requirement on behalf of
JV/Consortium
Declaration as in Bidding Form ELI-1
3.3.4. Pending Litigation
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Pending Litigation
All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than fifty (50%) percent of the Bidder’s net worth.
Must meet requirement
Not applicable
Not applicable
Lead Partner must meet
requirement
CA certificate clearly mentioning with calculation that pending litigation in total not more than fifty (50%) percent of Bidder’s net worth
3.3.5. Financial Eligibility
3.3.5.1. Bidder’s Net Worth
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Net Worth Demonstrate the current soundness of the Bidder’s financial position. As minimum the Net Worth for the Financial Year 2018-19 should be positive.
Must meet requirement
Not applicable
Must meet requirement
Not applicable As per Bidding Form FINQ-1 attached with Audited Financial Statement for last five (5) financial years showing calculation of Net Worth
3.3.5.2. Average Annual Construction Turnover
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
34
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Average Annual Construction Turnover
Average Annual construction Turnover of last five (5) years (FY 2014-15 to FY 2018-19) should be equal to or more than Rs 212 Crore
Must meet requirement
Must meet requirement
Not applicable
Lead Partner must meet at
least sixty (60%)
percent of the requirement
As per Bidding Form FINQ-2 attached with Audited Balance Sheets of all the three financial years must be submitted in support, without which the bid may not be considered. The calculation sheet for annual average construction turnover shall be certified by a Chartered Accountant
3.3.5.3. Working Capital
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Working Capital
Working Capital based on the current assets and current liabilities (including the short-term loan repayments due in current years) should be of INR 26.25 Crores. Available Working Capital shall be calculated as Current Assets + Revolving Line of Credit – Current Liabilities (including loan repayment due within one year).
Must meet requirement
Must meet requirement
Not applicable
Lead Partner must meet at
least sixty (60%)
percent of the requirement
As per Bidding Form FINQ-3 attached with Certificate of CA submitted indicating clearly that the working capital is as per formula given in tender document and clearly stating the individual components. CA must also clearly mention that he has gone through the Revolving line of credit which only issued by scheduled Bank and Bank’s commitment is project specific, assured and without any ambiguity and shall be available till completion of project, otherwise bid shall not be considered. For revolving line of credit bank’s letter should be attached as per Bidding Form FINQ-3a
3.3.5.4. Bid Capacity
Criteria Compliance Requirements
Joint Venture/Consortium
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
35
Requirement Single Entity
All Partners
Combined
Each Partner
One Partner Document Submission
Requirements
i. Bid Capacity Bid Capacity: The bid capacity of the bidder shall not be less than the estimated cost of the bid i.e. INR 105 Crores The formula for calculating Bid capacity is: Bid Capacity=(2xAxN)-B Where A= Maximum value of Annual Turnover from Construction Works executed in any one (1) year during the last three (3) financial years (FY 2015-16 to FY 2017-18) (updated to present price level) taking in to account the completed as well as works in progress (including current year, if opted by the bidder), N=Prescribed completion period of the work for which bids are invited in years, B= Value at present price level (2016-17) of existing commitments and ongoing works to be completed during N period i.e., the period of completion of works for which bids are invited.
Must meet requirement
Must meet requirement
Not applicable
Lead Partner must meet at
least sixty (60%)
percent of the requirement
As per Bidding Form FINQ-4a & FINQ-4b attached with certificate of CA regarding Bid Capacity. The certificate should clearly show the calculation how the Bid Capacity is calculated as per formula given in tender. The contractor should submit an undertaking on stamp paper of INR 500 that the Bidder has mentioned all projects necessary for calculation of B value for the calculation of Bid Capacity.
If the bid evaluation process and the decision for the award of the Contract takes more than one (1) year from the date of bid submission, Bidders may be asked to resubmit their current contract commitments and latest information on financial resources supported by latest audited accounts or audited financial statements, or if not required by the law of the Bidder’s country, other financial statements acceptable to the Employer, and the Bidders’ financial capacity will be reassessed on this basis. The present price level for turnover and cost of completed work of similar nature, the previous year value shall be given weightage of 10% per year for the last 5 years of FY 2014-15 to FY 2018-19
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
36
3.3.7. Work Experience Eligibility
3.3.7.1. Experience of Similar Size and Nature Contracts
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Contracts of Similar Size & Nature
Participation in at least one (1) contract in capacity of prime contractor or management contractor or sub-contractor that has been successfully* or substantially** completed within the last seven (7) years and that is similar*** to the proposed works, where the value of the Bidder’s participation exceeds eighty (80%) percent of the estimated value of this bid i.e. INR 84 Crores
OR
Participation in at least two (2) contracts in capacity of prime contractor or management contractor or sub-contractor that has been successfully* or substantially** completed within the last seven (7) years and that are similar*** to the proposed works, where the value of the Bidder’s participation in each contract exceeds Fifty (50%) percent of the estimated value of this bid i.e. INR 52.5 Crores
OR
Participation in at least three (3) contracts in capacity of prime contractor or management contractor or sub-contractor that has been successfully* or substantially** completed within the last seven (7) years and that are similar*** to the proposed works, where the value of the Bidder’s participation in each contract exceeds Forty (40%) percent of the estimated value of this bid i.e. INR 42.00 Crores
Must meet hundred (100%) percent
requirement i.e.
INR 84
Crores for one (1)
contract
OR
Each of value INR
52.5 Crores for
two (2) contracts
OR
Each of value INR
42.00 Crores for three (3) contracts
Must meet hundred (100%) percent
requirement i.e.
INR 84
Crores for one (1)
contract
OR
Each of value INR
52.5 Crores for
two (2) contracts
OR
Each of value INR
42.00 Crores for three (3) contracts
Not Applicable
Not Applicable
Not Applicable
Lead Partner must meet at
least sixty (60%)
percent of the requirement
OR
Lead Partner must meet at
least sixty (60%)
percent of the requirement
OR
Lead Partner must meet at
least sixty (60%)
percent of the requirement
As per Bidding Form EXPQ-1 attached with copies of work orders / LOAs and Completion Certificate by the Client clearly mentioning the following: 1. Name of the work 2. Start date of work 3. Completion date of work 4. Value of the original contract 5. Total Cumulative Amount disbursed under the contract 6. Any other remarks/ commentary made by the client on the contract performance
* Successfully completed refers to contracts for which 100% Physical Completion and 100% Financial Completion had already been achieved. 100% Physical Completion means completion all works including variations and handing over of the project. 100% Financial completion means that the final bill for the works had been settled and the contractor does not have any pending claims. **Substantially completed refers generally to contracts for which at least 80% Physical Completion of work had already been achieved except finishing works and the project is not commissioned at that time irrespective of the Financial Completion. However the Bidders submitting these Substantially Completed as part of the eligible projects/contracts shall ***Similar works means the single entity bidder or JV/Consortium/Association must have successfully executed any 3 of the following 5 characteristics of works in each eligible contract/project executed at national or international locations:
1. Lake/ Waterbody/ Wetland/ Inland River/ Backwater/ Rivulet/ Mangrove/ Dam Basin conservation/ rejuvenation/ revival/ restoration works (minimum water spread size of 215 Acres and contract value not less than INR 21.00 Crore) mainly involving: conservation of wetland/ improvement of water quality/ bio-restoration of lake ecology/ conservation and management of watershed/ Phyto treatment of waste water or any other relevant conservation works for any government (state/central) agency/
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
37
PSUs/ quasi-government organisation/ statutory competent authority/ development or improvement authority/ municipal body (ULB)/ panchayat body/ special water conservation authority/ minor or major irrigation authority/ statutory voluntary organisation/ UN bodies/ Government (state/central) owned Company/ Lake Conservation and Development Authority etc.
2. Lakefront/ Waterfront/ Riverfront/ City Nallah or Drain/ Canal-front development/redevelopment/revitalization/regeneration works (minimum length of 4 Kms and contract value not less than INR 21.00 Crore) mainly involving works like: embankment stabilization/ general civil works in developing pedestrian environment/ rehabilitation of utility services/ landscaping or horticulture or beautification/ provision of public amenities and facilities/ waste management/ provision of public recreational facilities etc. for any government (state/central) agency/ PSUs/ quasi-government organisation/ statutory competent authority/ development or improvement authority/ municipal body (ULB)/ panchayat body/ special water conservation authority/ minor or major irrigation authority/ statutory voluntary organisation/ UN bodies/ Government (state/central) owned Company/ Lake Conservation and Development Authority etc.
3. Integrated conservation development of Lake/ Waterbody/ Wetland/ Inland River/ Backwater/ Rivulet/ Mangrove/ Dam Basin/ Nallah or Drain/ Canal/ Kund or Traditional Waterbody augmentation/ conservation, restoration and development/redevelopment involving combination of works mentioned above in 1 & 2 of contract value not less than INR 21.00 Crores for any government (state/central) agency/ PSUs/ quasi-government organisation/ statutory competent authority/ development or improvement authority/ municipal body (ULB)/ panchayat body/ special water conservation authority/ minor or major irrigation authority/ statutory voluntary organisation/ UN bodies/ Government (state/central) owned Company/ Lake Conservation and Development Authority etc.
4. Minor and Major Irrigation/ Headworks/ Waterworks in River/ Lake/ Wetland/ Dam/ Canal/ Creek/ Harbour majorly involving works like embankment protection/ development of crest or waste weir/ construction of check dam or dam/ treatment & lining of canal bed/ construction of embankments/ channelization of nallah or drain/ construction of culverts or storm water drains/ construction of sluice or slide gate/ construction of pedestrian bridge or catwalk/ construction of silt trap/ desilting or dredging works/ or any other allied works of contract value not less than INR 21.00 Crores for any government (state/central) agency/ PSUs/ quasi-government organisation/ statutory competent authority/ development or improvement authority/ municipal body (ULB)/ panchayat body/ special water conservation authority/ minor or major irrigation authority/ statutory voluntary organisation/ UN bodies/ Government (state/central) owned Company/ Lake Conservation and Development Authority etc.
5. Public Infrastructure Projects (of any usage characteristics like social, cultural, recreational, tourism, educational, etc.) located at the edge of a waterbody (within 150 mts) of minimum water spread size of 215 Acres and contract value not less than INR 21.00 Crore majorly involving works like: civil works/ plumbing and drainage works/ horticulture and site development works/ municipal electrical works/ illumination works/ mechanical and hydraulic works/ rainwater harvesting works/ water resources management works/ roads & bridges works/ and any other specialized works for any government (state/central) agency/ PSUs/ quasi-government organisation/ statutory competent authority/ development or improvement authority/ municipal body (ULB)/ panchayat body/ special water conservation authority/ minor or major irrigation authority/ statutory voluntary organisation/ UN bodies/ Government (state/central) owned Company/ Lake Conservation and Development Authority etc.
3.3.7.2. Experience in Contracts with Similar Key Activities
May be complied with by specialist subcontractors. The employer shall require evidence of the subcontracting
agreement from the single entity bidder and in the case of a joint venture/ consortium/association bidder, at
least one of the partners must have experience in the key activity if the bidder itself (not its subcontractor) will
carry out the relevant activity. A specialist subcontractor is a specialist enterprise engaged for highly
specialized processes, which the main contractor cannot provide.
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium
Requirement All Partners
Combined
Each Partner
One Partner
i. Contracts with Similar Key Activities
For the above or other contracts executed during the period stipulated in 3.3.7.1, a minimum construction experience in the following key activities:
Single Entity Bidders those who do not possess and not included in 3.3.7.1 experience in contracts with similar key activities shall provide one or many Letter of Intended Sub-Contracting(s) for all key activities (a to g) as per Bidding
a) Experience in Bathymetric Survey of water bodies including Underwater Sub-Soil Survey and Investigation
Must meet requirement
Must meet requirement
Not applicable
Not applicable
b) Experience in Irrigation & Water Resources Works like Construction of Dam, Weir, Embankment, Sluice Gates, etc.
Must meet requirement
Must meet requirement
Not applicable
Not applicable
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
38
c) Experience in developing centralized and decentralized treatment facilities DEWATS/STP Works
Must meet requirement
Must meet requirement
Not applicable
Not applicable Form EXPQ-1a along with Work Order and Completion Certificate attachments. JV/Consortium Bidders shall have at least one or more partner possessing all similar key experience (a to g) and if the contracts are not reflected in Bidding Form EXPQ-1 shall furnish the information in EXPQ-1a along with Work Order and Completion Certificate attachments.
d) Experience in Ecological Conservation Works including Environmental & Social Impact Assessment
Must meet requirement
Must meet requirement
Not applicable
Not applicable
e) Experience in Utility Services Rehabilitation and Ducting for New Works like Water Supply, Electricity, OFC, etc.
Must meet requirement
Must meet requirement
Not applicable
Not applicable
f) Experience in Installation, Operation and Management of Large Scale Water Fountain Shows
Must meet requirement
Must meet requirement
Not applicable
Not applicable
g) Experience in Operation and Maintenance of Public Recreational/Institutional Infrastructure
Must meet requirement
Must meet requirement
Not applicable
Not applicable
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
39
3.5. TECHNICAL PROPOSAL/BID EVALUATION CRITERIA
3.5.1. Technical Proposal/Bid Evaluation Parameters
The technical proposal bid will be evaluated based on the responses to the minimum Employer’s Requirements
in form of following weightages and scoring as tabulated below:
Sl.No. Parameters Weightage Rating*
Range
Maximum
Score**
1. Overall Adequacy of Technical Proposal 5% 1-100% 5
2. Deployment of Key Personnel(s) 15% 1-100% 15
3. Deployment of Plant, Machinery & Equipment 15% 1-100% 15
4. Site Organization & Setting up 10% 1-100% 10
5. Method Statement 10% 1-100% 10
6. Mobilization Schedule 10% 1-100% 10
7. Work Plan & Completion Time 15% 1-100% 15
8. Environmental Monitoring & Management 5% 1-100% 5
9. Social & Gender Action Plan 5% 1-100% 5
10. Management, Operation & Maintenance 10% 1-100% 10
TOTAL 100% 100
* The range should be non-interband rating and decimal places shall not be considered or shall be rounded
off to whole percentages. The Rating shall be: 100% for Full Compliance, 90% to 99% for Excellent, 80%
to 89% Very Good, 75% to 79% for Good, 60% to 74% for Satisfactory and 0% to 59% non-compliant.
**The formula for computing the Bidder’s Score shall be Score= Weightage x Rating x 100.
1. The technical proposal bid will be evaluated based on the responses to the minimum Employer’s
Requirements in form of following weightages and scoring as tabulated, bidders qualifies if achieving
60% or more rating
2. Bidders who qualify all the Mandatory Technical and Financial criteria will have to get Minimum Requirements in form of weightage 60% will be short listed for Financial Proposal opening
3. The Financial Bids of technically qualified Bidders will be opened on the prescribed date in the
presence of Bidder representatives.
4. The Bidder, who has submitted the Lowest Commercial bid, shall be selected as the L1 and shall be
called for further process leading to the award of the assignment.
3.5.2. Overall Adequacy of Technical Proposal
Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s technical capacity to
mobilize key equipment and personnel for the contract consistent with its proposal regarding work methods,
scheduling, and material sourcing in sufficient detail and fully in accordance with the requirements stipulated
in Section V (Employer’s Requirements).
3.5.3. Deployment of Key Personnel(s)
The bidder will provide details of Deployment of Key Personnel(s) as per the Bidding Form and the attachments
required therein. The following tabulation of the outline of employer’s requirement Human Resource & Work
Force Inventory provides the compliances and the relevant educational and work experience qualifications of
the personnel(s) are mentioned in Section V (Employer’s Requirements):
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium/Association
Requirement All Partners
Combined
Each Partner
One Partner
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
40
i. Human Resources & Work Force
Bidders should have the following minimum human resource & work force of relevant qualification (either salaried/full time or part time or on muster role)
As per Bidding Form TECH-1 & TECH-1a (only for serial no. a to h). For salaried staff the bidder should submit CA certified attachment clearly mentioning the Name and numbers of permanent staff, their respective monthly salaries, their designation and their years of service with the organisation. If any of these are non-salaried staff and the Bidder wishes to employ them as part time staff or on muster role for the project period, then the Bidder shall furnish a Letter of Assurance to the Employer for deployment of such staff at the commencement of the project. Minimum Qualifications of Key Personnel(s) shall be as per Section V: Employer’s Requirements.
a) One (1) Project Manager Must meet requirement
Must meet requirement
Not applicable
Not applicable
b) One (1) Civil Engineer Must meet requirement
Must meet requirement
Not applicable
Not applicable
c) One (1) Structural Engineer Must meet requirement
Must meet requirement
Not applicable
Not applicable
d) One (1) Electrical Engineer Must meet requirement
Must meet requirement
Not applicable
Not applicable
e) One (1) Hydraulic & Plumbing Engineer
Must meet requirement
Must meet requirement
Not applicable
Not applicable
f) One (1) Architect Must meet requirement
Must meet requirement
Not applicable
Not applicable
g) One (1) Environmental Expert Must meet requirement
Must meet requirement
Not applicable
Not applicable
h) One (1) Social Expert Must meet requirement
Must meet requirement
Not applicable
Not applicable
i) One (1) Quality Control/ Assurance Engineer
Must meet requirement
Must meet requirement
Not applicable
Not applicable
j) Six (6) Site Engineer Must meet requirement
Must meet requirement
Not applicable
Not applicable
k) Two (2) Draughtman Must meet requirement
Must meet requirement
Not applicable
Not applicable
l) Two (2) Quantity Surveyor Must meet requirement
Must meet requirement
Not applicable
Not applicable
m) Two (2) Civil Foreman Must meet requirement
Must meet requirement
Not applicable
Not applicable
n) Two (2) Electrical Foreman Must meet requirement
Must meet requirement
Not applicable
Not applicable
o) Two (2) Hydraulic/plumbing Foreman
Must meet requirement
Must meet requirement
Not applicable
Not applicable
p) Seventy Five (75) Work Contract Labourers including masons, fitters, helpers, beldars, etc.
Must meet requirement
Must meet requirement
Not applicable
Not applicable
Noncompliance with Key Personnel(s) requirements described in Section V (Employer’s Requirements) shall
not be a ground for bid rejection, and such noncompliance will be subject to clarification during bid evaluation
and rectification prior to contract award.
3.5.4. Deployment of Plant, Machinery & Equipment
The bidder will provide details of Deployment of Plant, Machinery & Equipment as per the Bidding Form and
the attachments required therein. The following tabulation of the outline of employer’s requirement on Plant,
Machinery & Equipment provides the compliances and the technical specifications which are mentioned in
Section V (Employer’s Requirements):
Criteria Compliance Requirements Document Submission
Requirements Single Entity
Joint Venture/Consortium/Association
Requirement All Partners
Combined
Each Partner
One Partner
i. Infrastructure, Equipment, Machinery & Plant
Bidders should have the following minimum construction infrastructure, equipment, machinery & plants of standard
As per Bidding Form TECH 2. If the plant, machinery,
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
41
technical specifications (either owned or leased or rented)
equipment and construction infrastructure is owned by the bidder or JV/Consortium it should be attached with CA certified inventory of moveable assets of the firm/company, clearly indicating make of each equipment/ plant/ machinery, capital cost and year of purchase of the same. In case of leased equipment/ plant/ machinery the CA certified attachment should clearly indicate the legal name of the Lessor, time period of lease with dates and lease amount for each item. In case the prospective bidder does not own the plant/ equipment/ machinery, the bidders are allowed to rent it from the market. For this the bidder needs to submit a letter of assurance pledging deployments of those plant/ equipment/ machinery and attach letter of intent to rent or letter of availability from all renting vendors clearly mentioning the make, period of renting with dates, renting cost per day and date of manufacture. Minimum Technical Specifications of the plant/ equipment/ machinery shall be as per Section V: Employer’s Requirements.
a) One (1) Prefabricated Fully Furnished Air Conditioned Containerized Site Office with First Aid Facilities
Must meet requirement
Must meet requirement
Not applicable
Not applicable
b) One (1) Prefabricated Fully Equipped Containerized Site Material Testing Laboratory
Must meet requirement
Must meet requirement
Not applicable
Not applicable
c) Six (6) Units of Prefabricated/ Porta Bio-Toilets with all Sanitary Fixtures and Fittings including Water Storage Tanks
Must meet requirement
Must meet requirement
Not applicable
Not applicable
d) Three (3) Prefabricated Fully Furnished Containerized Labour Shelter/Camp with inbuilt Kitchenette (25 pax. Capacity)
Must meet requirement
Must meet requirement
Not applicable
Not applicable
e) Twenty (20) Dozers or Bull Dozers
Must meet requirement
Must meet requirement
Not applicable
Not applicable
f) Ten (10) Wheel Loaders or Wheel Loading Shovels
Must meet requirement
Must meet requirement
Not applicable
Not applicable
g) Ten (10) Large Bucket Excavator or Large Bucket Amphibian Excavator
Must meet requirement
Must meet requirement
Not applicable
Not applicable
h) Two (2) Hydraulic Excavators Must meet requirement
Must meet requirement
Not applicable
Not applicable
i) Two (2) Vibratory Compactors Must meet requirement
Must meet requirement
Not applicable
Not applicable
j) Two (2) Bucket Wheel Trencher/Mining Excavators (min 8 large bucket) with conveyor facility
Must meet requirement
Must meet requirement
Not applicable
Not applicable
k) Five (5) Back Hoe Must meet requirement
Must meet requirement
Not applicable
Not applicable
l) Two (2) Grader Must meet requirement
Must meet requirement
Not applicable
Not applicable
m) Five (5) Crawler Loader Must meet requirement
Must meet requirement
Not applicable
Not applicable
n) One (1) Scrapper Must meet requirement
Must meet requirement
Not applicable
Not applicable
o) Two (2) Road Roller Must meet requirement
Must meet requirement
Not applicable
Not applicable
p) Five (5) Tractor Trailer Must meet requirement
Must meet requirement
Not applicable
Not applicable
q) Thirty (30) Tipper/Dumper Must meet requirement
Must meet requirement
Not applicable
Not applicable
r) One (1) Rotary, Piling Rig/Crane Mounted Rotary Piling Rig
Must meet requirement
Must meet requirement
Not applicable
Not applicable
s) One (1) Truck Mounted Direct Mud Circulation Type Bored Piling Rig
Must meet requirement
Must meet requirement
Not applicable
Not applicable
t) Three (3) High Pressure Mud Pump/Hydraulic Pump
Must meet requirement
Must meet requirement
Not applicable
Not applicable
u) One (1) Bentonite Mixing and Generating Unit
Must meet requirement
Must meet requirement
Not applicable
Not applicable
v) One (1) Hydro Clam Barge Must meet requirement
Must meet requirement
Not applicable
Not applicable
w) One (1) Crane Barge Must meet requirement
Must meet requirement
Not applicable
Not applicable
x) One (1) Batching Plant
Must meet requirement
Must meet requirement
Not applicable
Not applicable
y) Three (3) Truck Transit Mounted Mixer
Must meet requirement
Must meet requirement
Not applicable
Not applicable
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
42
z) Two (2) Concrete Pump
Must meet requirement
Must meet requirement
Not applicable
Not applicable
aa) One (1) Concrete Placer
Must meet requirement
Must meet requirement
Not applicable
Not applicable
bb) One (1) Crane 01-10 Ton
Must meet requirement
Must meet requirement
Not applicable
Not applicable
cc) One (1) Crane 51-75 Ton
Must meet requirement
Must meet requirement
Not applicable
Not applicable
dd) One (1) Crane 101-150 Ton
Must meet requirement
Must meet requirement
Not applicable
Not applicable
ee) One (1) Hoist/Winches
Must meet requirement
Must meet requirement
Not applicable
Not applicable
ff) Three (3) Automatic Welding Set
Must meet requirement
Must meet requirement
Not applicable
Not applicable
Noncompliance with Plant, Machinery & Equipment requirements described in Section V (Employer’s
Requirements) shall not be a ground for bid rejection, and such noncompliance will be subject to clarification
during bid evaluation and rectification prior to contract award.
3.5.5. Site Organization & Setting up
Site organisation is a detailed and well thought out process which ensures a healthy and safe construction site
throughout its build. Few suggestive broad approaches are: Construction Site Traffic Management; Protecting
the Public on Construction Sites; Materials Storage and Waste Management on Construction Sites; Labour
and Personnel Welfare; and Site Administration.
The Bidder shall elaborate and propose a plan for site organisation of its own in relation to the proposed nature
of the project. Evaluation would be done on the precise understanding of the Bidder about the nature of the
project and the challenges and complexities specific to the site and the responsive planning the Bidder
proposes. Page limit: Maximum One (1) A4
3.5.6. Method Statement
Method statement for a construction project is a methodology adopted against each unique item of work.
Methodology usually refers to standards, codes of practices, scientific or technical manual, or any other
technical alternative adopted for executing specific item of work.
The Bidder shall briefly propose methodology against each item of works in Scope of Work, Section V
(Employer’s Requirements). Evaluation shall be done on a basis of degree of technical suitability of the
proposed methodology by the Bidder. Page limit: Maximum Three (3) A4
3.5.7. Mobilization Schedule
Mobilization Schedule for a construction project is a time bound schedule for mobilizing key personnel,
manpower, labour force, construction plants, machineries, equipment, etc. against the Work Plan milestones.
Mobilization schedule generally indicates the date of deployment and demobilization of the resources at
contractor’s disposal. Mobilisation Schedule are generally prepared in form of a horizontal bar chart.
The Bidder shall submit a bar chart against the Work Plan milestones. Evaluation shall be done on a basis of
degree of optimal deployments of resources. Page limit: Maximum One (1) A4 or A3
3.5.8. Work Plan & Completion Time
Work Plan for a construction project is a time bound schedule for executing all tasks and activities against
broad nature of works. Work plan is chronological or simultaneous sequencing of works at a construction site
starting from taking over of the site to handing over against a time schedule. Work Plan are generally prepared
in form of a horizontal bar chart.
SECTION III:QUALIFICATION & TECHNICAL EVALUATION CRITERIA National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
43
The Bidder shall submit a bar chart detailing out each tasks and activities for each category of works against
a timeline. Evaluation shall be done on a basis of compliance with the Sequencing of Works & Milestones in
Section V (Employer’s Requirements). Page limit: Maximum One (1) A4 or A3
3.5.9. Environmental Monitoring & Management
Environmental Monitoring & Management is mainly aimed at mitigating and minimising risks and threats to the
local environment/ecology during the construction period. During this period of monitoring the contractor is
expected to: establish base line date for environmental monitoring; monitor pollution levels (ambient air, water,
ground water, etc.); waste management during construction; upkeeping hygienic and sanitary conditions
during construction; periodical reporting of monitoring outputs to the employer; and management plan for
mitigating risks and threats.
The Bidder, in coherence to the Environmental & Social Monitoring & Management Framework in Section V
(Employer’s Requirements) shall briefly propose methods. Evaluation shall be done on a basis of quality of
proposed methods by the Bidder. Page limit: Maximum One (1) A4
3.5.10. Social & Gender Action Plan
Social and Gender Action Plan are a safeguard to: protect indigenous community/practices/heritage within the
project site; ensure right of way; ensure entitlements to project affected people; ensure gender equity in
participation; protect indigenous and traditional livelihood; develop consensus amongst the stakeholders and
host communities within the project area; promote educational and scientific values through the project goals;
buying-in with local people; alleviate living conditions and welfare of workforce; etc.
The Bidder, in coherence to the Environmental & Social Monitoring & Management Framework in Section V
(Employer’s Requirements) shall briefly propose methods. Evaluation shall be done on a basis of quality of
proposed methods by the Bidder. Page limit: Maximum One (1) A4
3.5.11. Management, Operation & Maintenance
Management, Operation and Maintenance generally refers to the services undertaken by the successful bidder
after the completion of the capital works. These services generally covers day to day repairs and maintenance;
annual repairs; special repairs; minor addition, alteration and retrofitting; preventive maintenance; emergency
maintenance; predictive maintenance; schedule compliances; operation of facilities from the Capital Works;
engineering support; training & administration of human resources; and limited utility servicing.
The Bidder shall propose a Management Operation & Maintenance plan for all capital works. Evaluation shall
be done on a basis of quality of proposed plan by the Bidder. Page limit: Maximum One (1) A4.
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
44
SECTION IV: BIDDING FORMS
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
45
4. SECTION IV: BIDDING FORMS
4.1. BID DOCUMENTATION CHECKLIST
Sl.No. Description Bidding Form
to be filled
and uploaded
Attachments to be uploaded along with Bidding
Form
Checkbox
Mandatory Submission (Envelope A)
1 Proof of Incorporation MAS-1 Scanned copy of Certificate of Incorporation
2 Valid Registration MAS-1 Scanned copy of Certificate of Registration or Application
Acknowledgement
3 Accreditation/ Certification MAS-1 Scanned copy of ISO Accreditation Certificate
4 Bidder Class/Category MAS-1 Scanned copy of Certificate of Bidder Class/Category
5 PAN No. MAS-1 Scanned copy of PAN Card
6 GSTIN No. MAS-1 Scanned copy of GSTIN Registration Certificate
7 TAN No. MAS-1 Scanned copy of TAN Registration Certificate
8 EPF No. MAS-1 Scanned copy of EPF Registration Certificate
Prequalification (Envelope B)
9 Declaration by the Bidder ELI-1 N/A
10 Nationality ELI 2a/2b &
ELI 3a/3b
Scanned copy of Valid Proof of Address from any
Statutory Body
11 Conflict of Interest LTB-1 N/A
12 Debarment/ Sanctioned ELI-1 N/A
13 Pending Litigation LIT-1 Scanned copy of CA Certification
14 Net Worth FINQ-1 Scanned copy of CA Certified Audited Financial
Statement for last 5 FY & CA Certification
15 Average Annual Construction Turnover FINQ-2 Scanned copy of CA Certification
16 Working Capital FINQ-3 Scanned copy of CA Certification
17 Bid Capacity FINQ-4a &
FINQ-4b
Scanned copy of CA Certification
18 Contracts of Similar Size & Nature EXPQ-1 Scanned copy of all eligible contracts (LOA/Work Order
and Completion Certificate)
19 Contracts with Similar Key Activities EXPQ-1 and/
or EXPQ-1a
Scanned copy of all eligible contracts (LOA/Work Order
and Completion Certificate)
Technical Proposal/Bid (Envelope B)
20 Deployment of Key Personnel(s) TECH-1 &
TECH-1a
Scanned copy of CA Certification and/or Letter of
Assurance
21 Deployment of Plant, Machinery &
Equipment
TECH-2 Scanned copy of CA Certification and/or Letter of Intent
for Renting
22 Technical Proposal TECH 3 N/A
Financial Bid (Envelope C)
23 Letter of Financial Bid FIN-1 N/A
24 Preamble to Bill of Quantities FIN-2a N/A
25 Bill of Quantities FIN-2b N/A
Note: The Bidders shall provide only one CA certification where the CA appointed by them shall provide a narrative commentary on the
Bidder’s situation incorporating all calculation required by the bid and inventories duly signed, stamped along with CA number on the
CA’s letterhead.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
46
4.3. BIDDING PERFORMA
MAS-1 4.3.1. Mandatory Submission
Sl. No. Particular Details to be populated by the Bidder
1. Legal Name of the Single Entity Bidder or Name of the JV/Consortium Bidder
1a. Name of the Lead Partner, Partner 2 & Partner 3 for JV/Consortium Bidder
1. 2. 3.
2. Proof of Incorporation: MoCA Registration No. & Date of Incorporation (for Limited Liability Partnership, Private Limited, Limited & Corporations) or RoF Registration No. (Sole Proprietorship & Partnership Firms). For JV/Consortium Bidder all Partners to provide details.
1. Registration No. (Single Entity/Lead Partner): 2. Registration No. (Partner 2): 3. Registration No. (Partner 3):
3. Registration No. with issue & validity date of Government of Madhya Pradesh or Acknowledgement No. of Application (for Single Entity Bidder or Lead Partner of JV/ Consortium)
1. Registration No.: 2. Issue Date: Valid Upto:
4. ISO Accreditation No. with issue & validity date (for Single Entity Bidder or Lead Partner of JV/ Consortium)
1. Certification No.: 2. Accreditation Type: 3. Issue Date: Valid Upto:
5. Bidder Class/Category & Registration No. with issue & validity date For JV/Consortium Bidder all Partners to provide details.
1. Bidder Class/Category (Single Entity/Lead Partner): Registration No.: Issue Date: Valid Upto:
2. Bidder Class/Category (Partner 2): Registration No.: Issue Date: Valid Upto:
3. Bidder Class/Category (Partner 3): Registration No.: Issue Date: Valid Upto:
6. PAN no. For JV/Consortium Bidder all Partners to provide details.
1. 2. 3.
7. GSTIN no. For JV/Consortium Bidder all Partners to provide details.
1. 2. 3.
8. TAN no. For JV/Consortium Bidder all Partners to provide details.
1. 2. 3.
9. EPF Registration no. of the Single Entity Bidder or Lead Partner of JV/Consortium
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided) Certificate of Incorporation or Registration Certificate/Memo for Single Entity & all Partners of a JV/Consortium
Registration Certificate or Application Acknowledgement from Government of MP for Single Entity & Lead Partner/Member of
JV/Consortium/Association
ISO Certification from recognised Accreditation Agency for Single Entity & Lead Partner of JV/Consortium/Association
Bidder Class/Category Registration Certificate for Single Entity & all Partners of a JV/Consortium/Association
PAN Card for Single Entity & all Partners of a JV/Consortium/Association
GSTIN Registration Certificate for Single Entity & all Partners of a JV/Consortium/Association
TAN Registration Certificate for Single Entity & all Partners of a JV/Consortium/Association
EPF Registration Certificate for Single Entity & Lead Partner of JV/Consortium/Association
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
47
LTB-1 4.3.2. Letter of Technical Bid
Please review and delete all italics insertions (To be submitted on Single Entity Bidder’s or Lead Bidder’s Official Letterhead)
Date: DD/MM/YYYY NIT No.: XXXXXXXXXX
To:
Chief Executive Officer Sagar Smart City Limited Old RTO Building, Near Tilli Tiraha Sagar, Madhya Pradesh 470002, India
We, the undersigned, declare that:
a) We M/S ___________________________________ (name of Single Entity Bidder) offer our bid for the Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India as a Single Entity.
OR
a) We M/S __________________ (name of Lead Partner/Member), M/S __________________ (name of Partner 2/Member 2) and M/S __________________ (name of Partner 3/Member 3) offer our bid for the Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India as a Joint Venture/Consortium, Agreement of which is appended in our Bid.
OR
a) We M/S __________________ (name of Single Entity Bidder) in association with M/S __________________ (name of Specialist Sub-contractor 1) and M/S __________________ (name of Specialist Sub-contractor 2) offer our bid for the Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India as a Single Entity with Association(s), Letter of Association(s) of which is/are appended in our Bid.
b) We have examined and have no reservations to the Tender/Bidding Document, including Addenda issued from time to time for this NIT;
c) We offer to execute in conformity with the Bidding Document the following Works: Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
d) Our Bid shall be valid for a period of xxx days from the date fixed for the bid submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
e) If our Bid is accepted, we commit to obtain a Performance Security in the amount of 00.00% of the Contract Price for the due performance of the Contract;
f) Our firm, including any subcontractors or suppliers for any part of the Contract, have Indian nationality;
g) We are not participating, as Bidder, in more than one Bid in this bidding process, other than alternative offers, if permitted, in the Bidding Document;
h) Our firm, its affiliates, or subsidiaries, including any subcontractors or suppliers has not been debarred by the State Government or the Procuring Entity;
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
48
i) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed;
j) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive;
k) We agree to permit Government of Madhya Pradesh or the Employer or their representatives to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the Employer;
l) We have paid, or will pay the following commissions, gratuities, or fees, if any, with respect to the bidding process for execution of the Contract:
Name of Recipient Address Reason Amount (INR)
m) We declare that we have complied with and shall continue to comply with the provisions of the Code of Integrity including Conflict of Interest as specified by law and acts prevailing in the country and state of Madhya Pradesh and this Bidding Document during this procurement process and execution of the Works as per the Contract.
_______________________________________________ Signed & Sealed by: _______________________________________________ (Name of Authorized Representative) In capacity of: ____________________________________ (Designation of Authorized Representative) Duly authorized to sign the Bid for and on behalf of: M/S ________________________________________________________________________ (Name of Firm/Company of Single Entity or Lead Member of JV/Consortium/Association) ____________________________________________________________________________ (Full Address of Firm/Company of Single Entity or Lead Member of JV/Consortium/Association) Landline Telephone No.: _____________________ Fax No.: ___________________________ AR’s Mobile No.: _____________________ Official e-mail ID: __________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
49
ELI-1 4.3.3. Affidavit
Please review and delete all italics insertions (On Non-Judicial Stamp Paper of non-judicial stamp paper of INR 500)
I, ________________________________ (name of the authorized representative in the power of attorney) who is designated as _____________________ (designation in the firm/ company) in the firm/company named M/S ______________________________________________________ (legal name of the firm/company) have been appointed as an Authorized Representative by the Power of Attorney executed on ______ (date of execution of power of attorney) and competent for submission of the affidavit on behalf of M/S ______________________________________ (name of single entity bidder) or JV/Consortium/Association having Partners: M/S___________________________________________ (name of Lead Partner); M/S _______________________________ (name of Partner 2); and M/S ________________________________ (name of Partner 3) do solemnly affirm an oath and state that:
I am fully satisfied for the correctness of the certificates/records submitted in support of the following information in bid documents which are being submitted in response to notice inviting e-tender No. ______________ for Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India dated _______ issued by the Sagar Smart City Limited.
I am fully responsible for the correctness of following self-certified information/ documents and certificates provided and uploaded for the above said bid:
a) That the self-certified information given in the bid document is fully true and authentic.
b) That my firm/company or all firms/companies participating in the above said bid is/are not sanctioned and/or debarred or blacklisted by any Central/State Government Agency/Department/Undertaking and by any multilateral agencies under the UN umbrella.
c) That:
i) Term deposit receipt deposited as earnest money, demand draft for cost of bid document and other relevant documents provided by the Bank are authentic.
ii) Information regarding financial qualification and annual turn-over is correct.
iii) Information regarding various physical qualifications is correct.
d) No close relative of the undersigned and our firm/company is working in the department.
OR
Following close relatives are working in the department:
Name _______________ Post ____________________ Present Posting ___________
Signature with Seal of the Deponent (Authorized Representative)
I, _____________________ (name of the authorized representative in the power of attorney) above deponent do hereby certify that the facts mentioned above are correct to the best of my knowledge and belief.
Verified today _____________ (dated) at ______________ (place).
Signature with Seal of the Deponent (Authorized Representative)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
50
ELI-2a 4.3.4. Bidder’s Information (Single Entity)
Sl. No. Particular Details to be Populated by the Bidder
1. Single Entity Bidder’s Legal Name
2. Single Entity Bidder’s Country of Constitution/ Incorporation
3. Single Entity Bidder’s Year of Constitution/ Incorporation
4. Single Entity Bidder’s Managing Director/Partner/Proprietor or Chairman Information
1. Name: 2. Designation: 3. Official Mobile No.: 4. Official e-mail ID:
5. Single Entity Bidder’s Legal Address and Contact Details in the Country of Constitution/ Incorporation
1. Address with PIN: 2. Official Landline No.: 3. Official Fax No.: 4. Official e-mail ID:
6. Single Entity Bidder’s / Authorized Representative Information
1. Name: 2. Designation in Bidder’s Firm/Company: 3. Address with PIN: 4. Landline Telephone No: 5. Official Mobile No.: 6. Official e-mail ID:
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided) Confirmation that the Power of Attorney as per Bidding Form ELI-3a designating the Authorized Representative to represent
(including submitting Affidavit) on behalf of the firm/company, duly signed and sealed by and uploaded
Confirmation that the Letter(s) of Association as per Bidding Form ELI-4c from all Specialist Sub-contractor(s) are provided on their
respective official letterhead(s) and uploaded (only if applicable)
For Government-owned enterprises documents establishing legal and financial autonomy and compliance with commercial law
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
51
ELI-2b 4.3.5. Bidder’s Information (JV/Consortium or Specialist Sub-Contractor)
Sl. No. Particular Details to be Populated by the Bidder
1. JV/Consortium/Association or Specialist Sub-Contractor Bidder’s Legal Name (only if
incorporated before this bid)
JV/Consortium/Association or Specialist Sub-Contractor Partner’s Legal Name (each partner)
1. Partner 1 (Lead Partner): 2. Partner 2: 3. Partner 3:
2. JV/Consortium/Association or Specialist Sub-Contractor Partner’s Country of Constitution/ Incorporation (each partner)
1. Partner 1 (Lead Partner): 2. Partner 2: 3. Partner 3:
3. JV/Consortium/Association or Specialist Sub-Contractor Partner’s Year of Constitution/ Incorporation (each partner)
1. Partner 1 (Lead Partner): 2. Partner 2: 3. Partner 3:
4. JV/Consortium/Association or Specialist Sub-Contractor Partner’s Managing Director/Partner/Proprietor or Chairman Information (each partner)
1. Partner 1 (Lead Partner) Name: Designation: Official Mobile No.: Official e-mail ID:
2. Partner 2 Name: Designation: Official Mobile No.: Official e-mail ID:
3. Partner 3 Name: Designation: Official Mobile No.: Official e-mail ID:
5. JV/Consortium/Association or Specialist Sub-Contractor Partner’s Legal Address and Contact Details in the Country of Constitution/ Incorporation
1. Partner 1 (Lead Partner) Address with PIN:
Official Landline No.: Official Fax No.: Official e-mail ID:
2. Partner 2
Address with PIN:
Official Landline No.: Official Fax No.: Official e-mail ID:
3. Partner 3
Address with PIN:
Official Landline No.:
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
52
Official Fax No.: Official e-mail ID:
6. JV/Consortium/Association or Specialist Sub-Contractor Partner’s Authorized Representative Information
1. Name: 2. Designation in Bidder’s Firm/Company: 3. Address with PIN:
4. Landline Telephone No: 5. Official Mobile No.: 6. Official e-mail ID:
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Power of Attorney as per Bidding Form ELI-3b designating the Authorized Representative to represent
(including submitting Affidavit) on behalf of JV/Consortium, duly signed and sealed by all Partners and uploaded
Confirmation that the JV/Consortium Agreement is executed and uploaded as per Bidding Form ELI-4a or ELI-4b.
For Government-owned enterprises, documents establishing legal and financial autonomy and compliance with commercial law
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
53
ELI-3a 4.3.6. Power of Attorney (for Single Entity Bidder)
Please review and delete all italics insertions (On Non-Judicial Stamp Paper of non-judicial stamp paper of INR 100)
Power of Attorney for Authorized Representative
The firm/company M/S ____________________________________________ (legal name of the company/firm) authorizes the following Authorized Representative to sign and submit the tender/bidding document including all affidavits for Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, negotiate terms and conditions for the contract, to sign the contract, to deal with the office of the CEO, Sagar Smart City Limited, to issue and receive correspondence related to all matters of the bid.
We M/S _______________________________ undertake the responsibility due to any act of the appointed representative and hear by appoint Ms./Mr. _____________________________________ as a Authorized Representative and attest the true signature of the appointee.
For Partnership, LLP & One Person Firm
1. Name of the appointed Authorized Representative:
2. Address of the Authorized Representative:
3. Phone No of the Authorized Representative:
4. Signature of the Authorized Representative Name, Signature & Seal of all Partners attesting the signature of Authorized Representative
Partner 1: Name: Signature & Seal Date: Place: Partner 2: Name: Signature & Seal Date: Place: Partner 3: Name: Signature & Seal Date: Place:
(those operating as sole proprietorship shall be exempted from power of attorney but the proof of proprietorship shall establish the authorization)
OR
For Public Limited & Private Limited, company
1. Name of the appointed Authorized Representative:
2. Designation of the Authorized Representative:
2. Address of the Authorized Representative:
3. Phone No of the Authorized Representative:
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
54
4. Name, Designation, Signature & Seal of the Authority by whom Powers are delegated
Name: Designation: Signature & Seal Date: Place:
4. Attested Signature of the Authorized Representative Name, Designation & Signature of the Person attesting the signature of Authorized Representative
Name: Designation: Signature & Seal Date: Place:
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
55
ELI-3b 4.3.7. Power of Attorney (for JV/Consortium)
Please review and delete all italics insertions (On Non-Judicial Stamp Paper of non-judicial stamp paper of INR 100)
Power of Attorney for Authorized Representative
The firm/company M/S ____________________________________________, Lead Partner of the intended Joint Venture/Consortium/Association between M/S____________________________________ (legal name of the Lead Partner), M/S ________________________________________ (legal name of the Partner 2) and M/S ________________________________________ (legal name of the Partner 3) jointly and severally authorizes the following Authorized Representative to sign and submit the tender/bidding document including all affidavits for Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, negotiate terms and conditions for the contract, to sign the contract, to deal with the office of the CEO, Sagar Smart City Limited, to issue and receive correspondence related to all matters of the bid.
We M/S _______________________________ (legal name of the Lead Partner) and on behalf of the intended Joint Venture/Consortium/Association undertake the responsibility due to any act of the appointed representative and hear by appoint Ms./Mr. _____________________________________ as a Authorized Representative and attest the true signature of the appointee.
1. Name of the appointed Authorized Representative:
2. Designation of the Authorized Representative:
2. Address of the Authorized Representative:
3. Phone No of the Authorized Representative:
4. Name, Designation, Signature & Seal of the Authority by whom Powers are delegated
Name: Designation: Signature & Seal Date: Place:
4. Attested Signature of the Authorized Representative Name, Designation & Signature of the Managing Partners/Managing Directors or Director of One Person Firm
Partner 1 (Lead Partner) Name: Designation: Signature & Seal Date: Place: Partner 2 Name: Designation:
Signature & Seal Date: Place: Partner 2 Name: Designation:
Signature & Seal Date: Place:
(Those operating as sole proprietorship shall be exempted from power of attorney but the proof of proprietorship shall establish the authorization. In an Association, the Specialist Sub-Contractor, that does not have any financial liability towards the JV/Consortium/Association and is only responsible for strengthening the technical aspect of the Bid, shall provide an exclusive Letter of Association(s) for the Bid on its official letterhead)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
56
ELI-4a 4.3.8. Draft Consortium Agreement
Please review and delete all italics insertions (On Non-Judicial Stamp Paper of non-judicial stamp paper of INR 100)
This Consortium Agreement (hereinafter referred as Agreement) entered into this day of ___th (day) of ______ (month) ________ (year) at __________________ (place), _____________________ (State/Union Territory), India between M/S ____________________________________________ and having registered office at _________________________________________________________ (address), India, as Party of the First Part, M/S ____________________________________________ and having registered office at _________________________________________________________ (address), India, as Party of the Second Part and M/S ____________________________________________ and having registered office at _________________________________________________________ (address), India, as Party of the Third Part.
M/S ______________________________________, M/S ______________________________________ and M/S ___________________________________are individually referred to as a ‘Party’ and collectively as the ‘Parties’.
WHEREAS Sagar Smart City Limited (SSCL), has issued a NIT No. ___ dated ____________(“Tender/Bid Document”) for Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, (hereinafter referred to as the “Project”)
AND WHEREAS the Parties have had discussions for formation of a Consortium for submitting the Bid for the Project and have reached an understanding on the following points with respect to each of the Parties' rights and obligations towards each other and their working relationship.
NOW THEREFORE, in consideration of the mutual promises, conditions and covenants set out herein, the Parties hereby agree as below:
1) The purpose of this Agreement is to define the principles of collaboration among the Parties to:
a) jointly Bid for the “Project” as a Consortium.
b) sign Agreement with SSCL in case of award (“Contract”).
c) provide and perform the supplies and services which would be ordered by SSCL pursuant to the Contract.
2) This Agreement shall not be construed as establishing or giving effect to any legal entity. It shall relate solely towards SSCL for the “Project” to be performed and shall not extend to any other activities.
3) The Parties shall be jointly and severally responsible and bound towards SSCL for the Project in accordance with the terms and conditions of the Tender/Bid Document and the Contract.
4) M/S _____________________________________ (Name of Party) shall act as Lead Bidder of the Consortium. As such, it shall act as the coordinator of the combined activities of the Consortium and shall carry out the following functions:
a) to ensure the technical, commercial, and administrative co-ordination of the Project;
b) to lead the Contract negotiations with SSCL;
c) to receive instructions and incur liabilities for and on behalf of all Parties; and
d) in case of an award, act as channel of communication between SSCL and the Parties for execution of the Contract.
5) That the Parties shall carry out all responsibilities in terms of the Project
6) That the broad roles and the responsibilities of each Party as per each member’s field of expertise at each stage of the bidding shall be as below:
First Part: ________________________________________________
Second Part: ________________________________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
57
Third Part: ________________________________________________
7) That the proposed administrative arrangements (organization chart) for the management and execution of the Project shall be as follows:
_______________________________________________________________________________________________________________________________________________________________________________________________________________
8) That the profit and loss sharing percentage shall be:
First Part: _______ %
Second Part: _______ %
Third Part: _______ %
9) That the Parties agree that all the members of the Consortium shall be jointly and severally liable for all obligations in relation to the Contract until the completion of the Project in accordance with the Contract.
10) The Parties affirm that they shall implement the Project in good faith and shall take all necessary steps to see the Project through expeditiously.
11) That this Agreement shall be governed by and construed in accordance with the laws of India and courts in India shall have exclusive jurisdiction to adjudicate disputes arising from the terms herein.
IN WITNESS WHEREOF the Parties affirm that the information provided is accurate and true and have caused the Agreement duly executed on the date and year above mentioned.
Signature & Seal
(Party of the First part)
Signature & Seal
(Party of the Second part)
Signature & Seal
(Party of the Third part)
Witness:
1. _________________________________________
2. _________________________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
58
ELI-4b 4.3.9. Draft Joint Venture Agreement Please review and delete all italics insertions
(On Non-Judicial Stamp Paper of non-judicial stamp paper of INR 100)
This Joint Venture Agreement (“AGREEMENT”) made at ________ (place) on this __th (day) day of _______
(month), 2019
BY AND AMONGST
M/S ___________________________ {Lead Member (JV Member 1)}, a _________________ incorporated
under ____________________ (name of the relevant act/law of under which registered in the Country of
Registration) and having its registered office / a company incorporated under the Laws of
________________________ (hereinafter referred to as “Partner 1 (Lead Partner)”, which expression shall
unless repugnant to the context or meaning thereof be deemed to mean and include its successors in interest,
subsidiaries and assigns) of the ONE PART;
AND
M/S _______________________ (JV Member 2), a _______________ incorporated under the
_____________ and having its registered office / a company incorporated under the Laws of
_____________________ (hereinafter referred to as “Partner 2”, which expression shall unless repugnant to
the context or meaning thereof be deemed to mean and include its successors in interest, subsidiaries and
assigns) of the SECOND PART;
AND
M/S _______________________ (JV Member 2), a _______________ incorporated under the
_____________ and having its registered office / a company incorporated under the Laws of
_____________________ (hereinafter referred to as “Partner 3”, which expression shall unless repugnant to
the context or meaning thereof be deemed to mean and include its successors in interest, subsidiaries and
assigns) of the THIRD PART;
M/S ______________, M/S ______________ and M/S _______________ shall be individually referred to as
a “Party” and jointly referred to as the “Parties” or “JV Members or Partners”).
WHEREAS:
Sagar Smart City Limited (SSCL), has issued a NIT No. ____________ dated ___________ (“Tender/Bid
Document”) for Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront
Development, Sagar, Madhya Pradesh, (hereinafter referred to as the “Project”)
M/S ______________, M/S ______________ and M/S _______________ have agreed to consolidate their
resources and experience, and apply jointly as a Joint Venture (hereinafter referred to as the “Joint Venture”),
vide this Joint Venture Agreement, for the purpose of implementing and completing the Project, within time
frame stipulated in the Request for Proposal Document (hereinafter referred to as the “RFP document”).
M/S ______________, M/S ______________ and M/S _______________ have therefore agreed to enter into
this Joint Venture Agreement in respect of the submission of the Bid/ Proposal for the Project on the terms set
out below.
NOW THEREFORE IN CONSIDERATION OF THE PREMISES AND THE MUTUAL, CONDITIONS AND
CONVENANTS HEREIN CONTAINED THE PARTIES HEREBY AGREE AS BELOW:
1) The recital herein contained shall constitute an integral and operative part of this Agreement.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
59
2) The Parties hereto agree to consolidate their resources and hereby form a Joint Venture to jointly prepare,
submit and Bid for the Project, which has financing benefits, as detailed in the RFP document issued by
SSCL for the implementation and completion of the Project.
3) The Parties hereto agree that M/S _________________________ shall be the Lead Member and M/S
___________ and M/S _________ shall be the JV Members 2 JV and Members 3 respectively of the Joint
Venture.
4) The Parties shall mutually and jointly take all the decisions in respect of the Project on behalf of the Joint
Venture. M/S _____________ (Lead Member) shall be authorized to act on behalf of the Joint Venture as
their representative for implementation and completion of the Project.
5) M/S ________________ (Lead Member) undertakes that it has the necessary qualification to fulfill
technical and financial capability criteria for the implementation and completion of the Project as detailed
in the Tender/Bid Document {including the draft Concession Agreement (Section-II of the RFP document)}.
6) Special Purpose Company (SPC): For execution of the Project, in the event of award of the Project to the
Joint Venture, the Parties will set up a Special Purpose Company (“SPC”), formed under the Companies
Act, 1956. The common equity shareholding pattern of the SPC shall consist of: ____% shares to be held
by M/S ___________________________; ____% shares to be held by M/S ________________; and
____% shares to be held by M/S __________________________.
7) M/S_____________________________ (Lead Member) shall individually and compulsorily hold at least
51% equity stake in the SPC till the end of the Contract Period. On successful award of the Project, the
SPC shall enter into Contract Agreement (“Agreement”) with SSCL (as per the Tender/Bid Document),
which shall specify the terms and conditions of the completion of the Project and shall carry out all the
responsibilities in the terms of the Tender/Bid Document.
8) The registered office of the Joint Venture/SPC shall be located at _______________________ (Complete
Address, State & Country).
9) M/S ____________________, M/S ____________________ and M/S ____________________ shall be
jointly and severally liable for the execution of the Works and Services in accordance with the terms of the
Tender/Bid Document. It is further unanimously agreed by the Parties that the Lead Member, along-with
other JV Member 2 & JV Member 2 in the SPC shall:
a) coordinate the day to day activities of the Joint Venture/SPC;
b) undertake to be jointly and severally liable/responsible for all the obligations and liabilities relating to
the Project, in accordance with the terms of the Tender/Bid Document and the Agreement with SSCL,
till the end of the Contract Period;
c) complete all works assigned under the Tender/Bid Document (including Concession Agreements if
any) within the time stipulated in the Tender/Bid document; and
d) execute individual/independent Deed of Guarantee by all JV Members, towards the SPC, in favour of
SSCL for the pledging / providing technical, financial and such other supports as may be necessary
for the performance of works assigned under the Tender/Bid Document (including draft Agreement)
within the time stipulated in the Tender/Bid document.
10) Roles and Responsibilities
The role and the responsibility of each Party for the implementation, operation & maintenance and
execution of the Project shall be as follows:
Name of Member Type of Member Role & Responsibility
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
60
M/S ___________________ JV Member 1
(Lead Member)
1. _____________________________________
2. _____________________________________
3. _____________________________________
M/S ___________________ JV Member 2 1. _____________________________________
2. _____________________________________
3. _____________________________________
M/S ___________________ JV Member 3 1. _____________________________________
2. _____________________________________
3. _____________________________________
11) All the basic/fundamental terms and conditions of this Agreement shall be incorporated in the Article of
Association of the SPC (to be incorporated by the Parties). Any other terms and conditions to the extent
not agreed upon by the Parties in this Agreement (and which are not contradictory to the basic/fundamental
provisions of this Agreement) shall be mutually agreed upon by the Parties and incorporated in the Article
of Association of the SPC.
12) Confidentiality: All information, document, etc. exchanged between the Parties related to this agreement
or the preparation of any Bid or the performance of the Project shall remain confidential and shall not be
revealed to third parties for a certain time to be agreed upon. Unless otherwise required by law, the Parties
undertake not to disclose to any third party or any else and / or use any Information, without prior consent
of the other Party.
13) Term and Duration: This Agreement shall come into effect on the date of submission of the Bid/Proposal
for the development, implementation/execution, and completion of the Project. This Agreement shall
terminate upon the successful completion of the Project and may be extended further for such period as
may be required by the SSCL. This Agreement can be terminated only upon Joint Venture’s /SPC’s Bid
for the Project is conclusively rejected by the SSCL.
14) Costs/Expenses: All out-of-pocket expenses/costs of and incidental to this Agreement including stamp
duty and registration fees, if any shall be borne and paid by the Parties in proportion to their shareholding
in the SPC. Each Party shall pay and bear their own advocated/solicitors fees in the preparation of this
Agreement.
15) Indemnity: The Second and the Third Part of this Agreement undertakes to indemnify the Lead Member
from and against all direct and indirect damages, losses, liabilities, obligations, claims or proceedings of
any kind, interest, penalties, cost, fee, or expenses (including, without limitation, reasonable attorneys'
fees and expenses), suffered, incurred or paid, directly, as a result of, in connection with or arising from
any breach of its covenants, obligations and responsibilities hereunder, including any act or omission or
negligence, or of any Applicable Law, attributable to Second and the Third Party’s negligence or wilful
default in performance or non-performance under this Agreement.
16) Governing Law: This Agreement shall in all respect be governed, construed and interpreted in accordance
with laws of Republic of India.
17) Settlement of Disputes:
a) Any disputes arising out of this Agreement shall be amicably settled by the authorized representatives
of the Parties, failing any such disputes shall be resolved by Arbitration in accordance with the
Arbitration and Conciliation Act, 1996, as amended by one or more arbitrators appointed in accordance
with the said Act. This Clause shall survive the termination of this Agreement. [Language of Arbitration
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
61
shall be English]. The venue of the Arbitration proceedings shall be in ______________ (location),
India. The Parties jointly and severally undertake that the implementation and completion of the Project
shall not be affected during the dispute(s) or the settlement of dispute(s) period. The Award rendered
by the Arbitral Tribunal shall be final and binding upon the Parties.
b) In the event of a dispute between the Parties over the subject of this Agreement, the prevailing party
shall be entitled to reasonable advocates/solicitors’ fees and costs incurred in the resolution of such
dispute.
18) Amendments: This Agreement can be amended or suppressed by further Agreement made in writing at
the request of any of the Parties after unanimous approval by the Parties and by obtaining prior consent
and written approval from SSCL.
19) Notices: Any notices, requests, demands or any communications from any party to the other party under
this Agreement shall be by Regd./Speed mail or facsimile transmission sent to the addresses as indicated
in this Agreement. Any party may change its address but shall promptly inform SSCL and the other
Parties/JV Members of any such change.
20) Language: The official language of this Agreement and all future Agreements shall be English.
21) Assignment: None of the Parties to this Agreement shall have the right to assign its benefits or liabilities
under this Agreement to any other company, firm, or person without obtaining prior consent and written
approval of SSCL.
22) Entire Agreement: This Agreement constitutes the entire Agreement between the Parties and supersedes
all prior writings, Agreements, or understandings; written or oral relating to the subject matter thereof.
IN WITNESS WHEREOF the Parties hereto have caused this Agreement to be executed by their duly
authorized representatives the day and year first above written.
SIGNED, SEALED AND DELIVERED BY:
M/S __________________
(Name of Member 1)
______________________
(Signature & Seal)
By: ___________________
(Authorized Representative)
Designation: ____________
Date: ______Place: ______
M/S __________________
(Name of Member 2)
______________________
(Signature & Seal)
By: ___________________
(Authorized Representative)
Designation: ____________
Date: ______Place: ______
M/S __________________
(Name of Member 3)
______________________
(Signature & Seal)
By: ___________________
(Authorized Representative)
Designation: ____________
Date: ______Place: ______
Witness:
1. _________________________________________
2. _________________________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
62
ELI-4c 4.3.10. Letter of Association
Please review and delete all italics insertions (on the official letterhead of the company/firm)
Date: DD/MM/YYYY NIT No.: XXXXXXXXXX
To:
Chief Executive Officer Sagar Smart City Limited Old RTO Building, Near Tilli Tiraha Sagar, Madhya Pradesh 470002, India
We, M/S_____________________________________ confirm our availability to Bid and thereafter execute
the responsibilities as a Specialist Sub-Contractor exclusively for the Works and Services Contract for
Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh.
We are a Specialist Sub-Contractor with expertise and past working experience in the of following works:
1. ________________________________________________
2. ________________________________________________
3. ________________________________________________
We also confirm that M/S ___________________________________ (name of single entity bidder) shall be
the Prime Contractor for all purposes of the bid and execution of Works and Services Contract for Lakha
Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, and consent their
appointed authorized representative to represent on behalf of us.
_______________________________________________ Signed & Sealed by: _______________________________________________ (Name of Director/ Partner of Specialist Sub-Contractor) M/S ________________________________________________________________________ (Name of Firm/Company of Specialist Sub-Contractor) ____________________________________________________________________________ (Full Address of Firm/Company) Landline Telephone No.: _____________________ Fax No.: ___________________________ Mobile No.: _____________________ Official e-mail ID: _______________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
63
LIT-1 4.3.11. Pending Litigation
Each Bidder or member of a JV / must fill in this form
1. No pending litigation in accordance with Section III (Qualification and Technical Evaluation Criteria).
2. Pending litigation in accordance with Section III (Qualification and Technical Evaluation Criteria).
Financial
Year
Matter in Dispute Value of Pending
Claim (INR)
Value of Pending
Claim as a Percentage
of Net Worth (INR)
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Pending Litigation status is mentioned and certified in the CA’s narrative commentary on the Bidder’s situation
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
64
FINQ-1 4.3.12. Net Worth
Each Bidder must fill out this form. In case of a Joint Venture/Consortium, each Joint Venture/Consortium Partner must fill out this form separately and provide the Joint Venture/Consortium Partner’s name below:
Single Entity Bidder: M/S ____________________________________________________________
OR
Joint Venture/Consortium Partner: M/S ________________________________________________ 1. Net Worth of Bidder in last five (5) financial years in accordance with Section III (Qualification and Technical
Evaluation Criteria).
Financial Data from Balance Sheet for Previous 5 Year (INR)
FY 2013-14 FY 2014-15 FY 2015-16 FY 2016-17 FY 2017-18
Total Asset (TA):
Total Liabilities (TL):
Net Worth = (TA – TL):
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Net Worth calculations is/are mentioned and certified in the CA’s narrative commentary on the Bidder’s
situation
Confirmation that the CA certified Audited Financial Statement including Balance Sheet of each Bidder (single entity or partners of
JV/Consortium) for last five (5) Financial Years is uploaded
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
65
FINQ-2 4.3.13. Average Annual Construction Turnover
Single Entity Bidder and Lead Partner from the Joint Venture/Consortium on behalf of other Partners must fill out this form. The information supplied should be the Annual Turnover of the Bidder or each member of a Joint Venture/Consortium
in terms of the amounts billed to clients for each year for work in progress or completed. 1. Combined Average Annual Construction Turnover of Bidder in last three (3) years in accordance with Section
III (Qualification and Technical Evaluation Criteria).
2. Average Annual Construction Turnover of Lead Partner in a JV/Consortium in last three (3) years in
accordance with Section III (Qualification and Technical Evaluation Criteria).
Sl.
No.
Financial
Year 2015-16
(INR)
Financial
Year 2016-17
(INR)
Financial
Year 2017-18
(INR)
Average
Annual
Turnover Value
(INR)
a b c (a + b +c)
1 Single Entity Bidder or Lead
Partner of JV/Consortium:
2 Partner 2 of JV/Consortium (if
applicable):
3 Partner 3 of JV/Consortium (if
applicable):
4 Combined Average Annual
Construction Turnover Value
for last three (3) FYs (1+2+3)
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Average Annual Construction Turnover calculations is/are mentioned and certified in the CA’s narrative
commentary on the Bidder’s situation. The CA should also expand on the basis of method for calculating the turnover. For JV/Consortium, the CA of the Lead Partner must provide this information for all Partners.
Confirmation that the CA certified Audited Financial Statement including Balance Sheet of each Bidder (single entity or partners of
JV/Consortium) for last five (5) Financial Years is uploaded
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
66
FINQ-3 4.3.14. Working Capital
Single Entity Bidder or Lead Partner from the Joint Venture/Consortium on behalf of other Partners must fill out this form.
1. Combined Working Capital of Bidder in accordance with Section III (Qualification and Technical Evaluation
Criteria).
2. Working Capital of Lead Partner in a JV/Consortium in accordance with Section III (Qualification and
Technical Evaluation Criteria).
Single Entity
Bidder or Lead
Partner 1 of
JV/Consortium
Partner 2 of
JV/Consortium
(if applicable)
Partner 3 of
JV/Consortium
(if applicable)
Total for
Single Entity
Bidder or
JV/Consortium
Bidder
a b c = (a + b + c)
Current Assets (CA):
Revolving Line of Credit (RC):
Current Liabilities (CL):
Combined Working Capital =
(CA + RC – CL)
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Working Capital calculations is/are mentioned certified in the CA’s narrative commentary on the Bidder’s
situation. The CA should also expand on the basis of method for calculating the Working Capital. For JV/Consortium, the CA of the Lead Partner must provide this information for all Partners.
Confirmation that all Bidders have attached and has duly uploaded FINQ-3a (Letter of Assurance for Revolving Line of Credit from
a Scheduled Bank) with this Bidding Form
Confirmation that the CA certified Audited Financial Statement including Balance Sheet of each Bidder (single entity or partners of
JV/Consortium) for last five (5) Financial Years is uploaded
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
67
FINQ-3a 4.3.15. Letter of Assurance for Revolving Line of Credit
Please review and delete all italics insertions (on the official letterhead of the Scheduled Bank’s Official Letterhead)
Date: ___________________ (Insert Date)
Ref. No.: ________________
To:
Chief Executive Officer Sagar Smart City Limited Old RTO Building, Near Tilli Tiraha Sagar, Madhya Pradesh 470002, India
Subject: Letter of Assurance for Revolving Line of Credit Facility for INR ___________________ for M/S
______________________________________________________________________________________
Dear Sir,
WHEREAS M/S _______________________________________________________________[name and
address of Bidder] (hereinafter called the “Bidder”) intends to submit a bid for Works and Services Contract
for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, under the
Sagar Smart City Limited (hereinafter called the “Employer”) in response to the Invitation for Bids issued by
the Sagar Smart City Limited through NIT no. ________________; and
WHEREAS the Bidder has requested that an assured revolving line of credit be provided to it for executing the
Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar,
Madhya Pradesh under. In the event that the Contract is awarded to it; then
KNOW ALL THESE PEOPLE by these presents that We ______________________________ [name of Bank]
of _______________________ [name of Country] having our registered office at
______________________________________________ [address of registered office] are willing to provide
to (the Bidder) a sum of up to INR ____________________________________________________ [amount
of guarantee in figures and words] as an assured revolving line of credit for executing the Works under Works
and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya
Pradesh under should the Bidder be awarded the contract based on its tendered prices.
We understand that this assurance may be taken into consideration by the Employer during evaluation of the
Bidder’s financial capabilities, and further assure that we intend to maintain this revolving line of credit until the
Works and Services are completed and taken over by the Employer.
SEALED with the Common Seal of the said Bank on the ___th day of month _____, year ________.
_____________________________________
(Signature & Common Seal of Bank Manager)
Witness 1: ______________________________________________ [Signature, name and address]
Witness 2: ______________________________________________ [Signature, name and address]
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
68
FINQ-4a 4.3.16. Bid Capacity (Current Contract Commitments)
Single Entity Bidder or Lead Partner from the Joint Venture/Consortium on behalf of other Partners must fill out this form.
1. Bidders (or each Joint Venture partner) should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be issued.
2. Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline and
updated to the present price levels in accordance with Section III (Qualification and Technical Evaluation
Criteria)
3. Remaining contract period to be calculated from 28 days prior to bid submission deadline
Sl. No. Name of Work/Contract Work/Contract Completion
Date
Outstanding Contract
Value (INR)
Remaining Contract Period in (Years)
Yearly Financial
Resources Requirement
(INR)
X Y (X / Y)
Single Entity Bidder or Lead Member/Partner 1 of JV/Consortium
1.
2.
3.
A. Sub-total Annual Financial Requirements for Current Contract Commitments for Single Entity Bidder or Lead Member/Partner of JV/Consortium
= of above
Member/Partner 2 of JV/Consortium
1.
2.
3.
B. Sub-total Annual Financial Requirements for Current Contract Commitments for Member/Partner 2 of JV/Consortium
= of above
Member/Partner 3 of JV/Consortium
1.
2.
3.
C. Sub-total Annual Financial Requirements for Current Contract Commitments for Member/Partner 3 of JV/Consortium
= of above
D. Combined Annual Financial Requirements for Current Contract Commitments for Single Entity Bidder or JV/Consortium
= (A+B+C)
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Current Contract Commitments calculations is/are mentioned certified in the CA’s narrative commentary on
the Bidder’s situation. The CA should also expand on the basis of method for calculating the Current Contract Commitments. For JV/Consortium, the CA of the Lead Partner must provide this information for all Partners.
Confirmation that the CA certified Audited Financial Statement including Balance Sheet of each Bidder (single entity or partners of
JV/Consortium) for last five (5) Financial Years is uploaded
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
69
FINQ-4b 4.3.17. Bid Capacity (Self-Assessment)
Single Entity Bidder or Lead Partner from the Joint Venture/Consortium on behalf of other Partners must fill out this form.
1. Bid Capacity to be calculated in accordance with Section III (Qualification and Technical Evaluation Criteria)
Combined Average Annual
Construction Turnover Value of Selected Financial Year as per FINQ-2
(INR)
Combined Annual Financial Requirements for Current Contract Commitments as
per FINQ-4a (INR)
Years of completion prescribed for this
work (Fixed)
Bid Capacity Calculation
A B N = (2 x A x N) - B
1.50
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Bid Capacity Self-Assessment calculations is mentioned and certified in the CA’s narrative commentary on
the Bidder’s situation. The CA should also expand on the basis of method for calculating the Bid Capacity. For JV/Consortium, the CA of the Lead Partner must provide this information for all Partners.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
70
EXPQ-1 4.3.18. Experience of Similar Size and Nature of Contracts
Each Bidder must fill out this form separately for all eligible contracts/works. In case of a Joint Venture/Consortium, each Joint Venture/Consortium Partner must fill out this form separately and provide the Joint Venture/Consortium Partner’s name below:
Single Entity Bidder: M/S ____________________________________________________________
OR Joint Venture/Consortium Partner: M/S ________________________________________________
1. Evaluation of experience of similar size and nature of contracts in accordance with Section III (Qualification and
Technical Evaluation Criteria)
2. Bidders should only include those Eligible Projects/Contracts/Works in this form which shall be evaluated as in
accordance with Section III (Qualification and Technical Evaluation Criteria) i.e. maximum of 3 eligible
projects/contracts/works per each bidder. One (1) Form per Contract.
Eligible Contract/Work ____ of ____
Name of the Work/Contract:
Ref. No. of Work Order or Contract
No.:
Ref. No. of Completion
Certificate:
Start Date of Work/Contract: Completion Date of
Work/Contract:
Contracted Value of Work/Contract
(INR):
Final Value of Work/Contract
Executed (INR):
Employer Details: Name of the Employer:
Complete Address of the
Employer:
Telephone No.:
Fax No.:
Name, Designation, Email ID
and Mobile No. of Contact
Person of the Employer (not
less than designation of S.E.
Engaged in Capacity of (tick
appropriate):
Prime/Sole Contractor JV Member Consortium Partner
Sub-Contractor Management Contractor Specialist Sub-Contractor
Turnkey Contractor Concessionaire Labour Contractor Material/ Goods
Supply Contractor Services Contractor
Employer’s Broad Requirements as
per Section V
Brief Description of Similarity with this Project in terms of nature of works
and contract size
As per description of similar
projects/contracts/works in Section III:
(Qualification and Technical
Evaluation Criteria).
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that all Bidders (Single Entity or Associates of Single Entity or Partners of JV/Consortium) have submitted and
uploaded all eligible projects with their respective Work Orders/LOA/LOI and Completion Certificates from Employers.
Confirmation that Bidding Form EXPQ-1a: Experience in Contracts with Similar Key Activities are completed with required
information and appended and uploaded with this form.
Confirmation that the CA’s narrative commentary on the Bidder’s situation has a listing of all the eligible projects mentioned here
and their respective payments/receivables are clearly indicated with dates.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
71
EXPQ-1a 4.3.19. Experience in Contracts with Similar Key Activities
Each Bidder must fill out this form separately for all eligible contracts/works. In case of a Joint Venture/Consortium, each Joint Venture/Consortium Partner must fill out this form separately and provide the Joint Venture/Consortium Partner’s name below:
Single Entity Bidder: M/S ____________________________________________________________
OR Joint Venture/Consortium Partner: M/S ________________________________________________
1. This is a supporting Form to EXPQ-1 and shall be evaluated in accordance with Section III (Qualification and
Technical Evaluation Criteria)
2. One (1) Form per Contract Corresponding to EXPQ-1
Eligible Contract/Work ____ of ____
Name of the Work/Contract:
Ref. No. of Work Order or Contract
No.:
Ref. No. of Completion
Certificate:
Start Date of Work/Contract: Completion Date of
Work/Contract:
Contracted Value of Work/Contract
(INR):
Final Value of
Work/Contract
Executed (INR):
Bidders Confirmation that majority (any 5 out of 8) Key Activities have been executed for the corresponding
eligible projects/contracts/works mentioned in EXPQ-1. Please tick applicable key activities involved.
Experience in Bathymetric Survey of water bodies including Underwater Sub-Soil Survey and Investigation
Experience in Irrigation & Water Resources Works like Construction of Dam, Weir, Embankment, Sluice Gates, etc.
Experience in developing centralized and decentralized treatment facilities DEWATS/STP Works
Experience in Ecological Conservation Works including Environmental & Social Impact Assessment
Experience in Utility Services Rehabilitation and Ducting for New Works like Water Supply, Electricity, OFC, etc.
Experience in Installation, Operation and Management of Large-Scale Water Fountain Shows
Experience in Operation and Maintenance of Public Recreational/Institutional Infrastructure
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
72
TECH-1 4.3.20. Key Personnel(s) Information
This is a consolidated form. Only one (1) form per bid (single entity bidder or JV/consortium bidder) is allowed. JV/Consortium bidders can augment their key personnel(s) respectively from their own resources and tabulate them in this form.
1. Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms below for each candidate in accordance with Section V (Employer’s Requirements)
2. Bidder should only provide resumes and CVs of Key Personnel(s) from serial no. 1 to 15 as per Bidding Form
TECH-1a and in accordance with Section V (Employer’s Requirements)
Sl. No. Title of the Position as per
Employer’s Requirements
Proposed Name of the Personnel Relevant Years
of Work
Experience as
per Employer’s
Requirement
1. Project Manager 7
2. Civil Engineer 5
3. Structural Engineer 5
4. Electrical Engineer 5
5. Hydraulic & Plumbing Engineer 5
6. Architect 5
7. Environmental Expert 5
8. Social Expert 5
9. Quality Control/Assurance Engineer 5
10. Site Engineer 1 3
11. Site Engineer 2 3
12. Site Engineer 3 3
13. Site Engineer 4 3
14. Site Engineer 5 3
15. Site Engineer 6 3
16. Draughtsman 1 2
17. Draughtsman 2 2
18. Quantity Surveyor 1 2
19. Quantity Surveyor 2 2
20. Civil Foreman 1 2
21. Civil Foreman 2 2
22. Electrical Foreman 1 2
23. Electrical Foreman 2 2
24. Plumbing/Hydraulic Foreman 1 2
25. Plumbing/Hydraulic Foreman 2 2
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the Bidder has appended and uploaded resumes/CVs of all Key Personnel(s) (from serial no. 1 to 15) as per
Bidding Form TECH-1a
Confirmation that the Bidder has adequate administrative and support staff to operate site office from the project location. This
should be mentioned in the CA’s narrative commentary on the Bidder’s situation
Confirmation that the Bidder has the past experience or has capacity to employ/hire at least Seventy Five (75) Work Contract
Labourers including masons, fitters, helpers, beldars, guards, etc. This should be assured in the CA’s narrative commentary on the Bidder’s situation.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
73
TECH-1a 4.3.21. Resume of Key Personnel(s)
Bidders should provide the resumes/CVs of Key Personnel(s) corresponding to positions from serial no. 1 to 15
1. The Bidder shall provide all the information requested below. Use one form for each position
Position Title:
Personal
Information
Name: Date of Birth:
Professional
Qualifications:
Present Employment Name of
Employer:
Address of
Employer:
Telephone No.: Fax No.:
Email ID:
Job Title: Years with
present Employer:
Name of
Supervisor:
Mobile No. &
email ID of
Supervisor
Summarize past professional experience in reverse chronological order. Indicate technical and managerial experience relevant to the project.
From To Project Name Project
Position
Employer
Name
Relevant Technical &
Management
Experience
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that the mentioned positions (Sl.no. 1 to 15) in Bidding Form TECH-1 are either salaried or part time employee at
Bidder’s firm/company. This should be mentioned in the CA’s narrative commentary on the Bidder’s situation.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
74
TECH-2 4.3.22. Plant & Equipment Details
Single Entity Bidders or Partner/Member of a JV/Consortium Bidder shall provide information about their construction infrastructure, plant and equipment.
1. The Bidder shall provide adequate information and details to demonstrate clearly that it has the capability to
meet the equipment requirements indicated in Section V (Employer’s Requirements), using the Forms below. A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the
Bidder.
Item of Equipment:
Equipment Information Name of Manufacturer: Model & Power
Rating:
Capacity: Year of
Manufacture:
Status Current Location:
Details of Current
Commitments:
Source (indicate source
of the equipment):
Self -owned Leased Rented Specially Manufactured
If Leased or Rented or Specially Manufactured, please provide the following information for each plant & equipment.
Original Equipment
Owner
Name of the Owner:
Address of the Owner:
Telephone No.: Fax No.:
Email ID:
Contact Name and
Designation
Agreements Details of
rental/lease/manufacture
agreements specific to
the project:
Scanned and self-attested copies of Attachments/Proof/Certificate/Citation/Credential uploaded: (please tick if provided)
Confirmation that all the self-owned plant and equipment are at Bidder’s disposal. This should be mentioned in the CA’s narrative
commentary on the Bidder’s situation as an movable assets of the firm/company.
Confirmation that Agreements of all plant and equipment either rented, leased and specially manufactured for each plant and
equipment are provided and uploaded. If the Bidder intends to rent, lease and specially manufacture these plant and equipment, the Bidder has to provide and upload Agreements or Letter of Intent with the original equipment owner or manufacturer.
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
75
TECH-3 4.3.23. Technical Proposal
Single Entity or JV/Consortium Bidder to use the prescribed page size & format and narrative description as per the illustrations given in Section III: (Qualification & Technical Evaluation Criteria)
4.3.23.1. Site Organization & Setting up
4.3.23.2. Method Statement
4.3.23.3. Work Plan & Completion Time
4.3.23.4. Environmental Monitoring & Management
4.3.23.5. Social & Gender Action Plan
4.3.23.6. Management, Operation & Maintenance
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
76
FIN-1 4.3.24. Letter of Financial Bid
Please review and delete all italics insertions (To be submitted on Single Entity Bidder’s or Lead Bidder’s Official Letterhead)
To be Submitted as part of the Financial Bid Only
Date: DD/MM/YYYY NIT No.: XXXXXXXXXX
To:
Chief Executive Officer Sagar Smart City Limited Old RTO Building, Near Tilli Tiraha Sagar, Madhya Pradesh 470002, India
We M/S ___________________________________ (name of Single Entity Bidder) bid for the execution of
Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar,
Madhya Pradesh, India as a Single Entity and the under signed declare that:
OR
We M/S __________________ (name of Lead Partner/Member), M/S __________________ (name of Partner
2/Member 2) and M/S __________________ (name of Partner 3/Member 3) bid for the execution of Works
and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya
Pradesh, India as a Joint Venture/Consortium and the under signed declare that:
OR
We M/S __________________ (name of Single Entity Bidder) in association with M/S __________________
(name of Specialist Sub-contractor 1) and M/S __________________ (name of Specialist Sub-contractor 2)
bid for the execution of Works and Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront
Development, Sagar, Madhya Pradesh, India as a Single Entity with Association(s) and the under signed
declare that:
a) We hereby Bid for the execution of the above-mentioned works and services on a Percentage Rate Bid to
be accomplished within the specified time at the total price of INR _______________ (in numerical figures)
Rupees________________________________________________________________ Only (in words)
Excluding the applicable GST, which is ____________% below/above or at par based on the Bill of
Quantities and item wise rates given therein in all respects and in accordance with the specifications,
designs, drawings and instructions in writing in all respects in accordance with such conditions so far as
applicable;
b) We are aware, that this bid is an online bid and we have provided and uploaded our Financial Bid against
the Bill of Quantities in a prescribed format as per the procurement portal;
c) That we shall be eligible for the Financial Bid only if we meet or attain the minimum qualification marks as
prescribed in Section III: (Qualification & Technical Evaluation Criteria) of this Bid/Tender Document;
d) That we have visited the site of work and am/are fully aware of all the difficulties and conditions likely to
affect carrying out the work; and
e) That we have fully acquainted myself/ourselves about the conditions regarding accessibility of site and
quarries/kilns, nature, and the extent of ground, working conditions including stacking of materials,
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
77
installation of tools and plant conditions effecting accommodation and movement of labour etc. required
for the satisfactory execution of contract.
Should this bid be accepted, we hereby agree to abide by and fulfill all the terms and provisions of the said
conditions of contract annexed hereto as far as applicable, or in default thereof to forfeit and pay to the
Executive Director, Sagar Smart City Limited, Sagar, Madhya Pradesh, or his/her successors in office the
sums of money mentioned in the said conditions.
_______________________________________________ Signed & Sealed by: _______________________________________________ (Name of Authorized Representative) In capacity of: ____________________________________ (Designation of Authorized Representative) Duly authorized to sign the Bid for and on behalf of: M/S ________________________________________________________________________ (Name of Firm/Company of Single Entity or Lead Member of JV/Consortium/Association) ____________________________________________________________________________ (Full Address of Firm/Company of Single Entity or Lead Member of JV/Consortium/Association) Landline Telephone No.: _____________________ Fax No.: ___________________________ AR’s Mobile No.: _____________________ Official e-mail ID: __________________________
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
78
FIN-2 4.3.25. SUMMARY OF BILL OF QUANTITRIES
Sl. No.
Package Name Cost (INR Lakhs)
Excluding the applicable
GST
1 Survey & Investigation
2 Dewatering & Desilting
3 Dismantling, Demolition & Site Clearance
4 Excavation & Earthwork
5 Embankment Protection Work
6 Sub Base Work
7 Road Work
8 Cement Concrete & Reinforced Cement Concrete Work
9 Drainage, Plumbing, DEWATS & Channelization Work
10 Electrical Work
11 Steel Work
12 Stone & Bick Masonry Work
13 Paving & Flooring Work
14 Horticulture Work
15 Water Resources Management Work
16 Wetland Bio-Restoration and Bio-manipulation of the Lower Lake
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
79
17 Other Speciaized Work
18 Syncronized Musical Water Ballet/Fountain Show
19 MO&M cost including utility bills of CAPEX for Year 1
20 MO&M cost including utility bills of CAPEX for Year 2
21 MO&M cost including utility bills of CAPEX for Year 3
22 MO&M cost including utility bills of CAPEX for Year 4
23 MO&M cost including utility bills of CAPEX for Year 5
TOTAL PROJECT COST in Lakhs
Note:
1. Bidder to consider his cost in the Quoted prices for all the Preliminaries Including all the cost
for the Approvals, licenses, statutory clearances Transportation, Inspections etc. which are not
explicitly mentioned but to complete the Construction of the project
2. Bidder shall Quote for all the works being executed Exclusive of applicable GST.
3. Bidder to Digitally sign and stamp all the Pages and upload in e-portal
4. Bidder shall sign and stamp all the Pages of RFP documents , serially Numbered and submit the
Hard copies to SSCL as mentioned in the RFP
5. Tenderer to sign and stamp all the Pages of the Bill Of Quantities .
4.3.26. Bill of Quantities-Indicative
Sl.no. Item Unit Quantity Rate (INR) Amount (INR) Reference
1.1 Excavation for trial pit or trial trench or other investigation work including dressing etc. complete. In all kind of soil Soft/loose/hard /dense soils, moorum & moorum mixed with boulders and mud.
Cu.m 101.25 ₹46.00 ₹4,657.50 UCSR 2017 Item No. 1.02.1
1.2 Excavation for trial pit or trial trench or other investigation work including dressing etc. complete. In Soft/ disintegrated/ weathered rock.
Cu.m 60.75 ₹97.00 ₹5,892.75 UCSR 2017 Item No. 1.02.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
80
1.3 Excavation for trial pit or trial trench or other investigation work including dressing etc. complete. In hard rock.
Cu.m 40.50 ₹302.00 ₹12,231.00 UCSR 2017 Item No. 1.02.3
1.4 Extra rate for wet excavation for trial pit or trial trench or other investigation work including dressing etc. complete. Below sub- soil water level. In all kind of soil Soft/loose/hard /dense soils, moorum & moorum mixed with boulders and mud.
Cu.m 101.25 ₹4.00 ₹405.00 UCSR 2017 Item No. 1.04.1
1.5 Extra rate for wet excavation for trial pit or trial trench or other investigation work including dressing etc. complete. Below sub- soil water level. In Soft/ disintegrated/ weathered rock.
Cu.m 60.75 ₹8.00 ₹486.00 UCSR 2017 Item No. 1.04.2
1.6 Extra rate for wet excavation for trial pit or trial trench or other investigation work including dressing etc. complete. Below sub- soil water level. In hard rock.
Cu.m 40.50 ₹24.00 ₹972.00 UCSR 2017 Item No. 1.04.3
1.7 Boring holes with auger in all types of soil up to 5 m depth below ground level including collecting samples etc. complete. For 300 mm dia
Mts 100.00 ₹614.00 ₹61,400.00 UCSR 2017 Item No. 1.05.3
1.8 Levelling for head works. Below 15 m interval for command survey and canal survey, including survey for C.D. work
Km 10.00 ₹1,178.00 ₹11,780.00 UCSR 2017 Item No. 1.10.1
1.9 Providing and fixing benchmark as per type design 6 of Water Resources Department including embedding of 45 cm depth with 15 cm concrete all around and in bottom, with cost of cement, metal and sand (for 0. 11 cum M-10 nominal mix concrete with 20 mm graded metal) including labour for excavation in all type of soil, handling and fixing of benchmark, including mixing, laying & curing of concrete with cost of water for mixing and curing of concrete including all lead and lifts etc. complete. With chisel dressed cut stone of size 15x15x75cm
Each 150.00 ₹674.00 ₹1,01,100.00 UCSR 2017 Item No. 1.14.1
1.10 Labour only for survey for all types of building/ houses/wells including taking
Per Day 60.00 ₹921.00 ₹55,260.00 UCSR 2017 Item No.
1.16
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
81
detailed measurements thereof, measuring components like fencing etc., and entering in register, sketching, if required, noting specifications for foundation plinth, superstructure, roofing, flooring, doors and windows etc directly at site.
1.11 Drilling approximately 75 mm dia. holes by calyx or any other rotary process (except diamond drilling) through over burden providing black steel or suitable casing pipe, using casing shoe bit, vertical or inclined up to 10 degrees to vertical as directed including cost of all materials, machinery, labour, water charges, reaming, collection of wash samples at suitable intervals, logging and labelling, supplying wooden core box, fixing casing pipes etc. complete. For depth up to 30m from surface 0 to 100 vertically downwards
Mts 80.00 ₹4,960.00 ₹3,96,800.00 UCSR 2017 Item No. 1.18.1.1
1.12 Topographic and cadastral survey for command area including canal alignment works of irrigation projects by using Total station GPS, etc. with minimum 20 number of point reading per ha, to generate 30mx30m grid and 0.5 m interval contours including transfer of entire data to computer system in different geo-referenced layers / themes using features of standard software, compatible with design software packages, including supply of soft and hard copies of point readings, including digitizing village maps and super imposing the contours on village map (scale 1in 4000) including marking all permanent features like roads, cart tracks, existing canals, temples, tanks, forest boundary and electric poles, etc., including marking of ridges and valleys on survey sheet including supply of 4 soft copies and 4 hard copies after approval of competent authority, preparation & submission of 10m x10m
Ha 208.00 ₹181.00 ₹37,648.00 UCSR 2017 Item No. 1.19.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
82
grid for all structures of canal etc. complete.
1.13 Data interpretation of Satellite Remote Sensing Data / imaginaries procured from Indian Remote Sensing Satellite IRS-LISS III, Resource sesat-II Cartosat-I from National Remote Sensing Centre/ ISRO for creating layers for mapping of different uses, for one toposheet (1:50,000) and one layer excluding cost of imaginaries etc. complete.
Each 5.00 ₹3,475.00 ₹17,375.00 UCSR 2017 Item No. 1.19.2
1.14 Geophysical &Hydrological investigation by geotechnical expert of, on and around dam upto 20 m below ground level to ascertain the cause and path of percolation(streaming potential) by non-destructive methods like, Electrical imaging or Vertical electrical sounding or seismic refraction or Refraction micro tremor (ReMi) Streaming potential etc. by any one, or any combination methods including processing of data by computer software including submission of detail report showing methodology in brief, procedure analysis & conclusion. The rates are inclusive of lead of all man, material & machines up to the site and back.
Mts 80.00 ₹756.00 ₹60,480.00 UCSR 2017 Item No. 1.29.1
1.1 Environment impact assessment management plan including required data collection, necessary studies for environmental impact assessment, preparation of resettlement and rehabilitation plan, dam break analysis etc., submission of draft environmental impact assessment/environment management plan with executive summary in Hindi and English to State Pollution Control Board in required copies for conducting public hearing, preparation of final environmental impact assessment/environment management plan including public hearing report as per proposed TOR and submission to expert appraisal committee /state expert appraisal committee
Ha 200.00 ₹60.00 ₹12,000.00 UCSR 2017 Item No. 1.42.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
83
and obtaining environment clearance from competent authority including preparation and submission of six monthly monitoring report to regional office, ministry of forest and climate other compliances in with condition environment clearance. change and accordance stipulated in environment clearance. For Major Project
1.2 Socio economic survey for preparation of social impact assessment study of proposed irrigation project
Per Family 300.00 ₹315.00 ₹94,500.00 UCSR 2017 Item No. 1.42.2
2.1 Dewatering and pumping the working area including all connecting operation required for decantation contaminated water from lake area to outlet point
Kilo Litre 18,20,000.00 ₹45.90 ₹8,35,38,000.00 ISSR 2012 (Vol I) Item
No. 15.7
2.2 Design, manufacture, supply, erection, trial running, performance testing and commissioning of vertical turbine pump of approved make conforming to IS: 1710 having specified pump output under specified operating head coupled to HT motor of adequate HP rating operating at 6.6 KV with flexible coupling, self-water lubricated thrust bearings, discharge Tee with flanged end for connecting delivery pipe with all other standard accessories and safety devices etc., complete as per specifications, terms and conditions of contract. Minimum Discharge 840 cum/hr and head 31 To 35 M. V T pump with more than 3000 hp up to 3500 hp motor
per Set/hp 700.00 ₹10,707.00 ₹74,94,900.00 UCSR 2017 Item No.
6.10
2.3 Panel board with fittings common to all pumps
per Set 2.00 ₹9,17,400.00 ₹18,34,800.00 UCSR 2017 Item No. 6.10.1
2.4 Additional VCB including sheet metal enclosure, extension bus bars, metering and relays complete for each additional pump mounted on common panel board. Note: Rate for complete set of pump panel board= Rate for common VCB and fittings + ( Rate for additional VCB per pump x Number of additional pumps
per Set/ Pump 2.00 ₹3,24,148.00 ₹6,48,296.00 UCSR 2017 Item No. 6.10.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
84
2.5 Design, fabrication, supply, assembling, testing and commissioning of Remote control panel made of sheet metal in desk type configuration duly painted with recess for cable entries at the bottom consoles, windows, accessories assembled and ready to receive control wires and other connections etc. complete as per specifications and approved drawings. equipped with operating indicators, enumeration hooters and all other. Note: Rate per complete set of Remote control panel =Rate for Remote control panel for each pump x Number of pumps
per Pump 2.00 ₹27,522.00 ₹55,044.00 UCSR 2017 Item No.
6.11
2.6 Providing and laying of 150 mm dia. PVC corrugated perforated pipes in longitudinal & transverse drains including joints etc. complete as per specifications.
Mts 3,200.00 ₹244.00 ₹7,80,800.00 UCSR 2017 Item No.
4.16
2.7 Pre-Excavation Bathymetry survey by using Digital Echo Sounder and by manual method (extension of prism rod height up to 10m by adding pipe with prism pole) as per site condition by taking levels at 5m intervals including submission of survey and working drawings showing area for excavation and silt to excavated
Ha 118.00 ₹21,500.00 ₹25,37,000.00 Desilting of Ranital Lake,
Jabalpur BOQ, UADD Government of Madhya Pradesh
2.8 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. For All Kinds of Soil
Cu.m 9,29,096.00 ₹114.30 ₹10,61,95,672.80 ISSR 2012 (Vol II) Item
No. 2.6
2.9 In or under water and/or liquid mud, including pumping out water as required.(All water that may accumulate in excavations during the progress of the work from seepage, (not due to the negligence of the contractor), shall be bailed,
Cu.m 2,32,274.00 ₹22.86 ₹53,09,783.64 ISSR 2012 (Vol II) Item No. 2.24.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
85
pumped out or otherwise removed. The contractor shall take adequate measures for bailing and/or pumping out water from excavations and/or pumping out water from excavations and construct diversion channels, bunds, sumps, etc) (20% of the rate of the item . The extra percentage in rate is applicable in respect of each item but limited, to quantities of ,work executed in difficult condition.)
2.10 Loading and unloading of stone boulder / stone aggregates / sand / kanker / moorum. (Placing tipper at loading point, loading with front end loader, dumping, turning for return trip, excluding time for haulage and return trip) Transportation rate of different other material in comparison with 20 mm metal. Excavated earth @ 25% above Beyond 10 Kms. and upto 20 Kms. (Add for every 1 Km).
Cu.m 9,29,096.00 ₹133.93 ₹12,44,33,827.28 ISSR 2012 (Vol II) Item No. 1.2 vii
3.1 Demolishing stone rubble masonry manually/by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50meters lead as per direction of Engineer-in-charge: In cement mortar
Cu.m. 87.98 ₹431.10 ₹37,926.64 ISSR 2012 (Vol II) Item No. 15.9.2
3.2 Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead 1000 meter. Stone Masonry Rubble stone masonry in cement mortar.
Cu.m. 12,087.99 ₹135.00 ₹16,31,878.53 ISSR 2012 (Vol III) Item No. 2.3(iii) b
3.3 Extra for cutting reinforcement bars manually/by mechanical means in R.C.C. or R.B. work (Payment shall be made on the cross sectional area of R.C.C. or R.B. work) as per
Sq.m. 0.52 ₹200.25 ₹104.13 ISSR 2012 (Vol II) Item
No. 15.5
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
86
direction of Engineer - in-charge.
3.4 Demolishing cement concrete manually/by mechanical means including disposal of material within 50 meters lead as per direction of Engineer-in-charge. 1:4:8 or leaner mix
Cu.m. 983.50 ₹263.70 ₹2,59,348.95 ISSR 2012 (Vol II) Item No. 15.2.2
3.5 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in charge
Cu.m. 528.67 ₹624.60 ₹3,30,207.28 ISSR 2012 (Vol II) Item
No. 15.3
3.6 Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts etc. complete and stacking within 50 meters lead. Of area beyond 3 sq. meters
Unit 1.00 ₹86.40 ₹86.40 ISSR 2012 (Vol II) Item No. 15.12.2
3.7 Dismantling steel work in built up sections in angles, tees, flats and channels including all gusset plates, bolts, nuts, cutting rivets, welding etc. including dismembering and stacking within 50meters lead.
Kg. 1,633.59 ₹0.90 ₹1,470.23 ISSR 2012 (Vol II) Item No. 15.18
3.8 Dismantling roofing including ridges, hips valleys and gutters etc., and stacking the material within 50 meters lead of: Asbestos sheet
Sq.m. 135.51 ₹13.50 ₹1,829.39 ISSR 2012 (Vol II) Item No. 15.28.2
3.9 Dismantling G.I. pipes (external work) including excavation and refilling trenches after taking out the pipes, manually/ by mechanical means including stacking of pipes within 50 meters lead as per direction of Engineer-in-charge : Above 40 mm nominal bore
Metre 2,555.47 ₹31.50 ₹80,497.31 ISSR 2012 (Vol II) Item No. 15.44.2
3.10 Demolishing brick work manually/by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in-Charge; In cement mortar
Cu.m. 604.18 ₹360.90 ₹2,18,048.56 ISSR 2012 (Vol II) Item No. 15.7.4
3.11 Dismantling stone slab flooring laid in cement mortar including stacking of serviceable material and disposal of unserviceable
Sq.m. 2,701.47 ₹46.80 ₹1,26,428.80 ISSR 2012 (Vol II) Item No. 15.25
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
87
material within 50 meters lead.
3.12 Dismantling dressed stone work ashlar face stone work, marble work or precast concrete work manually/ by mechanical means including stacking of serviceable and disposal of unserviceable material within 50 meters lead as per direction of Engineer-in-charge: In lime mortar
Cu.m. 283.76 ₹257.40 ₹73,039.82 ISSR 2012 (Vol II) Item No. 15.10.1
3.13 Dismantling precast concrete or stone slabs in walls, partition walls etc. including stacking within 50 meters lead: Thickness up to 40 mm
Sq.m. 30.19 ₹51.30 ₹1,548.75 ISSR 2012 (Vol II) Item No. 15.40.1
3.14 Dismantling tile work in floors and roofs laid in cement mortar including stacking material within 50 meters lead. For thickness of tiles above 25 mm and up to 40 mm
Sq.m. 101.21 ₹18.90 ₹1,912.87 ISSR 2012 (Vol II) Item No. 15.23.2
3.15 Dismantling and stacking within 50meters lead, fencing posts or struts including all earth work and dismantling of concrete etc.in base of: T‟ or „L‟ iron or pipe
Unit 12.00 ₹48.60 ₹583.20 ISSR 2012 (Vol II) Item No. 15.34.1
3.16 Dismantling of flexible pavement (bituminous courses) by mechanical means and disposal of dismantled material up to a lead of 1000 meters, as per direction of Engineer-in-charge.
Cu.m. 35.86 ₹98.10 ₹3,517.87 ISSR 2012 (Vol II) Item No. 15.59
3.17 Dismantling steel cylinder R.C. pipes including excavation and refilling trenches after taking out the pipes, manually/ by mechanical means breaking lead caulked joints, melting of lead and making into blocks including stacking of pipes, lead at site within 50 meters lead as per direction of Engineer-in-charge: Up to 600 mm diameter
Metre 13.16 ₹136.80 ₹1,800.29 ISSR 2012 (Vol II) Item No. 15.46.1
3.18 Taking out C.I. cover with frame from R.C.C. top slab of manholes of various sizes including demolishing of R.C.C. work manually/ by mechanical means and stacking of useful materials near the site and disposal of unserviceable materials into municipal dumps within 50
Each 20.00 ₹126.00 ₹2,520.00 ISSR 2012 (Vol II) Item No. 15.48
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
88
meters lead as per direction of Engineer-in-charge.
3.19 Dismantling old plaster or skirting upto 15 mm thickness, raking out joints and cleaning the surface for plaster upto two floor level including disposal of rubbish within 50 meters lead and including scaffolding etc.
Sq.m. 100.00 ₹11.70 ₹1,170.00 ISSR 2012 (Vol II) Item No. 15.56
3.20 Cutting of trees, including cutting of trunks, branches and removal of stumps, roots, stacking of serviceable material with all lifts and up to a lead of 1000 mtrs and earth filling in the depression/pit and as per relevant clauses of section-200 for Girth from 300 mm to 600 mm
Each 132.00 ₹122.40 ₹16,156.80 ISSR 2012 (Vol III) Item
No. 2.1(i)
3.21 Dismantling of barbed wire fencing/ wire mesh fencing including posts, foundation concrete, back filling of pit by manual means including disposal of dismantled material with all lifts and up to a lead of 1000 meter, stacking serviceable material and unserviceable material separately.
Metre 1,118.03 ₹24.30 ₹27,168.13 ISSR 2012 (Vol III) Item
No. 2.9
3.22 Dismantling of existing structures like culverts, bridges, retaining walls and other structure comprising of masonry, cement concrete, wood work, steel work, including T&P and scaffolding wherever necessary, sorting the dismantled material, disposal of unserviceable material and stacking the serviceable material with all lifts and lead 1000 meter. Stone Masonry Stone pitching/ dry stone spalls.
Cu.m. 256.13 ₹82.80 ₹21,207.56 ISSR 2012 (Vol III) Item No. 2.3(iii) e
3.23 Removing all type of hume pipes and stacking within a lead upto 1000 meter including earthwork and dismantling of masonry works around pipes. Up to 600 mm dia
Metre 371.19 ₹98.10 ₹36,413.74 ISSR 2012 (Vol III) Item No. 2.3(iv) a
3.24 Removal of cement concrete pipe of sewer gutter upto 1500 mm dia under the supervision of concerned department including disposal with all lifts and up to a lead of 1000 meter and stacking of serviceable and unserviceable material
Metre 2,534.57 ₹98.10 ₹2,48,641.32 ISSR 2012 (Vol III) Item
No. 2.11
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
89
separately but excluding earth excavation and dismantling of masonry works.
3.25 Removal of telephone / Electric poles including excavation and dismantling of foundation concrete and lines under the supervision of concerned department, disposal with all lifts and up to a lead of 1000 meter and stacking the serviceable and unserviceable material separately.
Each 330.00 ₹81.00 ₹26,730.00 ISSR 2012 (Vol III) Item
No. 2.12
3.26 Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned up to a lead of 1000 meter including removal and disposal of top organic soil not exceeding 150 mm in thickness if required and as per relevant clauses of section-200. In area of light jungle
Hectare 5.35 ₹28,359.00 ₹1,51,720.65 ISSR 2012 (Vol III) Item
No. 2.2a
3.27 Stripping the seat of embankment of all foreign materials, vegetation and other growth like grass roots etc. and removing the rubbish up to a suitable distance including dressing but excluding jungle clearance etc. complete.
Cu.m. 539.45 ₹37.80 ₹20,391.21 ISSR 2012 (Vol II) Item
No. 3.48
3.28 Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and saplings of girth upto 30 cm measured at a height of1 m above ground level and removal of rubbish upto a distance of 50 meter outside the periphery of the area cleared.
100 Sq.m. 11.61 ₹306.90 ₹3,563.11 ISSR 2012 (Vol II) Item
No. 2.31
3.29 Surface dressing of the ground including removing vegetation and in-equalities not exceeding 15 cm deep and disposal of rubbish, lead upto 50 m and lift upto 1.5 m. All kinds of soil.
100 Sq.m. 85.05 ₹596.70 ₹50,749.34 ISSR 2012 (Vol II) Item No. 2.28.1
4.1 Excavation in all kind of soft/loose/hard/dense soils, moorum & moorum mixed
Cu.m. 8,205.02 ₹38.00 ₹3,11,790.62 UCSR 2017 Item No.
2.01
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
90
with boulders and mud including dressing, placing the excavated soil neatly in specified dump area or disposing off the same as directed, including cost of site clearance, all materials, machinery, labour and dressing etc. Complete.
4.2 Excavation for roadway in marshy soil with hydraulic excavator including cutting and loading in tippers and disposal with in all lifts and lead upto 1000 meters, trimming of bottom and side slopes in accordance with requirements of lines, grades and cross sections and as per relevant clauses of section-300.
Cu.m. 41,768.95 ₹36.00 ₹15,03,682.30 ISSR 2012 (Vol III) Item
No. 3.6
4.3 Excavation in dumped stones or malba including stacking of serviceable and unserviceable material separately and disposal of unserviceable material lead up to 50m and lift up to 1.5m disposed material to be neatly dressed.
Cu.m. 4,827.76 ₹127.80 ₹6,16,987.93 ISSR 2012 (Vol II) Item No. 19.21
4.4 Excavation in hard rock of all toughness (blasting prohibited), placing the excavated rock neatly in specified dump area or disposing off the same as directed, including wet excavation, cost of site clearance, all materials, machinery, labour etc. Complete.
Cu.m. 602.70 ₹552.00 ₹3,32,690.40 UCSR 2017 Item No.
2.05
4.5 Earthwork for embankment (hearting/ casing) using selected soil from approved borrow areas in layers of 250 to 300 mm (before compaction) including cost of all materials, machinery, labour and dressing, all other operations such as collection of soil, spreading soil in layer of specified thickness, sorting out, breaking clods, levelling, sectioning edges / sides, watering, compacting to achieve maximum dry density using sheep foot roller/vibratory compactors etc. Complete.
Cu.m. 34,738.74 ₹68.00 ₹23,62,234.19 UCSR 2017 Item No. 2.70.1
4.6 Construction of Embankment/Sub grade/ earth shoulders, as per clause 305 & its sub-clauses,
Cu.m. 9,519.43 ₹244.80 ₹23,30,357.00 ISSR 2012 (Vol III) Item
No. 3.11
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
91
Where required but with approved materials/soil like moorum CBR value not less then 7% i/c all lead & lifts i/c excavation, cost of watering, compaction and maintenance of surface during construction to ensure shedding & preventing ponding of water (clause 305.3.6) shaping & dressing (clause 305.3.7), finishing etc. complete but excluding scarifying existing granular/bituminous road surface vide clause 305.6.
4.7 Providing and laying of bentonite mixed good clay including mixing watering and kneading by tamping, ramming and laying etc. complete.
Cu.m. 2,310.21 ₹1,107.00 ₹25,57,405.30 Refer R.A. Item No. 7
4.8 Compaction of earthwork at optimum moisture content to achieve maximum dry density by mechanical sheep foot roller/vibratory compactors etc. (excluding watering)
Cu.m. 37,918.84 ₹9.00 ₹3,41,269.56 UCSR 2017 Item No. 2.09.2
4.9 Watering earthwork for compaction at optimum moisture content.
Cu.m. 37,918.84 ₹8.00 ₹3,03,350.72 UCSR 2017 Item No.
2.10
4.10 Stripping the seat of embankment of all foreign materials, vegetation and other growth like grass roots etc. and removing the rubbish up to a suitable distance including dressing but excluding jungle clearance etc. complete.
Cu.m. 10,000.89 ₹42.00 ₹4,20,037.58 UCSR 2017 Item No.
3.48
4.11 Preparing surface for turfing, including laying 15 cm of good soil on top in 7.5 cm layers, surface watering and light ramming etc. Completes.
Sq.m 9,880.07 ₹31.00 ₹3,06,282.19 UCSR 2017 Item No.
3.50
4.12 Construction of Subgrade and Earthen Shoulders. KSRRB M300-55. Construction of sub-grade and earthen shoulders with approved material Gravel/Moorum with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of Table No. 300-2 complete as per specifications (including cost of earth, watering charges & compaction by vibratory roller compaction by vibratory roller
Cu.m. 2,752.85 ₹331.00 ₹9,11,191.73 KPWD SOR 2017 Item No. 19.62
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
92
to 97% of proctors density) MORTH Specification No. 305
5.1 Construction of rock toe in earthen embankments Including laying and hand packing, dressing, wedging and finishing over surface etc. complete Quarried stone Black trap, basalt or granite
Cu.m. 676.92 ₹796.00 ₹5,38,826.16 UCSR 2017 Item No. 3.37.2.2
5.2 30 cm thick dry stone pitching without quarry spall with individual stone of 30 cm depth and minimum size 0.021 cum complete.
Cu.m. 5,056.45 ₹939.00 ₹47,48,007.55 UCSR 2017 Item No.
3.40
5.3 22 cm thick dry stone pitching without quarry spall with individual stone of 22 cm depth and minimum size 0.014 cum complete.
Cu.m. 281.97 ₹858.00 ₹2,41,931.98 UCSR 2017 Item No.
3.39
5.4 Laying and spreading available soil in the subgrade on a prepared surface, pulverising, mixing the spread soil in place with rotavator with 3 % slaked lime having minimum content of 70% of CaO, grading with motor grader and compacting with the road roller at OMC to the desired density to form a layer of improved sub grade complete and as per relevant clauses of section-400. (Lime stabilisation for improving sub-grade) By Mechanical Means
Cu.m. 3,066.25 ₹332.10 ₹10,18,302.93 ISSR 2012 (Vol III) Item No. 4.2(a)
5.5 Providing and laying Geocells ultrasonically welded 1.30mm thick, HDPE strips, expandable to form GEOCELLS of honeycomb structure, anchoring to metal pegs at each and cell to be laid on prepared surface. 100mm height
Sq.m. 15,241.09 ₹370.00 ₹56,39,202.08 KWSS SOR 2016 Item
No. 38.42.1
6.1 Providing and laying of brickbats coba
Cu.m. 3,860.02 ₹859.50 ₹33,17,690.21 ISSR 2012 (Vol II) Item
No. 22.8
6.2 Supplying and filling in plinth under floors including, watering, ramming consolidating and dressing complete. Local Sand
Cu.m. 1,816.71 ₹1,080.90 ₹19,63,679.96 ISSR 2012 (Vol II) Item No. 2.27.2
6.3 Providing filter blanket horizontally, Including laying, spreading, packing etc. Complete in layers of required thickness but excluding excavation of foundation. Aggregate 10 mm nominal size
Cu.m. 530.80 ₹1,267.00 ₹6,72,529.48 UCSR 2017 Item No. 3.35.5
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
93
6.4 Providing filter blanket horizontally, Including laying, spreading, packing etc. Complete in layers of required thickness but excluding excavation of foundation. Sand passing through 4.75mm screen
Cu.m. 1,628.53 ₹941.00 ₹15,32,448.68 UCSR 2017 Item No. 3.35.10
6.5 Providing cement mortar of mix 1:2(1 cement :2 sand) including cost of all materials, labour charges, HOM of machinery complete as per specifications. Specification No. KBS 0.5-1.2
Cu.m. 2.07 ₹8,232.00 ₹17,024.87 KPWD SOR 2017 Item
No. 1.2
7.1 Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller 8-10 tonnes in stages to proper grade and camber, applying and brooming requisite type of screening/ binding materials to fill up the interstices of coarse aggregate, watering and compacting to the required density and as per relevant clauses of section-400. Grading- I Using Screening Type-A (13.2mm Agg.)
Cu.m. 215.21 ₹931.50 ₹2,00,463.46 ISSR 2012 (Vol III) Item No. 4.3 (i) b
7.2 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density and as per relevant clauses of section-400.
Cu.m. 907.27 ₹855.90 ₹7,76,528.82 ISSR 2012 (Vol III) Item
No. 45
7.3 Painting lines, dashes, arrows etc on roads in two coats on new work with ready mixed road marking paint conforming to IS:164 on bituminous surface, including cleaning the surface of all dirt, dust and other foreign matter, demarcation at site and traffic control as per relevant clauses of section-
Sq.m 73.97 ₹63.00 ₹4,660.29 ISSR 2012 (Vol III) Item
No.8.8 i
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
94
800 & I.R.C.-67 including cost of paint etc. complete.
8.1 Providing and laying in-situ pumped concrete Design Mix, using graded aggregates clean, hard for piers and abutments deploying batching plant, transit mixer and concrete pump including cost of all materials, machinery, labour, formwork, scaffolding, cleaning, batching, mixing, placing in position levelling, vibrating, finishing, curing etc. M-25 Concrete
Cu.m. 294.23 ₹5,017.00 ₹14,76,158.58 UCSR 2017 Item No. 5.23.2
8.2 Providing and laying M-10 grade Plain Cement Concrete design mix using 40 mm graded aggregate, clean, hard for foundation filling including cost of all materials, machinery, labour, formwork, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, packing joints of shuttering etc. Complete.
Cu.m. 2,700.01 ₹2,615.00 ₹70,60,524.98 UCSR 2017 Item No.
5.02
8.3 Providing and laying M-20 grade Mass Concrete design mix using graded aggregate, clean, hard including cost of all materials, machinery, formwork, centring, scaffolding, batching, mixing, placing in position, vibrating, finishing, curing, packing joints of shuttering etc. Complete. Using aggregate of maximum size.
Cu.m. 950.35 ₹3,305.00 ₹31,40,922.40 UCSR 2017 Item No. 3.16.3
8.4 Providing and laying M-20 grade Reinforced Cement Concrete Design Mix using graded aggregate clean, hard for foundation filling and sub structure including cost of all materials (excluding cost of providing and placing reinforcement steel/bars ),machinery, labour, formwork, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing ,packing joints of shuttering etc. complete. Using graded aggregates of maximum size:- 20 mm
Cu.m. 81.84 ₹4,473.00 ₹3,66,086.74 UCSR 2017 Item No. 5.05.2
8.5 Providing and laying M-25 grade Mass Concrete design mix using graded aggregate, clean, hard including cost of all materials, machinery, formwork,
Cu.m. 3,058.73 ₹3,627.00 ₹1,10,94,018.66 UCSR 2017 Item No. 3.57.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
95
centring, scaffolding, labour, cleaning, levelling, batching, mixing, placing in position, vibrating, finishing, curing, packing joints of shuttering etc. Complete. Using aggregate of maximum size. 40mm
8.6 Providing and laying M-25 grade Reinforced Cement Concrete design mix using graded aggregate, clean, hard including cost of all materials(excluding cost of providing and placing reinforcement steel/bars ), machinery, labour, formwork, centring, scaffolding, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, packing joints of shuttering etc. Complete. Using aggregate of maximum size:- 20mm
Cu.m. 1,669.77 ₹4,893.00 ₹81,70,169.44 UCSR 2017 Item No. 3.58.2
8.7 Providing and laying M 50 grade design mix concrete with Silica fumes or any other suitable additive using 20 mm graded aggregates clean, hard for RCC works of spillway crest, spillway d/s face, energy dissipating structures, and training walls. piers, abutments and such other locations including cost of all materials, machinery, labour, formwork, centring, scaffolding, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, T&P, cost of other incidental charges and testing as per relevant specifications etc. complete.
Cu.m. 14.39 ₹6,112.00 ₹87,947.82 UCSR 2017 Item No.
11.15
8.8 Providing and laying M 70 grade design mix concrete with Silica fumes or any other suitable additive using 20 mm graded aggregate clean , hard for RCC works of spillway crest, spillway d/s face, energy dissipating structures, training walls. piers, abutments and such other locations including cost of all materials, machinery, labour, formwork, cantering, scaffolding, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, T&P, cost of other incidental charges and
Cu.m. 2,072.78 ₹6,596.00 ₹1,36,72,074.24 UCSR 2017 Item No.
11.16
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
96
testing as per relevant specifications etc. complete.
8.9 Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding including cost of binding wire upto floor two level including all wastage etc. complete. Mild steel and Medium Tensile steel bars.
Kg 7,53,805.13 ₹54.00 ₹4,07,05,476.79 ISSR 2012 (Vol II) Item No. 5.20.1
8.10 Reinforced cement concrete work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments, posts and struts etc. up to floor two level excluding cost of centring, shuttering, finishing and reinforcement Cement concrete grade M-20 (Nominal Mix) with 20 mm maximum size of stone aggregate.
Cu.m 403.15 ₹4,545.00 ₹18,32,338.71 ISSR 2012 (Vol II) Item
No. 5.2.1
8.11 Providing and fixing up to floor Two level precast cement concrete solid block including hoisting and setting in position with cement mortar 1:3 (1 cement : 3 coarse sand), cost of required centring, shuttering and finishing smooth with 6mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete : Cement concrete grade M-15 (Nominal Mix) with 20 mm maximum size of stone aggregate
Cu.m 72.78 ₹6,461.10 ₹4,70,233.77 ISSR 2012 (Vol II) Item
No. 4.6.1
8.12 Providing and laying at or near ground level factory made kerb stone of M- 25 grade cement in position to the required line, level and curvature jointed with cement mortar 1:3 (1 cement: 3 coarse sand) including making joints with or without grooves (thickness of joints except at sharp curve shall not to more than 5mm) including making drainage opening wherever required complete etc. as per direction of Engineer-in-charge (length of finished kerb edging shall be measured for payment). (Precast C.C. kerb stone shall be approved by Engineer-in-charge).
Cu.m 1,154.10 ₹4,588.20 ₹52,95,249.65 ISSR 2012 (Vol II) Item No. 11.49
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
97
8.13 Providing, hoisting and fixing up to floor two level precast reinforced cement concrete work in string courses, bands, copings, bed plates, anchor blocks, plain window sills and the like including the cost of required centring, shuttering, finishing smooth with 6 mm thick cement plaster 1:3 (1 cement : 3 fine sand) on exposed surfaces complete but excluding cost of reinforcement with Cement concrete grade M-20 (Nominal Mix with 20 mm maximum size of stone aggregate)
Cu.m 1,010.16 ₹5,061.60 ₹51,13,045.86 ISSR 2012 (Vol II) Item
No. 5.10
8.14 Providing and forming porous (without sand) concrete precast body drain of size 400 x 400 x 200 mm with 200 mm diameter central hole using cement and 20 mm down approved, clean, hard, graded coarse aggregates in 1 : 5 proportion by weight including cost of all materials, machinery, labour, formwork, batching, mixing, placing in position, tamping, curing etc. Complete.
Cu.m 7.94 ₹4,430.00 ₹35,181.16 UCSR 2017 Item No.
3.23
8.15 Precasting and placing in position 125 mm dia Bollards 600 mm high of required shape including providing M.S. Pipe Sleeve 50 mm dia 300 mm long in the Bollard and M.S. Pipes 40 mm dia and 450 mm long with 150x150x6mm M.S. plate welded at bottom and embedded 150mm in cement concrete grade M-10 (Nominal Mix with 20 mm maximum size of stone aggregate) including necessary excavation of size 250x 250x 450mm deep for the same in bitumen/ concrete pavement at specified spacing.
Each 132.00 ₹374.40 ₹49,420.80 ISSR 2012 (Vol II) Item
No. 4.8
9.1 Providing, laying, Jointing & field testing of High Density Polyethylene pipes, (HDPE) confirming to IS 4984/ 14151/ 12786/ 13488 with necessary jointing material like mechanical connector or jointing pipes by heating to the ends of pipes with the help of Teflon coated electric mirror/ heater to the required temperature and then
Metre 3,907.50 ₹2,832.30 ₹1,10,67,213.95 ISSR 2012 (Vol I) Item No. 8.1.19
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
98
pressing the ends together against each other, to form a monolithic & leak proof joint by thermosetting process. It may be required to be done with Jacks/Hydraulic Jacks/ But fusion machine. (50mm & above fusion jointed & below 50mm mechanical jointed) PE-100; 6 Kg/sq.cm; 355 mm dia
9.2 Providing and laying Bend 90 confirming to IS specifications. 6 Kg/sq.cm; 355 mm dia
Each 12.00 ₹5,862.60 ₹70,351.20 ISSR 2012 (Vol I) Item No. 8.1.19
9.3 Providing and laying Bend 45 confirming to IS specifications.; 6 Kg/sq.cm; 355 mm dia
Each 123.00 ₹7,597.80 ₹9,34,529.40 ISSR 2012 (Vol I) Item No. 8.3.19
9.4 Providing and laying Equal Tee confirming to IS specifications.; 6 Kg/sq.cm; 355 mm dia
Each 80.00 ₹7,796.70 ₹6,23,736.00 ISSR 2012 (Vol I) Item No. 8.4.19
9.5 Providing and laying Pipe end confirming to IS specifications.; 6 Kg/sq.cm; 355 mm dia
Each 10.00 ₹1,389.60 ₹13,896.00 ISSR 2012 (Vol I) Item No. 8.5.19
9.6 Making connection of drain or sewer line with existing service lines manhole including breaking into and making good the walls, floors etc. with cement concrete grade M-15 (Nominal Mix) with stone aggregate 20mm nominal size plastered with Cement Mortar 1:3 (1 Cement : 3 coarse sand) finished with a floating coat of neat cement and making necessary channels etc. complete. For 100 to 150 mm dia pipes
Each 80.00 ₹235.80 ₹18,864.00 ISSR 2012 (Vol I) Item
No. 14.7
9.7 Providing, laying, Jointing & field testing of High Density Polyethylene pipes, (HDPE) confirming to IS 4984/ 14151/ 12786/ 13488 with necessary jointing material like mechanical connector or jointing pipes by heating to the ends of pipes with the help of Teflon coated electric mirror/ heater to the required temperature and then pressing the ends together against each other, to form a monolithic & leak proof joint by thermosetting process. It may be required to be done with Jacks/Hydraulic Jacks/ But fusion machine. (50mm & above fusion jointed & below
Metre 2,133.44 ₹909.90 ₹19,41,212.60 ISSR 2012 (Vol I) Item No. 8.1.14
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
99
50mm mechanical jointed) PE-100; 6 Kg/sq.cm; 200 mm dia
9.8 Providing and laying Bend 90 confirming to IS specifications. 6 Kg/sq.cm; 200 mm dia
Each 6.00 ₹1,093.50 ₹6,561.00 ISSR 2012 (Vol I) Item No. 8.2.14
9.9 Providing and laying Bend 45 confirming to IS specifications.; 6 Kg/sq.cm; 200 mm dia
Each 40.00 ₹1,307.70 ₹52,308.00 ISSR 2012 (Vol I) Item No. 8.3.14
9.10 Providing and laying Equal Tee confirming to IS specifications.; 6 Kg/sq.cm; 200 mm dia
Each 60.00 ₹1,440.00 ₹86,400.00 ISSR 2012 (Vol I) Item No. 8.4.14
9.11 Providing and laying Pipe end confirming to IS specifications.; 6 Kg/sq.cm; 200 mm dia
Each 8.00 ₹426.60 ₹3,412.80 ISSR 2012 (Vol I) Item No. 8.5.14
9.12 Providing, laying, Jointing & field testing of High Density Polyethylene pipes, (HDPE) confirming to IS 4984/ 14151/ 12786/ 13488 with necessary jointing material like mechanical connector or jointing pipes by heating to the ends of pipes with the help of Teflon coated electric mirror/ heater to the required temperature and then pressing the ends together against each other, to form a monolithic & leak proof joint by thermosetting process. It may be required to be done with Jacks/Hydraulic Jacks/ But fusion machine. (50mm & above fusion jointed & below 50mm mechanical jointed) PE-100; 6 Kg/sq.cm; 150 mm dia
Metre 300.00 ₹588.60 ₹1,76,580.00 ISSR 2012 (Vol I) Item No. 8.1.14
9.13 Providing, laying and jointing socket & spigot centrifugally cast (Spun) Ductile Iron pressure pipes with inside cement mortar lining (class K-7) conforming to IS 8329/2000 with suitable Rubber Gasket (Push on) joints as per IS:5382/85 including testing of joint (laying conforming to IS 12288 : 1987) 300mm diameter
Metre 500.00 ₹2,777.40 ₹13,88,700.00 ISSR 2012 (Vol I) Item
No. 4.1
9.14 Providing weep holes in brick/ stone masonry/ Plain/ Reinforced concrete abutment, wing wall/ return wall with following dia AC pipe, extending through the full width of the structure with
Metre 3,127.70 ₹99.00 ₹3,09,642.30 RUIDP-ISOR 2017
Item No. 14.8.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
100
slope of 1V : 20H towards drawing face complete as per drawing, technical specifications and clause 2205 of MoRT&H Specification including all scaffolding, material, labour, machinery etc. 100 mm dia
9.15 Providing, Laying and jointing non-pressure (NP2) RCC socket & spigot pipes with rubber gasket joint including testing of joints. [Conforming to IS ; 458-1988, ISI marked laying as per IS 783:1985) 1200mm
Metre 27.50 ₹2,978.10 ₹81,897.75 ISSR 2012 (Vol I) Item
No. 13.1
9.16 Providing, Laying and jointing non-pressure (NP2) RCC socket & spigot pipes with rubber gasket joint including testing of joints. [Conforming to IS ; 458-1988, ISI marked laying as per IS 783:1985) 900mm
Metre 342.00 ₹2,155.50 ₹7,37,181.00 ISSR 2012 (Vol I) Item
No. 13.1
9.17 Providing, Laying and jointing non-pressure (NP2) RCC socket & spigot pipes with rubber gasket joint including testing of joints. [Conforming to IS ; 458-1988, ISI marked laying as per IS 783:1985) 700mm
Metre 53.00 ₹1,259.10 ₹66,732.30 ISSR 2012 (Vol I) Item
No. 13.1
9.18 Providing and fixing G.I. pipes medium class complete with G.I. fittings as per IS : 1239 (Part-2) including trenching and refilling etc. 80 mm dia. nominal bore
Metre 8,484.50 ₹529.20 ₹44,89,996.76 ISSR 2012 (Vol I) Item No. 23.12.8
9.19 Making connection of G.I. distribution branch with G.I. main of following sizes by providing and fixing tee, including cutting and threading the pipe etc. complete : 50 to 80 mm nominal bore
Unit 40.00 ₹543.60 ₹21,744.00 ISSR 2012 (Vol I) Item No. 23.13.2
9.20 Providing and fixing G.I. Union (ISI mark) in G.I. pipe line including cutting and threading the pipe and making long screws etc complete (new work) : 80 mm nominal bore.
Unit 40.00 ₹526.50 ₹21,060.00 ISSR 2012 (Vol I) Item No. 23.26.8
9.21 Painting G.I. pipes and fittings with two coats of anticorrosive bitumastic paint of approved quality : 80 mm diameter pipe
Metre 4,716.65 ₹543.60 ₹25,63,971.65 ISSR 2012 (Vol I) Item No. 23.25.8
9.22 Providing and applying two coats of anticorrosive bituminous black paint of approved quality 40 micron
Sq.m. 1,631.22 ₹77.00 ₹1,25,604.16 UCSR 2017 Item No.
9.29
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
101
dry film thickness each coat to gate components such as horizontal girders/sector and all bracings/ trunion assembly/ yoke girders/ stiffeners/ foot bridge etc. including cost of all materials, labour, removing rust, cleaning surface, scaffolding etc. complete.
9.23 Modular STP/DEWATS SITC of Compact, Modular and Decentralized Sewage Treatment Plant complete with all civil, mechanical, electrical, electro-mechanical, plumbing, drainage works approved by the Engineer-in-charge of following minimum specifications including operation, management and on-site/off site servicing: (i) Allowable Treatment Systems: Prefabricated STP with Membrane Bio Reactor System (MBR); (ii) Inlet Capacity Flow Rate Range: 1000 Cu.m/hour; (iii)Treated Water Quality: allowable discharge norms as per CPCB or Madhya Pradesh State Pollution Control Board; (iv) Maximum Siting Dimension per module: 3 x 6 x 3 (LxBxH) metres (excluding the working yards); (v) Installation Type: Complete Civil work with Installation, Containerized Plug & Play, Prefabricated tanks; (vi) Water Source Treatment Capacity: Municipal Sewage, Commercial Waste Water, etc.; (vii) Minimum Treatment Capacity Range: 1 to 2.00 MLD; (viii) Impurities to be removed: Oil and Grease, Color, COD, BOD, TSS; (ix) Treatment Stage: Secondary or Tertiary as applicable for each locations; (x) Approximate Power Consumption Range: 1 to 2 KW; and (xi) Automation Grade: Fully automatic, sensor based control module, use rationalization software based operation
Each Set 6.00 ₹90,00,000.00 ₹5,40,00,000.00 Non Schedule
Item (market rate)
9.24 Providing and laying M-10 grade Plain Cement Concrete design mix using 40 mm graded aggregate,
Cu.m 225.00 ₹2,615.00 ₹5,88,375.00 UCSR 2017 Item No.
5.02
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
102
clean, hard for foundation filling including cost of all materials, machinery, labour, formwork, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, packing joints of shuttering etc. Complete.
9.25 Providing and laying M-20 grade Plain Cement Concrete Design Mix using graded aggregate clean, hard for super structure including cost of all materials, machinery, labour, formwork, scaffolding, cleaning, batching, mixing, placing in position, levelling, vibrating, finishing, curing, packing joints of shuttering etc. complete. Using graded aggregates of maximum size. 20 mm
Cu.m 104.00 ₹4,382.00 ₹4,55,728.00 UCSR 2017 Item No. 5.09.3
9.26 Providing and laying Reinforced Cement Concrete Design Mix, using clean, hard, and graded aggregates for super structure including cost of all materials (excluding cost of providing and placing reinforcement steel/bars ), machinery, labour, formwork, cleaning, batching, mixing, placing in position in alternate panels as directed, levelling, compacting, finishing, curing, packing joints of shuttering etc. complete. Using graded aggregate of maximum size 20 mm. M-30 Concrete M-30 Concrete
Cu.m 310.00 ₹6,143.00 ₹19,04,330.00 UCSR 2017 Item No. 5.15.1
9.27 Providing and constructing coursed rubble (size stone) face stone masonry in CM 1 : 4 proportion by volume with stones from approved source including cost of all materials, machinery, labour, formwork, scaffolding, ramps, cleaning, batching, mixing, mortar, packing mortar and wedging stone chips into joints, finishing, curing etc., complete.
Cu.m 1,044.00 ₹2,469.00 ₹25,77,636.00 UCSR 2017 Item No.
5.31
9.28 Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding including cost of binding wire upto floor two level including all wastage etc. complete.
Kg 37,200.00 ₹54.00 ₹20,08,800.00 ISSR 2012 (Vol I), Item No. 5.20.6
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
103
Thermo-Mechanically Treated bars.
9.29 Silt clearance of drains, channels and canals with lift 1.5 Mtr and lead up to 50 Mtr.
Cu.m 13.00 ₹237.00 ₹3,081.00 RUIDP-ISOR 2017
Item No. 4.23
9.30 Sludge clearance of drains, channels and canals with lift 1.5 Mtr and lead up to 50 Mtr.
Cu.m 13.00 ₹254.00 ₹3,302.00 RUIDP-ISOR 2017
Item No. 4.24
10.1 Supply of approved High Tension XLPE cable 11kVgrade as per ISI standard 3 core Armoured with Alu. Solid/stranded conductor ISI MARKED as required; XLPE CABLE 11 KV GRADE; 70 Sq.mm
Meter 15,252.35 ₹1,419.30 ₹2,16,47,662.20 ISSR 2012 (Vol IV) Item No. 14.2.1.2
10.2 Supply of XLPE Insulated power cable (conforming IS- 7098 ) 1100 Volt grade/Heavy duty power cable conforming to IS 1554-1100 Volts grade , 2 core /31⁄2 core/4 core ISI MARKED with Alu. Stranded /solid conductor ARMOURED 4 CORE 50 Sq.mm(XLPE)
Meter 15,252.35 ₹416.70 ₹63,55,654.79 ISSR 2012 (Vol IV) Item No. 14.2.1.2
10.2 Laying of underground cable armoured./ unarmoured as per specification in air with approved type of iron clamps complete.; 3 / 3½ / 4 Core cable 25 Sq.mm to 120 Sq.mm
Metre 30,504.70 ₹25.20 ₹7,68,718.51 ISSR 2012 (Vol IV) Item No. 14.12.2
10.3 Supplying & installing G.I. Pipe for protection of underground cable fixed on wall/support/in trench/fixed between two rigid existing support of wall/beam for erection of ceiling Fan/down rod for stiff pendent for light luminaries /fan/protective for earthing, lightening conductor down strip/overhead service line/for submersible cable or centrifugal pump for water supply with necessary iron clamp coupler, bend, te, elbow, nuts and bolts etc. complete in an approved manner as required to complete the job excluding cost of excavation/dismantling & other finished masonry Item complete. A' Class G.I. Pipe ISI Marked (IS-1161-69) 80.00mm
Metre 30,504.70 ₹400.50 ₹1,22,17,133.39 ISSR 2012 (Vol IV) Item No. 17.2.5
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
104
10.4 Supplying & installing G.I. Pipe for protection of underground cable fixed on wall/support/in trench/fixed between two rigid existing support of wall/beam for erection of ceiling Fan/down rod for stiff pendent for light luminaries /fan/protective for earthing, lightening conductor down strip/overhead service line/for submersible cable or centrifugal pump for water supply with necessary iron clamp coupler, bend, te, elbow, nuts and bolts etc. complete in an approved manner as required to complete the job excluding cost of excavation/dismantling & other finished masonry Item complete. A' Class G.I. Pipe ISI Marked (IS-1161-69) 65.00mm
Metre 30,504.70 ₹337.50 ₹1,02,95,337.13 ISSR 2012 (Vol IV) Item No. 17.2.4
10.5 Providing & Erecting M-Seal Push - on Kit for 11 kV/33 kV XLPE-Cable with kit content, stress cone, H.L. pad, Top Cap, rain shed, self bounding insulating tape, sliding cone leakage current collector, P.V.C. boot earth continuity connection mould adhesive cum solvent, P.V.C. (N.A.) tape, silicon grease Aluminium lugs, Aluminium Oxide cloth, nylon string, copper binding wire, Adopter etc. duty erected on pole/support & connected to D.O. fuse unit as required as per accepted standard, as required complete.; M-seal push on kit 11 kV XLPE cable O.D. termination; 3x25,3x35
Each 15.00 ₹18,665.10 ₹2,79,976.50 ISSR 2012 (Vol IV) Item
No. 14.3.2.1(a)
10.6 Providing & Erecting M-Seal Push - on Kit for 11 kV/33 kV XLPE-Cable with kit content, stress cone, H.L. pad, Top Cap, rain shed, self-bounding insulating tape, sliding cone leakage current collector, P.V.C. boot earth continuity connection mould adhesive cum solvent, P.V.C. (N.A.) tape, silicon grease Aluminium lugs, Aluminium Oxide cloth, nylon string, copper binding wire, Adopter etc. duty erected on pole/support & connected to D.O. fuse unit as required as
Each 15.00 ₹10,368.90 ₹1,55,533.50 ISSR 2012 (Vol IV) Item
No. 14.3.2.2(a)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
105
per accepted standard, as required complete.; M-seal push on kit 11 kV XLPE cable I.D. termination; 3x25,3x35
10.7 End Termination OD: Supply and making cable end termination with all necessary materials including lugs etc. Heat shr.jointg. kit 1.1 kV XLPE/HD cable O.D. termination; 70-150 sq.mm 2 / 3 / 3½ / 4core
Each 15.00 ₹7,798.50 ₹1,16,977.50 ISSR 2012 (Vol IV) Item
No. 14.5(A).2.(b)
10.8 End Termination ID: Supply and making cable end termination with all necessary materials including lugs etc. Heat shr.jointg. kit 1.1 kV XLPE/HD cable I.D. termination; 70-150 sq.mm 2 / 3 / 3½ / 4core
Each 15.00 ₹4,252.50 ₹63,787.50 ISSR 2012 (Vol IV) Item
No. 14.5(A).2.(b)
10.9 Cable Jointing: Supply and making Heat shr.jointg. kit 1.1 kV XLPE/HD cable straight through jointing kit complete with all accessories including lugs etc. (I.D../O.D.); 50-95 sq.mm 2 / 3 / 3½ / 4core
Each 140.00 ₹4,252.50 ₹5,95,350.00 ISSR 2012 (Vol IV) Item
No. 14.5(B).2.(
c)
10.10 Supplying and fixing ferrules. (Aluminium in Line connector) As per IS - specification suitable for following size of cable with Aluminium stranded/solid conductor evenly cramped with high pressure tool including connection as required complete. For Conductor Size- 70.00 Sq.mm
Each 140.00 ₹12.60 ₹1,764.00 ISSR 2012 (Vol IV) Item No. 14.7.1.7
10.11 Providing and installation of IP65 protected Top/Bottom mounted LED Post top Light system. Fixture made of powder coated die cast aluminium housing with UV stabilized PC diffuser. The System level Luminous efficacy >90 Lumen/W.SMD LEDs , System CRI>70, CCT: 3000/4000/6500 K. The integral SMPS based electronic driver must be constant current and surge protection of min. 4KV(L-N) and efficiency > 85%, PF>0.9, THD<20% and input Voltage range of 90-270V AC at 50Hz. System life of 50000 burning hours with 70% of Initial Lumens maintained. Light output in Cool white or
Each 680.00 ₹7,623.00 ₹51,83,640.00 RUIDP-ISOR 2017
Item No. 58.35.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
106
Warm White Colour as per engineers choice. Fixture must be in compliance with IS/CE Standards. External Surge Protection Device(SPD) to be connected separately 65W LED Post Top Fixture Bottom Mounted
10.12 Supplying, fixing & testing of approved make of integral type compact flood light fitting consisting of cast aluminium housing complete with all accessories ALGLAS coated aluminium reflector, lamp holder heat resisting toughened clear glass cover and mounting bracket with aiming disc, including fixing & connections as required in position with all necessary materials required, suitable for single ended tubular lamp (without lamp) 150 Watt metal halide Lamp
Each 160.00 ₹5,706.90 ₹9,13,104.00 ISSR 2012 (Vol IV) Item No. 9.49.2
10.13 Metal halide lamp double ended 150 Watt
Each 160.00 ₹327.00 ₹52,320.00 RUIDP-ISOR 2017
Item No. 59.9.4.2
10.14 Supplying, installing, testing and commissioning of 11/0.4 K.V. 3 Phase 50 Cycle oil immersed, naturally cooled, out door type transformer connected delta on H.T. side and star on L.T. side hand operated off load, Tap changer switch, above 100 kVA rating and diagram plate, two earthing terminal, lifting lugs, oil level guage, drain valve with plug, temperature not exceeding 50oC on load, oil conservator with drain plug, oil filling hole with plug dehydrating silica gel breather, four unidirectional roller, arcing horns, explosion vent, terminal arrangement bushing on H.V. side and cable box on LV side, first filling of oil upto desired level and transformer installing on existing structure with all Required materials arrangements as required as per IS specification. Copper wound 315 kVA
Each 3.00 ₹4,29,763.50 ₹12,89,290.50 ISSR 2012 (Vol IV) Item No. 15.2.2
10.15 Supplying installing and testing ofAB isolating switch assembly set gang operated
Set 3.00 ₹6,389.10 ₹19,167.30 ISSR 2012 (Vol IV) Item No. 15.3.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
107
suitable for 11/0.4 KV, DP structure with brass part contacts, operating rod with required GI pipe, handle locking arrangement on On-Off position conforming to IS complete with required material and installing on existing structure to complete the job as required as per specification. 11kV
10.16 Supplying, installing ,testing of 11 KV D.O. fuse assembly with brass part contact for 11/0.4 KV DP Structure set of 3 with fuse with barrel with required fuse element & other materials as per specification on existing D.P. structure as required.(set of 3nos.) 11kV
Set 3.00 ₹4,230.00 ₹12,690.00 ISSR 2012 (Vol IV) Item No. 15.4.1
10.17 Supplying & fixing of Fire Extinguisher/Refills as per IS specification Co2 type dully refiled and ready to used
Each 11.00 ₹7,209.00 ₹79,299.00 ISSR 2012 (Vol IV) Item No. 15.5.3
10.18 Supplying & fixing of Fire Extinguisher/Refills as per IS specification4 bucket set with stand and sand dully painted red
Each 11.00 ₹1,886.40 ₹20,750.40 ISSR 2012 (Vol IV) Item No. 15.5.7
10.19 Supplying, installing, testing and commissioning of 11/root3/ KV 250V (Aluminium) core wound type distribution transformers : 63 kVA
Each 8.00 ₹90,598.50 ₹7,24,788.00 ISSR 2012 (Vol IV) Item No. 15.6 (iv)
10.20 Supplying, installing, testing and commissioning of LT Distribution Box with TPN isolator 200 amper on incoming, bus bar and 66 S.P.M.C.C.B.of 60 A" .on outgoing side for 63 KVA transformer
Each 8.00 ₹14,054.40 ₹1,12,435.20 ISSR 2012 (Vol IV) Item No. 15.7 (i)
10.21 Supplying, installing, or stay wires 7/4.00 mm (7/8 SWG)
Kg 385.00 ₹68.40 ₹26,334.00 ISSR 2012 (Vol IV) Item No. 15.8 (i)
10.22 Supplying, installing, or stay wires M.S. Nuts and Bolts
Kg 165.00 ₹49.50 ₹8,167.50 ISSR 2012 (Vol IV) Item No. 15.8 (ii)
10.23 Supplying, installing, testing 1100 Volts Grade Aluminium conductor XLPE, LT Cable Single core Armoured 50 Sq.mm.
Kms 16.00 ₹39,492.00 ₹6,31,872.00 ISSR 2012 (Vol IV) Item No. 15.9 (ii)
10.24 Supplying, installing, testing and commissioning of 11 KV C.Ts. (Outdoor oil filled type) : with accuracy class 0.5 500-250/5 Amps
Each 3.00 ₹10,685.70 ₹32,057.10 ISSR 2012 (Vol IV) Item
No. 15.10 (iii)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
108
10.25 Supplying, installing, testing and commissioning of Lightning Arrestor 11 KV Gapless, line type
Each 3.00 ₹478.80 ₹1,436.40 ISSR 2012 (Vol IV) Item No. 15.12 (i)
10.26 Supplying, installing, testing of earth Coil (coil of 115 turns of 50mm dia, and 2.5 Mtrs. Lead of 4 mm G.I wire.
Each 11.00 ₹197.10 ₹2,168.10 ISSR 2012 (Vol IV) Item
No. 15.13
11.1 Providing 1.20 metre high fencing with angle iron posts 50 mm x 50 mm x 6 mm at 3 metre center to center with 0.40 metre embedded in M15 grade cement concrete, corner, end and every 10th post to be strutted, provided with welded steel wire fabric of 75 mm x 50 mm mesh or 75 mm x 25 mm mesh and fixed to iron posts by flat iron 50 x 5 mm and bolts etc. complete in all respects including all material, labour.
Meter 806.45 ₹559.80 ₹4,51,452.28 RUIDP-ISOR 2017
Item No. 10.19
11.2 Providing and fixing G.I. chain link fabric fencing of required width in mesh size 25x25 mm made of G.I. wire of dia. 3mm including strengthening with 3mm dia. wire or nuts, bolts and washers as required complete as per the direction of Engineer-in- charge.
Sq.m 360.00 ₹497.70 ₹1,79,172.00 ISSR 2012 (Vol II) Item
No. 22.8
11.3 Supplying, fabricating, erecting structural steel members fabricated from rolled steel sections like channels, angles, beams, rails, plates etc., as per specifications and drawings including cost of all materials, machinery, labour, scaffolding, cutting, welding, grinding, cleaning, applying two coats of approved synthetic enamel paint over a coat of zinc chromate red oxide primer paint etc., complete with all lead and all lift.
Tonne 65.98 ₹78,249.00 ₹51,62,656.04 UCSR 2017 Item No.
6.03
11.4 Design, Drawing, fabrication, supply, erection and commissioning of Trestle assy/ Railing decking/Trash rack/Structural steel hoist bridge/ structural steel hoist supporting structure for monorail /Catwalk bridge for connecting spillway piers for all type of sluice with embedded parts consisting of columns, beams, bracings, stiffeners, ties, chequered
Tonne 1.86 ₹79,878.00 ₹1,48,179.31 UCSR 2017 Item No.
8.11
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
109
plate covering, hand railing, ladder etc., with all other accessories for operating gates, other structure including cost of all materials, machinery, labour, tools and tackles, cutting, aligning, anchoring, welding, finishing, cleaning, applying two coats of zinc chromate red oxide primer and three coats of approved synthetic enamel paint etc., complete as per specifications and approved drawings , including packing & forwarding, transportation charges for structural steel components and other materials.
11.5 Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works.
Kg. 22,525.95 ₹60.30 ₹13,58,314.57 ISSR 2012 (Vol II) Item No. 10.25.2
11.6 Providing and fixing Tubular Steel Railing on Precast RCC posts, 1.2 m high above ground level Providing, fencing and erecting 50 mm dia G.I pipe railing in 3 rows on precast M20 grade RCC vertical posts1.8 metres high (1.2 m above GL) with 3 holes 50 mm dia for pipe, fixed 2 metres centre to, complete as per approved drawing including all material, labour.
Meter 573.45 ₹1,510.00 ₹8,65,903.91 RUIDP-ISOR 2017
Item No. 10.21
11.7 Steel work in built up tubular trusses including cutting, hoisting fixing in position and applying a priming coat of approved steel primer, welded and bolted including special shaped washers etc. complete. Electric resistance or induction butt welded tubes.
Kg 17,254.57 ₹86.40 ₹14,90,794.85 ISSR 2012 (Vol II) Item No. 10.16.3
11.8 Structural steel work riveted, bolted or welded in built up sections, trusses and framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete:
Kg. 583.41 ₹55.80 ₹32,554.37 ISSR 2012 (Vol II) Item
No. 10.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
110
11.9 Providing corrugated Galvanised sheet roofing including vertical/curved surface fixed with polymer coated J or L hooks, bolts and nuts 8mm diameter with bitumen and G.I. limpet washers or with G.I. limpet washers filled with white lead and including a coat of approved steel primer and two coats of approved paint on overlapping of sheets complete (up to any pitch in horizontal/vertical or curved surfaces) excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever required. 0.63 mm thick with zinc coating not less than 275gm/ m²
Sq.m. 34.99 ₹514.80 ₹18,015.12 ISSR 2012 (Vol II) Item No. 12.1.3
11.10 Providing ridges or hips of width 60 cm over all width plain G.S. sheet fixed with polymer coated J. or L hooks, bolts and nuts 8 mm dia. G.I. limpet and bitumen washers complete. 0.63mm thick with zinc coating not less than 275gm/m²
Meter 8.40 ₹332.10 ₹2,789.64 ISSR 2012 (Vol II) Item No. 12.4.2
11.11 Providing flashing of 40 cm over all width in plain, G.S. sheet fixed with polymer coated J, or L hooks, bolts and nuts, G.I. limpet and bitumen washer complete, bent to shape and fixed in wall with cement mortar 1:3 (1cement : 3 coarse sand). 1.00mm thick with zinc coating not less than 275gm/m²
Meter 16.80 ₹269.10 ₹4,520.88 ISSR 2012 (Vol II) Item No. 12.6.1
11.12 Providing and fixing 15 cm wide 45 cm over all semi-circular plain G.S. sheet gutter with iron brackets 40x3mm size, bolts, nuts and washers etc. including making necessary connections with rain water pipes complete. 0.63mm thick with zinc coating not less than 275gm/m²
Meter 16.80 ₹304.20 ₹5,110.56 ISSR 2012 (Vol II) Item No. 12.7.1.2
11.13 Providing and fixing M.S. Grill over existing compound wall as per Chief Architect drawing No. 12686, using 16mm x 16mm M.S. Square rod at 150mm c/c spacing and 6mm x 40mm M.S. flats at horizontal and 6mm x12mm M.S. flat for
Sq.m. 2,618.84 ₹5,224.00 ₹1,36,80,801.98 KPWD SOR 2017 Item No. 7.36
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
111
ornamental design and providing shop edge design at the vertex of every vertical rods, including welding, grinding wherever necessary. All the steel surface should be thoroughly cleaned free of rust and painted with anti-corrosive paint (shop paint) etc., complete. The work includes cost of all materials, labour charges for all items of work, hire charges for welding, cutting and grinding equipment, and electricity charges, etc., complete as per specification.
11.14 Providing and fixing M.S. Gate as per Chief Architect Drawing, using 50mm x 50mm 14 guage M.S. hollow pipe frame work bent to ornamental shape as shown in the drawing and 35mm x 6mm and 16 x 16mm Square rods for verticals alternatively spaced at 4cms c/c in two halves and 40mmx6mm M.S. flats for horizontal member and at the top cast iron spikes are provided at alternate vertical members as shown in the drawing etc., complete. All the steel surface should be thoroughly cleaned free of rust and painted with anti-corrosive paint (shop paint) etc., complete. The work includes cost of all materials, labour charges for all items of work, hire charges for welding, cutting and grinding equipment, and electricity charges, with lead and lift, loading and unloading charges, etc., complete as per specification. (P. No. 43 / I. No. 7.37 of CSR 2015-16)
Sq.m. 209.88 ₹2,934.00 ₹6,15,789.42 KPWD SOR 2017 Item No. 7.37
11.15 Providing and fixing hard drawn steel wire fabric 75x25 mm mesh of weight not less than 7.75 Kg per sqm welded to post and rails in prestressed nets
Sq.m. 240.00 ₹1,020.00 ₹2,44,800.00 Non Scheduled Item (refer
market rate)
11.16 Providing and fixing hand rail of approved size by welding etc. to steel ladder railing, balcony railing and staircase railing including applying a priming coat of approved steel primer. G.I. pipes.
Kg 4,050.00 ₹1,020.00 ₹41,31,000.00 ISSR 2012 (Vol II) Item No. 10.26.3
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
112
12.1 Providing and constructing un-coursed rubble stone masonry using approved stones in cement mortar including cost of all materials, machinery, labour, scaffolding, cleaning, packing mortar and wedging stone chips into joints, curing etc. Complete. (Strength 14 N/sqmm)
Cu.m. 34,575.31 ₹2,622.00 ₹9,06,56,462.77 UCSR 2017 Item No. 3.24.1
12.2 Providing and constructing coursed rubble face stone masonry using approved stones in cement mortar including cost of all materials, machinery, labour, scaffolding, cleaning, packing mortar and wedging stone chips into joints, curing etc. complete. (Strength 14 N/sqmm)
Cu.m. 3,722.14 ₹2,866.00 ₹1,06,67,656.43 UCSR 2017 Item No. 3.25.1
12.3 Brick work with modular bricks of class designation 40 in exposed brick work including making horizontal and vertical grooves 10mm wide 12mm deep complete from ground level up to plinth level in cement mortar 1:6 (1 cement : 6 coarse sand).
Cu.m. 14.19 ₹3,656.70 ₹51,881.85 ISSR 2012 (Vol II) Item
No. 6.23
12.4 Providing Brick masonry work in 1:3 in sub-structure complete excluding pointing and plastering, as per drawing and technical specifications and as per relevant clauses of sections 1300.
Cu.m. 291.67 ₹3,483.90 ₹10,16,142.41 ISSR 2012 (Vol III) Item
No. 14.1
12.5 Providing cement flush mortar pointing to coursed rubble (size stone) face stone masonry in CM 1 : 2 proportion by volume including cost of all materials, labour, scaffolding, raking and cleaning, joints for 50 mm depth, batching and mixing mortar pressing cement mortar into joints finishing, curing etc. complete.
Sq.m. 17,603.57 ₹80.00 ₹14,08,285.32 UCSR 2017 Item No.
5.32
12.6 Extra for coursed rubble masonry with hard stone (first or second sort) in : Square or rectangular pillars
Cu.m. 53.51 ₹175.50 ₹9,390.65 ISSR 2012 (Vol II) Item No. 7.10.1
12.7 Stone work plain ashlar in arches in cement mortar 1:3 (1 cement : 3 coarse sand) including centring, shuttering and pointing with white cement mortar 1:2 (1 white cement : 2 stone dust) with
Cu.m. 91.45 ₹17,751.60 ₹16,23,315.65 ISSR 2012 (Vol II) Item No. 7.13.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
113
an admixture of pigment matching the stone shade. Red sand stone
12.8 Providing and fixing stainless steel cramps of required size and shape for anchoring stone wall lining to the backing or securing adjacent stones in stone wall lining in cement mortar 1:2 (1 cement : 2 coarse sand) including making the necessary chases in stone and holes in walls wherever required.
Kg. 40.00 ₹493.20 ₹19,728.00 ISSR 2012 (Vol II) Item
No. 7.25
12.9 Stone work, plain in copings, cornices, string courses and plinth courses, upto 75 mm thick in Cement mortar 1:6 (1 cement : 6 coarse sand) including pointing with white cement mortar 1:2 (1 white cement : 2 stone dust) with an admixture of pigment matching the stone shade. White sand stone:
Sq.m. 1,820.19 ₹21,628.80 ₹3,93,68,517.15 ISSR 2012 (Vol II) Item No. 7.32.2
12.10 Stone work (machine cut edges) for wall lining etc. (veneer work) backing filled with a grout of 12mm thick cement mortar 1:3 (1 cement : 3 coarse sand) including pointing in white cement mortar 1:2 (1 white cement : 2 stone dust) with an admixture of pigment matching the stone shade : (To be secured to the backing by means of cramps which shall be paid for separately) : Red sand stone - exposed face fine dressed with rough backing. 40 mm thick
Sq.m. 321.47 ₹1,186.20 ₹3,81,323.78 ISSR 2012 (Vol II) Item No. 7.23.1.4
12.11 Providing and fixing of 150mmx150mm dressed granite railing posts as per design and drawing complete with ground anchoring in cement grout.
Each 557.00 ₹3,000.00 ₹16,71,000.00 Refer Market Rate
12.12 Providing and fixing stone jali 40mm thick throughout in cement mortar 1:3 (1 cement : 3 coarse sand) including pointing in white cement mortar 1:2 (1 white cement : 2 stone dust) with an admixture of pigment, matching the stone shade, jali slab without any chamfers etc. White sand stone
Sq.m. 18.00 ₹11,800.00 ₹2,12,400.00 RUIDP-ISOR 2017
Item No. 26.11.2
13.1 75 mm thick fine dressed stone flooring over 40 mm (average) thick base of
Sq.m. 15,959.65 ₹1,053.00 ₹1,68,05,515.27 Refer R.A. Item No. 1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
114
cement mortar 1:3 (1 cement : 3 coarse sand) including pointing with cement mortar 1:2 (1 cement : 2 stone dust) with an admixture of pigment to match the shade of stone.
13.2 40 mm thick rubbed local Flag stone flooring over 20 mm (average) thick base of cement mortar 1:5 (1 cement :5 coarse sand) with joints 3mm thick, side buttered with cement mortar 1:2 (1 cement : 2 stone dust) admixed with pigment to match the shade of stone and pointing with same mortar (minimum size of stone 0.25 sqm) White sand stone
Sq.m. 13,242.55 ₹478.80 ₹63,40,532.03 ISSR 2012 (Vol II) Item No. 11.30.2
13.3 Extra for pre finished nosing in treads of steps of Kota stone/ sand stone slab.
Metre 15,842.21 ₹28.80 ₹4,56,255.51 ISSR 2012 (Vol II) Item No. 11.31
13.4 40 mm thick fine dressed stone flooring over 20 mm (average) thick base of cement mortar 1:5 (1 cement : 5 coarse sand) including pointing with cement mortar 1:2 (1 cement : 2 stone dust) with an admixture of pigment to match the shade of stone. (minimum size of stone 0.25 sqm); White sand stone
Sq.m. 3,634.14 ₹446.40 ₹16,22,279.24 ISSR 2012 (Vol II) Item No. 11.29.2
13.5 Providing and laying 100 mm thick factory made cement concrete interlocking paver block of M -30 grade made by block making machine with strong vibratory compaction and of approved size and design/ shape laid in required colour and pattern over and including 50mm thick compacted bed of course sand, filling the joints with coarse sand etc. all complete as per the direction of Engineer-in-charge.
Sq.m. 2,463.99 ₹610.20 ₹15,03,528.35 ISSR 2012 (Vol II) Item No. 11.46.2
13.6 Providing and laying flooring and steps fine dressed granite stone slabs 40 mm thick on cement mortar bed 1:6, 25 mm thick, and pointed with cement mortar 1:3 over existing cement concrete bed , including cost of materials, labour, curing complete as per specifications. Specification No. KBS 14.26
Sq.m. 35.00 ₹3,161.00 ₹1,10,635.00 KPWD SOR 2017 Item No. 19.62
13.7 Kota/cuddapah stone slab 30 mm thick flooring over 20 mm (average) thick base laid over and jointed with grey cement
Sq.m. 249.41 ₹809.10 ₹2,01,793.91 ISSR 2012 (Vol II) Item No. 11.26.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
115
slurry mixed with pigment to match the shade of the slab including rubbing and polishing complete with base of cement mortar (1 cement : 4 course sand) 1 : 4 (minimum size of kota stone 0.25 sqm)
13.8 40 mm thick fine dressed stone flooring over 20 mm (average) thick base of cement mortar 1:5 (1 cement : 5 coarse sand) including pointing with cement mortar 1:2 (1 cement : 2 stone dust) with an admixture of pigment to match the shade of stone. (minimum size of stone 0.25 sqm); red sand stone
Sq.m. 770.41 ₹380.70 ₹2,93,293.91 ISSR 2012 (Vol II) Item No. 11.28.1
13.9 Making bajri path including preparation of subgrade, supplying and laying brick aggregate of 50mm nominal size 7.5 cm deep with blinding material consisting of 12 mm moorum and 12 mm red bajri consolidated with road roller.
Sq.m. 1,167.33 ₹201.60 ₹2,35,334.29 ISSR 2012 (Vol II) Item No. 11.42
14.1 Uprooting rank vegetation and weeds by digging the area to a depth of 60cm removing all weeds and other growth with roots by forking repeatedly, breaking clods, rough dressing, flooding with water, uprooting fresh growths after 10 to 15 days and then fine dressing for planting new grass, including disposal of all rubbish with all leads and lifts.
100 Sq.m. 130.53 ₹1,531.80 ₹1,99,949.47 ISSR 2012 (Vol II) Item No. 19.12
14.2 Supplying and stacking of good earth at site including royalty and carriage upto 5 km complete (earth measured in stacks will be reduced by 20% for payment).
Cu.m 1496.00 ₹149.04 ₹2,22,963.84 UADD ISSR 2012
Volume II item no.
19.2
14.3 Supplying and stacking sludge at site including royalty and carriage upto 5 km complete (sludge measured in stacks will be reduced by 8% for payment)
Cu.m 191.00 ₹131.22 ₹25,063.02 UADD ISSR 2012
Volume II item no.
19.3
14.4 Supplying and stacking at site dump manure from approved source, including carriage upto 5 km complete (manure measured in stacks will be reduced by 8% for payment) : Screened through sieve of I.S. designation 4.75 m
Cu.m 191.00 ₹99.63 ₹19,029.33 UADD ISSR 2012
Volume II item no. 19.4.3
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
116
14.5 Spreading of sludge, dump manure and/or good earth in required thickness as per direction of officer-in-charge (cost of sludge, dump manure and/ or good earth to be paid separately)
Cu.m 191.00 ₹12.15 ₹2,320.65 UADD ISSR 2012
Volume II item no.
19.8
14.6 Mixing earth and sludge or manure in the required proportion specified or directed by the Officer-in-charge
Cu.m 573.00 ₹82.62 ₹47,341.26 UADD ISSR 2012
Volume II item no.
19.8
14.7 Grassing with selection No. 1 grass including watering and maintenance of the lawn for 60 days or more till the grass forms a thick lawn, free from weeds and fit for mowing including supplying good earth, if needed (the grass and earth shall be paid for separately). With grass Turf
100 Sq.m 5.00 ₹401.76 ₹2,008.80 UADD ISSR 2012
Volume II item no. 19.10.3
14.8 Preparation of beds for hedging and shrubbery by excavating 60 cm deep and trenching the excavated base to a further depth of 30 cm, refilling the excavated earth after breaking clods and mixing with sludge or manure in the ratio of 8:1 (8 parts of stacked volume of earth after reduction by 20% : one part of stacked volume of sludge or manure after reduction by 8%), flooding with water, filling with earth if necessary, watering and finally fine dressing, leveling etc. including stacking and disposal of materials declared unserviceable and surplus earth by spreading and leveling as directed, within a lead of 50 m, lift up to 1.5 m complete (cost of sludge, manure or extra earth to be paid for separately)
Cu.m 1145.00 ₹105.58 ₹1,20,893.11 UADD ISSR 2012
Volume II item no. 19.13
14.9 Digging holes in ordinary soil and refilling the same with the excavated earth mixed with manure or sludge in the ratio of 2:1 by volume (2 parts of stacked volume of earth after reduction by 20% : 1 part of stacked volume of manure after reduction by 8%) flooding with water, dressing including removal of rubbish and surplus earth, if any, with all leads and lifts (cost of manure, sludge or extra good earth if needed to
Each 2000.00 ₹19.44 ₹38,880.00 UADD ISSR 2012
Volume II item no. 19.14.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
117
be paid for separately) Holes 60 cm dia, and 60 cm deep:
14.10 Plantation of Trees, Shrubs, and Hedge at site i/c watering and removal of unserviceable material’s as per direction of officer in charge (excluding cast of plant & water) Tree Plant
Each 86.00 ₹4.25 ₹365.50 CPWD HORT. DSR
2016-17 item no. 2.57.1
14.11 Plantation of Trees, Shrubs, and Hedge at site i/c watering and removal of unserviceable material’s as per direction of officer in charge (excluding cast of plant & water) Shrub Plant
Each 870.00 ₹2.15 ₹1,870.50 CPWD HORT. DSR
2016-17 item no. 2.57.2
14.12 Plantation of Trees, Shrubs, and Hedge at site i/c watering and removal of unserviceable material’s as per direction of officer in charge (excluding cast of plant & water) Hedge/ Ground Cover
Each 1020.00 ₹1.40 ₹1,428.00 CPWD HORT. DSR
2016-17 item no. 2.57.3
14.13 Providing of Aglaonema Ernesto Plant (three in one), having ht. 45 cm & above with 12 to 15 leaves, well developed, fresh and healthy in 25 cm size of Earthen pot / Plastic pot.
Each 50.00 ₹175.00 ₹8,750.00 CPWD HORT. DSR
2016-17 item no. 10016
14.14 Providing of Araucaria cookii plant, having ht.1.80 m to 1.95 m, straight, well developed, fresh and healthy with lush green leaves from bottom to top in 30 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹500.00 ₹12,500.00 CPWD HORT. DSR
2016-17 item no. 10023
14.15 Providing of Areca Palm plant, having ht. 2.40 m to 2.70 m with 12 to 14 suckers, well developed, fresh and healthy with lush green foliage in 35 cm size of Bucket type cement pots.
Each 25.00 ₹550.00 ₹13,750.00 CPWD HORT. DSR
2016-17 item no. 10028
14.16 Providing of Brassia Varigated plant, having ht. 30 cm to 45 cm, well developed with fresh and healthy foliage in 25 cm size of Earthen pot / Plastic pot.
Each 50.00 ₹110.00 ₹5,500.00 CPWD HORT. DSR
2016-17 item no. 10030
14.17 Providing of Chamaedorea elegans palm plant, having ht. 60 cm to 75 cm, well developed with fresh and healthy leaves in 25 cm size of Earthen pot/ Plastic pot.
Each 50.00 ₹100.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10031
14.18 Providing of Croton petra Bangalore variety plant, having ht. 60 cm to 75 cm with 4 to 6 branches, well developed, fresh and healthy
Each 10.00 ₹500.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10044
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
118
colourfull leaves in 25 cm size of Earthen pot / Plastic pot.
14.19 Providing of Dracaena song of India specimen plant (three in one), having ht. 60 cm & above, well developed, fresh and healthy with good foliage in 25 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹125.00 ₹3,125.00 CPWD HORT. DSR
2016-17 item no. 10049
14.20 Providing of Livistona palm plant, having ht. 60 cm to 75 cm, well developed with 8 to 10 leaves, fresh & healthy foliage in 30 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹200.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10060
14.21 Providing of Monestaria plant mounted on moss stick 90 cm ht., 2 to 3 plant in one pot well developed with fresh & healthy foliage in 25 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹200.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10061
14.22 Providing of Money Plant Broad Leaves mounted on moss stick 1.20 m ht., 5 to 6 plants in each pot, well developed with full of fresh & healthy leaves in size of 25 cm Top dia x 18 cm Bottom dia x 25 cm Perpendicular height Earthen pot / Plastic pot.
Each 25.00 ₹200.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10063
14.23 Providing of Philodendron Envy plant, mounted on moss stick 90 cm ht., well developed with full of fresh & healthy leaves in 30 cm size of Earthen pot / Plastic pot. Each
Each 15.00 ₹400.00 ₹6,000.00 CPWD HORT. DSR
2016-17 item no. 10067
14.24 Providing of Philodendron Oxicodium plant, mounted on moss stick 1.20 m ht., having 3 plants placed at equal distance, well developed with full of fresh & healthy leaves in 25 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹200.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10071
14.25 Providing of Phoenix palm plant, having ht. 75 cm to 90 cm with 10 to 15 or more leaves, well developed, fresh and healthy in 25 cm size of Earthen pot / Plastic pot.
Each 25.00 ₹200.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10077
14.26 Providing of Raphis palm plant, having ht. 75 cm to 90 cm with 12 to 15 equal suckers, well developed, full of fresh & healthy leaves from bottom to top in 25 cm size Earthen pot / Plastic pot.
Each 10.00 ₹450.00 ₹4,500.00 CPWD HORT. DSR
2016-17 item no. 10079
14.27 Providing of Ceporthia Palm plant, having ht. 1.50 m to
Each 10.00 ₹450.00 ₹4,500.00 CPWD HORT. DSR
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
119
1.80 m with 12-15 suckers, well developed, fresh and healthy lush green leaves from bottom to top in 30 cm size of Earthen pot / Plastic pot.
2016-17 item no. 10084
14.28 Providing of Sanchezia nobilis plant, having ht. 30 cm & above, well developed with fresh & healthy foliage in 20 cm size of Earthen pot / Plastic pot.
Each 50.00 ₹35.00 ₹1,750.00 CPWD HORT. DSR
2016-17 item no. 10085
14.29 Providing of Schieflera Verigated plant, mounted on moss stick 90 cm ht., 3 to 4 plants placed in each pot at equal distance, well developed with full of fresh & healthy bright leaves from bottom to top in 25 cm size of Earthen pot / Plastic pot.
Each 10.00 ₹250.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10089
14.30 Providing of Syngonium Verigated plant, mounted on moss stick 90 cm ht., 3 to 4 plants placed in each pot at equal distance, well developed with full of fresh & healthy leaves from bottom to top in 25 cm size of Earthen pot / Plastic pot.
Each 20.00 ₹180.00 ₹3,600.00 CPWD HORT. DSR
2016-17 item no. 10091
14.31 Providing Plant Celosia well developed fresh & healthy 20 to 25 cm ht. (attractive) multi branching at blooming stage in 20 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹50.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10162
14.32 Providing Plant Cladium Hybrid variety 3 to 4 plants well developed with fresh & healthy foliage 30 to 45 cm ht. in different colour 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹60.00 ₹3,000.00 CPWD HORT. DSR
2016-17 item no. 10163
14.33 Providing Plant Cockscomb well developed fresh & healthy 20 to 25 cm ht. attractive colours fully bloomed in 20 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10164
14.34 Providing Plant Cosmos well developed fresh & healthy 20 to 25 cm ht. attractive colours multi branching at blooming stage in 20 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10165
14.35 Providing Plant Gaillardia double hybrid variety well developed 30 to 45 cm ht 20 to 30 fresh & healthy flower with green painted bamboo stick in 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹50.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10166
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
120
14.36 Providing Plant Gamphrina well developed fresh & healthy 30 to 45 cm ht. bushy plant 15 & above flower in 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10167
14.37 Providing Plant Kochia well developed fresh & healthy 20 to 25 cm ht. lush green well shaped in 20 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10169
14.38 Providing Plant Portulaka hybrid in different colour with bloom well developed fresh & healthy in 20 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹80.00 ₹4,000.00 CPWD HORT. DSR
2016-17 item no. 10170
14.39 Providing Plant Sunflower single well developed 8 to 10 half bloom buds multi branched in fresh & healthy full stacked with green painted bamboo stick stacking in 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹60.00 ₹3,000.00 CPWD HORT. DSR
2016-17 item no. 10172
14.40 Providing Plant Tapioca variegated (Manihot esculenta) well developed fresh & healthy 30 to 45 cm ht. in bright colour foliage in 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹30.00 ₹1,500.00 CPWD HORT. DSR
2016-17 item no. 10173
14.41 Providing Plant Vinca different colour 6 to 8 well developed branch in full bloom stacked with green painted Bamboo stick in 25 cm Earthen Pot/Plastic Pot
Each 50.00 ₹50.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10174
14.42 Providing Plant Zinnia hybrid double in different colour well developed fresh & healthy 30 to 45 cm ht. (3 to 4 plants in each pot) full bloom in 25 cm Earthen Pot/Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10177
14.43 Providing Plant Budded Rose (H.T. variety) 3 to 4 healthy branch 30 cm and above ht. well developed with one and above flower plant in 20 cm Earthen Pot,
Each 75.00 ₹30.00 ₹2,250.00 CPWD HORT. DSR
2016-17 item no. 10178
14.44 Providing Plant Creeper Rose variety 3 to 4 healthy branch 60 cm and above ht. well developed with one and above flowers in 25 cm Earthen Pot,
Each 75.00 ₹70.00 ₹5,250.00 CPWD HORT. DSR
2016-17 item no. 10179
14.45 Providing Plant Standard Rose (H.T. variety) 3 to 4 healthy branch 90 cm and above ht. well developed with one and above flowers in 25 cm Earthen Pot,
Each 30.00 ₹140.00 ₹4,200.00 CPWD HORT. DSR
2016-17 item no. 10180
14.46 Acalypha red well developed with fresh & healthy 30 to 45
Each 25.00 ₹40.00 ₹1,000.00 CPWD HORT. DSR
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
121
cm ht. plant in 20 cm size Earthen Pot/ Plastic Pot
2016-17 item no. 10183
14.47 Adenium Obesum well developed with fresh & healthy 4 to 5 branch 60 to 75 cm ht. plant in 40 cm size Earthen Pot/ Plastic Pot
Each 25.00 ₹550.00 ₹13,750.00 CPWD HORT. DSR
2016-17 item no. 10186
14.48 Bamboo Buddha Valley with fresh & healthy 5 to 6 suckers 1.80 m to 2.10m ht umbrella type plant well developed in 50 cm Cement Pot
Each 10.00 ₹1,400.00 ₹14,000.00 CPWD HORT. DSR
2016-17 item no. 10189
14.49 Bougainvillea named variety, Sobhra, Thima, Marry palmar, Cherry Blossom etc. well developed with fresh & healthy bushy plant in full bloom 75 to 90 cm ht. plant in 40 cm Cement Pot
Each 25.00 ₹300.00 ₹7,500.00 CPWD HORT. DSR
2016-17 item no. 10192
14.50 Cycus circinallis well developed with fresh & healthy 35 to 40 lush green leaves in 40 cm Cement Pot
Each 5.00 ₹1,900.00 ₹9,500.00 CPWD HORT. DSR
2016-17 item no. 10193
14.51 Cyprus Golden Conical Shape 150 to 165 cm ht. plant, with fresh and healthy Golden colour foliage in 35cm Cement Pot
Each 5.00 ₹1,500.00 ₹7,500.00 CPWD HORT. DSR
2016-17 item no. 10198
14.52 Euphorbia milli hybrid variety with multi branch, full bloom, with fresh and healthy well developed having 30 to 45 cm ht. plant in 35 cm Cement Pots
Each 10.00 ₹600.00 ₹6,000.00 CPWD HORT. DSR
2016-17 item no. 10199
14.53 Ficus resnold piller type Topairy well developed with fresh & healthy 210 to 240 cm ht in 40 cm Cement Pot
Each 5.00 ₹2,400.00 ₹12,000.00 CPWD HORT. DSR
2016-17 item no. 10206
14.54 Fishtail palm well developed with fresh & healthy foliage leaves of ht 210 to 240cm Specimen plant in 35 cm Cement Pot
Each 10.00 ₹300.00 ₹3,000.00 CPWD HORT. DSR
2016-17 item no. 10209
14.55 Foxtail palm well developed with fresh & healthy foliage of ht. plant 210 to 240 cm in big 40 cm Cement Pot
Each 10.00 ₹1,100.00 ₹11,000.00 CPWD HORT. DSR
2016-17 item no. 10210
14.56 Furcaria Variegated hybrid well developed with fresh & healthy foliage 20 and above attractive leaves in 35 cm Cement Pot
Each 10.00 ₹400.00 ₹4,000.00 CPWD HORT. DSR
2016-17 item no. 10212
14.57 Golden Bottle brush Topairy well developed with fresh & healthy foliage 5 to 6 bigball
Each 5.00 ₹950.00 ₹4,750.00 CPWD HORT. DSR
2016-17
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
122
115 to 180 cm ht in 40cm Cement Pot
item no. 10213
14.58 Alpinia Variegated (three in one) plant having ht. 30 cm and above, with fresh and healthy variegated foliage in 25 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹110.00 ₹5,500.00 CPWD HORT. DSR
2016-17 item no. 10225
14.59 Alternanthera species plant of height 15 cm to 20 cm, full of branches and foliage in 15 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹20.00 ₹1,000.00 CPWD HORT. DSR
2016-17 item no. 10226
14.60 Asparagus marrie plant, well developed 15 to 20 leaves, full of branches and foliage in 25 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹50.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10227
14.61 Aspidistra plant, having 10 to 15 leaves well developed with fresh & healthy in 25 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹40.00 ₹2,000.00 CPWD HORT. DSR
2016-17 item no. 10229
14.62 Clerodendron inerme plant of ht. 30 cm to 40 cm multi branched in 25 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹20.00 ₹1,000.00 CPWD HORT. DSR
2016-17 item no. 10231
14.63 Chlorophytum (Green) plant, full of leafy suckers in 20 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹20.00 ₹1,000.00 CPWD HORT. DSR
2016-17 item no. 10232
14.64 Duranta Golden plant, having ht.15 to 20 cm bushty shape plant with fresh and healthy leaves in 20 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹20.00 ₹1,000.00 CPWD HORT. DSR
2016-17 item no. 10236
14.65 Euphorbia milli hybrid variety plant, having ht. 30 cm to 45 cm with multi branch, full bloom, fresh and healthy leaves in 30 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹100.00 ₹5,000.00 CPWD HORT. DSR
2016-17 item no. 10238
14.66 Juniperus prostrata plant with 5 to 6 latral branches and green foliage in 20 cm size of Earthen Pot / Plastic Pot.
Each 50.00 ₹30.00 ₹1,500.00 CPWD HORT. DSR
2016-17 item no. 10242
14.67 Ophiopogon jaburan ( variegated ) plant,full of variegated leaves in 20 cm Earthen Pot/Plastic Pot
Each 50.00 ₹30.00 ₹1,500.00 CPWD HORT. DSR
2016-17 item no. 10245
14.68 Wadelia trilobata plant,full of leaves in 15 cm size of Poly bags.
Each 50.00 ₹15.00 ₹750.00 CPWD HORT. DSR
2016-17 item no. 10254
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
123
14.69 Adansonia digitata (kalp vricksh) of plants ht 150-165 cm in bag size of plants 25 cm
Each 12.00 ₹250.00 ₹3,000.00 CPWD HORT. DSR
2016-17 item no. 10257
14.70 Azadirachta indica ( Neem ) of plants height 120-130cm in big polybag of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10260
14.71 Bassia latifolia (Mahua) of plants height 90-105 cm. in big polybag of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10261
14.72 Bauhinia blakeana (Kachnar) of plants height 120-150 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹80.00 ₹960.00 CPWD HORT. DSR
2016-17 item no. 10262
14.73 Butea frondosa (Flame of plants Forest) of plants height 60-75 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹55.00 ₹660.00 CPWD HORT. DSR
2016-17 item no. 10268
14.74 Cassia fistula (Amaltash) of plants height 120-135 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10271
14.75 Delonix regia (Gulmohar) of plants height 150-165 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10279
14.76 Ficus bengalensis krishna of plants height 75-90 cm., multibranched in earthen pots of plants size 30 cm
Each 12.00 ₹120.00 ₹1,440.00 CPWD HORT. DSR
2016-17 item no. 10285
14.77 Ficus elastica Decora (Rubber plant) of plants height 45-60 cm. in earthen pots of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10286
14.78 Ficus infectoria (Pilkhan) of plants height 150-165 cm. in big polybag of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10287
14.79 Ingla dulcis (Jungle Jalebi) of plants height 150-165 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹80.00 ₹960.00 CPWD HORT. DSR
2016-17 item no. 10302
14.80 Michelia champa (Golden Champa) of plants height 90-105 cm. in earthen pots of plants size 25 cm
Each 12.00 ₹90.00 ₹1,080.00 CPWD HORT. DSR
2016-17 item no. 10310
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
124
14.81 Mimusops elengi (Maulsri) of plants height 180-195 cm., well developed with thick stem in big in big size HDPE bag
Each 12.00 ₹120.00 ₹1,440.00 CPWD HORT. DSR
2016-17 item no. 10314
14.82 Nauclea cadamba (Kadam) of plants height 150-165 cm. in big poly bag of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10315
14.83 Phyllanthus emblica (Amla) of plants height 150-165 cm. in Big HDPE Bag
Each 12.00 ₹90.00 ₹1,080.00 CPWD HORT. DSR
2016-17 item no. 10319
14.84 Pongamia glabra (Papri) of plants height 120-135 cm. in big poly bag of plants size 25 cm
Each 12.00 ₹50.00 ₹600.00 CPWD HORT. DSR
2016-17 item no. 10328
14.85 Pterospermum acerifolium (Kanak Champa) of plants height 150-165 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10333
14.86 Schleichera trijuga (Kusum) of plants height 150-165 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹70.00 ₹840.00 CPWD HORT. DSR
2016-17 item no. 10336
14.87 Eugenia jambolana (Jamun) of plants height 150-165 cm. in big poly bags of plants size 25 cm
Each 12.00 ₹70.00 ₹840.00 CPWD HORT. DSR
2016-17 item no. 10338
14.88 Tamarindus indica (Imli) of plants height 120-150 cm. in big polybags of plants size 25 cm
Each 12.00 ₹80.00 ₹960.00 CPWD HORT. DSR
2016-17 item no. 10340
14.89 Terminalia arjuna of plants height 150-165 cm. in big polybags of plants size 25 cm
Each 12.00 ₹60.00 ₹720.00 CPWD HORT. DSR
2016-17 item no. 10343
14.90 Supply and stacking of plant Bauhinia tomentosa (yellow) of height 60-75 cm. in earthen pots of size 20 cm
Each 20.00 ₹45.00 ₹900.00 CPWD HORT. DSR
2016-17 item no. 10347
14.91 Supply and stacking of plant Cestrum nocturnum (Raat ki Rani) of height 60-75 cm. with 4-5 branches in bag of size 25 cm
Each 20.00 ₹40.00 ₹800.00 CPWD HORT. DSR
2016-17 item no. 10358
14.92 Supply and stacking of plant Hibiscus variegated of height 60-75 cm. with 8-10 branches and healthy variegated foliage in cement pots of size 35 cm
Each 20.00 ₹180.00 ₹3,600.00 CPWD HORT. DSR
2016-17 item no. 10382
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
125
14.93 Supply and stacking of plant Jatropha multifida (red colour) of height 60-75 cm. multibranched in p.bag of size 25 cm
Each 20.00 ₹40.00 ₹800.00 CPWD HORT. DSR
2016-17 item no. 10385
14.94 Supply and stacking of plant Nerium oleander (kaner) dwarf of height 30-40 cm. in earthen pot of size 20 cm
Each 20.00 ₹40.00 ₹800.00 CPWD HORT. DSR
2016-17 item no. 10394
14.95 Supply and stacking of plant Nyctanthes arbor-tristis (Hasingar) of ht. 90-105 cm in Earthen pots of size 20 cm
Each 20.00 ₹40.00 ₹800.00 CPWD HORT. DSR
2016-17 item no. 10397
14.96 Supply and stacking of plant Tabernaemontana coronaria (Chandni single) veriegated of height 105-120 cm., multibranched, bushy in big size HDPE bag
Each 20.00 ₹110.00 ₹2,200.00 CPWD HORT. DSR
2016-17 item no. 10406
14.97 Supply and stacking of plant Thuja compacta of height 75-90 cm., conical shaped, well formed with healthy foliage in earthen pots of size 30 cm
Each 20.00 ₹125.00 ₹2,500.00 CPWD HORT. DSR
2016-17 item no. 10419
14.98 Bignonia venusta (Golden shower) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots
Each 25.00 ₹35.00 ₹875.00 CPWD HORT. DSR
2016-17 item no. 10422
14.99 Ipomea purpurea (Morning glory) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots
Each 25.00 ₹35.00 ₹875.00 CPWD HORT. DSR
2016-17 item no. 10426
14.100 Jasminum grandiflorum (chameli) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots.
Each 25.00 ₹25.00 ₹625.00 CPWD HORT. DSR
2016-17 item no. 10427
14.101 Jasminum humile (Yellow) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots
Each 25.00 ₹25.00 ₹625.00 CPWD HORT. DSR
2016-17 item no. 10428
14.102 Passiflora caerulea (Rakhi bel) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots
Each 25.00 ₹40.00 ₹1,000.00 CPWD HORT. DSR
2016-17 item no. 10429
14.103 Vernonia elaegnifolia (curtain creeper) plant of height 30 cm to 45 cm. in 20 cm size of Earthen pots / Plastic pots
Each 25.00 ₹25.00 ₹625.00 CPWD HORT. DSR
2016-17 item no. 10433
14.104 Providing & laying Selection no. 1 grass turf with earth 50mm to 60mm thickness on existing ground prepared with proper level and ramming
Sq.m 250.00 ₹77.00 ₹19,250.00 CPWD HORT. DSR
2016-17 item no.
2.34
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
126
with required tools wooden and then rolling the surface with light roller make the surface smoothen and light watering the same, as per direction of officer in charge
14.105 Supplying & Stacking of Selection No.1 Grass at site fresh & free from weeds having proper roots in green including loading, unloading, carriage and all taxes paid etc. and as per direction of officer in charge.
Sq.m 250.00 ₹50.80 ₹12,700.00 CPWD HORT. DSR
2016-17 item no.
2.35
14.106 Providing and fixing of Tuflex Garden fencing Hexagonal net/or equivalent of green colour having contents ( Weight grams/sqm. 510 (+/- 8%)) in width of 60 cm. with bamboo of 90 cm. length. The bamboo should be painted with green colour paint of approved brand and manufacture (two or more coats) and fixed 30 cm. below ground level and 60 cm. above ground level at a distance of 1.50 mtrs. The net and bamboo should be binded with 2 mm. G.I. Wire at three places properly as per direction of Engineer-in-charge.
Sq.m 450.00 ₹187.75 ₹84,487.50 CPWD HORT. DSR
2016-17 item no.
2.58
14.107 Providing, assembly, fixing and installation of Vertical Garden of following specifications: PU coated MS hollow rectangular section frame and support structure of freestanding type grouted to the floor or fixed to the wall; uPVC/HDPE drip irrigation pipes at the top with water supply controls; 75mm exterior grade ply backing / siding; vertical vapour barrier EPDM pond liner over 2 layers of building paper wrapped at corner and edges; brass/ stainless steel decking nails/ screws; GI gutter for runoff collection connected to rain/ storm water system or drip irrigation harvesting chamber; 100% recycled PET plastic felt pockets mounted to rigid plastic panel, the PET pockets of 0.68 kg/Sq.m lightweight material; high tensile, high strength and high resiliency, hypo allergic, moth-proof, mildew and
Sq.m 371.00 ₹9,750.00 ₹36,17,250.00 Non SOR Item refer
market rate
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
127
odour resistant formable felt pockets; complete with supply of manure earth, good earth, seasonal flowers, shrubs, creepers, etc. including installation of irrigation system that includes backflow preventor, digital hose timer with battery, 30psi pressure regulator, particle filter stainless mesh, plant food injector, plant food tank. Complete with all fixtures and fittings.
15.1 Curtain grouting with neat cement grout mix of suitable consistency under specified grout pressure as directed in drilled holes by stage grouting method including cost of all materials, machinery, labour, re- drilling if necessary, required admixtures etc. Complete.
Tonne 584.70 ₹9,058.00 ₹52,96,212.60 UCSR 2017 Item No. 3.24.1
15.2 Providing, constructing coffer dam in river basin / dam storages as per type design including excavation, filling the middle portion with B.C. soil (in gunny bags if required). Providing impervious / semi pervious materials on both sides of B.C. soil (in gunny bags if required) including ramming, compacting to the satisfaction of Engineer-in-charge till the completion of work including dismantling coffer dam after completion of works and disposing off the material as directed by the Engineer-in-charge. Note: Maximum top width payable shall be 2 Mtr. and maximum payable side slopes shall be 1.5 horizontal to 1 vertical, if the constructed top width of the side slopes are less, then the measurements at actual are payable. Extra top width or flat slopes are not payable. Contractor is free to use ballies, plastic sheets, piles, pipes, CGI sheets for supporting hearting materials instead of impervious/ semi-pervious hearting materials for which no extra payments shall be payable. 30% payment shall be withheld for dismantling of coffer dam.
Cu.m 1,657.50 ₹353.00 ₹5,85,097.50 RUIDP-ISOR 2017
Item No. 15.7
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
128
15.3 Providing and placing approved cohesive non- swelling soils, below lining in canal bed and side slopes including serration in soil, breaking of clods, laying in layers of 15 cm. thickness, cutting and finishing in required bed grade & side slopes including dressing, watering, compaction (at optimum moisture content to obtained dry density not below 90%) etc. Complete.
Cu.m 1,650.69 ₹125.00 ₹2,06,336.55 UCSR 2017 Item No.
4.03
15.4 Providing, placing and construction of gabion structure for retaining earth with segments of wire crates of size 7m x 3m x 0.6m each divided into 1.5 m compartments by cross netting, made from 4 mm galvanised steel wire @ 32 kg per 10 sqm having minimum tensile strength of 300 Mpa conforming to IS: 280 and galvanising coating conforming to IS : 4826, woven into mesh with double twist, mesh size not exceeding 100 x 100 mm , filled with boulders with least dimension of 200 mm, all loose ends tied, including cost of all material, machinery, labour, T&P, cost of other incidental charges and testing as per relevant specifications etc. complete.
Cu.m 1,463.20 ₹1,845.00 ₹26,99,599.82 UCSR 2017 Item No.
11.3
15.5 Providing and laying free draining sand below lining in canal bed and sides slopes including compaction cost of all materials, labour, spreading to specified thickness etc. complete as per specification.
Cu.m 239.11 ₹1,058.00 ₹2,52,975.84 UCSR 2017 Item No.
4.05
15.6 Providing and laying filter material as given below in recharge pit/ percolation pit or soak pit/ waste water treatment system. Gravel/Pebbles (5 to 25 mm)
Cu.m 385.95 ₹1,024.20 ₹3,95,289.28 ISSR 2012 (Vol II) Item No. 22.7.2
15.7 Providing and fixing in position LDPE film of 150 micron (0.15 mm) IS mark of grade 231 for bed and sides of canal including cost of all materials, labour, laying, joining as per specifications etc. Complete.
Sq.m 3,321.55 ₹20.00 ₹66,430.95 UCSR 2017 Item No.
4.06
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
129
15.8 Providing, fabricating and placing in position steel reinforcement bars for Reinforced cement concrete / Plain Cement Concrete structures including cost of all materials, machinery, labour, cleaning, cutting, bending, hooking, lapping / wherever required, tying with 1.25 soft annealed steel wire etc. Complete. straightening, welding joints mm diameter
Tonne 108.75 ₹46,963.00 ₹51,07,423.49 UCSR 2017 Item No.
3.13
15.9 Providing and constructing rock fill embankment using 300 mm downgraded stones and quarry spalls from approved source including cost of all materials, machinery, labour, spreading stones and spalls in layers, hand packing, wedging, compaction by pneumatic/temper/vibratory earth rammer, finishing the surface to required slopes as per approved drawings etc. Complete.
Cu.m 1,858.28 ₹451.00 ₹8,38,085.75 UCSR 2017 Item No.
3.33
15.10 Providing filter blanket horizontally, Including laying, spreading, packing etc. Complete in layers of required thickness but excluding excavation of foundation. Shingle 20mm nominal size
Cu.m 1,532.27 ₹755.00 ₹11,56,862.49 UCSR 2017 Item No. 3.35.8
15.11 Providing filter blanket horizontally, Including laying, spreading, packing etc. Complete in layers of required thickness but excluding excavation of foundation. Shingle 80- 60mm nominal size
Cu.m 379.61 ₹444.00 ₹1,68,547.43 UCSR 2017 Item No. 3.35.6
15.12 Design, Drawing, fabrication, supply, erection, testing and commissioning of Vertical lift fix wheel type sliding gate/inter changeable Stop log gates consisting of skin plate, stiffeners, horizontal girders, pulley, pulley supports, bracings, lifting lug, bracket, rubber seals, clamps plates etc., with all accessories as per relevant for Canal , sluice Vertical gates and spillway gates including cost of all materials, machinery, labour, cutting, bending, aligning, anchoring, welding, seal fixing, tools and tackles etc., finishing,
Tonne 48.75 ₹1,03,614.00 ₹50,51,078.89 UCSR 2017 Item No. 3.35.6
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
130
cleaning, applying two coat of zinc rich epoxy primer to give dry film thickness of 70± 5 microns and finish coat(two coats)of solvent less coal tar epoxy paint using airless spray to provide dry film thickness of 150± 5 microns per coat thus total dry film thickness of all coats, including primer coating, should not be less than 350 microns., complete as per specifications and approved drawings complete, including packing & forwarding, transportation charges for structural steel components and other materials.
15.13 Providing, fixing and installation of bank operated cable way system with cradle of capacity 1000 kg weight to take the discharge observation by using current meter sensor with sinker weight max up to 125 kg including double drum hydro-metric winch machine with manual operation suitable for horizontal and vertical movements of current meter and with the arrangement to operate silt sampler complete with automatic load break system, slip ring system including all civil works, prefabricated pole size 2.25 m long for machine side fitted with triple pulley block, prefabricated pole size 2.25 m long on the other side fitted with single pulley block, instruments carriage, foundation bolts with nut and washers, master plate and other fixing bolts nuts, D shackles, U -clamps etc. anchor bolt, track cable, towing cable, conduction cable (co-axial) with snap hooks thimble etc. complete. Up to 100 m span
Each 1.00 ₹13,54,125.00 ₹13,54,125.00 UCSR 2017 Item No. 1.32.1
15.14 Providing and fixing of 25 mm diameter steel guide ropes across the river for discharge observation
Mts 100.00 ₹942.00 ₹94,200.00 UCSR 2017 Item No.
1.33
15.15 Painting of gauge post 1.8 m long with synthetic enamel of approved brand & manufacture to give an even shade by two or more coats and marking the gauge with Japan paint Red, Black and
Each 8.00 ₹750.00 ₹6,000.00 UCSR 2017 Item No.
1.34
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
131
White with standard metric gradation marking of 5 mm thickness in black & white alternately & red synthetic enamel of width 5 mm at every 50 mm etc. complete.
15.16 Supply, installation, testing and commissioning of automatic Telemetry Rainfall station with GSM/GPRS communication system: Supply of automatic rainfall station (tipping bucket type) complete with all accessories including supply of real time (GSM/GPRS Telemetry data communication system with data logger, display unit with all equipment and accessories such as solar power supply system including solar panel, charge regulator, battery and station grounding modem, gasketing rechargeable batteries as per technical specification etc. complete. system, GSM/GPRS System enclosure with and maintenance free
Each 2.00 ₹1,58,432.00 ₹3,16,864.00 UCSR 2017 Item No. 1.35.1
15.17 Cost of related services for installation and commissioning of entire RTDAS, training for operation and maintenance, site preparation and civil works, integration of RTDAS and backup acquisition system with SMS, provision of manuals, documents and reports, inspection and testing and initial maintenance upto final acceptance of the entire system as per technical specifications etc. complete.
Each 2.00 ₹1,02,860.00 ₹2,05,720.00 UCSR 2017 Item No. 1.35.2
15.18 Supply, installation, testing and commissioning of automatic water level Radar sensor with GSM/GPRS telemetry communication system.: Supply of Automatic Water level radar sensor complete with all accessories including supply of real time (GSM/GPRS) Telemetry data communication system with data logger, display unit with all equipment and accessories such as, solar power supply system including solar panel, charge regulator, battery and station grounding system,
Each 2.00 ₹2,25,875.00 ₹4,51,750.00 UCSR 2017 Item No. 1.36.1
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
132
GSM/GPRS modem, system enclosure with gasketing and maintenance free rechargeable batteries as per technical specification etc. complete.
15.19 Cost of related services for installation and commissioning of entire RTDAS, training for operation and maintenance, site preparation and civil works, integration of RTDAS and backup acquisition system with SMS, provision of manuals, documents and reports, inspection and testing and initial maintenance upto final acceptance of the entire system as per technical specifications etc. complete.
Each 2.00 ₹1,02,165.00 ₹2,04,330.00 UCSR 2017 Item No. 1.36.2
15.20 Supply, installation, testing and commissioning of automatic weather station with telemetry GSM/GPRS communication system.: Supply of automatic Weather station complete with all accessories including supply of real time (GSM/GPRS) Telemetry data communication system with data logger, display unit with all equipment and accessories such as solar power supply system including solar panel, charge regulator, battery and station grounding system, GSM/GPRS modem, system enclosure with gasketing and maintenance free rechargeable batteries as per technical specification etc. complete.
Each 1.00 ₹3,85,030.00 ₹3,85,030.00 UCSR 2017 Item No. 1.37.1
15.21 Cost of related services for installation and commissioning of entire RTDAS, training for operation and maintenance, site preparation and civil works, integration of RTDAS and backup acquisition system with SMS, provision of manuals, documents and reports, inspection and testing and initial maintenance upto final acceptance of the entire system as per technical specifications etc. complete.
Each 1.00 ₹1,92,000.00 ₹1,92,000.00 UCSR 2017 Item No. 1.37.2
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
133
15.22 Supply, installation, testing and commissioning of automated Gate Sensor with GSM/GPRS telemetry communication system. : Supply of automated Gate sensor complete with all accessories including supply of real time (GSM/GPRS) Telemetry data communication system with data logger, display unit with all equipment and accessories such as solar power supply system including solar panel, charge regulator, battery and station grounding system, GSM/GPRS modem, System enclosure with gasketing and maintenance free rechargeable batteries as per technical specification etc. complete.
Each 14.00 ₹4,15,610.00 ₹58,18,540.00 UCSR 2017 Item No. 1.38.1
15.23 Cost of related services for installation and commissioning of entire RTDAS, training for operation and maintenance site preparation and civil works, integration of RTDAS and backup acquisition system with SMS, provision of manuals, documents and reports, inspection and testing and initial maintenance upto final acceptance of the entire system as per technical specifications etc. complete.
Each 14.00 ₹1,39,000.00 ₹19,46,000.00 UCSR 2017 Item No. 1.38.2
15.24 Supply, installation, testing & commissioning of Spectometer probe based Real Time Water Quality Monitoring System capable of measuring TSS, COD, BOD, TOC, Nitrate, Colour and Turbidity, dissolved oxygen & temperature, pH, Conductivity, Salinity and Temperature free chlorine (Cl2 + HOCl + OCl-) or total chlorine (free chlorine + combined chlorine). Spectrometer probe operating using the principle of UV-VIS Spectrometry, suitable for measuring optical spectra from 190 to 750nm directly in liquid media complete with Optical sensors, multi parameter electrode, Amperometric membrane, GSM/GPRS,
Set 6.00 ₹1,62,000.00 ₹9,72,000.00 Non SOR Item as per Market Rate
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
134
Data Logger with touch screen, modem, 12v operating voltage, SCADA system, air compression system, etc.
16.1 Clearance of Jalkumbhi /water Lily from water bodies including removing and rental cost of boat, labour etc. complete and disposal of material by burning including all other charges for materials and machinery etc. complete.
Sq.m 4,17,824.00 ₹5.00 ₹20,89,120.00 UCSR 2017 Item No.
9.05
16.2 Providing, laying and fixing of Non Seeded Bio-Degradable Organic Jute/Coir Soil Erosion/Embankment Protection Draping Mat of minimum 20 gsm weight and apperture size of 15mm x 22mm for slope stabilization of embankments/ shores of lakes, wetlands, water bodies, ponds, freshly cut slopes etc. complete with HDPE pin pinning @ 1 pin /Sq.m, preparation of the 30cm base soil, suitable organic fertilizer, manure, etc.
Sq.m 2,733.00 ₹110.00 ₹3,00,630.00 Non SOR Item as per Market Rate
16.3 Providing, laying and fixing of Pre Seeded Bio-Degradable Organic Jute/Coir Soil Erosion/Embankment Protection Draping Mat of minimum 20 gsm weight and apperture size of 15mm x 22mm for slope stabilization of embankments/ shores of lakes, wetlands, water bodies, ponds, freshly cut slopes etc. complete with HDPE pin pinning @ 1 pin /Sq.m, preparation of the 30cm base soil, suitable organic fertilizer, manure, etc.
Sq.m 3,280.00 ₹155.00 ₹5,08,400.00 Non SOR Item as per Market Rate
16.4 Wetland Plantation by Perennial Food & Cover Wetland Mix, composition mix of (@ 0.01 Kg/Sq.m :20.0% Carex vulpinoidea, PA Ecotype (Fox Sedge, PA Ecotype) 20.0% Elymus virginicus, PA Ecotype (Virginia Wildrye, PA Ecotype) 10.0% Carex lupulina, PA Ecotype (Hop Sedge, PA Ecotype) 10.0% Carex lurida, PA Ecotype
Kg 627.00 ₹7,770.00 ₹48,71,790.00 Non SOR Item as per Market Rate
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
135
(Lurid (Shallow) Sedge, PA Ecotype) 10.0% Carex scoparia, PA Ecotype (Blunt Broom Sedge, PA Ecotype) 8.5% Poa palustris (Fowl Bluegrass) 6.5% Panicum clandestinum, 'Tioga' (Deertongue, ‘Tioga’) 4.5% Sparganium americanum (Eastern Bur Reed) 4.0% Sparganium eurycarpum, PA Ecotype (Giant Bur Reed, PA Ecotype) 3.0% Juncus effusus (Soft Rush) 2.0% Leersia oryzoides, PA Ecotype (Rice Cutgrass, PA Ecotype) 0.5% Carex crinita, PA Ecotype (Fringed (Nodding) Sedge, PA Ecotype) 0.5% Scirpus atrovirens, PA Ecotype (Green Bulrush, PA Ecotype) 0.5% Scirpus cyperinus, PA Ecotype (Woolgrass, PA Ecotype)
16.5 Wetland Plantation by Waterfowl Buffet Mix for Wetland Enhancement, composition mix of (@ 0.01 Kg/Sq.m) :30.0% Carex vulpinoidea, PA Ecotype (Fox Sedge, PA Ecotype) 15.0% Elymus virginicus, PA Ecotype (Virginia Wildrye, PA Ecotype) 12.0% Carex intumescens, PA Ecotype (Star Sedge, PA Ecotype) 12.0% Carex lupulina, PA Ecotype (Hop Sedge, PA Ecotype) 12.0% Carex lurida, PA Ecotype (Lurid (Shallow) Sedge, PA Ecotype) 6.0% Carex granularis var. haleana, PA Ecotype (Limestone Meadow Sedge, PA Ecotype) 5.5% Sparganium americanum (Eastern Bur Reed) 3.0% Juncus effusus (Soft Rush) 2.0% Alisma subcordatum, PA Ecotype (Mud Plantain (Water Plantain), PA Ecotype) 1.0% Sagittaria latifolia, PA Ecotype (Duck Potato (Arrowhead), PA Ecotype) 1.0% Scirpus validus, PA Ecotype (Softstem Bulrush, PA Ecotype) 0.5% Carex stricta, PA Ecotype (Tussock Sedge, PA Ecotype)
Kg 627.00 ₹11,792.00 ₹73,93,584.00 Non SOR Item as per Market Rate
16.6 Wetland Mixed Fish Seed of the following fishes: Black bullhead, Black crappie,
Each Bag 900.00 ₹90.00 ₹81,000.00 Non SOR Item as per Market Rate
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
136
Bluegill, Channel catfish, Common carp, Largemouth bass, Minnows, Muskellunge, Northern Pike, Pumpkinseed, Smallmouth bass, Walleye, White crappie, Yellow bullhead, Yellow perch, Freshwater drum, Paddlefish, Shovelnose sturgeon, etc.
16.7 Soil/water bio-remediation using Hydra Bio Accelerator or any other equivalent make by mixing it with soil in 1:3 ratio (1 bio accelerator) and spreading evenly over the surface or directly mixing it with water. The minimum specification for use are: high active oxygen, typically 15% or higher; complies with the Food Chemicals and 1 kilo treatment up to 350g Hydrocarbon. @ 1 kg/ 50000 litres. Strictly done in supervision of Engineer-in-charge
Kg 1,500.00 ₹3,800.00 ₹57,00,000.00 Non SOR Item as per Market Rate
17.1 Providing and fixing two stainless steel dustbins 50 ltr. each mounted on SS stand made with half perforated SS sheet; Steel finish with Green & blue graphics for segregation of waste; durable to withstand rough usage as per design approved by the Engineer-in-charge
Unit 120.00 ₹5,089.00 ₹6,10,680.00 Refer R.A. Item No. 2
17.2 Supplying, installing and testing floating pontoon and dock system using High-density polyethylene resin floating modules of 500mmx500mm; 350mm high with anti-skid surface; floating capacity of 68kg per cube; complete with edge HDPE piers, edge line, service channel, connecting pins, spacer, bracket, handrail etc. all complete with lifts and leads.
Sq.m. 427.20 ₹11,587.00 ₹49,49,966.40 Refer R.A. Item No. 3
17.3 Supply and installation of cylindrical polyethylene floating drums 600mm dia and 1200mm long on wooden saddle;Virgin High Impact PE 100 ; Light weight, Weathering & UV resistant; fixed to the metal framework for walkway.
Each 192.00 ₹5,798.00 ₹11,13,216.00 Refer R.A. Item No. 4
17.4 Supplying, erecting and fixing in position specified
Each 120.00 ₹7,600.00 ₹9,12,000.00 RUIDP-ISOR 2017
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
137
precast RCC bench made of RCC grade M-30 consisting of 2 Nos. “L” shaped base support of thickness 100 mm back height 1000mm, front height 450 mm, base width 420mm and 5 Nos. RCC planks of size of 1500x100 x 50 mm and 1 Nos RCC planks of 150x200x50mm including joining all parts with galvanised nuts and bolts of suitable size. All bolts to be sealed after assembly with nice finish and appearance and level complete in all respect as per direction of engineer in charge. Every bench should have a manufacture‘s logo of appropriate size Engraved at suitable place.
Item No. 39.48
17.5 Supplying and installing hardwood deck flooring planks on existing metal structure. Wood planks should be air dried to approximately 12% for use on exterior surfaces; resistant to decay, cupping, bending, fungi, termites, mould and wood rot; Hardness Rating of 3,680 lbs with air-dried decking and 12% moisture content; with all screws, nuts, bolts necessary for installation complete with deck oil finish before and after installation.
Sq.m. 548.40 ₹8,952.00 ₹49,09,276.80 Refer R.A. Item No. 5
17.6 Providing, installing and testing prefabricated public toilet made of stainless steel; SS platform and (Indian/western) closet; toilet status display; manual exit; incorporated with wash basin, health faucet and cloth hanger; Self-cleaning and self washing mechanism; power backup; low water indication; automated light and exhaust fan; remote monitoring and control facility through web/mobile app complete with installation accessories.
Unit 28.00 ₹2,94,757.00 ₹82,53,196.00 Refer R.A. Item No. 6
18.1 SITC of musical/synchronized fountain linear grid made up of aluminium and supported on aluminium channel frame (underwater) rigidly fixed to the bottom of the lake with U clamps and bolts. HDPE 80
Complete Installation
1.00 ₹4,18,00,000.00 ₹4,18,00,000.00 Non Scheduled Rate (refer
market rates)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
138
schedule pipes used for connecting the grid at appropriate locations with pumps. The static and dynamic fountain nozzles of brass. Each grid to be driven by separate pumps and all electro-mechanical driver systems shall be independently driven to improve reliability and to avoid breakdown due to single point failures. Complete connection of the nozzles by 240 V/1100 V electricity to the relay banks and lights by using appropriate make of highly insulated and sheathed cable for underwater operations. Total number of dynamic formation nozzles shall be 50 small size with a throw height of minimum 6 mts and 2 aeration nozzle of throw height of minimum 20 mts. The minimum formations of the nozzles shall be: organ, cross stream, vase jet, clapping hand, rotating peacock, waltzing, big flower, straight jet, spinner, ping pong, mist, vibgyor, sun burst, water curtain, water cannon, inside drop ring, outside drop ring, etc. The entire assembly shall have complete fixtures and fittings as approved by the engineer in charge. The overall assembly shall have minimum of following components: Pumps, valve Halogen controllers, LED controllers, Water Jets, Fountain Director, Nozzles, Relays, Microcontroller/PLCs, Drivers, Manifolds, Suction Pipes, Wall Inlet, Shut Down/Regulating panels/switches, Pressure Pipes, Water Distributors, Water Inlet pipes, Solenoid Valve, Under water cable terminal connector, Under water LED Lights, Music A/V System, Audio Amplifier, Underground Cables, Above water cables, All Fixtures & Accessories (Anti- Corrosion), Assistive Multilingual listening systems (Wireless/Bluetooth operated), Power
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
139
requirement for musical fountain, Power requirement for Ambience Lighting, Design Temperature for equipment, Floating Structure/Deck, water filtration plant, etc. Other details as per specification mentioned in the bidding document and as approved by the client. The item shall include all civil, electrical, electro-mechanical, plumbing, drainage, illumination, safety works
18.2 SITC and interfacing of multimedia laser and video projection on aqua screen -laser projection system consisting of solid state DPSS RGB laser with total power of 5 W, with appropriately balanced power outputs for 3 laser sources to obtain white laser with wide range of colour hues capable of beam shows and graphical animation with ILDA interface with suitable connectors to connect the same to USB based controller with appropriate show control application and playback package suitability configured and designed to a redundant configuration for the laser show. Other details as per specification mentioned in the bidding document and as approved by the client The item shall include all civil, electrical, electro-mechanical, plumbing, drainage, illumination, safety works
Complete Installation
1.00 ₹46,50,500.00 ₹46,50,500.00 Non Scheduled Rate (refer
market rates)
18.3 SITC and interfacing of energy efficient aqua screen of approximately 9mts height and 27 mts wide capable of projecting video and laser images with suitable high pressure plate nozzles suitably configured and designed to provide a redundant source of water Other details as per specification mentioned in the bidding document and as approved by the client The item shall include all civil, electrical, electro-mechanical, plumbing, drainage, illumination, safety works
Complete Installation
1.00 ₹28,75,500.00 ₹28,75,500.00 Non Scheduled Rate (refer
market rates)
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
140
18.4 Artistic production and content development as per the script approved by the client for minimum 20 minutes duration for musical fountain/water ballet show and laser multimedia show. Scope of work shall include voice overring by prominent person, studio programming, digital rights, etc. Other details as per specification mentioned in the bidding document and as approved by the client
Complete Job 1.00 ₹20,00,000.00 ₹20,00,000.00 Non Scheduled Rate (refer
market rates)
19.1 Complete management, operation, and maintenance of the above-mentioned capital works for five (5) years from the date of completion of capital works including Day to Day Repairs & Maintenance; Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration; Pricing and Revenue Collection; Periodical Environmental Monitoring Management and Mitigation; Payment of all utility bills generated out of the assets/facilities; and Promotion and outreach. Including providing as reasonably necessary all labor and professional, supervisory, and managerial personnel as are required to perform the management, operation, and maintenance services. Year 1
Complete Job Wok
1.00 ₹1,86,44,206.00 ₹1,86,44,206.00 Derived from CPWD
Manual for Maintenance
2012
19.2 Complete management, operation, and maintenance of the above-mentioned capital works for five (5) years from the date of completion of capital works including Day to Day Repairs & Maintenance; Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration; Pricing and Revenue Collection; Periodical Environmental
Complete Job Wok
1.00 ₹2,01,35,742.48 ₹2,01,35,742.48 Derived from CPWD
Manual for Maintenance
2012
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
141
Monitoring Management and Mitigation; Payment of all utility bills generated out of the assets/facilities; and Promotion and outreach. Including providing as reasonably necessary all labor and professional, supervisory, and managerial personnel as are required to perform the management, operation, and maintenance services. Year 2 @8% escalation from Year 1
19.3 Complete management, operation, and maintenance of the above-mentioned capital works for five (5) years from the date of completion of capital works including Day to Day Repairs & Maintenance; Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration; Pricing and Revenue Collection; Periodical Environmental Monitoring Management and Mitigation; Payment of all utility bills generated out of the assets/facilities; and Promotion and outreach. Including providing as reasonably necessary all labor and professional, supervisory, and managerial personnel as are required to perform the management, operation, and maintenance services. Year 3 @8% escalation from Year 2
Complete Job Wok
1.00 ₹2,17,46,601.88 ₹2,17,46,601.88 Derived from CPWD
Manual for Maintenance
2012
19.4 Complete management, operation, and maintenance of the above-mentioned capital works for five (5) years from the date of completion of capital works including Day to Day Repairs & Maintenance; Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration; Pricing and Revenue Collection; Periodical Environmental
Complete Job Wok
1.00 ₹2,34,86,330.03 ₹2,34,86,330.03 Derived from CPWD
Manual for Maintenance
2012
SECTION IV: BIDDING FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
142
Monitoring Management and Mitigation; Payment of all utility bills generated out of the assets/facilities; and Promotion and outreach. Including providing as reasonably necessary all labor and professional, supervisory, and managerial personnel as are required to perform the management, operation, and maintenance services. Year 4 @8% escalation from Year 3
19.5 Complete management, operation, and maintenance of the above-mentioned capital works for five (5) years from the date of completion of capital works including Day to Day Repairs & Maintenance; Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration; Pricing and Revenue Collection; Periodical Environmental Monitoring Management and Mitigation; Payment of all utility bills generated out of the assets/facilities; and Promotion and outreach. Including providing as reasonably necessary all labor and professional, supervisory, and managerial personnel as are required to perform the management, operation, and maintenance services. Year 5 @8% escalation from Year 4
Complete Job Wok
1.00 ₹2,53,65,236.43 ₹2,53,65,236.43 Derived from CPWD
Manual for Maintenance
2012
GRAND TOTAL (exclusive of GST)
₹106,04,92,688.95
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
143
SECTION V: EMPLOYER’S REQUIREMENTS
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
144
5. SECTION V: EMPLOYER’S REQUIREMENTS
5.1. SCOPE OF WORK
5.1.1. Project Background
The Smart Cities Mission (SCM) is a flagship urban development programme launched in June 2015 by
Ministry of Urban Development (MoUD), Government of India (GoI) for urban renewal and retrofitting of existing
100 cities in India. Presently, all 100 smart cities have been selected for mission implementation for funding of
INR 2,03,172 Crores impacting approx. 99.63 million urban population.
Sagar (formerly known as Saugor) was selected as candidate smart city in June 2017 in 3rd round along with
other 30 cities pan India and amongst 7 cities from the state of Madhya Pradesh. The SPV for the city mission
was legally incorporated as Sagar Smart City Ltd. under the Companies Act 2013 on 20th October 2017.
The Sagar SCP delineates approx. 1480 Acres across 22 Urban Local Bodies (ULB) wards in the Central
Business District (CBD) as Area Based Development (ABD) area which also includes 403 Acres of a Lakha
Banjara lake. The ABD’s area coverage is approx. 17.71% of the total city’s area and directly impacts 26.00%
of the total population of the city.
The Smart City Proposal (SCP) outlines 4 thematically focused areas for ABD such as: Revitalization of Old
CBD; Development of Regional Economic Centre; Development of Transit Terminal & Corridor; and Urban
Infrastructure Development & Regeneration. The Pan-city proposal focusses on: Development of an Integrated
Command and Control Centre (ICCC); Integrated OFC Network Coverage; Traffic and Transit Infrastructure &
Management; Safety and Security Infrastructure & Management; and Information Dissemination & Payment
Gateway. The total capital costs of Central and State Government share were estimated INR 1385.27 Crores
for ABD proposals and INR 222.27 Crores for Pan-city proposals, totalling to INR 1607.54 Crores. The SCP
covers 23 components for ABD and 6 components for Pan-city proposals along with their preliminary budget
allocations.
The three most visible and impactful subprojects delineated within the ABD are: Katra Area Redevelopment &
Makeover; Lakha Banjara Lake Front Development & Revitalization; Redevelopment of Existing Bus Stand
Area; and Development of Transit Corridor (Smart Road) . This can be attributed to the size of these public
open spaces which constitute almost 30-35% of the ABD area. Apart from being the public spaces, these
edifices are of ecological, educational, cultural and social significance and have been the ordering elements
in the urban morphology of Sagar.
The key strategic commitment made in the SCP towards Lakha Banjara lake are: Conservation of the existing
natural feature within the ABD area; Restoration and stabilization of the lake edge; Development of a green
contiguous promenade around the lake; Trapping and treatment of sewage & other pollutants; Development
of lakeline transport infrastructure; Development of complimentary leisure and entertainment facilities around
the lake; and Adaptive reuse of the built cultural heritage around the lake. Also, the SCP highlights strategic
tools for achieving the Smart Urban Form, of which the significant one is The ‘Blue-Green-Brown Ecological
Hub’ that involves revival of the naturally- oriented water cycle of the region, using existing water bodies and
the creation of a robust green infrastructure, envisaged to lead to better water management and futureproofing
against the growing demand and support biodiversity in the comparatively small scale that a city provides.
5.1.2. Objectives
The objectives of this subproject, in compliance to Statement of Objects & Reasons, Madhya Pradesh Lake
Conservation Authority, 2004, are:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
145
To protect and reclaim the lake extant thus arresting encroachments, appropriation and detrimental
obtrusions;
To protect and remove all obtrusions, accretions and intrusions into the upstream feeder systems and
watersheds that are detrimental to natural revival of the lake;
To revive, conserve and restore the macro bio-diversity of the lake and integrate it to the urban
environment;
In a way, treat the lake as a large recharge basin for the recharging groundwater of Sagar for future
demands;
To evolve the perception of a historic man made natural asset to a premier natural heritage destination
of the city;
To evolve a natural resource that coherently appreciates its natural, cultural and tourism potentials;
To induce sustainable and responsible planning practices that would have potential to be emulated in
other urban natural assets of Madhya Pradesh;
To evolve Lakha Banjara from an urban natural asset to a Blue-Green-Brown Ecological Hub that
coherently addresses the water needs, complements bio-diversity, establishes core of city’s green
network, acts as an urban carbon sink and provides for the recreational, leisure, socio-cultural and
economical needs for the urban population. Activities that disseminates awareness and scientific
education about nature, ecosystems, carbon substitution, renewable resources, sustainable
development, energy efficiency, etc. shall be integrated to the facilities;
To act as a stimulus of Smart Water Management initiative by reviving downstream interconnections
to other water bodies in the city and in the region, providing alternative treatment technologies of
recharging, promoting retrofitting of ground water recharging and rainwater harvesting techniques into
urban management practices and harnessing sustainable energy conservation; and
To develop Lakha Banjara as the Environmental Observatory where activities like environmental
management, climate change effects, pollution, hydrological and climatic/weather patterns etc. can be
effectively monitored at a city level.
5.1.3. Area Delineation
The delineation of the specific boundaries for the subproject was arrived based on three considerations: Client
Brief; Ecological and Hydrological Conditions; and Time and Resource Consideration. The study area sizing
was based on six aspects: (i) Direct impact area of the Lake that includes 437 Acres (334 Acres of the Lakebed
i.e. the water spread area and 104 Acres of littoral and reclaimed areas of the lake); (ii) Influence Area of the
Lake that includes the 16.70 Sq.Kms of Kanera Deo watershed and the urban catchment areas that impact
the water quality of the lake such as localized sewage generation areas, localized rainwater drains, outfalls,
etc.; (iii) 2.10 Kms of Kanera Deo Feeder Canal; (iv) 3.26 Kms of Mogha Drain (outflow) from the existing
waste weir to the Bawan Kheri village; (v) 36 Inlet Drains/Nallah (29 Minor and 7 Major inlets) combined both
at upper and lower lake; and (vi) 100 mts influence area around the total lake periphery of approx. 8.5 Kms
(approx. 5.8 Kms on the upper lake and approx. 2.7 Kms on the lower lake) including the adjoining vehicular
roads, 18 existing ghats and 4 existing jetties.
SSCL’s top priority included conservation and improvement of water quality of Lakha Banjara Lake for which
it was imperative to comprehensively delineate an area that included feeder channel systems, localized
rainwater inlets, outlets and outfalls and Kanera Deo Watershed. The goals and objectives of this subproject
centre on protecting ecosystem and hydrologic integrity. For this reason, it was advantageous for the project
study area to at least include, if not be based on, a relatively discreet ecological and/or hydrologic unit.
Availability of data and maps and limiting the study area within the municipal and urban development area of
Sagar were also the significant factors in delineating the site for the subproject.
5.1.4. Scope of Work & Services
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
146
The predictive scope of works and services required by the Employer subject to changes, omissions,
inclusions, and variations are, but not limited to the following:
Setting up of a prefabricated containerized site office around the lake at an approved designated
location
Setting up of prefabricated containerized labour shelter/camp around the lake at three approved
designated location
Setting up of 6 prefabricated bio-toilets around the lake at three approved designated location
Setting up of prefabricated containerized material testing laboratory at an approved designated
location
Setting up of fabrication and material storage yard at approved designated location
Setting up of weigh bridge(s) at approved designated location(s)
Mobilizing construction plant(s), equipment, vehicles, and other infrastructure
Securing working areas and construction yard, diversion of traffic and installation of physical barriers
Topographical & cadastral/total station survey of the command area including the lake edge
Survey of physical infrastructure in and around the lake
Data interpretation of satellite remote sensing data / imageries for the lake’s command area
Geophysical & hydrological investigation in and around the lake
Environment impact survey and management
Socio-economic survey and management
Pre-excavation Bathymetry survey of the lake’s water spread area
Siting and fabrication of temporary cover pump station at 2 designated locations around the lake,
complete with electrical connections, connection panels and fuel storage
Providing temporary pipe connections and pumps for temporary tapping from all inlets/drains/nallahs
disposing the waste water into the lake and diverting the pumped waste water to Mogha Outflow
Supply, installation, and operation of 2 vertical turbine pump dewatering pumps of designated horse
power along with desired length of flushing pipes for dewatering the lake bed to Mogha Outflow
including pumping of underwater mud/sludge
Construction of cofferdam/sheet pile barriers near the Mogha Baandh Crest Weir, Sanjay Drive
Aqueduct and at Kanera Deo Feeder Canal with all necessary bye-pass systems
Complete demolition and dismantling of the Mogha Baandh Crest Weir
Siting and sizing of Modular STP/DEWATS facility location at Mogha Baandh Crest Weir or any other
designated and approved location(s)
Construction of Modular STP/DEWATS facility station(s) at Mogha Baandh Crest Weir or any other
designated and approved location(s) including channelization of localized nallahs/drains, silt traps,
settling tanks, collection tanks, waste scum, etc.
Construction and laying of pipes, utility access holes, storm water drains/ducts, head-collection
chambers around the lake periphery (as a part of construction of combined utility burial & ducting)
SITC of Modular STP/DEWATS of appropriate capacity at Mogha Baandh Crest Weir or any other
designated and approved location(s) and making good connections and operation of facility and
draining waste water in to Mogha Outflow
Siting and sizing of dry silt disposal and stack-piling site(s) near the lake bed at 2 designated and
approved locations
Siting and sizing of dry silt stacking and distribution site(s) near the lake bed at 1 designated and
approved locations
Siting and sizing of dry silt disposal and stack-piling site(s) at an approved and designated location or
any other site approved by the government
Mechanical excavation/desilting of the upper lake bed, Kanera Deo feeder canal & Mogha Baandh
outflow with approved equipment and machineries including all ramp works, shoring, and strutting
works
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
147
Disposal/transportation of the excavated silt/boulder/moorum to the above-mentioned site including
tipping, stacking, levelling etc.
Complete re-construction and redevelopment of Mogha Baandh crest weir and its outflow area
including tiered crests, sluice gate chamber, cut-off trench, crest bridge, percolation tank, spillway,
trickle flow chambers, apron walls, gabion walls, retaining walls, automated hydraulic sluice gate, etc.
Development of watershed silt trap at Kanera Deo feeder canal complete with hauling road, protection
walls, retaining wall, lined trap, boulder trap, settling tank, spillway mouth, cross-over pedestrian
bridges, etc.
Reconstruction and retrofitting of existing Sanjay Drive Aqueduct including belly spillway, 13
automated hydraulic slide gates, prefabricated pedestrian bridge, bridge piers, decking etc.
Re-construction and construction of protection, guard and retaining wall complete with toe protection,
weep holes, crated gabion, etc.
Complete reconstruction and redevelopment of 6 inlet culverts at locations near the DEWATS facilities
along with spillway, apron, culvert slab, etc.
Development of protection embankment at appropriate location including toe protection, flashing berm,
stone pitching, geo cell strengthening, profile correction, etc.
Redevelopment and expansion of existing 19 ghats and construction and development of 2 new ghats
including provision for upper level walkways, paved steps, raised seating, railings, provisions for e-bio
toilets, vending kiosk, illumination, cattle traps, ablation/offering tanks, etc.
Development of pedestrian link walkways between ghats and other significant structure including sub-
structural works, paved pathways, combined utility service ducting, railings, seating, etc.
Development of decks for angling, yoga, water sports, observation etc. including paving, access steps,
railings, etc.
Re/-development of 6 boating and transport jetties (1 relocation, 2 re-development, 1 restored and
reused & 2 new jetties)
Development and provision of jetty decks
Development of pisciculture tanks with hatching & incubation tanks, median pathways, railings, etc.
Construction and development of iconic statue pedestal at an appropriate location
Plumbing, hydraulic and electrical works for musical fountain/water ballet show
Removal of wetland infestation and overgrowth like clearance of Jalkumbhi (hyacinth/water lily), trapa
culture, etc.
Erosion protection measures with degradable organic unseeded/pre-seeded vegetative mats including
pinning, fixing, stretching, laying etc.
Wetland Plantation by perennial food & cover mix including enhancement of wetlands
Fish seeding of wetland
Soil and water bio-remediation and bio-manipulation
Dismantling of all cofferdam and sheet piles from locations
Dismantling and removal of temporary waste water tapping facilities
Installation of the interconnection tapping pipes and discharge pipes from Modular STP/DEWATS to
the lake bed
Testing, commissioning, and operation of the Kanera Deo feeder canal, Mogha Baandh crest weir and
Sanjay Drive aqueduct
SITC of synchronized musical fountain/water ballet show including content development, show lights,
fountain grid, relay banks, controllers, water jets, fountain director, nozzles, relays,
microcontroller/plcs, drivers, manifolds, suction pipes, wall inlet, shut down/regulating panels/switches,
pressure pipes, water distributors, water inlet pipes, solenoid valve, under water cable terminal
connector, under water led lights, music a/v system, audio amplifier, underground cables, above water
cables, all fixtures & accessories (anti- corrosion), assistive multilingual listening systems
(wireless/Bluetooth operated), aqua screen, multimedia video projector, etc.
SITC of pontoon jetties and gantry bridge at 6 locations
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
148
SITC of 1 discharge observation station at Mogha Baandh crest weir
SITC of 8 gauge post at appropriate locations
SITC of 2 telemetry rainfall station at appropriate locations including cost of RTDAS
SITC of 2 telemetry water level radar station at appropriate locations including cost of RTDAS
SITC of 1 telemetry automatic weather station at appropriate location including cost of RTDAS
SITC of 14 telemetry automated gate sensor at appropriate location including cost of RTDAS
SITC of 6 telemetry spectrometer probes at appropriate location including cost of RTDAS
Demolition and dismantling of obsolete structure or masonry in CC, RCC, stone, brick, etc.
Dismantling and removal of signboards, telephone poles, electric poles, light poles, barbed wire, chain
link fencing and other allied structures
Dismantling and removal of water supply pipes, Hume pipes, man-holes, sewer pipes, electrical
cables, etc.
Cutting/transplantation of existing trees/plant below the girth of 60cm
Stripping of top surface of the road side at the lake edge and earthworks in cutting, filling, and profiling
Construction of underground/ground burial combined utility services duct along the lake edge including
SITC of water supply pipes, irrigation pipes, medium voltage cabling, high voltage cabling, waste water
pipes, OFC ducting, storm water ducts, etc.
Providing and laying of rain water swale along the lake edge including geotextile wrapped perforated
swale pipes, overflow/pressure release pipes, filter media gravel, sand bed, etc.
Preparation of bed in footings of toe wall, guard wall, boundary wall, etc.
Laying of sub-base in brick bat, gravel, sand bed, CC bed, CC grout, soling, pitching etc.
Construction of foundations of retaining walls, boundary walls, toe walls, guard walls, breast walls, etc.
Constructing of edging and near ground protection work in precast or cast-in-situ CC or RCC
Laying of WMM or WBM road sub-base or shoulder
Construction of stone/brick toe wall, guard wall, protection wall, etc.
Construction of stone/brick masonry boundary wall including coping, grillage, and gate
Construction of protection fencing including fencing mesh, support members, buttress, etc.
Construction of 2 jetty sheds in metal roofing, tubular structural members, rain water gutter, etc.
Construction of 2 pumping stations,1 electric substation, 1 synchronized musical fountain control room
and 1 observation station room
Construction of culvert walls, spillway wall, apron wall, etc. in brick or stone masonry or in RCC
Construction of platforms, decks, etc.
SITC of 28 e-bio toilets at appropriate locations including prefabricated structure, sanitary and
plumbing fittings and fixtures, water tanks, bio digestor, clarifier, electronic flushing systems, etc.
Construction of plain and ornamental ashlar stone work including jaali works
Paving works for promenade, pause point bastion, pathway, walkway, ghats, ramps, steps, etc. in fine
dressed stone, flag stone, slab stone, dressed stone, cobble stone, etc.
Soft paving in bajri paths, dirt trails, etc.
CC interlocking paving in parking stalls, vending areas, and ramps
Ground covers in form of tended areas with shrubs, ground covers and bushes, manicured area such
as lawns, turfing etc., and untended area for wild growth
Plantation of approx. 205 trees of 21 varieties, 160 shrubs of 8 varieties, 550 plants of 11 varieties
Development of green open spaces around the lake edge like yoga park, jogging park, open gym,
deck park, etc.
SITC of street furniture like lamppost, bollards, dustbins, tree guard, benches, signage, etc.
Complete management, operation, and maintenance of the above-mentioned capital works for five (5)
years from the date of completion of capital works including Day to Day Repairs & Maintenance;
Annual Repairs; Annual Repairs; Additions & Alterations; Preventive Maintenance; Emergency
Maintenance; Preventive Maintenance; Operations; Engineering Support; Training and Administration;
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
149
Pricing and Revenue Collection; Periodical Environmental Monitoring Management and Mitigation;
Payment of all utility bills generated out of the assets/facilities; and Promotion outreach and event
management.
Complete management, operation, and maintenance services in a prudent, reasonable, and efficient
manner and in accordance with (i) Operating Manuals, the Administrative Procedures Manual and
applicable vendor warranties, (ii) the applicable Annual Facility Operating Plan and Annual Budget,
(iii) all applicable Laws, (iv) Prudent Utility Practices, (v) the requirements of any System Operator,
and (vi) all insurance policies specified. Reasonable efforts to optimize the useful life of the Facility/
and to minimize Reimbursable Costs and Facility outages or other unavailability.
Providing as reasonably necessary all labor and professional, supervisory, and managerial personnel
as are required to perform the management, operation, and maintenance services. Such personnel
shall be qualified to perform the duties to which they are assigned and shall meet any requirements
for Facility personnel under the Agreements.
Complying with all Laws applicable to the operation, maintenance and management of the Facilities
and the performance of the Services. Applying for and obtaining, all necessary permits, licenses, and
approvals (and renewals of the same) required to do business or perform the Services in the
jurisdictions where the Services are to be performed.
Maintaining, at a location acceptable to Employer, the Facility operating logs, records, and reports that
document the operation and maintenance of the Facilities, all in form and substance enough to meet
Employer's reporting requirements under the Agreements. Maintaining current revisions of drawings,
specifications, lists, clarifications, and other materials related to operation and maintenance of the
Facilities provided by Employer and vendors. Providing Employer reasonably necessary assistance
in connection with Employer's compliance with reporting requirements, applicable Laws or any other
agreement to which Employer is a party relating to the Facilities. Assistance shall include providing
reports, records, logs and other information that Employer may reasonably request as to the Facility
or its operation.
Promptly undertake all necessary action to attempt to prevent or mitigate threatened damage, injury
or loss during an emergency endangering the safety or protection of persons, facilities or properties
located in proximity.
Undertake all necessary action to prevent or to outage
Note - On acceptance of tender, the contractor at his own cost will construct a suitably equipped office at
site with basic facilities such as telephone(s), fax, internet, photocopier, computer(s) and printer(s) along
with operator(s), regular electric & drinking water supply and arrangement of site visit for SSCL‟s staff /
Engineer in Charge (EIC)/PMC is responsibility of the contractor. The contractor shall also make sufficient
arrangement for photography/video-graphy so that photographs video can be taken of any specific activity
at any point of time. The contractor shall also make arrangement of software like MS Project etc. for the
purpose of preparing progress report etc. The contractor shall make all arrangements for ground breaking
ceremony/inaugural function etc. for the project as required and the cost towards it deemed to be included
in his rates/offer. Any expenditure already incurred/to be incurred by SSCL, shall be recovered from the
contractor.
5.1.5. Nature of Work & Services
The nature of works and services involved in this project are, but not limited to the following:
Pre-construction works including setting up of site
Survey and investigation works including establishing of base line data for environmental and social
monitoring
Water resources management work like dewatering and desilting including transportation and hauling
Dismantling, demolition and site clearance works including rehabilitation of utility services
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
150
Excavation and earthworks including mechanical and manual excavations, construction of
embankments, profile correction, trenching, cutting, filling, benching, compacting, stripping, etc.
Water resources management works like embankment protection works like protection toe, stone
pitching, strengthening of slopes by geocells, etc.
Sub-base works like profiling by coba, sand bed, filter media blanket, etc.
Road works like WBM, WMM, surface painting, etc.
Cement concreting works like cast-in-situ concreting, precast concreting, PCC, mass concreting, RCC,
etc.
Drainage and plumbing works including laying of sewer/waste water pipes, services ducting,
channelization of drains, setting up and operation of modular STP/DEWATS, etc.
Electrical works like medium and high voltage cabling, services ducting, jointing and sleeving of cables,
promenade lighting with lamp posts, high mast lighting, flood lighting, transformers, paneling and other
associated works along with fire fight provisions, etc.
Steel works including fencing, structural steel, prefabricated structural steel in sluice gates,
prefabricated structural steel in bridges, in built-up sections, tubular sections, tubular trussing, railings,
grillage, gate, etc.
Masonry works including stone masonry, brick masonry, ashlar stone masonry, coping, veneering,
railing, jaali work etc.
Paving and flooring works including flagstone paving, cobble paving, interlocked paving, dressed stone
paving, slab paving, fine dressed stone flooring, granite flooring, bajri pathway, etc.
Horticulture works including site clearance, earthwork, manuring, sludging, grassing, turfing, plantation
of tree/shrubs/hedges/ground covers/creepers, fencing, vertical garden, etc.
Water resources management works like curtain grouting, soil sub-bases, crated gabions, filter media
sub-bases, specialized RCC works, sluice gates, SITC of water quality monitoring equipment(s), etc.
Bio-restoration and bio-manipulation works like water surface clearance, erosion protection, wetland
regeneration, soil and water bio-remediation, etc.
Specialized works involving SITC of waste bins, floating pontoon and dock systems, benches, deck
flooring, prefabricated e-bio toilets, etc.
Specialized works for synchronized musical fountain/water ballet show including SITC of all civil,
electrical, plumbing, mechanical, electronic, electro-mechanical, hydraulic works
Management operation and maintenance of all capital works mentioned above for a period of 5 years.
5.1.6. Sequence of Works and Milestones
The total time period allocated for the works are 18 months and 5 years for MOM services. Below tabulated is
the predicted sequencing of works in chronological order with their respective completion time from award of
contract. However the bidders are allowed to propose their own work plan within the given time-frame.
Sl. No. Desired Sequencing of Work (in chronological order) Time of
Completion in
months (from
time of award)
Milestone
w.r.t
Completion
of Total Work
or Services
1 Site Setting up including setting up of site office, labour camps, laboratory, material storage, mobilization of equipment, setting up of construction yard, securing working area, etc.
0.5 5%
2 Survey, Investigation and Mandated Assessments including Topo /TSS survey, hydrological investigations, environment and social appraisal, bathymetric survey, etc.
0.5
3 Dewatering of the Lake including setting up of temporary pumping stations, temporary tapping of existing waste
1.5 40%
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
151
water, complete pumping of water and sludge, building cofferdams, demolition of crest weir, etc.
4 Construction & development of waste water tapping network & Modular STP/DEWATS facilities including siting, sizing and construction of Modular STP/DEWATS, channelization, laying of waste water/storm water pipes, ducts and connections, and SITC of Modular STP/DEWATS
0.5
5 Demolition, dismantling and site clearance at the road level 3.0
6 Dry Desilting of the lake, feeder canal & outflow including siting and sizing of dump sites, all means of silt excavation, hauling, ramp works, transportation, etc.
6.0
7 Shore stabilization, protection embankment and construction of all submerged/semi-submerged sub-structures including reconstruction of the waste weir, construction of watershed silt trap, reconstruction and retrofitting of aqueducts, installation of sluice gates, construction of retaining/guard walls, reconstruction of culverts, embankment protection, redevelopment of ghats, pedestrian walkways, decks, bastions, boating and ferry jetties, pisciculture tanks, water fountain, iconic statue, etc.
5.0 75%
8 Wetland Bio Restoration including removal of surface infestation, soil erosion protection measures, wetland plantation, fish seeding, bio-remediation, bio-manipulation, etc.
1.5
9 Removal of all barrier structure(s), temporary arrangements and refilling of upper lake including removal of cofferdams, sheet piles, temporary waste water disposal pipes, interconnection of tapping pipes, testing/commissioning/operating of watershed silt trap/aqueduct/crest weir, etc.
1.0
10 Provision for all floating structure and water quality monitoring systems including SITC of synchronized musical fountain, pontoon jetties, all monitoring equipment, etc.
1.0
11 Substructure and ground burial services utilities at road level including ducting and burial of utility services (electrical cables, water supply pipes, storm water/waste water pipes, rain water swale), footings and foundation works, sub-base works, CC & RCC works, WBM, WMM, etc.
5.0 100%
12 Construction of all superstructures at the road level including toe/protection walls, stone/brick masonry works, protection fencing/railing, shelters/sheds/buildings, SITC of e-bio toilets, platforms, decks, etc.
3.0
13 Ground Cover, flooring, and paving including all paving works, pathways, preparation of ground cover surfaces, etc.
5.0
14 Landscaping, plantation, and street furniture 4.0
15 Management, Operation and Maintenance of the above mentioned capital works for 5 years
C+60 100%
A= date of award of work or agreement
C= completion or commissioning of all capital works
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
152
The illustrative work plan assuming that the dewatering, desilting and all water submerged works have to be
finished within before the rainy season is as follows:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
153
Sl. No.
Work Description Months Oct-2019
Nov- 2019
Dec- 2019
Jan-2020
Feb-2020
Mar-2020
Apr-2020
May-2020
Jun-2020
Jul-2020
Aug-2020
Sep-2020
Oct-2020
Nov-2020
Dec-2020
Jan-2021
Feb-2021
Mar-2021
Activity Time
1. Site Setting-up
0.5
2. Survey & Investigation
0.5
3. Dewatering of the Lake
1.5
4. Site Clearance Demolition & Dismantling at road level
0.5
5. Construction of Waste Water Tapping Network & Modular STP/DEWATS
3.0
6. Dry Desilting & Transportation to Dump Site(s)
6.0
7. Construction of embankment & construction of all submerged/semi-submerged structures
5.0
8. Wetland Bio Restoration
1.5
9. Dismantling of Temporary Arrangements & Refilling of Lake
1.0
10. Procurement and SITC of all floating structure
1.0
11. Construction of substructure and ground burial services utilities at road level
5.0
12. Construction of all superstructures at the road level
3.0
13. Construction of ground cover, flooring, and paving
5.0
14. Landscaping, plantation, and street furniture
4.0
15. Management, Operation and Maintenance of the above mentioned capital works
60.0
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
154
5.1.7. Material and Workmanship
All materials and workmanship shall be of the respective kinds described in the contract and in accordance
with the Architect's/Engineer instructions and shall be subjected from time to time to such tests as the Engineer
may direct at the place of manufacture or fabrication or on the site or at such other place or places as may be
specified in the Contract or at all or any of such places. The contractor shall install quality control laboratory
and provide such assistance, instruments, machines, labour and materials as are normally required for
examining, measuring and test in any work and the quality, weight or quantity of any material used and shall
supply samples of materials before incorporation in the works for testing as may be selected and required by
the Engineer-in-charge.
5.1.8. Period of MOM and Defect Liability
The Defect Liability Period for the project is twelve (12) months after the completion, commissioning and
handing over of the capital works. Defect Liability Period includes products and goods under warranty and
guarantee. The Management Operation and Maintenance Services of the capital works including the DLP shall
be 60 months after the completion, commissioning and handing over of the capital works.
The Contractor shall be responsible to make good within such period as maybe stipulated by the Engineer in-
charge any defect which may develop or may be noticed during period of management, operation and
maintenance of 60 months from the certified date of completion and which is attributable to the contractor. All
notice of such defect shall be given to the Contractor promptly. In case the contractor fails to make good the
defects, the Engineer in-charge may employ other persons to make good such defects and all expenses
consequent thereof and incidental thereto shall be recoverable from the Contractor. In the event the employer
takes over portions of work as they are completed the liability of the contractor for these portions shall extend
to a period of 60 months from the actual dates on which portions of the works are taken over.
The successful bidder/contractor is required to undertake detailed photo recording documentation by still
photography, videography of the entire work prior to commencement and the same has to be deposited with
the Engineer in charge in two copies immediately. Before dismantling any old work to redo this still photography
with specifically putting some identity mark number of the portion by any specified means has to be done and
this to be got checked and certified by Engineer In charge and recorded specifically in the measurement book
(M.B.). A written permission from the Engineer in charge before commencement of executing such work is
essential for execution as well as for payments.
During the work in progress and after its completion also photo documentation is necessary and the photos
before & after completion of portion of work are essentially to be enclosed with the bill for payment.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
155
5.2. SPECIFICATIONS
The works in general shall be carried out as per latest MP-WRD, MP-UADD and CPWD Specifications,
(updated with corrections slips issued upto last date of submission of tender) unless otherwise specified in the
nomenclature of the individual item or in the particular specifications of concerned items of works.
For items not covered under MP-WRD, MP-UADD and CPWD specifications with correction slips or those
specifications are not given in the technical specifications appended or not incorporated in the nomenclature
of the individual item, the work shall be done as per latest relevant BIS Codes of Practice or as per approval
of Engineer-in-charge.
All the works shall be executed as per the approved drawings / designs. The patterns shown in the tender
drawings can be modified as per the site requirements by the Engineer- in-charge and nothing extra
whatsoever shall be payable over and above the quoted rates.
Material should be of the best approved quality obtainable and they shall comply to the respective Indian
Standard Specifications. Samples of all materials shall be got approved before placing order and the approved
sample shall be deposited with the Client/Engineer In-Charge.
Only ISI mark 43/53 grade Ordinary Portland Cement of relevant I.S. specifications shall be used for the work.
Any lot of cement brought to site by the Contractor would be permitted to be used in the work only after the
satisfactory results are received, of the requisite tests under the supervision of the Engineer-In-Charge or his
authorized representative.
Crushing Unit and Batching plant- The crushing unit should be capable of producing particles which are equi-
dimensional or cubicle in shape conforming to the grading requirement. For this purpose, typical two stage
crusher configuration of jaw primary crusher and a cone secondary crusher will be obligatory. In the batching
plant, as per the applicable specifications, the aggregates shall pass through screening unit to separate them
into different sized fractions and deposit them on bins as per specifications.
The Contractor shall submit test certificate in the Performa prescribed / approved by B.I.S. from the
manufacturer for every batch of steel brought to the work site.
The surface regularity of the completed sub-grade, sub-base, base course and widening of surfaces in
longitudinal and transverse direction shall be within the tolerance limit.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
156
5.2.1. General
5.2.1.1. All materials to be used on work shall conform to relevant specifications of Bureau of Indian
Standards and specifications, circulars issued by MP-WRD or MP-UADD or CPWD from time to time,
unless otherwise specifically intended by the Department for specific purpose.
5.2.1.2. The rates in all items are inclusive of all lead, lift and transportation of material except otherwise
specified in the item. No extra on this account is payable unless otherwise specifically mentioned in
any item.
5.2.1.3. The rates for completed items also include the cost of material, labour, workmanship, quality
assurance measures, field/ laboratory test, mix design, finishing, wastage, enabling work, loss on
stocks, machinery, templates, tools and plants and other appliances etc. required for proper
execution of work. It also covers provision for erection and removal of shuttering, scaffolding and
ladders, protection of work during construction such as erosion and falling materials and other
causes.
5.2.1.4. Measurements: Unless otherwise stated, hereafter all works shall be measured net in decimal
system, as fixed in position as given below:
a) Each dimension shall be generally measured to the nearest 0.01 m, or any other lesser units if
specified.
b) Area shall be generally worked out to the nearest 0.01 sqm or any other lesser units if specified.
c) Cubical contents shall be generally worked out to the nearest 0.01 cum or any other lesser units
if specified.
5.2.1.5. The rates for completed items unless and otherwise mentioned are:
a) Inclusive of royalty charges of materials as per notification of Govt. of MP, Mining Department,
and Excluding GST on commodities.
b) Exclusive of applicable GST on total amount of civil contract shall be added on the base amount
worked.
c) Inclusive of Contractor’s profit & overheads, Sundries, Labour cess, etc.
d) Inclusive of site clearance, haul roads, working under watery situation, de-silting but exclude
dewatering and diversion arrangement, wherever applicable.
5.2.1.6. In general, the use of Muster Rolls is prohibited. In special conditions the Government orders for use
of N.M.R. be followed strictly. For execution of works on NMR the rates will be reduced by the element
of contractor's profit (10%). Hence works executed on NMR should be 10x100/112= 8.9 say 9%
below schedule of rates. For awarding contracts on piecework, the deduction will be only 7% because
there will be element of profit restricted to 3%. Hence work executed on piecework shall be
7x100/112= 6.25% say 6% below schedule of rates. Prior sanction of competent authority as
assigned by the Government shall be necessary for execution of works on NMR or piecework. The
NMR/ piecework rates arrived in accordance with (a) above shall be rounded off to next Rupee.
5.2.1.7. Useful rubble, boulder and stone chips obtained from excavation shall be issued to the contractor for
use on works (including enabling works and aggregate crushing) at the issue rates specified for those
materials.
5.2.1.8. The rates as provided in the schedule of rates of PWD/MPRRDA/PHED/UADD/ MP State Electricity
Companies be adopted, after ensuring deduction of taxes, for the items not found in this Schedule
of Rates & the general instructions of respective SOR with specifications shall be followed.
5.2.1.9. The sequence of preference for SOR will be:
a) MP WRD CSR 2017
b) MP UADD ISSR 2012 All Volumes (multiplier of 0.9 applied to all rates as per UADD circular)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
157
c) CPWD 2017 All Volumes
d) SORs or Tender of Other Madhya Pradesh Government Departments
e) SORs or Tender of Other Madhya Pradesh Public Sector Organizations
f) SORs or Tender of Other Central Government Departments
g) SORs or Tender of Other Central Government Public Sector Organizations
h) SORs or Tender of PWDs of nearby States (Uttar Pradesh, Chhattisgarh, Rajasthan, Gujarat
and Maharashtra)
i) SORs or Tender of Public Sector Organizations of nearby States (Uttar Pradesh, Chhattisgarh,
Rajasthan, Gujarat and Maharashtra)
j) For Item Rates not available from the above a detailed Rate Analysis to be provided
5.2.1.10. The sequence of preference for Specifications apart from IS Code(s), IRC and MORTH, which shall
anyway prevail over the others, will be:
a) MP WRD Specifications (All 4 Volumes)
b) MP UADD Specifications (All 4 Volumes)
c) CPWD Specifications (All 4 Volumes)
d) Technical Specifications of other Madhya Pradesh Government Departments
e) Technical Specifications of Other Central Government Departments
f) Technical Specifications of PWDs of nearby States (Uttar Pradesh, Chhattisgarh, Rajasthan,
Gujarat and Maharashtra)
g) Technical Specifications from Approved Tenders by any State or Central Government/PSU
h) Technical Specifications from International Standards
i) Technical Specifications (non-monopolized) from Vendors/Suppliers
5.2.1.11. All steel shall be procured from an authorized dealer or original producers who manufacture billets
directly from iron ores and roll the billets to produce steel conforming to IS: 1786. No re- rolled steel
shall be used on the works.
5.2.1.12. The nomenclature of items given in the schedule of rates shall not be deviated and shall be followed
as they are. It is important that the deviation can be done only for items, which do not find place in
the schedule of rates with due permission from Engineer in Charge, SSCL.
5.2.1.13. Work shall be executed strictly in accordance with relevant IS Codes, IRC, MORTH, Technical
circulars & specifications issued by MP-WRD or MP-UADD or CPWD from time to time or
specifications of relevant departments whose SOR items are used. Wherever any reference is made
to any specified code in the schedule, it shall be taken as reference to the latest edition with all
amendments issued.
5.2.1.14. In the interpretation of description of items or rates of the schedule and specifications, the decision
of the Engineer in Chief, UADD shall be final, unless otherwise specified.
5.2.1.15. The estimates for works shall be prepared based on MP-WRD CSR 2017, MP UADD ISSR for
comparison of tendered rates with common datum throughout the department, without adding or
subtracting anticipated tender rates.
5.2.1.16. The labour rates adopted for preparation of SORs are inclusive of provision for weekend holiday.
5.2.1.17. Any ancient carvings, relics of antiquity, coins or other curiosities which may be discovered or
excavated are the property of Government and are to be delivered to the Engineer-in-Charge.
5.2.1.18. Any vegetation, earth, moorum, sand, gravel, stone, debris, bricks, brickwork, concrete, masonry etc.
obtained from excavation shall form the property of the government.
5.2.1.19. The horizontal (depth-wise or height-wise) splitting of work shall not be done. The sanction for
longitudinal (length wise) splitting of work shall be accorded when considered desirable with due
regard to junction with other group(s).
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
158
5.2.1.20. The items of work to be adopted for execution of works shall be based on designed requirements
and type of works, however for small works.
5.2.1.21. During execution of work all regulations, notifications, bye laws of Central, State Government and
Local bodies shall be followed.
5.2.2. Survey and Investigation
5.2.2.1. Exploration by pits/ Trenches/ Drifts / and Shafts
Open test pits, trenches, drifts and are features accessible for visual examination in subsurface
exploration and afford the most complete information on the ground penetrated. Location of pits,
trenches, drifts and shafts shall preferably be decided in consultation with an engineering geologist;
invariably to be followed for the medium and major irrigation projects.
Exploration by Test pits:
Pits are dug manually but mechanical equipment may also be used for the purpose up to shallow
depths. In dry ground, pits are economical in comparison to bore holes up to a depth of about 5m
depending upon the location. As the depth increases, the cost of excavating a pit increases very
rapidly and it is seldom that unsupported pits are dug to a depth exceeding 6 m except in the case
of hard soils. The top of a pit shall be kept large enough so that dimension of the pit at the bottom
may be at least 1.2 m X 1.2 m which are sufficient to provide necessary working space. Additional
space for sheeting and timber support, hoisting arrangements and ladder, etc. shall be provided. A
recommended Performa for the recording of information obtained from trial pits is given in Appendix
(A) in MPWRD Specification Volume 1.
For deep pits in soil, the walls shall be supported by timber. Typical sheeting and bracing to be
adopted in such cases is shown in plate 2-p/3 Instead of sheeting and bracing, cribbing with 75x150
mm may be used and the arrangement is shown in plate 2-p/4. In loose materials, it is advisable to
keep the space between the pit walls and the cribbing at a minimum and also to pack the space with
hay or wood shavings, and to keep the bottom of cribbing close to the bottom of the pit. The material
from such pits is removed by buckets operated from a hoist or windlass which should be equipped
with a ratchet device for safety. During excavation, the pit should be kept fairly level and of full section
so that each lift may represent the corresponding portion of the deposit in quality and quantity. The
excavated material should be placed round the pits as stockpiles, separated when significantly
different materials are encountered; and marked stakes should be driven in to the stockpiles to
indicate the depth from which the materials were excavated in order to facilitate logging and sampling
latter on. The excavated material should be placed round the pits in the manner it is received from
the excavation, preferably in a clockwise direction. The deposits of excavated material from the pit
at every change in strata should be dumped separately in the manner described above. Samples
from these deposits should be taken as soon as material comes out of the pots and the natural water
content of the excavation material determined.
Test pits left open for inspection shall be provided with covers or barricades for safety. Pits and
trenches shall be suitably fenced. Trenches and pits should be filled back properly when exploration
and physical inspections are completed and the relevant records have been obtained.
When water is encountered in a pit, suitable dewatering system may be required for further progress.
Where suction pumps are used it is desirable that the suction hose be10 mm larger in diameter than
the discharge opening on the pump and the suction head not more than 4.5 m. This requires resetting
the pump in the pit (on a frame attached to the cribbing) at intervals of about 3.5 m. When an internal
combustion engine is used in the pit, it would be necessary to lead the exhaust gases well away from
the pit.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
159
Undisturbed samples may be obtained from open pits from each stratum if the nature of the deposit
permits. For this purpose, a pillar of suitable dimensions, say, 40 x 40 cm should be left undisturbed
at the center of the pit to collect undisturbed samples of required size from each layer showing a
change of formation. If the thickness of each layer exceeds 2m, a second sample may be taken.
These undisturbed samples will be useful for the determination of several characteristics of the in
situ material. Special care shall be taken to preserve the natural moisture content of the samples.
Open pits on dam axis shall be dug at every chain up to at least 1 m inside the rock level unless the
rock level is very deep say more than 6 m in which case these shall be taken to a depth equal to
(M.W.L. - G.L.)/2 or H/3 (H is the height of dam from the lowest nalla level to the T.B.L. of the dam)
whichever is more. It is desirable to locate some pits on the probable cut off line.
For waste weir, pits at 2 chains apart, shall be dug to rock level or to hard strata. These shall be
taken at every 2nd or 3rd chain of the spill channel, The maximum depth shall be restricted to 6 m
and if rock or suitable hard strata is not met with within 6 m depth, pits on other alternative site shall
be dug. For canals, pits shall be dug at every 150 m to a depth equal to full supply depth of the canal
or 2 metre below the designed bed level (whichever is less). Separate pits at the location of structures
shall be taken to a depth up to 1 m inside the rock or hard strata level (maximum depth 6 m).
Exploration by Trenches:
Test trenches are useful when a continuous exposure along a given line or section is desired. In
general they serve the same purpose as the pit but have the added advantage of disclosing the
continuity or limits of the formations or deposits in question and any vertical faults in the rock
structured.
The field work consists of excavating an open trench from the top to the bottom of the slope to reach
representative undisturbed material. Either a single slot trench down the face of the slope or a series
of short trenches spaced at appropriate intervals along the slope may be excavated. Depending on
the extent of the investigation required, use may be made of picks and shovels; bulldozers, ditching
machines, back hoes or dragline.
Exploration by Borings and Drilling:
Power Auger Borings - The most suitable type of power-auger for soil investigations is the one that
will drill a hole at least 60 cm. in diameter (preferably 70 cm to 90 cm), which is large enough for a
man to enter and make accurate inspection or sampling of the soil in place. These large-size augers
will drill into slightly cohesive soils containing appreciable quantities of gravel up to 7.5 or 10 cm in
size. Power-augers ate not satisfactory for use in boulder materials.
Most augers permit boring of holes of about 2.5 m to 3.65 m depth. However, more recent equipment
allow boring up to 6 m or even 12 m depths.
This type of exploration has to be resorted where the required strata or deposit in case of
investigation of materials, cannot be reached by the methods mentioned above or where the
compaction or the soil strata or presence of boulders and rock make it necessary. The various
methods described under relevant para of chapter 22 - "Drilling and Grouting " shall be followed.
Use and Extent of Use-The Use and its extent for the various types of drilling is given below:
a) Rotary Drilling- Rotary drilling may be used in firm clays, compact sands and silts to estimate the
extent of overburden. Such drilling can be accomplished without casing the bore hole A drilling
fluid is farced in to the sides of the hole through the rotating drill bit. This provides sufficient
strength for the hole to be drilled without casing. The rotary drills employ some form of hardened
steel core bits with a cutting edge. After rock is reached the rotary drilling should be replaced by
diamond core drilling. The borehole in the overburden should be cased before commencing
diamond drilling.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
160
b) Core Drilling-The two types of allowable drills in are:
i. Small Diameter Shot Drill-Use is similar as for diamond drill. But it shall be difficult to drill angle
holed by this method and also cores are rough and not easy to examine. It shall not core small
holes and softer materials. However, holes are large enough to be explored with instruments
and method is cheaper than diamond drilling in loose rocks and boulders.
ii. Large Diameter Shot Drill-This is not used for the same purpose as the diamond or small shot
drill. It takes the place of hard-excavated shafts, drilling large holes to make visual inspection
easy and reliable and also leaves the rock undisturbed. But this method is not suited for
inclined holed and is expensive for small jobs.
Rates for Drilling Works:
Rate for drilling work include:
a) All lead and lifts of materials, machines and labourers.
b) Cost of taking out cores, logging labeling and preservation of cores, maintaining in serial order
and painting depths on cores & core box and protection of drill holes till final
measurements.
c) Water and air charges.
5.2.2.2. Levelling for Headworks
Levelling Instrument:
For first /second order levelling operations, primary/ secondary levels or leveling instruments are
respectively used. The primary levels and secondary levels conforming to specifications of IS:9613-
1980 and IS:4590-1980respectively shall be used. Primary level is a high precision level used for
height measurements for topographical maps, engineering works such as tunneling, installation of
heavy machinery, hydroelectric projects etc.; height determination for geophysical purposes; quantity
reductions and to record changes or height. Secondary level is a medium accuracy level used for
second order levelling operations. These operations are undertaken for height determination for
topographical works installation of machinery construction of roads, railways, building works etc.
Leveling staff:
These confirming to specifications of IS:1779-1961 shall be used
Survey party for Double Levelling:
The survey party for double levelling should invariably be headed by the sub- division officer
concerned or an officer not below the rank of an Assistant Engineer.
The general instructions for carrying out systematic levelling work and making entries in the field/
level book as appended at Appendix - VII shall be followed.
5.2.2.3. Fixing Benchmarks
Ordinary or Temporary Bench Marks:
In the case of spread out works, several bench marks duly connected to standard bench marks or
permanent bench marks by double leveling shall be constructed and fixed as per the type design
No.6 of M.P Water Resources Department given at plate 2-p/2 The procedure for double leveling,
selection of their locations and other specifications shall be the same as for the standard or
permanent bench marks.
5.2.2.4. Reconnaissance and study of maps
Before reconnaissance it is necessary to thoroughly the need, extent and limitations of the project.
And before field reconnaissance is started, all available data and maps detailed below shall be
thoroughly studied to avoid waste and repetition of effort.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
161
a) Previous history of the area,
b) Projects considered, investigated or constructed in the area.
c) Topographical maps published by survey of India,
d) Forest maps, from G.S.I and Maps and Data from Meteorological department, and
e) Recent aerial photographs/ satellite imageries so as to furnish up-to date information on cultivated
area, natural vegetation and growth, geological reconnaissance information and sources of
construction materials. Aerial photographs may be obtained from survey of India Dehradun and
satellite imageries from Indian Institute of Remote sensing, Balanagar, Hyderabad.
The reconnaissance for minor irrigation projects shall be carried out and its report prepared as
specified at Appendix-I Appendix-II, MPWRD Specification, Volume 1 given the guide lines for filling
the check statement for medium and major projects shall be prepared on the basis of the check list
appended at Appendix- III, MPWRD Specification, Volume 1
For execution of item labour only survey, one Sub Engineer unit may engage a maximum of one
Amin (Qualified) or Survey Attendant (ITI certificate holder), one field Assistant, Abhiyana (Matric) or
Time-keeper (Matric). This item shall be executed on prior written sanction of the Superintending
Engineer/ Chief Engineer, specifying the number of Sub-Engineer units in each Sub Division and the
period for which they are to be engaged.
5.2.2.5. Topographic Survey
Topographical surveys including preparation of survey plans to cater to the requirements of
Appendix-IV, MPWRD Specification, Volume 1.
For topographical and cadastral survey by total station the area will be measured in hectares.
The rates are based on the following average daily progress that can be normally achieved under
average conditions by one survey party:
a) For total station survey party includes 9 persons (2 diploma holder surveyor, 2 prism holder
(unskilled), 1data composer, 2 instrument carrier/helper (unskilled), 1 umbrella & water man, 1
axe-man for clearing obstacles)
For total station, it shall be mandatory to obtain a soft copy of field work raw data from the survey
agency so that the results can be checked at any time.
5.2.2.6. Geological Investigations
Geological and Foundation Investigations- C.W.C guide lined for foundation investigation of major
projects are appended at Appendix-V, MPWRD Specification, Volume 1.
5.2.2.7. Hydrographic survey/ Bathymetry survey
Hydrographic survey/ Bathymetry survey shall confirm to the following:
a) Works include Hydrographic survey work at the site or in the command area of the water body
and Submission of survey drawings and reports
b) The survey scale and spacing shall be as specified by the Engineer.
c) For the area where localised protrusions are observed or expected, the spacing shall be closer to
pick up all peculiar features in the area. The same shall be applied to pick up the toe line and the
crest line of any sloping ground.
d) All survey levels are in Admiralty Chart Datum (ACD) for echo sounding survey and Land Survey
Datum (LSD) based on relevant local survey grid system. The conversion between ACD and LSD
shall be indicated in the survey drawing.
e) A minimum of five (5) control stations of a reasonably permanent nature should be left at site, and
should be clearly shown in the survey drawings.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
162
f) The echo sounding equipment shall be checked and calibrated at the beginning and end of each
day’s work. This shall be carried out within the area of the survey. The equipment shall be
calibrated by approved method. Check soundings shall be made by lead line at reasonable
spacing (30m) over the echo sounding survey emphasizing on coverage as directed by the
Engineer.
g) A continuous record of tide levels during the period of sounding shall be submitted along with the
echo sounding survey report. The error in the survey shall not exceed the following:
iii. Echo Sounding In horizontal position = ± 3.0 m
iv. In vertical position = ± 0.2 m
h) Metric units shall be used throughout the survey.
i) The following shall be surveyed and plotted on survey plan:
i. Lot boundaries
ii. Vegetation edge
iii. Existing structures
iv. Drainage outlets with invert level
v. Pipeline/cable crossing/other utilities or services under and on ground surface
vi. Existing navigation marks
vii. Existing shore-protection works
viii. Sunken barges/vessels
ix. Rocky outcrops
x. Contours (to include also these contours: +2.1m ACD, +1.2m ACD)
xi. Ground levels
j) The drawings to be submitted shall follow the format of the hydrographic survey drawings issued
during tender.
k) All the above drawings are to be in AutoCAD Format in 3D mode. The Contractor is to supply 5
sets of CD-ROM containing the survey data.
l) The drawings shall be submitted as follows:
i. One (1) set of tracing.
ii. Five (5) sets of prints.
iii. Five (5) sets (A3) of all drawings mentioned above.
iv. Five (5) sets of Report describing the survey details including description of all equipment
used, tide observation, bench marks, positioning control, track plots, weather, personnel,
photographs of all above-mentioned and all drain outlets, etc.
v. Original set of all record, site notes, echo record, tide observation, daily site report, etc.
m) The surveyor is expected to be a licensed land and hydrographic surveyor (registered in India),
who shall check and endorse all drawings and reports submitted. He is expected to carry out the
works in his normal professional capacity, including allowance for liaison with relevant authorities,
hire of boats, and the likes to enable survey to proceed as specified.
n) Cost of survey works includes: hiring of boat/barges or floating structure/platform, buoys,
transport of equipment and workforce, etc.
5.2.2.8. Initial Environmental Examination or Environmental Impact Assessment
Initial Environmental Examination or Environmental Impact Assessment shall confirm to the
following:
a) Waterfront development may create a wide range of impacts on the environment by desilting,
dredging, construction work, landfills, discharges, transport operations, and other lake related
activities. The potential adverse effects of waterfront development encompass water pollution,
contamination of bottom sediments, loss of bottom habitat, damage to marine ecology and
fisheries, beach erosion, current pattern changes, waste disposal, spillage, hazardous material
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
163
emissions, air pollution, noise, vibration, visual pollution, and other unhealthy socio-cultural
impacts.
b) EIA procedures are designed to identify environmental problems which may be caused by a
development project and determine the magnitude of change in the environment. Through this
process design, location and operational changes can be introduced to minimize the adverse
impacts of the development. EIA usually has preliminary and detailed phases. The first phase is
called an Initial Environmental Examination (lEE) and the second is Environmental Impact Studies
(EIS) or simply detailed EIA. The lEE is a study on potential impacts which a proposed project
might have on the environment.
c) The lEE contains a brief statement of key environmental issues, based on readily available
information, and is used in the early (pre-feasibility) phase of project planning. The lEE also
suggests whether in-depth studies are needed. An EIA is a more detailed study of the probable
significant effects both beneficial and adverse which a proposed project will have on the
environment.
d) A typical EIA report includes the following major elements:
i. description of the project,
ii. description of the environment,
iii. anticipated environmental impacts and mitigation measures,
iv. alternatives,
v. economic assessment,
vi. an environmental management plan that includes institutional requirements and
environmental monitoring program,
vii. public consultation and disclosure, and
viii. conclusion.
e) A typical IEE includes the following major elements:
i. description of the project,
ii. description of the environment,
iii. potential environmental impacts and mitigation measures,
iv. institutional requirements and environmental monitoring program,
v. public consultation and disclosure
vi. findings and recommendations, and
vii. conclusion.
f) Cost of IEE or EIA includes all surveys, monitoring, manpower, production of report and periodical
public consultations
5.2.2.9. Socio-economic Survey or Social Impact Assessment
Socio-economic Survey for preparing Social Impact Assessment shall confirm to the following:
a) The data collection methods and analytical tools used (e.g., qualitative versus quantitative data,
mix of data from different units of analysis for triangulation of results);
b) The units of analysis used for the social assessment (e.g., household level, community level or
other relevant social aggregations);
c) If sampling is used, rationale and criteria for sampling sites and respondents; please note that
representative sampling (rather than subjective sampling) should be employed wherever
possible;
d) A typical SIA report includes the following major elements:
i. Non-technical summary
ii. Project description (up to 2 pages)
iii. Analysis of policy, legal, and administrative framework
iv. Stakeholder identification and analysis
v. Socio-cultural, economic, historical, institutional, and political context
vi. Methodology of data collection and impact analysis
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
164
vii. Identification, prediction, and assessment of impacts
viii. Analysis of alternatives
ix. Social Management Plan
x. Stakeholder consultation
e) Cost of SIA includes all surveys, monitoring, manpower, production of report and periodical public
consultations
5.2.3. Dewatering
5.2.3.1. The work to be completed by the Contractor includes, but is not necessarily limited to the following:
a) Implementation of the Erosion and Sedimentation Control Plan.
b) Dewater excavations, including seepage and precipitation.
5.2.3.2. The Contractor shall be responsible for providing all materials, equipment, labor, and services
necessary for care of water and erosion control. Excavation work shall not begin before the Erosion
and Sedimentation Control Plan is in place.
5.2.3.3. Following minimum requirements are desired for the dewatering works:
a) Dewatering system shall be of sufficient size and capacity necessary to lower and maintain
ground water table to an elevation at least 300 mm (1 foot) below lowest foundation subgrade or
bottom of pipe trench and to allow material to be excavated, piles to be driven, and concrete
placed, in a reasonably dry condition. Materials to be removed shall be sufficiently dry to permit
excavation to grades shown and to stabilize excavation slopes where sheeting is not required.
Operate dewatering system continuously until backfill work has been completed.
b) Reduce hydrostatic head below any excavation to the extent that water level in the construction
area is a minimum of 300 mm (1 foot) below prevailing excavation surface.
c) Prevent loss of fines, seepage, boils, quick conditions or softening of foundation strata.
d) Maintain stability of sides and bottom of excavation.
e) Construction operations are performed in the dry.
f) Control of surface and subsurface water is part of dewatering requirements. Maintain adequate
control so that:
i. The stability of excavated and constructed slopes are not adversely affected by saturated
soil, including water entering prepared subbase and subgrades where underlying
materials are not free draining or are subject to swelling or freeze-thaw action.
ii. Erosion is controlled.
iii. Flooding of excavations or damage to structures does not occur.
iv. Surface water drains away from excavations.
v. Excavations are protected from becoming wet from surface water, or insure excavations
are dry before additional work is undertaken.
g) The contractor shall comply with and obtain the required permissions from State Government or
any other regulatory bodies for where the work is performed
5.2.3.4. Following minimum compliances for installation of the dewatering systems are required from the
contractor:
a) Install a dewatering system to lower and control ground surface water in order to permit
excavation, construction of structure, and placement of backfill materials to be performed under
dry conditions. Make the dewatering system adequate to pre-drain the water-bearing strata above
and below the bottom of structure foundations, utilities, and other excavations.
b) In addition, reduce hydrostatic pressure head in water-bearing strata below structure foundations,
utility lines, and other excavations, to extent that water levels in construction area are always a
minimum of 300 mm (1 foot) below prevailing excavation surface.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
165
5.2.3.5. Following minimum compliances for operation of the dewatering systems are required from the
contractor:
a) Prior to any excavation below the ground water table, place system into operation to lower water
table as required and operate it continuously 24 hours a day, 7 days a week until utilities and
structures have been satisfactorily constructed, which includes the placement of backfill materials
and dewatering is no longer required.
b) Place an adequate weight of backfill material to prevent buoyancy prior to discontinuing operation
of the system.
5.2.3.6. Following minimum compliances for water disposal of the dewatering systems are required from the
contractor:
a) Dispose of water removed from the excavations in such a manner as:
i. Will not endanger portions of work under construction or completed.
ii. Will cause no inconvenience to Government or to others working near site.
iii. Will comply with the stipulations of required permits for disposal of water.
iv. Will Control Runoff: The Contractor shall be responsible for control of runoff in all work
areas including but not limited to: excavations, access roads, parking areas, laydown,
and staging areas. The Contractor shall provide, operate, and maintain all ditches,
basins, sumps, culverts, site grading, and pumping facilities to divert, collect, and remove
all water from the work areas. All water shall be removed from the immediate work areas
and shall be disposed of in accordance with applicable permits.
b) Excavation Dewatering:
i. The Contractor shall be responsible for providing all facilities required to divert, collect,
control, and remove water from all construction work areas and excavations.
ii. Drainage features shall have sufficient capacity to avoid flooding of work areas.
iii. Drainage features shall be so arranged and altered as required to avoid degradation of
the final excavated surface(s).
v. The Contractor shall utilize all necessary erosion and sediment control measures as
described herein to avoid construction related degradation of the natural water quality.
c) Dewatering equipment shall be provided to remove and dispose of all surface and ground water
entering excavations, trenches, or other parts of the work during construction. Each excavation
shall be kept dry during subgrade preparation and continually thereafter until the structure to be
built, or the pipe to be installed therein, is completed to the extent that no damage from hydrostatic
pressure, flotation, or other cause will result.
5.2.3.7. Contractor shall provide complete standby equipment, installed and available for immediate
operation, as may be required to adequately maintain de-watering on a continuous basis and if all or
any part of the system may become inadequate or fail.
5.2.3.8. If dewatering requirements are not satisfied due to inadequacy or failure of the dewatering system
(loosening of the foundation strata, or instability of slopes, or damage to foundations or structures),
perform work necessary for reinstatement of foundation soil and damaged structure or damages to
work in place resulting from such inadequacy or failure by Contractor, at no additional cost to
Government.
5.2.3.9. Contractor shall immediately repair damages to adjacent facilities caused by dewatering operations.
5.2.3.10. Contractor shall ensure compliance with all conditions of regulatory permits and provide such
information to the Engineer-in Charge. Obtain written approval from Engineer-in Charge before
discontinuing operation of dewatering system.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
166
5.2.3.11. The applicable standard for dewatering is IS.9759-1981: Guide lines for dewatering during
construction. (Reaffirmed2003)
5.2.3.12. Rates for Electric Sub Station items, Lighting inside and outside Pump House, Earthing for Pump
House installation may be adopted as per MPSEB/MP PWD Schedule of rates.
5.2.3.13. The applicable standard for installation of pumps is IS. 1710 -1989: Pumps - Vertical Turbine Mixed
and Axial Flow, for Clear Cold Water (Reaffirmed 2009)
5.2.4. Dry De-silting
5.2.4.1. General:
Sedimentation of lakes and non-storage reservoirs is the process of accumulation of silt due to
excessive erosion at the watershed or at the local level. This causes reduction in the storage capacity
of the lake bed. The progressive loss of capacity due to sediment accumulation results in reduced
benefits and may even result in operational as well as physiological problems in the lake ecology.
De-siltation of lakes helps to partially restore the original capacity of the lake and improves the
ecological condition within the lakebed area. The desilted sediment can be separated into recyclable
components such as sand, clay, moorum and stone/boulder, which can be utilized for construction
purposes, brick/tile kilns, sludge farming, grass root cover for inert waste landfills, etc.
5.2.4.2. Estimation of quantity of deposited sediment in the lakebed:
For assessing the preliminary quantity of deposited silt in lakebed, gross sedimentation studies have
been carried out by the employer. However, the contractor, as a pre-excavation activity, shall conduct
a Bathymetric Survey and Sub-bottom profiling of the lake bed before dewatering of the lake by which
the elevation and thickness of underwater sediments can be assessed respectively. Before
dewatering the process, Bathymetric Survey and Sub-bottom profiling shall be jointly conducted by
the contractor and engineer-in charge for assessing the final quantity of sediments to be extracted.
5.2.4.3. Estimation of composition of deposited sediment in the lakebed:
For assessing the composition of sediments in the lakebed, limited bore investigations have been
carried out by the employer. However, the contractor, for estimating the composition of deposited
sediments, shall conduct bore investigations and get the samples analyzed at any State/Central
Government owned Engineering College laboratory or any other laboratory approved by Bureau of
Indian Standards. For accurate estimation of the composition, samples shall be collected at closer
intervals, preferably one each from a grid of 150 x 150 mts size. In case the sediment thickness is
more than 2.00 mts, one sample from the bottom of deposition is also needed for sediment
composition analysis.
5.2.4.4. Vetting and acceptance of estimated quantity of silt and its composition by a competent
technical committee:
An Empowered Technical Committee headed by designated officials from State Government’s Water
Resources Department, Minor Irrigation Department, Ground Water Commission, Lake Development
Authority, Pollution Control Board, Mining and Metallurgical Department and ULB shall vet and
accept the estimated quantity and percentage of composition of the silt.
5.2.4.5. Technology to be used for desilting of sediment (special excavation work):
The desilting of the lakebed shall be carried out using the dry-desilting method; the sediments, after
complete dewatering of the lakebed, shall be excavated by means of special equipment(s) and
stacked or stack piled to the designated nearby site(s) for segregation and dumping.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
167
Contractor shall study the datum levels from the bathymetric survey outputs and prepare a plan for
desilting of allowable quantity in Bill of Quantities and obtain approval from the Engineer-in-Charge
and Environmental Expert
Contractor shall, on desilting plan, clearly demarcate areas required for shallow and deep desilting
based on the composition strata of the silt verified from hydro-geological investigations
Then the silt bottom of the reservoir shall be left to dry for at least 21 days, after which hauling ramps
and roads shall be constructed for movement of extraction equipment(s) to the designated extraction
areas.
The excavation consists of stripping the lake bed, excavations for cut-off trench, excavation of grip
trenches and foundation for spillway, stilling basin, side channel spillway, embankment, etc., the
excavation shall be carried out according to the directions of the Engineer-In-Charge.
The extraction of silt involves deployment of highly specialized equipment and vehicles namely: large
bucket excavator, bucket wheel excavator with conveyor belt, amphibian excavator capable of
movement into the high muddy and sludgy conditions, floating barge for carrying amphibian
excavator, loader, tipper, dumper, etc.
All open cut excavations shall be performed in accordance with the following specification. Assumed
excavation lines for the lake bed and other appurtenant works are shown on the drawings but the
final excavation may vary from the lines shown.
Slopes of all excavation to remain permanently exposed shall be dressed and finished to the
prescribed lines in a careful and workmen like manner.
The excavation for the foundation of cut-off trench at the elevations shall be shaped as determined
by the Engineer-in-Charge so as to produce the desired surface or contact between the fill material
and foundation rock.
At all stages of excavation work, all necessary precautions shall be taken to preserve the rock below
and beyond the lines of excavations in the soundest possible conditions. All blasting operation and
depth and size of holes and size and characteristics of the charge shall be subject to the approval of
the Engineer-In-Charge. The explosives used in the excavation shall be of such quality and power
as will neither damage, nor crack, the rock outside the prescribed limits of excavation and shall be
subject to the approval of the Engineer-In-Charge. Further blasting may disturb the rock upon which
earth fill is to be dumped, the use of explosives shall be discontinued and the excavation shall be
completed by wedging, chiseling, line dressing and breaking or other suitable methods, all at the
expense of the contractor as directed by the Engineer-In-Charge. All loose shattered or disintegrated
materials shall be removed.
An damage done to the work due to the contractor’s operations including shunting the materials
beyond the excavation line shall be repaired by the contractor at his expense. All excess excavation
if any performed for the convenience of the contractor or over excavation performed by the contractor
for any purpose or reason except as may be ordered in writing by the Engineer-In-Charge and
whether or not due to fault of the contractor shall be at the expense of the contractor. When required
to complete the work all such excess excavation and over excavation shall be refilled with suitable
material as directed by the Engineer-In-Charge by the contractor at his expense. Grading near the
structure shall be controlled to prevent surface water running into excavated areas.
After the excavation work is completed, the final foundation surface shall present a rough outline and
all smooth surface shall be roughened. The surface shall be free from steep angles and top edges
of benches and line chambers approximately to 45%. Sharp projections and knobs shall be flattened
out. Neither along the length nor across the foundation shall have a slope exceeding the angle of
friction of rock masonry / concrete. Where slopes are steep, the rock shall be benched to give
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
168
necessary horizontal seating, the benches themselves sloping down towards upstream at about 1 in
10. All lose stones which give dull sound when stuck with hammer should be removed.
The final preparation of foundation surfaces shall be done immediately prior to the placing of concrete
/ masonry. The foundation shall be thoroughly cleaned off all loose particles including the finest of
chips, sand, dirt and slightest film of oil or grease. The whole surface including the corners, crevices
and joints shall be thoroughly cleaned by means of air and water jet under pressure. The foundation
shall be kept free from any stagnation of water prior to placing concrete and till the concrete sets.
Removal of slush by pan or bucket under watery situation including depositing the stuff as directed
in the specified dump area including all leads and lifts and including river diversion and bailing out
water, etc.,
The area where slush under watery situation is to be removed shall be cordoned off with a diversion
leak proof bund. Thereafter the water level in the area is depleted by putting a sump at a lowest point.
As the dewatering progresses, slush has to be removed by pan or bucket excavating hard strata
wherever necessary. All small boulders of less than 0.30 Cu.m in volume, shall be removed by pan
or bucket and conveyed by head loads or any type of conveyance and shall be deposited in the
specified dump area. The rate for this item will include all items of river diversion and bailing out
water.
Measurement of the excavated silt shall be done on a weigh bridge installed at the exit points of the
site. The weight of the excavated silt shall be determined as per the IS Codes. In case of the wet or
sludgy silt 20% shrinkage volume shall be deducted from the weighed materials.
5.2.4.6. Subsequent transportation and segregation of the silt:
The excavated materials shall be disposed of to the segregation plant or yard located outside the
site area or at a dump site or in the manner as directed by the Engineer-In-Charge. All the useful
materials (in the opinion of the Engineer-In- Charge) obtained from excavation shall be stacked in
the dump area as directed by the Engineer-In-Charge and it is incumbent on the part of the contractor
to make use of the same as directed by the Engineer-In-Charge.
Contractor shall, on desilting plan, clearly earmark entry and exit points for equipment and transport
vehicles. Contractor shall prepare a extraction/excavation and transportation plan for operations
involved in the extraction of the silt clearly indicating the temporary extraction locations, hauling
areas, loading areas and weighing areas within the site. An economical route shall be chosen by the
contractor for carriage of de-silted materials from the site to the designated and approved
disposal/dump site.
The separation/segregation/processing plant or yard shall be located at the most technically feasible
distance either separately or integrated with the designated dump site. The land for the
separation/segregation/processing plant or yard and the dump site shall be provided by the district
administration on lease subject to availability or arranged by the contractor which will be decided
during the bidding process. If the land is not provided by the Government, the contractor will provide
details of land along with location maps.
The processing shall involve segregation (wet method) of usable and recyclable compositions such
as boulder, gravel, sand, clay, organic matter, etc. and inert waste debris like plastic, glass, timber,
building debris, fabric, or any other non-degradable waste material. The segregated inert waste
debris shall be transported to the designated municipal landfill site adhering to the safety conditions
stipulated by the concerned authority without polluting the environment in any manner. No harmful
chemicals/flocculation agents shall be added during separation/segregation process. The area
required for separation yard and dumping site will depend on the size of the lake and the quantity of
sediments. Separation of compositions shall be done in such a manner that the properties of the
separated materials are strictly in accordance with the market requirements for which specifications
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
169
will be included in the bid document. Only usable materials which are not voluntarily accepted or are
not saleable shall be disposed-off to the dumping site.
5.2.4.7. Environmental concerns addressed due to the impact of chain of activities:
Withdrawal of sediments shall only be carried out from the stipulated location of the lake bed, as per
the work plan approved by the Engineer-in-Charge.
No stacking/processing of the desilted materials shall be carried out within the lake bed or the lake
basin area.
All separated/segregated desilted material shall be packed and transported, to reduce the chances
of ambient air and water pollution. Packing shall be done within the segregation plant. In case
materials are not packed, the trucks/dumpers/tippers shall be well covered during transportation to
minimize pollution problems.
After the segregation process, the inert materials (as classified under the waste segregation
standards) shall be disposed-off to the designated municipal landfill site by suitable means of
transport. The contractor shall obtain permission to dump such materials at the landfill site from the
ULB.
No forest land or land with sensitive ecological boundaries shall be allocated as a stacking/dumping
site. The land should generally be: located at the downstream of the lake; isolated from populated
areas; leeway side of the wind direction to avoid wind-blown; the site that can be reused in the future;
silt into the environment; an infertile waste land with average elevation 1.50 mts less than the nearby
approach road; average slope less than 1%; without any streams/brook/rivulet/river or wetland
flowing through it or any historical site in proximity or part of a floodplain; land without any natural
and confined aquifer; land without dense vegetation or forest cover; land that has presence of
dominant and extinct species of flora and fauna;
Extraction of silt from the lake bed as per the acts, rules, byelaws, and guidelines of the department
of Mining. Prior permission shall be sought from all statutory and regulatory bodies before extraction
and transportation of the silt from the lake bed.
5.2.4.8. Monitoring, auditing, and accounting mechanism during the desilting process:
The accumulated sediments shall be removed only from within the boundary and sectors earmarked
by the Empowered Technical Committee. Desilting adjacent to any physically sensitive structure shall
be under close monitoring of the Water Resources and Minor Irrigation Department. The contractor
shall prepare a sector-wise excavation/desilting plan for the lake bed, output assessment of which
shall be done by the employer.
All transport vehicles and equipment used for desilting and transportation purpose, shall have
installed GPS enabled tracking systems. Also, CCTV surveillance system shall be installed at all
sides of the lake, dump site, segregation/stacking site and intermittently on the transportation route
for tracking and monitoring the activities. The concerned District Administration Office shall post a
Public Works Inspector at the desilting area and stacking/dumping site for monitoring and reporting.
The general process and sequencing of activities shall be followed for the dry desilting of the lake
bed as illustrated in the following flow chart:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
170
5.2.4.9. Carriage of Materials, Leads and Lifts:
According to the specification C.P.W.D carriage by animal and mechanical transport shall be
reckoned in one km. unit. Distances of 0.5 km. or more shall be taken as 1 km. and distance of less
than 0.5 km. shall be ignored. However, when the total lead is less than 0.5 km., it will not be ignored
but paid for separately in successive stages of 50 meters subject to the condition that the rate worked
on this basis does not exceed the rate for initial lead of 1 km. by mechanical/animal transport.
Carriage by manual labour shall be reckoned in units of 50 meters or part thereof.
Lead: all distances shall be measured over the shortest route. Route other than shortest practical
route may be considered in cases of unavoidable circumstances and approved by Engineer-in-
charge along With reasons in writing.
Lift: The vertical distance for removal with reference to the ground level. The excavation up to 1.5
meters depth below the ground level and depositing the excavated materials upto 1.5 meters above
the ground level are included in the rate of earth work. Lifts inherent in the lead due to ground slope
shall not be paid for.
5.2.4.10. Discovery and Finding of Antiquities:
Any finds of archaeological interest such as relics of antiquity, coins, fossils or other articles of- value
obtained in excavation shall be delivered to the Engineer-in-Charge and shall be the property of local
body (Municipal Corporation, Municipal Council, Nagar Panchayat).
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
171
Any material obtained from the excavation which in the opinion of the Engineer-in-Charge is useful
shall be stacked separately in regular stacks as directed by the Engineer-in-Charge and shall be the
property of local body (Municipal Corporation, Municipal Council, Nagar Panchayat).
5.2.4.11. Underwater Excavation:
All water that may accumulate in excavations during the progress of the work from springs, tidal or
river seepage, broken water mains or drains (not due to the negligence of the contractor), and
seepage from subsoil aquifer shall be bailed, pumped out or otherwise removed. The contractor shall
take adequate measures for bailing and/or pumping out water from excavations and/or pumping out
water from excavations and construct diversion channels, bunds, sumps, coffer dams etc. as may
be required. Pumping shall be done directly from the foundation trenches or from a sump out side
the excavation in such a manner as to preclude the possibility of movement of water through any
fresh concrete or masonry and washing away parts of concrete or mortar. During laying of concrete
or masonry and for a period of at least 24 hours thereafter, pumping shall be done from a suitable
sump separated from concrete or masonry by effective means.
Capacity and number of pumps, location at which the pumps are to be installed, pumping hours etc.
shall be decided from time to time in consultation with the Engineer-in-Charge.
Pumping shall be done In such a way as not to cause damage to the work or adjoining property by
subsidence etc. Disposal of water shall not cause inconvenience or nuisance in the area or cause
damage to the property and structure nearby. To prevent slipping of sides, planking and strutting
may also be done with the approval of the Engineer-in-Charge.
Classification:
The earth work for various classification of soil shall be categorized as under:
a) Work in or under water and/or liquid mud: Excavation, where water is met with from any of the
sources specified in para 1.24.1 shall fall in this category. Steady water level in the trial pits before
the commencement of bailing or pumping operations shall be the sub-soil water level in that area.
b) Work in or under foul position: Excavation, where sewage, sewage gases or foul conditions are
met with from any source, shall fall in this category. Decision of the. Engineer-in-Charge whether
the work is in foul position or not shall be final.
Measurement:
The unit, namely, meter depth shall be the depth measured from the level of foul position/ sub- soil
water level and upto the centre of gravity of the cross-sectional area of excavation done in the
conditions classified in above. Meter depth shall be reckoned correct to 0.1 m, 0.05 m or more shall
be taken as 0.1 m and less than 0.05 m ignored. The extra percentage rate is applicable in respect
of each item but the measurements shall be limited only to the quantities of earth work executed in
the conditions classified in para above.
In case earth work in or under foul position is also in or under water and/or liquid mud, extra payment
shall be admissible only for the earth work executed in or under foul position.
Pumping or bailing out water met within excavations from the sources specified above where
envisaged and specifically ordered in writing by the Engineer-in-Charge shall be measured
separately and paid. Quantity of water shall be recorded in kilolitres correct to two places of decimal.
This-payment shall be in addition to the payment under respective items of earthwork and shall be
admissible only when pumping or bailing out water has been specifically ordered by the Engineer-in-
Charge in writing.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
172
Planking and strutting or any other protection work done with the approval of the Engineer-in- Charge
to keep the trenches dry and/or to save the foundations against damage by corrosion of rise in water
levels shall be measured and paid for separately.
Bailing or pumping out water, accumulated in excavation, due to rains is included under respective
items of earthwork and is not to be paid separately.
Rates:
The rates for respective items described above shall include cost of all the operations as may be
applicable.
5.2.4.12. Earthwork by Mechanical Means:
Earth work by mechanical means involves careful planning keeping in view site conditions i.e. type
of soil, nature of excavation, distances through which excavated soil is to be transported and working
space available for employing these machines. The earth moving equipment should be accordingly
selected. The earth moving equipment consists of excavating and transporting equipment.
Please note that the other specialized equipment and transport vehicles required for earthwork in
desiltation process shall be referred from the minimum equipment specifications provided by the
employer.
Excavators:
The excavators generally used at site are as follows: (i) Dipper-shovel (ii) Backhoe (in) Skimmer (iv)
Dragline (v) Clamsheel
Tractor-based Equipment:
It is a self-propelled crawler or wheeled machine used to exert a push or pull force through mounted
equipment. It is designed either as attachments to normal tracked or wheeled tractors or as machines
in which the earth moving attachments and the tractor are designed as a single integrated unit. A
tractor, which is hydraulically operated, can be rigged as: (i) Loaders: (ii) Tractor Shovel: (iii) Trench
Digger (iv) Scraper (v) Bulldozer (vi) Angle-dozer
Transporting Equipment:
This implies horizontal movement primarily but it can involve some vertical movement too. (i)
Dumpers: (ii) Vibratory Roller
5.2.5. Detailed Specification of Materials
5.2.5.1. The materials shall be obtained by the contractors from the quarries specified and approved by the
Engineer-In-Charge. The department may furnish an indicative quarry plan to the contractor. For
materials collected from quarries either owned or controlled by the department or from the private
quarries are obtained from the excavations for foundations and royalty charges shall be paid by the
contractor which will be deducted from the bills. General approval of a source of material or portion
there of shall not be constructed as constitution approval of all materials taken from the source of
portion thereof and the contractor will be held responsible for the specified quality of all such materials
used in work.
5.2.5.2. If the materials are to be obtained from sources other than those indicated in plan, the same shall be
got approved from the Engineer-In-Charge.
5.2.5.3. In collecting the materials from the source of quarry the Engineer-In-Charge will designate the depths
of out which will result in obtaining an uniform quality and grade of the materials and cut shall be
made to such designated depths. Materials including stripping of overburden removed from deposits
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
173
owned or controlled by the department and not used in the work covered by these specifications shall
be disposed off as directed.
5.2.5.4. Materials for Embankments:
The Engineer-In-Charge will indicate the depth of cuts in all parts of borrow pits with the object of
obtaining the desired quality of materials and the cut should be made only to such predetermined
depths. The borrow pit materials also shall be got classified by the Engineer-In-Charge with regard
embankment. The several borrow pits shall be inter connected to prevent stagnation of water.
A plan showing the borrow areas earmarked for this work may be enclosed by contractor / tenderer
to inspect the borrow areas and quality of material by WRD. The contractor shall exploit one or more
borrow areas of any type of material at a time only after obtaining prior approval of the Engineer-In-
Charge. The sequence and manner of exploitation of the borrow areas shall be as directed by the
Engineer-In-Charge. If due to any reason it is found that materials in the earmarked borrow area are
not sufficient, it will be the responsibility of the contractor to bring suitable material from the area
other than the specified after obtaining the prior approval of the Engineer-In-Charge in writing
indicating the places from which the proposes to bring the materials, on receipt of the intimation, the
Engineer-In-Charge will arrange for exploration of the areas.
5.2.5.5. Rubble:
All stones shall be quarried from the approved quarries only. The stones shall be clean, hard, durable,
dense and tough and shall be free from decay, weathered portions of glossy surface, skin veins,
flaws, cracks, cavities, vesicles and other defects. The stones shall be as far as possible uniform in
colour and texture. Stones shall be fine or medium grained, bright in colour, breaking with a clear
fracture, making ringing sound when struck with a hammer.
They shall be roughly cubical in shape and no individual rubble piece for use in the masonry shall
weigh less than 36 Kgs. The crushing strength in unconfined compression tests on 150mm cubes
shall not be less than 2000 tons/sqm. Tested in any plane and the specific gravity should not be less
than 2.6. Porous stones, absorbing water more than 1% of dry weight after 24 hours submersion in
water shall be rejected.
5.2.5.6. Chisel dressed face stones for cut-stone work:
Stones of approved quality shall be used. The faces shall be three line dressed and all other sides
shall be one line dressed to a width of 150mm from the face and chisel dressed portions shall be at
right angle to the faces. The sides shall be sloped back slightly and no hump beyond this portion
above the chisel dressed shall be permitted. The face stone shall be 300mm minimum height 300mm
to 450mm in width and length shall vary from 636mm to 838mm. They should be suitable for being
built as headers and stretchers in alternative layers. The thickness of joint should not exceed 12.5mm
(1/2”) in chisel dressed portion and 20mm (3/4”) beyond. No portion of one line chisel dressed face
shall be more than 3mm (1/8”) from the edge of the straight edge laid along the face of the stone in
any direction. Sectional area of the stone at the tail shall not be less than half the area at its face.
5.2.5.7. Chisels dressed and hammer dressed stones:
These stones shall be of the characteristics as stated above. The bushing on the faces of the stones
shall not project more than 40mm width. These stones shall be of 300mm height and 300mm to
450mm width and varies from 686mm to 838mm. They shall be chisel dressed around for width of
75mm. the tail and if the stones shall have at-least half of the area at the face. The fineness of
hammer dressing shall be such that when a straight edge is placed across the face the depression
of elevation shall not be more than 12mm.
5.2.5.8. Bond stones:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
174
Bond stones for chisel and hammer dressed face stone masonry shall satisfy specifications in the
respective paragraphs and shall not be in tail less than 2 1⁄2 times the height of the coarse in the
case of the face stone work.
5.2.5.9. The coarse aggregates:
The aggregate shall conform to the latest ISI specification No.: IS 383. The aggregate for filter media
and drains shall consist of graded metal from approved quarry and shall be hard, dense, durable,
uncoated, crushed rock fragment and shall be free from injurious amount of soft, friable, thin
elongated or laminated pieces, alkali, organic matter, etc., rounded pebbles, flaky & decayed stones
which shall not be used. Size and gradation shall be as per designs approved and as directed by
Engineer-In-Charge.
5.2.5.10. Sand:
The sand shall conform to the latest ISI specifications No.: IS 383/8-1920. Sand for mortar shall be
either from approved natural course or crushed from sound quartz or granite chips or a mixture of a
natural and crushed sand, the maximum size of the particles being limited to 5mm, fine dust resulting
in crushing in excess of the specified limits shall be removed by screening or washing. Weathered
decayed, soft or otherwise unsatisfactory stones shall not be used for crushing of sand. Natural and
crushed sand shall conform to the Indian Standard specifications for fine aggregates. The sand shall
have a fineness modules ranging between 2 to 2.5 for masonry works and between 2.6 to 3 for
cement concrete work. The graduation shall be so controlled to give dense mortar.
The maximum percentage of deleterious substances in sand as delivered for the use on work shall
not exceed the following values:
Percentage of weight
Materials passing a No. 200 screen (Average screen opening 0.0029”) 4%
Shales 1%
Clay lumps 1%
Total of the other deleterious substances such as Alkali, mica coated granite and soft, slaky particles
2%
The sum of the percentage of all deleterious substances shall not exceed 5% by weight. The sand
shall be free from injurious amounts of organic materials, etc., and sand producing the colour darker
than the standard in the colorimetric test for organic impurities shall be rejected. Sand shall be
washed before use. Sand shall be tested for silt content at the rate if once in a day and additional if
the source is changed. The tests for surface moisture content (hot plate method) bulking on sand
shall be conducted at the rate of one per shift per stick pile.
5.2.5.11. Stacking of materials:
the materials directed to be stacked shall be so stacked including the useful materials, of excavations
within reasonable leads as directed by the Engineer-In-Charge in different heaps so as to permit
taking of measurements conveniently. The stack shall not obstruct the transportation or in carrying
out any other operations connected with the works.
5.2.5.12. Storage of materials:
cement shall be stored off the ground in dry ventilated building as per standing instructions with at-
least minimum space between stacked heaps. All aggregates shall be stock piled in such a manner
as to prevent inclusion of undesirable foreign matter. Reinforcing steel shall be stored under cover
and protected from rusting, oil, grease or distortion.
5.2.5.13. Water:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
175
Water used for consolidation of embankment masonry, concrete, mortar, washing and curing shall
be clean and free from objectional quantities of silt, organic matter, alkalies, salts, oil and other
impurities which are likely to be injurious to works.
5.2.5.14. Portland cement:
Cement shall unless otherwise, specified conform to the Indian Standard Specifications No. 259 of
1967 for ordinary Portland cement.
5.2.5.15. Reinforce cement:
All reinforcement bars shall conform to the Indian Standard specification for MS reinforcement bars
IS 432 of 1966 and IS 786 of 1966 for ribbed steel. Reinforcement shall be free from pitting due to
corrosion rust paint, oil grease or any other materials than impair the bond.
5.2.5.16. Cement mortar:
All ingredients of cement mortar shall strictly conform to the relevant specifications described in
above para. Cement mortar shall consist of an intimate mixture of sand, cement and water mixed
thoroughly in an approved type of mixer for a period of at-least 2 minutes or as may be directed by
the Engineer-In-Charge. The cement and sand shall be of proportion as specified by weight. The
proportion of sand is mixed with cement by weight in dry stage, after making necessary allowance
for bulkage due to moisture as directed by Engineer-In-Charge. The mortar shall be used within 30
minutes of its being mixed. Set mortar shall be rejected. The compressive strength of cement mortar
tested on cubes at 28 days shall not be less than 84.37Kg/cum. The entire mortar shall be of dense
variety.
5.2.5.17. Test piece:
Tests on mortar will be conducted by the department and the contractor should afford all facilities for
taking test samples of mortar and his representative should invariably be present while taking the
samples
5.2.6. Embankment items:
The embankment shall be constructed to the lines and grades as shown in the approved drawings
or as directed by the Engineer-In-Charge.
Before commencing the work of the embankment all lines the marking the extremities of berms,
various zones, etc., shall be marked with respect to a reference base line which shall be established
outside the lake bed site. The base line shall have pucca concrete or masonry pillars with chainages,
level, etc., marked properly. The base line shall be got checked and approved by the department.
The embankment shall be constructed to the lines and grades as shown in the drawings. The
embankment shall be constructed to the height shown on the drawing plus 2.50% towards settlement
shall be equal to designed height.
It is proposed to install various equipment for observing the structural behaviour of the embankment
etc. the contractor shall ensure that installation work is not hampered and no damage is caused to
the construction by the machinery employed by him.
Borrow pits shall be opened at the locations and to the limits indicated by the Engineer-In-Charge.
Due to lack of conformity between the nature of materials actually met with during construction and
to that indicated in borrow area plan, the contractor is expected to have his own prospecting carried
out before tendering for the works.
All areas required for borrow pits for selected materials shall be cleared of all trees and stumps and
all roots and objectionable materials, etc., All organic matter shall be excluded from the material
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
176
which is to be placed in the embankment. The cleared area shall be maintained free of vegetable
growth during the progress of work.
Borrow pits shall be stripped to the depth necessary to obtain material of desired quality, wherever
borrow pits are opened. Where borrow pits are opened adjacent to dam like structures the edge of
excavation shall not approach the toe of the embankment closer than 183 meters (600 feet). The
depth of borrow pits should be however so fixed that the bottom of borrow pits anywhere does not
intercept the 1 in 6H lines as drawn from the toe of the embankment. The formation of pools shall be
avoided and all borrow pits shall be drained as necessary by ditches to the nearest out falls.
Wherever it is necessary to remove over burden to get the required material suitable for
embankment, the same shall be done. Further any oversize material or material not upto the required
specification met within the borrow area even after removal of over burden shall be sorted out and
only the material satisfying the required specification should be brought to site. The contractor is not
entitled for any extra payment for any of the above operations. The above conditions applies to use
of excavated materials for embankment also. All over size materials and soft materials shall be sorted
out before utilizing the excavated materials on embankment. No extra payment is admissible for this.
The top soil from borrow pits for a depth of 20 to 25cms should be thrown and should not be used
for constructing the bund.
All pits shall be arranged with a certain amount of regularity having regard to the convenience of the
work during the execution and to its safety and appearance of finish after its completion.
Temporary quarry roads and ramps leading to and from the respective borrow areas to the site of
embankment or cut off trench where the materials are required to be deposited shall be constructed
and maintained by the contractor at his own expense.
5.2.6.1. Preparation of foundation:
The foundation except rock surfaces for the earth fill shall be prepared by ploughing, levelling, and
rolling after adding water if necessary so that the surface material in foundation will be as compact
and well bounded with the first layer of the fill as herein specified for the subsequent layer of the
earth fill. The following precautions shall be taken for benching earth embankment with bed rock.
a) Loose sand and boulders shall be removed from the entire section of the lake bed.
b) All decomposed weathered and soft rock shall be removed by hammering or very light charges
of blasting.
c) Fissures and cracks shall be opened to enough depth to take tamping.
d) Sharp projection of solid rocks shall be hammered and levelled.
e) All local leakages shall be sealed confining them to vertical pipes and finally plugging the pipe
with cement mortar.
f) The rock surface shall be soaked and impervious material with high moisture content used at the
contact zone between impervious material and rock.
g) Wherever rolling is not possible, the thickness of layer shall be reduced to 76mm to 102mm and
compaction can be done by hand and remaining by mechanical tampers.
The concrete surface at the back of retaining wall and cut off walls against which earth fill is to be
placed shall be cleaned and moisture prior to placing of the earth fill. The foundation immediately
adjacent to the concrete structures shall be thoroughly cleaned of loose material and moisture. The
surface of each portion of the foundation immediately prior to receiving any material for earth fill shall
be moist and sufficiently cleaned to obtain a suitable bond with the embankment. Pools of standing
water will not be permitted in foundation of the embankment and shall be drained prior to placing the
first layer of embankment.
5.2.6.2. Placing of materials:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
177
The approved material shall be conveyed and laid in the appropriate zones of embankment as
directed in successive uniform and continuous layers, thickness of which shall be 200mm (1 dose)
150mm thick after compaction when compacted with wheeled power rollers of 8 to 10 tons capacity
as directed by Engineer- In-Charge. No lumps or stones or pebbles having maximum dimension
75mm shall be permitted to be used. The percentage of lumps or stones or pebbles so permitted to
be used shall not exceed 5%. The percentage is in respect of every 2.83cm of batch material
conveyed to the place of placement. The layers shall be spread in uniform widths and stages to
facilitate compaction by rollers. The work in various zones shall as far as possible be raised
simultaneously or as directed by the Engineer-In-Charge.
No materials shall be placed in the section of the embankment until the foundation has been un-
watered and suitably prepared. Written permission of the Engineer shall be obtained before laying
the first layer.
The suitability or otherwise of the materials excavated from the stripping, grip trenches and cut off
trench for the embankment shall be determined by the Engineer-In-Charge. The materials from the
borrow areas which are situated further from the embankment shall be utilized last. In other words,
the borrow areas shall be worked from the farthest to the nearest, thereby involving maximum leads
for the low levels of embankment and minimum leads for higher elevations of the embankment as
may be directed by the Engineer-In-Charge.
5.2.6.3. Placing of earth fill:
The finished fill shall be free from loose pockets, etc., streaks of layers of materials differing
substantially in texture of gradation from the surrounding material. The successive load of the
material shall be dumped on the earth fill so as to produce best practicable distribution of the material
subject to the approval the Engineer- In-Charge and for this purpose; he may designate the location
in the earth fill. The earth fill all over the surface should be kept approximately the same level during
the construction or kept graded slightly from the centre to the edge to avoid pools of water forming
due to rains. Before a new layer is deposited the surface of the previous layer shall be scarified and
roughened by discoing or ploughing, if so as directed by the Engineer-In-Charge so that a good bond
may be obtained with the material to be superimposed. The material shall be deposited starting from
the lowest portion of the foundation, in rows of approximately parallel to the axis of the dam and
spread into uniform layer. The placing operation shall be such that the materials when compacted
will be so blended as to secure the best practicable degree of compaction permeability and stability.
In order that proper compaction can be done upto the edge of the designed section the sections shall
be widened on either side by 600mm except in the region just above rock toe (where compacted
face shall have to be ensured by other means). After the required degree of compaction has been
attained, the extra width shall be taken for the finished widths only. No extra cost shall be claimed by
the contractor for the widths done before dressing and is deemed to be included in the rate of this
item. The rate is also inclusive of dressing the banks to the final designated shape and slopes.
5.2.6.4. Moisture content and density:
All the materials placed in the embankment shall have to be properly watered and compacted to
attain a dry density which shall not be less than 96% of the standard proctor’s density for the material
under considerations. The soil shall have to be brought to plus or minus 3% of the optimum moisture
content as determined in the departmental laboratory from time to by adding the required amount of
water or allowing moisture to evaporate either at the borrow pits or at the dam just before
commencing compaction of layers. The required amount of water to be sprinkled shall first be
calculated particularly when water is to be added at dam. This shall then be thoroughly mixed with
soil by means of discharged rows or any suitable implements before any rolling work is commenced.
Where smooth rollers are used, the surface of each compacted layers shall be harrowed before
subsequent layer is laid. Each layer is to be compacted at the specified density.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
178
Density measurements will be got done by the contractor as directed by Engineer-In- Charge from
time to time on site to ascertain whether the compaction is achieved as specified above for each
layer of earth laid. Separate tests shall be done at a rate of one test per 283mm of soil laid per day.
Minimum number of tests irrespective of the quantity of earth work laid per day shall be two. However,
the department shall be free to call for additional tests to be done by contractor as felt necessary at
places or doubtful compaction near masonry contracts, near the sides of bund and such other
locations where rolling soil to proper density may be difficult. At least 95% of the tests should give
specified densities. In cases, where the tests show that specified densities are not attained suitable
measures shall have to be taken by the contractor by moisture correction, entire removal and relaying
or by additional rolling as required so as to attain the specified density which will be checked by
taking fresh tests at the same location. Embankment materials shall be placed only when the weather
condition are satisfactory to [permit accurate control of the moisture content in the embankment
material. During the part of construction period when the top surface of the embankment may be
subject to rainfall causing cessation of work, it shall be graded and rolled with a smooth wheel roller
to facilitate easy runoff.
5.2.6.5. Compaction:
Compaction of cut off fill and embankment shall be done by mechanical compactors like standard
sheep foot rollers handed by tractors, etc., or smooth wheeled power rollers (8 to 10 tones) or as
directed by the Engineer-In-Charge.
5.2.6.6. Requirements:
Sheep foot rollers. The roller should be of approved quality.
5.2.6.7. Normally:
a) Each drum of roller shall have an outside diameter of not less than 1.5m (5’) and the length shall
not be less than 1.22m (4’) or more than 1.83m (6’). The space between two adjacent drums
when on a level surface shall neither be less than 30.60cm (12”) nor more than 38.10cm (15”)
each drum shall be free to pivot an axis across the direction of travel.
b) The weight of roller when fully loaded shall not be less than 5935Kgs per meters, 4000 pounds
per foot length of drum. These dimensions and weight of sheep foot rollers should be such as to
exert a ground pressure of not less than 23.20 Kg/cm2 (230psi) of tamping feet when empty and
46.403 Kg/cm2 (660psi) when ballasted. The loading used in the roller drum shall be as required
to obtain the desired compaction and shall be designated by the Engineer-In-Charge.
c) Tractors used for pulling rollers shall have sufficient power to pull the rollers satisfactorily when
the drums are fully loaded at a speed of 4Km per hour (2 1⁄2 miles per hour).
d) The plain roller should not be less than 8 to 10 ton in weight, in case vibrating type of rollers are
to be used the same should be got approved prior to putting them to work.
e) Crawler chain type tractor: These shall not be less than 16 to 18 ton in weight and shall be
employed for compacting the embankment materials. It is desirable to have the tractor operating
at the highest practicable speed during the compaction operation, since high speed is conductive
to greater vibration which aids in the compaction.
Equipment other than those indicated above (a) to (e) shall not be used without the specific approval
of the Engineer-In-Charge
5.2.6.8. Operation:
The number of passes required per layer to attain specified density will be determined by actual tests
during the initial stages as well as intermediate stages of work from consideration of maximum dry
density, moisture content and avoidance of lamination in the rolled earth fill of the work.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
179
For the guidance of the contractors, it may be stated that ordinarily each layer may required 8 passes
of smooth wheeled power roller (8 to 10 tons) for clayey soils about 12 passes of the standard sheep
foot rollers may be required. The actual number of passes required to attain the specified compaction
shall be decided by the Engineer-In-Charge from time to time as the need be. No extra payment shall
be allowed for variation order in type of rolling equipment, number of passes and moisture content.
“When each layer of material has been conditioned so as to have prepared moisture content
uniformly distributed throughout the material it shall be compacted by adequate number of passes of
the roller till the required density of soil is obtained. Density test shall be made after rolling is
completed. The minimum acceptable field density for a particular test shall not be less than 98% of
the proctor’s maximum dry density of the materials, provided that the average dry density achieved
in the field for all tests as derived from the statistical analysis of field dry density tests, carried out at
intervals, are not less than the designated dry density for the respective material of embankment.
The excavated materials shall not be used in the embankment without approval of the Engineer-In-
Charge.
However, materials having a maximum standard proctor’s dry density of less than 110 lbs/cft for
borrow area solids and 110 lbs/cft for excavated spoil, shall not be used in the embankment without
the approval of the Engineer-In-Charge of the work”.
5.2.6.9. Tampering:
In these parts of the structure which are inaccessible to the specified rolling equipment such as
abutment, contact sides of masonry etc., around and in contact with the structures and in proximity
to structures where the rolling equipment will not be permitted to operate, compaction shall be
accompanied by mechanical tampers of approved type. The contractor shall take special care for
compaction at the sides of cut off trench at surfaces which are jagged and with over hangs. In the
region of hangs, he shall take special precautions considered necessary by the Engineer-In-Charge.
Rollers will not be permitted to operate within 0.92m (3’) of concrete or masonry structure and all fill
within this distance shall be tampered by mechanical tampers. All materials shall be spread in layers
not over 75mm thick when loose. The moisture content of the material and the amount of tampering
shall be such as to produce degree of compaction equal to the specified degree of compaction for
roll filled portion, special care should be exercised or masonry structure and at abutment contacts
and sides of cut off trench.
5.2.6.10. Resumption of work in embankment:
When the work is to be stopped at the end of working season etc., the top surface of the embankment
shall be stripped of all loose and cracked materials to the satisfaction of the Engineer, before
resumption of work. When the work on the embankment is resumed, the stripped surface shall be
rolled adequately and necessary bond shall be provided between the old and new surfaces by
adequate watering, etc., No extra payment shall be made for such stripping, scarifying, rolling, or
watering involved.
5.2.6.11. Reports:
Progress records of embankment placing operation shall be furnished by the contractor during
construction so that the complete description of materials in any portion of the embankment will be
available. The records shall be furnished by the contractor in the prescribed forms.
5.2.6.12. Finishing of dam embankments:
The work shall be given a neat finish as regards lines and grades and top of areas shall be left neat
and clean.
All the humps and hollows from the neat lines of the embankment shall be graded. Materials used to
fill the depressions be thoroughly compacted and bonded to the original surface. Slopes shall be
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
180
maintained until final completion and acceptance. Any material that is lost by weather or other cause
shall be replaced by the contractor at his own expense.
A gutter shall be provided at the inner edge of the berm and given a slight grade conduct the storm
water to the side of the valley.
5.2.6.13. Junctions:
Junctions of earth work shall be avoided as or as possible, special care shall be taken as regards
materials to be placed, moisture content, bend between different section, compaction and filling. This
shall also apply in the case of curves and kinks in the dam alignment. Junctions of earth work shall
be directed by the Engineer-In-Charge.
5.2.6.14. Measurement and payment:
a) The work shall be measured based on cross sections of compacted fill. The payment for the work
of placing the earth fill will be on cross sectional area of finished embankment with our allowance
of compaction factor.
In the case of intermediate payment 5% deduction in the quantity of measurements constructed
shall be made and paid for. The final height of the embankment shall be constructed to such
height that the resultant height of the embankment after deduction of 2 1⁄2% towards settlement
shall be equal to the required height and section shown in the drawing.
For the purpose regulating the total quantity of work under embankment, the item of earth work
to bund with borrowed soils, and with available soils shall be treated as a composite item. For
application, individual quantities under the embankment item will not be considered and shall be
applied only when the total quantity under both the above embankment items put together exceed
tender quantity +30%.
b) In the final measurements an overall deduction of 2 1⁄2% shall be made towards shrinkage and
paid for. The cross section will be taken at an interval of 30mtrs or at closer intervals as may be
considered necessary by the Engineer-In-Charge. In the case of curves, the quantities will be
evaluated on the average cross section at suitable intervals mentioned above. The length shall
be evaluated along with cross sections and the quantities work out. Foundation plan with relevant
cross section of the dam showing dimension and levels shall be prepared and got signed by the
contractor in token of acceptance before commencement of work. The final measurement will be
paid on the accepted foundation plans and relevant cross sections and completed section of the
dam at the time of taking final cross sections.
c) The tender rates represent completed items. Part payment shall be made on running bills as per
the following:
i. Until 50% of work is done at 95%
ii. Until 30% of work is done at 97%
iii. Until 90% of work is done at 99%
iv. Until 100% of work is done at 100%
5.2.7. Stone revetment/pitching items:
5.2.7.1. Before commencing the revetment work, the profile of the upstream embankment shall be brought
to the specified slope as directed by the Engineer-In-Charge.
5.2.7.2. The profile shall be defined at 6.5mtrs or at closer intervals as directed by the Engineer-In- Charge
by means of bamboos and strings. The top surface of the revetment shall conform to the profile so
provided and the profile shall always be maintained by the contractors at his own cost. To receive
the stone revetment the slope shall first be prepared by scrapping the slope of embankment to the
required lines and grades as shown in the drawing or as directed by the Engineer-In-Charge and the
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
181
revetment laid on a filter be of 400mm thick. The earth slopes to receive the filter shall be properly
formed. The thickness of stones for the revetment should not be less than 300mm thick measured
at right angles to the slope. Slight variation in the thickness within the following limits of tolerances
will be permitted more than specified thickness maximum allowance (+100mm). The oversize stones
shall not however be more than the 10% of the total number of stones in any Sq. Meter area. Pin
header, 450mm to 530mm long shall be provided at every 4.6 Sqm as work breakers (60 sft) of
pitched surface or as approved by the Engineer-In- Charge.
5.2.7.3. The filter should consist of (a) 300mm thick layer of 40-10mm graded coarse aggregates, (b) 250mm
thick layer of 20mm graded coarse aggregates, (c) 200mm thick layer of 10mm graded coarse
aggregates and (d) 150mm thick layer of sand and should conform to the filter criteria specified under
(filter media) and as directed by the Engineer-In-Charge the thickness of layers may vary as per
dimensions shown in the drawing.
5.2.7.4. The stones shall have as far as practicable large flat surface of not less than 0.115Sqm, so as to
obtain a fairly even surface and have minimum voids. The stones shall be placed on the edge with
broadest and in contact with the slope and face normal to the slope beginning at the bottom of the
slope. The stones shall be laid compactly and with broken joints in all the directions as matched and
interlocked that they are keyed together with a minimum of joints space. Rock fragment spells, shall
be tightly driven into interstices to wedge the revetment in place and close the direct opening to the
underlying slopes. Such filling shall be carried on simultaneously with the placing in position be of
large stones and shall in no case be permitted to fall behind. The wedging shall in no case be
permitted to fall behind.
5.2.7.5. The wedging shall be done with large size chips, each chip being well driven with hammer so that no
chips can be picked or removed by hand. The distribution of stones of large size shall be uniform.
The smaller size stones required for filling interstices and wedging shall be supplied to the actual
requirements for such work and shall not be used in two or more layers as work and shall not be
used in two or more layers as a substitute for full thickness of stones. High irregular points shall be
knocked off. Finished revetments shall present neat, smooth and uniform surface free from loose
stones. Pin headers for very 4.6Sqm of pitched surface shall be provided and all pin headers of
pitched surface shall project beyond the slope upto a minimum length of 150mm to set as wave
breakers at locations approved by the Engineer-In-Charge.
5.2.7.6. Measurements and payments:
Measurements for the items shall be cubical contents. Payment shall be paid on the superficial area
measurement at the unit price quoted by the contractor in BOQ. The rate quoted shall be inclusive
of trimming the slope for providing filter media. Measurement shall be taken along the upstream slope
in section of 100feet or at closer intervals at the discretion of the Engineer-In-Charge. The depth of
revetment shall be measured at right angles to the slope of revetment.
5.2.8. Filter media items:
The filter media shall be laid as shown in the drawing and as directed by the Engineer-In-Charge.
The filter materials shall be clean, sound, well graded sand and screened single or screened rock
fragments. The gradation of each filter layer shall meet the following requirements with respect of
the material to be protected and also irrespective to adjacent filter layers.
a) D. 15 of filter should be less than 5 times the D. 85 of the material to be protected.
b) D. 85 of filter should be greater 5 times the D. 15 of the material to be protected.
In the above, D. 15 is the equivalent spherical diameter of the large particle of the finest 15% of the
material and D. 58 is equivalent spherical diameter of the largest particle of the finest 85% of the
material. The requirement for grading of the filter shall be established by the field laboratory on the
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
182
basis of mechanical analysis. The mechanical analysis shall be performed on the samples collected
from the heaps of filter materials.
The filter shall be laid in layers of thickness as approved by the Engineer-In-Charge and shall consist
of well graded coarse sand followed by graded granite metal 20mm and down size subject to
satisfaction of filters criteria.
No particles decomposed or weathered rock or soft rock shall be permitted in the filter. No debris,
wood, vegetables matter or other deleterious material shall be permitted in the filter.
5.2.8.1. Placing the filter media:
Horizontal filter: Before placing the filter layers, the foundation after being cleaned, shall be roughly
dressed by filling in any pocket or low places with selected earth fill material or filter material and
properly compacted. The bottom filter blanket (if it consists of more than one layers) shall then be
placed in 100mm layers. Each layer shall be compacted by moving the hauling and spreading
equipment over it or by other means as approved by the Engineer-In-Charge. The variation in
thickness in each layer shall not exceed 20mm above the thickness in drawing or as specified by the
Engineer-In-Charge. After the filter blanket is completed earth fill shall be laid over it in such a way
so as not to damage the filter blanket in any way.
Inclined filter and slant vertical (Chimney) filter: Filter material may be so placed that it conforms
to the position and specification as indicated in the drawing. The level of the inclined chimney filter
shall be maintained as directed by the Engineer-In-Charge. The compaction of the inclined chimney
material shall be done by tamping as directed by the Engineer-In-Charge.
Further specifications issued in this regard from time to time shall be complied with. The earth fill
over the filter shall also be done in such a way, as not to damage the filter in anyway.
5.2.8.2. Filter drains:
Longitudinal and cross drains shall be filled with graded filter material as directed by the Engineer-
In-Charge.
The filter materials shall conform to the specifications mentioned under relevant items of the general
specifications.
The filter materials required to inclined filter, slant filter by the side or rock toe, and horizontal filter
blanket shall generally consist of (i) Coarse sand conforming to filter criteria and (ii) graded granite
metal of 40mm and downsize.
a) The filter materials required for cross drains shall generally consists of (i) coarse sand conforming
to filter criteria and (ii) graded granite metal of 20mm and down size.
b) The filter materials required for (longitudinal jelly drains shall generally consists of (i) coarse sand
conforming to filter criteria and (ii) graded granite metal of 20mm and down size (filter media) and
(iii) inside core filling with 40mm and down size metal.
The filter shall be laid in horizontal layers for the bed of the drain and inclined layers for the slope of
the drains. The material have to be placed as indicated in the drawing or as per the directions of the
Engineer-In-Charge from time to time.
The filter materials shall conform to the specifications mentioned under 2.9 and 2.10 of the detailed
specifications.
5.2.8.3. Measurement and payment (Filter media):
Measurements shall be for the entire graded filter media and not separately for individual layers of
graded material and payment shall be made on the lies and thickness as specified or as directed by
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
183
the Engineer-In-Charge based on the unit price for such items quoted by the contractor in the
accompanying schedule.
5.2.9. Rock toe item:
The rock toe shall consist of suitable draining mixture of rock fragments, etc., with hard stone
boulders and pebbles obtained from quarries. The stones used for rock toe shall be perfectly sound,
durable and regular in shape, as far as possible clean. The materials should be of size not less than
0.0141 cum (1/2 cft) each with at-least 40% of stones being not less than 0.0283cum (1cft) each. But
sufficient fine materials such as rock spells, pebbles and coarse gravel shall be added as directed to
the materials as selected.
The hard stones required for rock toe shall be selected after sorting from rock soil and conveyed and
shall be placed on the bed of horizontal filter blanket as indicated in the drawing as per the direction
of the Engineer-In-Charge. The dumping shall be such as to have the large fragments placed near
the outer slopes and finer material adjacent to the inner slope of the rock fill zone. The fill be dense
and well graded. There should be no voids or cavities and the surface of the outer slope shall be
uniform with the same slope as shown in the drawing and as directed by the Engineer-In-Charge.
Hand packing shall be resorted to obtain the required slope.
The stone and the front slope and racer slope shall be placed on the edge with broadest base down
and face normal to the slope. Beginning at the bottom of the slope and stones shall be laid compactly
and with broken joints so matched and interlocked that they are keyed together with minimum joint
space. Rock fragments shall be tightened & driven into interstices to the stone in place and close to
the direct opening of the underlying slopes. Such filling shall be carried on simultaneously with the
placing in position of large stones and shall in no case by permitted to fall behind. The wedging shall
be done with large size chips each chip behind well driven with a hammer so that no chip can be
picked or removed by hand. The distribution of stones large size shall be uniform. The smaller size
stones required for filling the interstices and wedging shall be supplied to the actual requirement for
such work and shall not be used in two or more layers as substitute for full thickness of stones. High
irregular points shall be knocked off and finished slopes of rock toe shall present neat smooth and
uniform surface free from loose stones. The fillings of stones for rock toe shall keep pace with the
embankment work and the level of the filling shall be only 30.5cms (1 feet) or 61cms (2 feet) below
the general level of the embankment. The filled up rubble stones in between the slopes of rock toe
shall present a uniform level and neat appearance and shall be subjected to the approval of the
Engineer-In-Charge.
5.2.9.1. Measurement and payment (Rock toe and Rock fill):
Measurements for rock toe in the dam embankment shall be taken as pet the quantity of rock fill
placed in the dam embankment to the lines and grades shown on the drawing or established by the
Engineer-In-Charge. Payments for rock toe shall be made on basis of the unit price in BOQ.
5.2.10. Turfing the rear slope on the embankment:
The downstream slope of the embankment shall be protected by turfing after the slope has been
dressed to the line, as per the drawing or as per instructions of the Engineer-In-Charge. It shall be
slightly roughed to bond and hold a surface dressed consisting of a 13mm layer or a good top soil.
The soil layer shall be racked even and lightly rolled with a hand roller. The entire slopes surface
shall then be covered with a layer of sod, consisting of blocks or strips of dense living growth of
approved species. The sod shall include a mat of rots and earth at-least 50mm thick. Sod obtaining
an excessive amount of obnoxious growth shall be excluded. Sod shall be carefully handled in
transplanting so that a minimum amount earth will be lost from the mass. The strips or blocks of sod
shall be laid on the slope in close contact and then tamped firmly in place so as to fill and close the
joints between blocks. The interval of time between cutting and laying shall be kept to practically
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
184
minimum and sod shall not be permitted dry out. Immediately after placing the sodded slope shall be
thoroughly wetted and kept moist for 15 days. Sufficient quantities of sand shall be spread over the
sod and tamped properly, so that the crevices are filled in and there will be no joints between blocks.
The sodded slope shall be watered and the surface shall be kept moist. The sodded slopes shall be
moisture periodically for a sufficient period for re-establish the plant growth. Sod shall be transplanted
only during an approved season generally from June to October.
5.2.10.1. Measurements and payments:
The payment shall be made on superficial area basis the slope length shall be measured at intervals
of 30m or closer intervals as may be directed by the Engineer-In-Charge. Payment shall be made
after sod re-established its growth. Payments for this item shall be made on the basis of the unit price
quoted in the BOQ for well grown turfed area only.
5.2.11. Geocell strengthening of embankment:
5.2.11.1. Material Specification:
a) The geomembrane shall be high density Polyethylene.
b) Gasket material shall be neoprene, closed cell medium, ¼ inch thick, 50-foot lengths with
adhesive on one side or other compatible gasket materials as required.
c) Metal battens or straps and hardware shall be stainless steel.
d) Water cut-off mastic shall be supplied as required.
e) Sealant shall be General Electric Silicone RTV 103, or equivalent.
5.2.11.2. Raw Material:
The geomembrane shall be manufactured of polyethylene resins produced in the United States and
shall be compounded and manufactured specifically for the intended purpose. The resin
manufacturer shall certify each lot for the following properties. The natural polyethylene resin without
carbon black shall meet the following specifications:
Property Test Method HDPE Requirements
Density, g/cc ASTM D 1505 or ASTM D 792 0.935 – 0.940
Melt index, g/10min. ASTM D 1238 Condition E <0.4
5.2.11.3. Rolls:
The geomembrane shall be a minimum 22.5 seamless width. Carbon black shall be added to the
resin if the resin is not compounded for ultra-violet resistance. The surface of the smooth
geomembrane shall not have any striation, roughness, pinholes or bubbles. The Geomembrane shall
be supplied in rolls. Labels on each roll shall identify the thickness of the material, the length and
width of the roll, lot and roll numbers, and name of the manufacturer. The geomembrane rolls shall
meet the specifications as set forth as follows:
Property Test Method Nominal Value
Thickness ASTM D1593 60 Mils
Sheet Density, g/cc ASTM D 1505 0.95
Melt Index, g/10 ASTM D1238 0.2
Carbon Black Content, % ASTM D 1603 2.5
Carbon Black Dispersion ASTM D 3105 A2
Tensile Strength at Yield, ppi ASTM D 638 165
Elongation at Yield, % ASTM D 638 15
Elongation at Break (2.0, GL) (2.5, GL)% ASTM D 638 (900) (720)
Modulus of Elasticity, psi ASTM D 638 110,000
Tear Strength, lbs ASTM D 1004 50
Low Temperature Brittleness ASTM D 746 <-112°F
Environmental Stress Crack Resistant Hours ASTM D 1693 (cond B) 200+
Dimensional Stability. % ASTM 1204 +/-0.5
Roll Width (feet) 22.5
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
185
Roll Length (feet) 250
Roll Area (sf) 9000
Weight (lbs) 2710
5.2.11.4. Transportation and On-Site Storage:
The geomembrane rolls shall be shipped by trailer truck to job site. A full truckload consists of 16
rolls. The geomembrane shall be stored so as to be protected from puncture, dirt , grease, moisture
and excessive heat. The damaged material shall be stored separately for repair or replacement. The
rolls shall be stored on a prepared smooth surface (not wooden pallets) and should not be stacked
more than two rolls high.
5.2.11.5. Sub-base & Earthwork:
Prior to liner installation the subgrade shall be compacted in accordance with the project
specifications. Weak or compressible areas which cannot be satisfactorily compacted should be
removed and replaced with properly compacted fill. All surfaces to be lined shall be smooth, free of
all foreign and organic material, sharp objects, or debris of any kind. The subgrade shall provide a
firm, unyielding foundation with no sharp changes or abrupt breaks in grade. Standing water or
excessive moisture shall not be allowed. The Contractor, daily, shall approve the surface on which
the geomembrane will be installed. After the supporting soil surface has been approved, it shall be
the Contractor’s responsibility to indicate to the Engineer any changes to its condition that may
require repair work.
The Contractor, if deemed necessary by the engineer, shall sterilize the area using an effective soil
sterilant shall not be harmful to the liner and shall be applied according to the recommendations of
its manufacturer.
The anchor trench shall be excavated to the line, grade and width shown on the project construction
drawings, prior to liner system placement. Slightly rounded corners shall be provided in the trench to
avoid sharp bends in the geomembrane.
5.2.11.6. Method of Placement:
The rolls shall be deployed using a spreader bar assembly attached to a loader bucket.
The Contractor Shall be responsible for the following:
a) Equipment or tools shall not damage the geomembrane during handling, transportation, and
deployment.
b) Personnel working on the geomembrane shall not smoke or wear damaging shoes.
c) The method used to unroll the panes shall not cause scratches or crimps in the geomembranes
and shall not damage the supporting soil.
d) Adequate loading (e.g. sand bags or similar items that will not damage the geomembrane) shall
be placed to prevent uplift by the wind (in case of high winds, continuous loading is recommended
along the edges of panels to minimize risk of wind flow under the panels).
Geomembrane deployment shall proceed between ambient temperatures of 32°F to 104°F.
Placement can proceed below 32° only if it has been verified by the engineer that the material can
be seamed according to the specification. Geomembrane placement shall not be done during any
precipitation, in the presence of excessive moisture (e.g. fog, rain, dew) or in the presence of
excessive winds, as determined by the installation supervisor.
5.2.11.7. Field Seaming:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
186
Approved seaming processes are hot shoe fusion and extrusion welding. On side slopes seams shall
be oriented in the general direction of the maximum slope, i.e. oriented down, not across the slope.
In corners and odd shaped geometric locations, the number of field seams shall be minimized.
No base T-seam shall be closer than 5 feet from the toe of the slope. Seams shall be aligned with
the least possible number of wrinkles and “fishmouths”. If a fishmouth or wrinkle is found, it shall be
relieved and cap stripped.
Seam Overlap: Geomembrane panels must have a finished minimum overlap of 4 inches for hot
shoe fusion welding and 3 inches for extrusion welding. Cleaning solvents may not be used unless
the product is approved by the liner manufacturer.
Seaming Equipment and Accessories: Approved equipment for field seaming are hot shoe fusion
welders and extrusion fillet welders.
a) Hot Shoe Welder, 110 Volt (220Volt).
b) Extrusion Welder, 220 Volt, 19 Amps.
c) High Speed, 10,000 rpm, 4.5-inch side grinder with 80 grit discs.
d) Vacuum Box Test Equipment for non-destructive seam testing.
e) Air pressure test equipment for non-destructive seam testing.
f) Field Tensiometer, capable of performing quantitative shear and peel tests.
5.2.11.8. Test Seams:
Field test seams shall be conducted on the liner to verify that seaming conditions are satisfactory.
Test seams shall be conducted at the beginning of each seaming period and at least once each 4
hours, for each seaming apparatus and personnel used that day. All test seams shall be made in
contact with the subgrade. Welding rods used for extrusion welding shall have the same properties
as the resin used to manufacture the geomembrane. The test seam samples shall be 10 feet long
for hot shoe welding and 3 feet long for extrusion welding with the seam centered lengthwise. Five
specimens shall be cut from each end of the test seams by the Engineer. The Engineer shall use a
tensiometer to test 5 specimens for shear and 5 specimens for peel. Each specimen be one inch
wide with a grip separation of 4 inches plus the width of the seam. The seam shall be centered
between the clamps. The rate of grip separation shall be 2 inches per minute. Test results for seam
strength properties shall be the average of five specimens. Four out of five specimens shall pass
seam acceptance criteria. Sheer and peel test shall result in Film tearing Bond (FTB) as defined by
NSF Std. 54, which is a failure in ductile mode of one of the bonded sheets by tearing prior to
complete separation in the bonded area. If a test seam fails to meet field seaming specifications, the
seaming apparatus and/or seamer shall not be used for seaming until the deficiencies are corrected
and a successful test seam is achieved.
5.2.11.9. Defects and Repairs:
All seams and non-seam areas of the geomembrane shall be inspected by the Engineer for defects,
holes, blisters, undispersed raw materials, and any sign of the contamination by foreign matter. The
surface of the geomembrane shall be clean at the time of inspection.
5.2.11.10. Backfilling of Anchor Trench:
The anchor trench shall be backfilled by the Contractor. Trench backfill material shall be placed and
compacted in accordance with the project specifications. Care shall be taken when backfilling the
trenches to prevent any damage to the geomembrane. If damage occurs, it shall be repaired prior to
resuming backfilling.
5.2.11.11. Acceptance and Payment:
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
187
The Contractor shall retain all ownership and responsibility for the geomembrane until acceptance
by the employer. Final acceptance is when all the following conditions are met:
a) Installation is finished
b) Verification of the adequacy of all field seam and repairs, including associated testing, is
complete.
c) All liner installation equipment, unused liner and debris are removed from the site.
d) The Engineer receives all manufacturer’s and Contractor’s written warranties.
5.2.12. Tamped Lime Pulverized Soil Sub-base in Embankment Slopes:
IS Sieve designation Minimum per cent by weight passing the IS Sieve 26.5 mm 100 5.6 mm SO
5.2.12.1. Equipment for construction:
Stabilized soil sub -bases shall be constructed by mix- in -place method of construction or as
otherwise approved by the Engineer in charge. Manual mixing shall be permitted only where the
width of laying is not adequate for mechanical operations, as in small-sized jobs. The equipment
used for mix- in-place construction shall be a rotavator or similar approved equipment capable of
pulverizing and mixing the soil with additive and water to specified degree to the full thickness of the
layer being processed, and of achieving the desired degree of mixing and uniformity of the stabilized
material. If so desired by the Engineer in charge, trial runs with the equipment shall be carried out to
establish its suitability for work. The thickness of any layer to be stabilized shall be not less than 100
mm when compacted. The maximum thickness shall be 200 mm, provided the plant used is accepted
by the Engineer in charge.
5.2.12.2. Mix-in -place method of construction:
11
2
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
188
Before deploying the equipment, the soil after it is made free of undesirable vegetation or other
deleterious matter shall be spread uniformly on the prepared sub grade in a quantity sufficient to
achieve the desired compacted thickness of the stabilized layer. Where single-pass equipment is to
be employed, the soil shall be lightly rolled at the discretion of the Engineer in charge, Sub- Bases,
and Bases (Non-Bituminous) and Shoulders the equipment used shall either be of single -pass or
multiple pass type. The mixers shall be equipped with an appropriate device for controlling the depth
of processing and the mixing blades shall be maintained or reset periodically so that the correct depth
of mixing is obtained at all times. With single -pass equipment the forward speed of the machine shall
be so selected in relation to the rotor speed that the required degree of mixing, pulverization and
depth of processing is obtained. In multiple pass processing, the prepared sub grade shall be
pulverized to die required depth with successive passes of the equipment and the moisture content
adjusted to be within prescribed limits mentioned hereinafter. The blending or stabilizing material
shall then be spread uniformly and mix continued with successive passes until the required depth
and uniform it of processing has been obtained. The mixing equipment shall be so set that it cuts
slightly into the edge of the adjoining lane processed previously so as to ensure that all the material
forming a layer has been properly processed for the full width.
5.2.12.3. Construction with manual means:
Where manual mixing is permitted, the soil from borrow areas shall first be freed of all vegetation
and other deleterious matter and placed on the prepared sub grade. The soil shall then be pulverized
by means of crow-bars, pick axes or other means approved by the Engineer in charge. Water in
requisite quantities may be sprinkled on the soil for aiding pulverization. On the pulverized soil, the
blending material(s) in requisite quantities shall be spread uniformly and mixed thoroughly by working
with spades or other similar implements till the whole mass are uniform. After adjusting the moisture
content to be within the limits mentioned later, the mixed material shall be leveled up to the required
thickness so that it is ready to be rolled.
5.2.12.4. Addition of lime:
Lime may be mixed with the prepared material either in slurry form or dry state at the option of the
Contractor with the approval of the Engineer in charge. Dry lime shall be prevented from blowing by
adding water to the lime or other suitable means selected by the Contractor, with the approval o f the
Engineer in charge. The tops of windrowed material may be flattened or slightly trenched to receive
the lime. The distance to which lime may be spread upon Sub-Bases, Bases (Non-Bituminous) and
Shoulders Section 400 the prepared material ahead of the mixing operation shall be determined by
the Engineer in charge. No traffic other than the mixing equipment shall be allowed to pass over the
spread lime until after completion of mixing. Mixing or remixing operations, regardless of equipment
used, shall continue until the material is free of any white streaks or pockets of lime and the mixture
is uniform. Non-uniformity of color reaction, when the treated material is tested with the standard
phenolphthalein alcohol indicator, will be considered evidence of inadequate mixing,
5.2.12.5. Moisture content for compaction:
The moisture content at compaction checked vide IS: 2720 (Part 2) shall neither be less than the
optimum moisture content corresponding to IS: 2720 (Part 8) nor more than 2 per cent above it.
5.2.12.6. Rolling:
Immediately after spreading, grading and leveling of the mixed material, compaction shall be carried
out with approved equipment preceded by a few passes of lighter rollers if necessary. Rolling shall
commence at edges and progress towards the centre, except at super elevated portions’ where it
shall commence at the inner edge and progress towards outer edge. During rolling the surface shall
be frequently checked for grade and cross fall (camber) and any irregularities corrected by loosening
the material and removing/ adding fresh material. Compaction shall continue until the density
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
189
achieved is at least 98 per cent of the maximum dry density for the material determined in accordance
with IS: 2720 (Part 8). Care shall be taken to see that the compaction of lime stabilized material is
completed within three hours of its mixing or such shorter period as may be found necessary in dry
weather. During rolling it shall be ensured that roller does not bear directly on hardened or partially
hardened treated material previously laid other than what may be necessary for achieving the
specified compaction at the joint. The final surface shall be well closed, free from movement under
compaction planes, ridges, cracks or loose material. All loose or segregated or otherwise defective
areas shall be made good to the full thickness of the layer and recomputed.
5.2.12.7. Curing:
The sub-base course shall be suitably cured for a minimum period of 7 days after which subsequent
pavement courses shall be laid to prevent the surface from drying out and becoming 108 Sub- Bases,
Bases (Non-Bituminous) and Shoulders Section 400 friable. No traffic of any kind shall ply over the
completed sub -base unless permitted by the Engineer in charge.
5.2.12.8. Surface Finish and Quality Control of Work:
The surface finish of construction shall conform to the requirements of Clause 902. Control on the
quality of materials and works shall be exercised by the Engineer in charge in accordance with
Section 900. 402.5. Strength when lime is used for improving the sub grade, the soil- lime mix shall
be tested for its CBR value. When lime stabilized soil is used in a sub-base, it shall be tested for
unconfined compressive strength (UCS) at 7 days. In case of variation from the design CBR/UCS, in
situ value being lower, the pavement design shall be reviewed based on the actual CBR/UCS values.
The extra pavement thickness needed on account of lower CBR/UCS value shall be constructed by
the Contractor at his own cost.
5.2.12.9. Measurements & Rates:
The Contract unit rate for lime stabilized soil sub-base shall be payment in full for carrying out the
required operations including full compensation for all components listed above.
Measurements for Payment Stabilized soil sub-base shall be measured as finished work in position
in cubic meters.
5.2.13. Excavation and Earthwork for Roadway & Drain
5.2.13.1. Classification of Strata:
Soft or Ordinary Soil: Generally any soil which yields to the ordinary application of pick and shovel
or to spade, rake or other digging implement, such as vegetable or organic soil, turf, gravel, sand,
silt, loam, clay pear etc.
Hard Soil: Includes all materials which can be removed with shovel or spade after loosening with
pick axe such as clay soil mixed with lime kankar, black cotton soil for earthen bond, soft moorum
etc.
Hard Moorum and Moorum mixed with boulders: Generally any material which required the close
application or picks, jumpers or scarifies to loosen such as hard and compact moorum and soft shale.
Moorum or soil mixed with small boulder not exceeding 25 % in quantity and each less than 0.014
cum (300 mm dia) but more than 0.004 cum in size.
Boulder is rock fragment usually rounded by weathering, disintegration or abrasion by water or ice,
found lying loose on the surface or embedded in river bed, soil talus, slope wash and terrace material
of dissimilar origin.
Disintegrated Rock: Includes such strata which requires the close application of crow bars, picks,
grating tools, scarifies in suitable combination for its excavation such as soft laterite, soft
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
190
conglomerate, hard shale, soft copra, hard and compact moorum mixed with small boulders
exceeding 25% in quantity but each not exceeding 0.014 cubic metre in size.
Soft Rock:
a) Boulders (not greater than 0.5 cum. in volume) hard laterite, hard copra and hard conglomerate
or other rock which may be quarried or split with crowbars with casual blasting, if required, for
loosening of strata.
b) Any rock which in dry state may be hard, requiring blasting but when wet becomes soft and
manageable by means other than blasting.
Hard Rock (blasting prohibited): Any rock or boulder (more than 0.5 cum. in volume), where
blasting is prohibited for any reason and excavation has to be carried out by chiseling, wedging or
any other agreed method.
Marshy soil: Marshy soil shall include soils like soft clays and peats excavated below the original
ground level of marshes and swamps and soils excavated from other areas requiring continuous
pumping or bailing out of water.
Authority for classification: The classification of excavation shall be decided by the Engineer in
charge of Local Body (Municipal Corporation, Municipal Council, Municipal Nagar Panchayat) and
his decision shall be final and binding on the Contractor. Merely the use of explosives in excavation
will not be considered as a reason for higher classification unless blasting is clearly necessary in the
opinion of the Engineer.
5.2.13.2. Construction Operations:
Setting out: After site clearance as per Clause 200, the limits of excavation shall be set out true to
lines, curves, slopes, grades and sections as per approved drawings or as directed by the Engineer
in charge. The Contractor shall provide all labour, survey instruments and materials such as strings,
pegs, nails, bamboos, stones, lime, mortar, concrete, etc., required in connection with the setting out
of works and the establishment of bench marks. The Contractor shall be responsible for the
maintenance of bench marks and other marks and stakes as long as in the opinion of the Engineer
in charge, which are required for the works.
Stripping and storing topsoil: If as directed by the Engineer in charge, the topsoil existing over the
sites of excavation shall be stripped to specified depths constituting Horizon “A” and stockpiled at
designated locations for re-use in covering embankment slopes, cut slopes, berms and other location
as desired by Engineer in Charge. Prior to stripping site clearance shall be done.
Excavation Brief: The excavations shall conform to the lines, grades, side slopes and levels shown
on the drawings or as directed by the Engineer in charge. The Contractor shall not excavate outside
the limits of excavation. Subject to the permitted tolerances, any excess depth/width excavated
beyond the specified levels/dimensions on the drawings shall be made good at the cost of the
Contractor with suitable material of characteristics similar to that removed and compacted to the
requirements.
All debris and loose material on the slopes of cuttings shall be removed. No backfilling shall be
allowed to obtain required slopes excepting that when boulders or soft materials are encountered in
cut slopes, these shall be excavated to approved depth on instructions of the Engineer and the
resulting cavities filled with suitable material and thoroughly compacted in an appropriate manner.
After excavation, the sides of excavated area shall be trimmed and the area contoured to minimize
erosion and ponding, allowing for natural drainage to take place.
Methods, tools and equipment: Only such methods, tools and equipment as approved by the
Engineer shall be adopted / used in the work. If so desired by the Engineer, the Contractor shall
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
191
demonstrate the efficacy of the type of equipment to be used before the commencement of work.
Recommended equipment for different materials are indicated herein.
Rock excavation: Rock, when encountered in road excavation, shall be removed upto the formation
level or as otherwise indicated in the approved drawings. Where, however, unstable shales or other
unsuitable materials are encountered at the formation level, these shall be excavated to the extent
of 500 mm below the formation level or as otherwise specified. In all cases, the excavation operations
shall be so carried out that at no point on cut formations the rock protrudes above the specified levels.
Rocks and large boulders which are likely to cause differential settlement and also local drainage
problems shall be removed to the extent of 500 mm below the formation level in the formation width
including drains and cut through the side drain. Where excavation is done to levels lower than those
specified, the excess excavation shall be made good at the cost of contractor with suitable material
of characteristics similar to that removed and compacted as per specification.
Slopes in rock cutting shall be finished to uniform lines corresponding to slope lines shown on the
drawings or as directed by the Engineer in charge. Notwithstanding the foregoing, all loose pieces of
rock on excavated slope surface which move when pierced by a crowbar shall be removed.
Where blasting is involved for rock cutting all precautions indicated therein shall be followed and
where presplitting is prescribed to be done for the establishment of a specified slope in rock
excavation, the same shall be carried out.
Marsh excavation: The excavation of soil from marshes/swamps shall be carried out as per the
programme approved by the Engineer in charge.
Excavation of marshes shall begin at one end and proceed in one direction across the entire marsh
immediately ahead of backfilling with materials like boulders, sand moorum, bricks bats, dismantled
concrete to ensure complete removal are displacement of muck it shall be done according to the
direction/approval of Engineer in charge.
Excavation of road shoulders/verge/median for widening of pavement or providing treated
shoulders: The existing shoulders/verge/median shall be removed to its full width and upto top of
the sub grade. The sub grade material within 0.5 m from the lowest part of the pavement crust for
the widened portion or paved shoulders shall be loosened and recomputed as per specification of
Clause 305. Any unsuitable material found in its portion shall be removed and replaced with the
suitable material. While doing so, care shall be taken to see that no portion of the existing pavement
designated for retention is loosened or disturbed. If the existing pavement gets disturbed or loosened,
it shall be dismantled and cut to a regular shape with sides vertical and the disturbed/loosened portion
removed completely and re-laid as directed by the Engineer, at the cost of the Contractor.
Excavation for surface/sub-surface drains: Where the Contract provides for construction of
surface/sub-surface drains, the same shall be done as per relevant clauses. Excavation for these
drains shall be carried out in proper sequence with other works as approved by the Engineer in
charge.
Slides: If slips, slides, over-breaks or subsidence occur in cuttings during the process of construction,
they shall be removed at the cost of the Contractor as ordered by the Engineer in charge.
Dewatering: Water comes in the excavations due to seepage, rain or other causes it shall be
dewatered by suitable diversions, pumping or bailing out or by any other suitable method. The
excavation shall be kept dry whenever so required or directed by the Engineer in charge.
Re use or disposal of excavated materials: All the excavated materials which are not usable shall
be disposed of with all lead & lift as directed by Engineer-in-Charge and usable material shall be
reused or stacked with the permission/Approval of Engineer-in-Charge.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
192
Backfilling: Backfilling of masonry or concrete hume pipe drain excavation shall be done with
approved material with all lifts and leads. It shall be done after concrete/masonry/hume pipe is fully
set. Back filling shall be carried out in such a way as not to cause undue thrust on any part of the
structure and/or not to cause differential settlement. All space between the drain walls and the side
of the excavation shall be refilled to the original surface making due allowance for settlement. Filling
shall be done in layers generally not exceeding 150 mm compacted thickness to the required density.
Compaction shall be done by using suitable compaction equipment such as trench compactor,
mechanical tamper, rammer or plate compactor as directed by the Engineer in charge.
Construction Traffic: Construction traffic may use the cut formation and finished sub grade with the
prior permission of the Engineer-in-charge. Any damage arising out of such use shall be made good
by the Contractor at his own cost.
5.2.13.3. Preservation of Property:
All reasonable precautions shall be taken by contractor for the protection and preservation of any or
all existing roadside trees, drains, sewers, sub-surface drains, pipes, conduits etc. or any other
structures under above ground, which may be affected by construction operations if any. If any of
these objects is damaged by reason of the Contractor’s negligence, it shall be replaced or restored
to the original condition at his cost.
5.2.13.4. Preparation of Cut Formation to serve as sub grade:
The cut formation, which serves as a sub-grade, shall be prepared to receive the sub- base/base
course as directed by the Engineer in charge.
Where the material in the sub grade (i.e. within 500 mm from the lowest level of the pavement crust)
has a density less than specified density. Them it same shall be loosened to a depth of 500 mm and
compacted in layers in accordance with the requirements of embankment compaction.
In rocky formation, the surface irregularities shall be corrected with granular base material to achieve
the specified profile and levels unsuitable material shall be disposed of. After satisfying the density
requirements, the cut formation shall be prepared to receive the sub-base/base course.
5.2.13.5. Finishing Operations:
Finishing operations shall include the work of properly shaping and dressing all excavated surfaces.
When completed, no point on the slopes shall vary from the designated slopes by more than 150
mm measured at right angles to the slope, except where excavation is in rock (hard or soft) where
no point shall vary more than 300 mm from the designated slope. In no case shall any portion of the
slope encroach on the roadway.
The finished cut formation shall satisfy the surface tolerances described. If feasible and directed, the
topsoil removed earlier and conserved shall be spread over cut slopes, berms and other disturbed
areas. Slopes may be roughened and moistened slightly, before the application of topsoil, in order
to provide satisfactory bond. The depth of topsoil shall be sufficient to sustain plant growth, the usual
thickness being from 75 mm to 100 mm.
5.2.13.6. Measurements for Payment:
Excavation for roadway shall be measured by taking cross-sections at suitable intervals before the
excavation starts (after site clearance stripping etc. as the case may be) and after its completion and
computing the volumes in cum by the method of average end areas for each class of material
encountered. Where if it is not possible to compute volumes by this method because of erratic
location of isolated deposits. Then the volumes shall be computed by other methods as directed by
Engineer- in-Charge.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
193
At the option of the Engineer-in-Charge, the Contractor shall leave depth indicators during
excavations of such shape and size and in such positions as directed so as to indicate the original
ground level as accurately as possible. The Contractor shall see that these remain intact till the final
measurements are taken.
In case of rock excavation, the overburden shall be removed first and then necessary cross-sections
shall be taken for measurement. Where cross-sectional measurements could not be taken due to
irregular configuration or where the rock is admixed with other classes of materials, the volumes shall
be computed on the basis of stacks of excavated rubble after making 35 percent deduction therefrom.
When volumes are calculated in this manner for excavated material other than rock, deduction made
will be to the extent of 16 percent of stacked volumes.
Works involved in the preparation of cut formation i.e. for - (i) Loosening and recompacting the
loosened material at subgrade, (ii) Loosening and removal of unsuitable material and replacing with
suitable material and compacting to required density, (iii) Stripping including storing and reapplication
of topsoil & (iv) Disposal of surplus material beyond initial lead shall be measured in Cum & (v)
Preparing rocky subgrade shall be measured in Sqm.
5.2.13.7. Rates:
The Contract unit rates for the items of roadway and drain excavation shall be payment in full for
carrying out the operations required for the individual items including full compensation for following:
a) Setting out;
b) Trimming bottoms and slopes of excavation;
c) Keeping the work free of water as per Clause 311;
d) Transporting the excavated materials for re-use or disposal with all leads and lifts by giving
suitable credit towards the cost of re-usable material and salvage value of unusable material;
e) All labour, materials, tools, equipment, safety measures, testing and incidentals necessary to
complete the work to Specifications.
f) Arranging disposal sites; and
g) Dewatering;
Provided, however, where presplitting is prescribed to achieve a specified slope in rock excavation,
the same shall be paid for.
The Contract unit rate for loosening and recompacting the loosened materials at subgrade shall
include full compensation for loosening to the specified depth, including breaking clods, spreading in
layers, watering where necessary and compacting to the requirements.
The Contract unit rate for item of preparing rocky sub-grade shall be full compensation for providing,
laying and compacting granular base material for correcting surface irregularities including all
materials, labour and incidentals necessary to complete the work and all leads and lifts.
The Contract unit rate for the items of stripping and storing topsoil and of reapplication of topsoil shall
include full compensation for all the necessary operations including all lifts and leads.
5.2.14. Excavation and Earthwork for Structures
5.2.14.1. Scope of work for Excavation for Structure:
Excavation for structures shall consist of the removal of material for the construction of foundations
of structure i.e. for bridges, culverts, retaining walls, headwalls, cutoff walls, pipe culverts and other
similar. The excavation shall be done in accordance with the requirements of these specifications
and the lines and dimensions shown on the approved drawings or as indicated by the Engineer-in-
charge. The work shall include construction of the necessary cofferdams and cribs and their
subsequent removal; all necessary sheeting, shoring, bracing, draining and pumping; the removal of
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
194
all logs, stumps, grubs and other deleterious matter and obstruction, necessary for placing the
foundations; trimming bottoms of excavations; backfilling and clearing up the site and the disposal of
all surplus material.
5.2.14.2. Classification of Excavation
All materials involved in excavation shall be classified in accordance with the above classification
5.2.14.3. Construction Operations
Setting out: After the site has been cleared, the limits of excavation shall be set out true to lines,
curves and slopes.
Excavation: Excavation shall be taken to the width of the lowest step of the footing and the sides
shall be left plumb where the nature of soil allows it. Where the nature of soil or the depth of the
trench and season of the year do not permit vertical sides, the Contractor at his own cost shall put
up necessary shoring, strutting and planking or cut slopes to a safer angle or both with due regard
to the safety of personnel and works and to the satisfaction of the Engineer-in-charge..
The depth to which the excavation is to be carried out shall be as shown on the drawings, unless the
type of material encountered is such as to require changes, in which case the depth shall be as
ordered by the Engineer-in-charge.
Where blasting is to be resorted, the same shall be carried out in accordance with Clause 302 and
all precautions indicated therein observed. Where blasting is likely to endanger adjoining foundations
or other structures, necessary precautions such as controlled blasting, providing rubber mat cover to
prevent flying of debris etc. shall be taken to prevent any damage.
Dewatering and protection: Normally, open foundations shall be laid dry. Where water is met with
in excavation due to stream flow, seepage, springs, rain or other reasons, the Contractor shall take
adequate measures to keep the foundation trenches dry when so required and to protect the green
concrete/masonry against damage by erosion or sudden rising of water level. The methods may be
taken such as bailing, pumping, constructing diversion channels, drainage channels, bunds,
depression of water level by well-point system, cofferdams and other necessary works. The methods
to be adopted in this regard and other details thereof shall be left to the choice of the contractor but
subject to the approval of the Engineer-in-charge. Approval of the Engineer-in-charge shall, however,
not relieve the contractor of the responsibility for the adequacy of dewatering and protection
arrangements for the quality and safety of the works.
If it is determined beforehand that the foundations cannot be laid dry or the situation is found that the
percolation is too heavy for keeping the foundation dry, the foundation concrete shall be laid under
water by tremie pipe only. In case of flowing water or artesian springs, the flow shall be stopped or
reduced as far as possible at the time of placing the concrete.
Pumping from the interior of any foundation enclosure shall be done in such a manner as to preclude
the possibility of the movement of water through any fresh concrete. No pumping shall be permitted
during the placing of concrete and for a period of at least 24 hours thereafter, unless it is done from
a suitable sump separated from the concrete work by a watertight wall or other similar means.
At the discretion of the Contractor, cement grouting or other approved methods may be used to
prevent or reduce seepage and to protect the excavation area.
The Contractor shall take all precautions in diverting channels and in discharging the drained water
as not to cause damage to the works, crops or any other property.
Where cofferdams are required, these shall be carried to adequate depths and heights, be safely
designed and constructed and be made as watertight as is necessary for facilitating construction to
be carried out inside them. The interior dimensions of the cofferdams shall be such as to give
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
195
sufficient clearance for the construction and inspection and to permit installation of pumping
equipment, etc., inside the enclosed area.
Preparation of foundation: The bottom of the foundation shall be levelled both longitudinally and
transversely or stepped as per approved drawing are as directed by the Engineer-in-charge. Before
footing is laid, the surface shall be slightly watered and rammed. If excavation having been made
deeper than that shown on the drawings or as otherwise ordered by the Engineer-in-charge, the extra
depth shall be made up with concrete or masonry of the foundation at the cost of the Contractor as.
Ordinary filling shall not be used for the purpose to bring the foundation to level.
When rock or other hard strata is encountered, it shall be freed of all soft and loose material, cleaned
and cut to a firm surface either level or stepped as directed by the Engineer. All seams shall be
cleaned out and filled with cement mortar or grout to the satisfaction of the Engineer. In the case of
excavation in rock, annular space around footing shall be filled with lean concrete M 15 upto the top
level of rock.
If the depth of fill required is more than 1.5 m above the top of the footing, filling upto 1.5 m above
top of footing shall be done with lean concrete M 15 followed by boulders grouted with cement.
When foundation piles are used, the excavation of each pit shall be substantially completed before
beginning pile-driving operations therein. After pile driving operations in a given pit are completed,
all loose and displaced materials therein shall be removed to the elevation of the bottom of the
footings.
If there are any slips or slip-outs in the excavation, these shall be removed by the Contractor at his
own cost.
Near towns, villages and all frequented places, trenches and foundation pits shall be securely fenced,
provided with proper caution signs and marked with red lights at night to avoid accidents. The
contractor shall take adequate protective measures to see that the excavation operations do not
affect or damage adjoining structures. For safety precautions, guidance may be taken from IS : 3764.
Backfilling: Backfilling shall be done with approved material after concrete or masonry is fully set
and carried out in such a way as not to cause undue thrust on any part of the structure. All space
between foundation masonry or concrete and the sides of excavation shall be refilled to the original
surface in layers not exceeding 150 mm compacted thickness. The compaction shall be done with
the help of suitable equipment such as trench compactor, mechanical tamper, rammer, plate vibrator
etc., after necessary watering, so as to achieve a density not less than the field density before
excavation.
Disposal of surplus excavated materials: Same as previous section shall apply.
5.2.14.4. Measurements for Payment
Excavation for structures shall be measured in Cu.m for each class of material encountered, limited
to the dimensions shown on the drawings or as directed by the Engineer. Excavation over increased
width, cutting of slopes, production /support to the existing structures shoring, shuttering and planking
shall be deemed as convenience for the Contractor in executing the work and shall not be measured
and paid separately.
Preparation of rock foundation shall be measured in square metres. Foundation sealing, dewatering,
including pumping shall be deemed to be incidental to the work unless separate provision is made
for in the Contract. In the latter case, payment shall be on lumpsum basis as provided in the Bill of
Quantities.
5.2.14.5. Rates
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
196
The Contract unit rate for the items of excavation for structures shall be payment in full for carrying
out the required operations including full compensation for:
a) Setting out;
b) Construction of necessary cofferdams, cribs\sheeting, shoring and bracing and their subsequent
removal;
c) Removal of all logs, stumps, grubs and other deleterious matter and obstructions, for placing the
foundations including trimming of bottoms of excavations;
d) Foundation sealing, dewatering including pumping when no separate provision for it is made in
the Contract:
e) Backfilling, clearing up the site and disposal of all surplus material with all lifts and leads or as
otherwise specified; and
f) All labour, materials, tools, equipment, safety measures, diversion of traffic and incidentals
necessary to complete the work to Specifications.
The Contract unit rate for preparation of rock foundation shall be full compensation for cutting,
trimming and cleaning the foundation surface and filling/sealing of all seams with cement grout or
mortar including all materials, labour and incidentals required for completing the work.
5.2.15. Soil Erosion and Sedimentation Control
5.2.15.1. General
This work shall consist of measures as shown on plans or as directed by the Engineer-in-charge to
control soil erosion, sedimentation and water pollution, through use of berms, dikes, sediment basins,
fibre mats, mulches, grasses, slope drains, and other devices.
5.2.15.2. Materials
All materials shall meet commercial grade standards and shall be approved by the Engineer-in-
charge before being used in the work.
5.2.15.3. Construction Operations
Work shall not be started until the erosion/ sedimentation control schedules and methods of
operations for the applicable construction have been approved by the Engineer-in-charge. For above
the contractor shall submit to the Engineer-in-Charge for approval his schedules of work. He shall
also submit for approval his proposed method of erosion/sedimentation control.
5.2.16. Turfing with Sods
5.2.16.1. General
This work shall consist of furnishing and laying of the live sod of perennial turf forming grass on
embankment slopes, verges (earthen shoulders) or other locations shown on the drawings or as
directed by the Engineer-in-charge. Unless otherwise specified, the work shall be taken up as soon
as possible following construction of the embankment, provided the season is favourable for
establishment of the sod.
5.2.17. Seeding and Mulching
5.2.17.1. General
This shall consist of preparing slopes, placing topsoil, furnishing all seeds, commercial or organic
fertilizers and mulching materials, providing jute netting and placing and incorporating the same on
embankment slopes or other locations designated by the Engineer-in-charge or shown in the
Contract documents.
5.2.18. Surface/Sub-Surface Drains
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
197
5.2.18.1. General
The work shall consist of constructing surface and/or sub-surface drains in accordance with the
requirements of these Specifications and to the lines, grades, dimensions and other particulars
shown on the drawings or as directed by the Engineer-in-charge. Schedule of work shall be so
arranged that the drains are completed in proper sequence with road works to ensure that no
excavation of the completed road works is necessary subsequently or any damage is caused to
these works due to lack of drainage.
5.2.18.2. Surface Drains
Surface drains shall be excavated to the specified lines, grades, levels and dimensions to the
requirements of Clause 301. The excavated material shall be removed from the area adjoining the
drains and if found suitable, utilized in embankment/sub-grade construction. All unsuitable material
shall be disposed of as directed.
The excavated bed and sides of the drains shall be dressed to bring these in close conformity with
the specified dimensions, levels and slopes.
Where so indicated, drains shall be lined or turfed with suitable materials in accordance with details
shown on the drawings.
All works on drain construction shall be planned and executed in proper sequence with other works
as approved by the Engineer, with a view to ensuring adequate drainage for the area and minimizing
erosion/sedimentation.
5.2.18.3. Sub-Surface Drains
Scope: Sub-surface drains shall be of close-jointed perforated pipes, open- jointed unperforated
pipes, surrounded by granular material laid in a trench or aggregate drains to drain the pavement
courses. Sub-surface drains designed using Geosynthetics and approved by the Engineer-in- charge
can also be used.
Materials
g) Pipe: Perforated pipes for the drains may be metal/asbestos cement/cement concrete/PVC and
unperforated pipes of vitrified clay/ cement concrete/asbestos cement. The type, size and grade
of the pipe to be used shall be as specified in the Contract. In no case, however, shall the internal
diameter of the pipe be less than 100 mm. Holes for perforated pipes shall be on one half of the
circumference only and conform to the spacing indicated on the drawings. Size of the holes shall
not ordinarily be greater than half of size of the material surrounding the pipe, subject to being
minimum 3 mm and maximum 6 mm. D stands for the size of the sieve that allows 85 percent of
the material to pass through it.
h) Backfill material: Backfill material shall consist of sound, tough, hard, durable particles of free
draining sand-gravel material or crushed stone and shall be free of organic material, clay balls or
other deleterious matter. Unless the Contract specified any particular gradings for the backfill
material or requires these to be designed on inverted filter criteria for filtration and permeability to
the approval of the Engineer-in-charge, the backfill material shall be provided on the following
lines:
i. Where the soil met with in the trench is of fine grained type (e.g., silt, clay or a mixture
thereof), the backfill material shall conform to Class I grading;
ii. Where the soil met with in the trench is of coarse silt to medium sand or sandy type, the
backfill material shall correspond to Class II grading; and
iii. Where soil met with in the trench is gravelly sand, the backfill material shall correspond
to Class III grading.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
198
Thickness of backfill material around the pipe shall be as shown on the drawings subject to being at
least 150 mm all-round in all cases.
Geosynthetics for use with subsurface drain shall conform to the requirements.
Trench excavation: Trench for sub-surface drain shall be excavated to the specified lines, grades
and dimensions shown in the drawings provided that width of trench at pipe level shall not be less
than 450 mm. The excavation shall begin at the outlet end of the drain and proceed towards the
upper end. Where unsuitable material is met with at the trench bed, the same shall be removed to
such depth as directed by the Engineer-in-charge and backfilled with approved material which shall
be thoroughly compacted to the specified degree.
Laying of pipe and backfilling: Laying of pipe in the trench shall be started at the outlet end and
proceed towards the upper end, true to the lines and grades specified. Unless otherwise provided,
longitudinal gradient of the pipe shall not be less than 1 in 100.
Before placing the pipe, backfill material of the required grading(s) shall be laid for full width of the
trench bed and compacted to a minimum thickness of 150 mm or as shown on the drawings. The
pipe shall then be embedded firmly on the bed.
Perforated pipes, unless otherwise specified, shall be placed with their perforations down to minimize
clogging. The pipe sections shall be joined securely with appropriate coupling fittings or bands.
Non-perforated pipes shall be laid with joints as close as possible with the open joints wrapped with
suitable pervious material (like double layer of Hessian, suitable Geosynthetics or some other
material of not less than 150 mm width) to permit entry of water but prevent fines entering the pipes.
In the case of non-perforated pipes with bell end, the bell shall face upgrade.
Upgrade end sections of the pipe installation shall be tightly closed by means of concrete plugs or
plugs fabricated from the same material as the pipe and securely held in place to prevent entry of
soil materials.
After the pipe installation has been completed and approved, backfill material of the required grading
(s) shall be placed over the pipe to the required level in horizontal layers not exceeding 150 mm in
thickness and thoroughly compacted. The minimum thickness of material above the top of the pipe
shall be 300 mm.
Unless otherwise provided, sub-surface drains not located below the road pavement shall be sealed
at the top by means of 150 mm thick layer of compacted clay so as to prevent percolation of surface
water.
Use of geosynthetic in laying of pipe and backfilling: After excavating the trench for subsurface
drain, the filter fabric shall be placed, the pipe installed and the trench backfilled with permeable
material according to dimensions and details shown on the plans. Surfaces to receive filter fabric
prior to placing shall be free of loose or extraneous material and sharp objects that may damage the
filter fabric during installation. Adjacent rolls of the fabric shall be overlapped a minimum of 450 mm.
The preceding roll shall overlap the following roll in the direction the material is being spread. Damage
to the fabric resulting from Contractor’s vehicles, equipment or operations shall be replaced or
repaired by the Contractor at his Cost.
Drain outlet: The outlet for a sub-drain shall not be under water or plugged with debris but should
be a free outlet discharging into a stream, culvert or open ditch. The bottom of the pipe shall be kept
above high water in the ditch and the end protected with a grate or screen. For a length of 500 mm
from the outlet end, the trench for pipe shall not be provided with granular material but backfilled with
excavated soil and thoroughly compacted so as to stop water directly percolating from the backfill
material around the pipe. The pipe in this section shall not have any perforations.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
199
Aggregate drains: Aggregate drains shall be placed within the verge/ shoulders after completion of
the pavement. Depth, thickness and spacing of the aggregate drains shall be as shown on the plan.
Trenches for aggregate drains shall be excavated to a minimum width of 300 mm and to the depth
shown on the plans or ordered by the Engineer-in-charge. The bottom of the trench shall be sloped
to drain and shall be free from loose particles of soil. The trench shall be excavated so as to expose
clearly the granular pavement courses to be drained.
Aggregate for the drains shall be durable gravel, stone or slag and shall be free from vegetable
matter and other deleterious substances. Type B grading may be used only where the drain is
designed to intercept surface water flowing to the pipe and is likely to get slowly blocked. Type A
grading allows a much wider range.
5.2.18.4. Measurements for Payment
Measurement for surface and sub-surface drains shall be per running metre length of the drain.
5.2.18.5. Rates
The Contract unit rates for surface and sub-surface drains shall be payment in full for all items such
as excavation, dressing the sides and bottom; providing lining, turfing, pitching, masonry, concrete
and plastering; providing, laying and jointing pipes; providing, laying and compacting backfill and bed
of granular material; providing, fixing and painting of cover etc. including full compensation for all
materials, labour, tools, equipment and other incidentals to complete the work as shown on drawings
with all leads and lifts including for removal of unsuitable material. Provision of inlets, gratings,
sumps, outlet pipes, bedding, disbursers etc. wherever required shall be incidental to construction of
drain.
5.2.19. Demolition and Dismantling for Building Works
5.2.19.1. Definitions
a) Dismantling: Dismantling means carefully separating the parts without damage and removing.
This may consist of dismantling one or more parts of the building as specified or shown on the
drawings.
b) Demolition: It means breaking up. This shall consist of demolishing whole or part of work
including all relevant items as specified or shown on the drawings.
5.2.19.2. Precautions
a) All materials obtained from dismantling or demolition shall be the property of the local body unless
otherwise specified and shall be kept in safe custody until they are handed over to the Engineer-
in- Charge or authorized representative.
b) Before starting the work, the first operations shall be got approved from the Engineer-in-charge.
The demolition shall always be well planned before hand and shall generally be done in reverse
order of the one in which the structure was constructed.
c) Special care shall be taken to maintain the safety measures prescribed in IS 4130. Necessary
propping, shoring and or under pinning shall be provided to ensure the safety of the adjoining
work or property before dismantling and demolishing is taken up. The work shall be carried out in
such a way that no damage is caused to the adjoining work or property. Wherever specified,
temporary enclosures or partitions and necessary scaffolding with suitable double scaffolding and
proper cloth covering shall also be provided. Necessary precautions shall be taken to keep noise
and dust nuisance to the minimum, Helmets, goggle, safety belts etc all work shall be done in a
systematic manner in the direction of the Engineering in charge
d) All materials which are likely to be damaged by dropping from a height or by demolishing roofs,
masonry etc. shall be carefully removed first. Chisels and outers may be used carefully and
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
200
dismantled articles shall be removed manually or otherwise, lowered to the ground (and not
thrown) and then property stacked as per direction of the Engineer-in-Charge.
e) Where existing fixing is done by nails, screws, bolts, rivets, etc., dismantling shall be done by
taking out the fixing with proper tools and not by tearing or ripping off.
f) Any serviceable material, obtained during dismantling or demolition, shall be separated out and
stacked properly within a lead of 50 meters and unserviceable materials, rubbish etc. shall be
disposed off or as directed by the Engineer-in-Charge.
g) The Dismantling and demolishing work should be carried out at night. Screens shall be placed
where necessary to prevent injuries due to falling pieces. First-aid equipment shall be got
available at all demolition works site.
h) The contractor shall maintain/disconnect existing services, whether temporary or permanent,
where required by the Engineer-in-Charge.
i) Water may be used to reduce dust while tearing down plaster from brick work.
j) Safety belts shall be used by labourers while working at higher level to prevent falling from the
structure.
5.2.19.3. Recommendations for Demolition of Certain Special Types and Elements of Structures
Roof Trusses
When a building has a pitched roof, the roof structure should be removed to wall plate level by hand
method. Sufficient purlins and bracing should be retained to ensure stability of the remaining roof
trusses while each individual truss is removed progressively. The end frame opposite to the end
where dismantling is commenced, or a convenient intermediate frame should be independently and
securely guyed in both directions before work starts. On no account should the bottom tie of roof
trusses be cut until the principal rafters are prevented from making outward movement.
Heavy Floor Beams
The heavy bulks of timber and steel beams should be supported before cutting at the extremities and
should then be lowered to a safe working place.
Jack Arches
If tie rods are present between main supporting beams, these should not be cut until after the arch
or series of arches in the floor have been removed. Particular care should be exercised and full
examination of this type of structure undertaken before demolition is commenced. The floor should
be demolished in strips parallel to the span of the arch, rings (at right angles to the main floor beams).
Brick Arches
The expert advice should be obtained and at all stages of the demolition, the closest supervision
should be given by persons fully experienced and conversant in the type of work to ensure that the
structure is stable at all times. Special temporary support shall be provided in the case of skew
bridges.
Maximum dead load as possible may be removed provided it does not interfere with the stability of
the main arch rings but it should be noted that the load-carrying capacity of many old arches relies
on the filling between the spandrels. On no account should the restraining influence of the abutments
be removed before the dead load of the spandrel fill and the arch rings are removed.
A single span arch can be demolished by hand by cutting narrow segments progressively from each
springing parallel to the span of the arch until the width of the arch has been reduced to a minimum
which can then be collapsed.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
201
If it is impossible to allow debris to fall to the ground below, centering designed to carry the load
should be erected and the arch demolished progressively. The design of the centering should make
appropriate allowance for impact.
If deliberate collapse is feasible the crown may be broken by the demolition ball method working
progressively from edges to the centre. Collapse of the structure can be affected in one action by the
use of explosives. Charges should be inserted into boreholes drilled in both arch and abutments.
In multi-span arches before individual spans are removed, lateral restraint should be provided at the
springing level. Demolition may then proceed as for a single span, care being taken to demolish the
spandrels down to the springing line as the work proceeds. Where explosives are used it is preferable
to ensure the collapse of the whole structure in one operation to obviate the chance of leaving
unstable portions standing.
Cantilevers
A cantilever type of construction depends for its stability on the super imposed structure. Canopies,
cornices, staircases and balconies should be demolished or supported before the tailing down load
is removed.
In-situ Reinforced Concrete
Before commencing demolition, the nature and condition of the concrete, the condition and position
of reinforcement, and the possibility of lack of continuity of reinforcement should be ascertained.
Attention should be paid to the principles of the structural design to determine which parts of the
structure depend on each other to maintain overall stability.
Demolition should be commenced by removing partitions and external non-load bearing cladding. It
should be noted that in some buildings the frame may rely on the panel walls for stability.
The following procedures should be used in hard demolition methods are to be used:
a) Reinforced Concrete Beams
For beams, a supporting rope should be attached to the beam. Then the concrete should be removed
from both ends by pneumatic drill and the reinforcement exposed. The reinforcement should then be
cut in such a way as to allow the beam to be lowered under control to the floor.
b) Reinforced Concrete Columns
For columns, the reinforcement should be exposed at the base after restraining wire guy ropes have
been placed round the member at the top. The reinforcement should then be cut in such a way as to
allow the column to be pulled down to the floor under control.
c) Reinforced Concrete Walls
Reinforced concrete walls should be cut into strips and demolished as for columns.
5.2.19.4. Measurements:
For measurement shall be given below procedure
a) All work shall be measured correct to a cm, all area shall be worked out in sqm, correct to two
places of decimal and cubical content shall be worked out to the nearest 0.01 cum.
b) The dismantling and demolishing shall be measured separately.
c) All work except hidden work shall be measured before demolition or dismantling and no bulking
allowance shall be allowed.
d) The specifications for deduction for voids, and openings etc. shall be on the same basis as that
adopted for new construction of the work.
e) The work executed in under water/ liquid mud and in under all foul position shall be measured
separately.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
202
Roofs
i. Roof coverings generally including battens boarding, mats, bamboo jaffri or other
subsidiary supports shall be measured in sqm. Except lead sheet roof covering which
shall be measured in quintals.
ii. Stone slab roof covering which shall be measured in cubic meters.
iii. Ridges, hips and valleys shall be girthed and included with the roof area. Corrugated or
semi corrugated surfaces shall be measured flat and not girthed.
iv. Mud phuska on roofs shall be measured in cubic meters.
v. Lead sheets in roofs shall be measured in quintals and hips, valleys, flashings; lining to
gutter etc. shall be included in this weight.
vi. R.B. or R.C.C. roofs shall be measured as specified.
vii. Supporting members, such as rafters, purlins, beam Joists, trusses etc. of wood shall be
measured in cubic meters and steel or iron sections, in quintals.
Ceiling
i. The stripping of ceilings shall be measured in square meters.
ii. Dismantling of supporting Joists, beams, etc. shall be measured in cubic meters or in
quintals.
iii. Height above floor level, if it exceeds 3.5 m shall be paid separately.
Flooring and Paving
Dismantling of floors (except concrete and brick floors) shall be measured in square meters. Supports
such as joints, beams etc. if any shall be measured in cum. Concrete and bricks paving shall be
measured in cum.
Concrete and Brick Roofs and Suspended Floors
Demolition of floors and roofs of concrete or brick shall be measured in cubic meters. Beams
cantilevers or other subsidiary supports of similar materials, shall be included in the item. In
measuring thickness of roofs provide with water proofing treatments with bitumen felts, the thickness
of water proofing treatment shall be ignored.
Walls and Piers
i. Taking down walls and independent piers or columns of brick, stone or concrete shall be
measured, in cubic meters. All copings, corbels, cornices and other projections shall be
included with the wall measurements.
ii. In measuring thickness of plastered walls, the thickness of plaster shall be ignored.
iii. Ashlar face stones, dressed stone work, pre-cast concrete articles etc, if required to be
taken down intact shall be so stated and measured separately in cubic meters.
iv. Cleaning bricks stacking for measurements including all extra handling and removal and
Disposing off the rubbish as stated shall be enumerated in thousand of cleaned bricks.
v. Cleaning stone obtained from demolished/dismantling stone masonry of any description
including ashlar facing dressed stone work, stone slabs or flagging and pre-cast concrete
blocks including all extra handling and disposing off the rubbish as stated shall be
measured in cubic meters of cleaned stone.
vi. Honey comb works or cavity walls of bricks stone or concrete shall be measured as solid.
Reinforced Concrete and Brick Work
Reinforced concrete structures and reinforced brick roofs and walls shall be measured in cubic
meters and if reinforcement is required to be salvaged, it shall be so stated.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
203
Where reinforcement is required to be separated, scraped and cleaned, the work shall be measured
separately in quintal of salvaged steel.
Partitions, Trellis Work etc.
Partitions or light walls, of lath and plaster, trellis work, expanded metal, thin concrete or terracotta
slabs and other similar materials including frame work if any shall be measured in square metros
stating the overall thickness.
Woodwork
All wood work including karries average 40 sq. cm or over in section, shall be measured in cubic
metros, while that under 40 sq. cm in section, in running meters. Ballies shall be measured in running
meters. Boarding including wooden chajjas and sun shades along with supports shall be measured
in square meters in its plane.
Doors and Windows
Dismantling of doors, windows, clerestory windows, ventilators etc. (wood or metal) whether done
separately or along with removal of wall by making recess in the wall shall be enumerated. Those
exceeding 3 sqm each in area shall be measured separately. The item shall include removal of
chowkhats architraves, holdfasts and other attachments. If only shutters are to be taken out it shall
be measured separately.
Steel and Iron Work
i. All steel and iron work shall be measured in quintals. The weight shall be computed from
standard tables unless the actual weight can readily be determined.
ii. Riveted work, where rivets are required to be cut, shall be measured separately.
iii. Marking of structural steel required to be re-erected shall be measured separately.
iv. In framed steel items, the weight or any covering material or filling such as iron sheets
and expanded metal shall be included in the weight of the main article unless such
covering is not ordered to be taken out separately.
Pipes and Sewer Lines
i. Water pipe lines including rain water pipes with damps and specials, sewer lines (salt
glazed ware or concrete) etc. shall be described by their diameter and length measured
in running meters inclusive of joints.
ii. If the joints, special and fittings etc are required to be separated, it shall be so stated and
enumerated.
iii. Pacca drains shall be measured under relevant items.
iv. Valve cistern, public fountain platform, fire hydrants, etc. shall be enumerated.
v. Manholes and inspection chambers shall be enumerated stating the size and depth of
manhole/inspection chamber. They shall be classified into different groups depending
upon the depth, in unit of half and one meter depth. The depth of the manhole shall be
the distance between the top of manhole cover and invert level of the drain.
vi. Ventilating shafts, gully traps, flushing cisterns and other appurtenant items of work shall
be enumerated.
Posts or Struts
Posts or struts (wood, steel or RCC) section including taking out embedded portion shall be
measured in running meters.
Wire Mesh fencing of any type with frame shall be measured in square meters,
Glazing
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
204
Taking out any portion of serviceable glass except polished plate, from old sashes, skylights, etc.
(any thickness, weight or size) raking out old putty, etc. shall be measured in square meters. Irregular
circular panes shall be measured as rectangle or square enveloping the same. The width and height
being measured correct to the nearest 0.5 cm.
In road work different types of road surfaces shall be measured separately. Road surfaces metalling
or soling (base) shall be measured in sqm, while concrete paving shall be measured in cum.
5.2.19.5. Rates:
The rate shall include the cost of all labour involved and tools used in dismantling and demolishing
including scaffolding. The rate shall also include the charges for separating out and, stacking the
serviceable material properly and disposing off unserviceable material within a distance of 50 meters.
The rate shall also include for temporary shoring for the safety of portions not required to be pulled
down, or of adjoining property, and providing temporary enclosures or partitions, where considered
necessary.
5.2.20. Demolition and Site Clearance for Road Works
5.2.20.1. Scope of work
Land for road embankment, drains, cross-drainage structures and such structure of road should be
cleared of all materials unsuitable for the work by cutting, trimming, removing and disposing of all
materials, such as trees, bushes, shrubs, stumps, roots, grass, weeds, top organic soil not exceeding
150 mm in thickness and rubbish, etc. This should be carried out well in advance of earthwork
operations. It shall include necessary excavation, backfilling of pits resulting from uprooting of trees
and stumps to required compaction, handling, salvaging, and disposal of cleared materials with all
leads and lift.
5.2.20.2. Preservation of Property/Amenities
Roadside trees, shrubs, pole lines, fences, signs, monuments, buildings, pipelines, sewers and all
road facilities within or adjacent to the road which are not to be disturbed shall be protected from
injury or damage. The Contractor shall provide and install at his own cost, suitable safeguards
approved by the Engineer in charge of local body for this purpose.
During clearing and grubbing, the Contractor shall take all adequate precautions against soil erosion,
water pollution, etc., and where required, undertake additional works to that effect. Before start of
work, the Contractor shall submit to the Engineer in charge for approval, his work plan including the
procedure to be followed for disposal of waste materials, etc., and the schedules for carrying out
temporary and permanent erosion control works as stipulated.
5.2.20.3. Methods, Tools and Equipment
a) Only such methods, tools and equipment as are approved by the Engineer and which will not
affect the property to be preserved shall be adopted for the Work.
b) If the area has thick vegetation/roots/trees, a crawler or pneumatic tyred dozer of adequate
capacity may be used for clearance purposes.
c) The dozer shall have ripper attachments for removal of tree stumps. All trees, stumps, etc., falling
within excavation and fill lines shall be cut to such depth below ground level that in no case these
fall within 500 mm of the sub-grade.
d) Also, all vegetation such as roots, under-growth, grass and other deleterious matter unsuitable
for incorporation in the embankment/sub-grade shall be removed between fill lines to the
satisfaction of the Engineer in charge.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
205
e) On areas beyond these limits, trees and stumps required to be removed as directed by the
Engineer in charge shall be cut down to 1 m below ground level so that these do not present an
unsightly appearance.
f) All excavations below the general ground level arising out of the removal of trees, stumps, etc.,
shall be filled with suitable material and compacted thoroughly so as to make the surface at these
points conform to the surrounding area.
g) Ant-hills both above and below the ground, as are liable to collapse and obstruct free subsoil
water flow shall be removed and their workings, which may extend to several meters, shall be
suitably treated.
5.2.20.4. Disposal of Materials
a) All materials arising from clearing and grubbing operations shall be the property of local body. It
shall be disposed of by the Contractor as hereinafter provided or directed by the Engineer in
charge.
b) Trunks, branches and stumps of trees shall be cleaned of limbs and roots and slacked.
c) Boulders, stones and other materials usable in road construction shall be neatly stacked as
directed by the Engineer in charge.
d) Stacking of stumps, boulders, stones etc., shall be done at specified spots with all lifts and up to
a lead of 1000 m.
e) All products of clearing and grubbing which, in the opinion of the Engineer, cannot be used or
auctioned shall be cleared away from the roadside in a manner as directed by the Engineer in
charge.
5.2.20.5. Measurements for Payment
a) Clearing and grubbing shall be measured in terms of hectares.
b) Clearing and grubbing of borrow areas shall not be paid because it is included in the rate quoted
for the embankment construction item.
c) Cutting of trees up to 300 mm in girth including removal of stumps and roots, and trimming of
branches of trees extending above the roadway shall be considered incidental to the clearing and
grubbing operations. Removal of stumps left over after trees have been cut by any other agency
shall also be considered incidental to the clearing and grubbing operations.
d) Cutting, including removal of stumps and roots of trees of girth above 300 mm and backfilling to
required compaction shall be measured in terms of number according to the sizes given below:
i. Above 300 mm to 600 mm
ii. Above 600 mm to 900 mm
iii. Above 900 mm to 1800 mm
iv. Above 1800 mm
For this purpose, the girth shall be measured at a height of 1 meter above ground or at the top of the
stump if the height of the stump is less than one meter from the ground.
5.2.20.6. Rates
a) The Contract unit rates for the various items of clearing and grubbing shall be payment in full for
carrying out the required operations including full compensation for all labour, materials, tools,
equipment and incidentals necessary to complete the work.
b) These will also include removal of stumps of trees less than 300 mm in girth as Well as stumps
left over after cutting of trees carried out by another agency, excavation and back-filling to required
density, where necessary, and handling, salvaging, piling and disposing of the cleared materials
with all lifts and up to a lead of 1000 m.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
206
c) The Contract unit rate for cutting (including removal of stumps and roots) of trees of girth above
300 mm shall include excavation and backfilling to required compaction, handling, salvaging,
piling and disposing of the cleared materials with all lifts and up to a lead of 1000 m.
d) Where a Contract does not include separate items of clearing and grubbing, the same shall be
considered incidental to the earthwork items and the Contract unit prices for the same shall be
considered as including clearing and grubbing operations.
5.2.21. Dismantling Culverts, Bridges and other Structures/Pavements
5.2.21.1. Scope
a) This work shall consist of removing existing structure like culverts, bridges, kerbs, guard-rails,
fences, utility services, manholes, catch basins, inlets, etc., and pavements which are in place
but interfere with the new construction or are not suitable to remain in place. This shall include
salvaging and disposing of the resulting materials and back filling the resulting trenches and pits.
b) Dismantling shall be done up to the limits and extent specified in the drawings or as indicated by
the Engineer in charge.
c) Dismantling and removal operations shall be carried out with such equipment and in such a
manner as to leave undisturbed, adjacent pavement, structures and any other work to be left in
place.
d) All operations necessary for the removal of any existing structure which might endanger new
construction shall be completed prior to the start of new work.
5.2.21.2. Dismantling Culverts and Bridges
a) Existing structures which are within the road land and designated for removal should be
dismantled carefully and the resulting materials so removed as not to cause any damage to the
serviceable materials to be salvaged, the parts of the structure to be retained and any other
adjoining properties and utilities.
b) Where existing culverts/bridges are to be extended or otherwise incorporated in the new work,
only such part or parts of the existing structure shall be removed as are necessary and directed
by the Engineer in charge to provide a proper connection to the new work.
c) The connecting edges shall be cut, chipped and trimmed to the required lines and grades without
weakening or damaging any part of the structure to be retained. Due care should be taken to
ensure that reinforcing bars which are to be left in place so as to project into the new work as
dowels or ties are not injured during removal of concrete.
d) Pipe culverts shall be carefully removed in such a manner as to avoid damage to the pipes.
e) Steel structures shall, unless otherwise provided, be carefully dismantled in such a manner as to
avoid damage to members thereof.
f) If specified in the drawings or directed by the Engineer in charge that the, structure is to be
removed in a condition suitable for re-erection, all members shall be match-marked by the
Contractor with white lead paint before dismantling.
g) End pins, nuts, loose plates, etc., shall be similarly marked to indicate their proper location; all
pins, pin holes and machined surfaces shall be painted with a mixture of white lead and tallow
and all loose parts shall be securely wired to adjacent members or packed in boxes.
5.2.21.3. Dismantling Pavements and Other Structures
a) All concrete pavements, base courses in carriageway and shoulders etc., designated for removal
shall be broken to pieces whose volume shall not exceed 0.02 cu. m. and stockpiled at designated
locations if the material is to be used later or otherwise arranged for disposal as directed by
Engineer in charge.
b) In removing the kerbs, gutters, and other structures like guard-rails, fences, manholes, catch
basins, inlets are their parts shall be dismantle as directed by the Engineer in charge.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
207
5.2.21.4. Back-filling
Holes and depressions caused by dismantling operations shall be backfilled with excavated or other
approved materials and compacted to required density as directed by the Engineer in charge.
5.2.21.5. Disposal of Materials
a) All materials obtained by dismantling shall be the property of local body.
b) Unless otherwise specified, materials having any salvage value shall be placed in neat stacks of
like materials within the right of-way, as directed by the Engineer in charge with all lifts and up to
a lead of 1000 m.
c) Pipe culverts that are removed shall be cleaned and neatly piled on the right of way at points
designated by the Engineer in charge with all lifts and leads up to 1000 m.
d) Structural steel removed from old structures shall, unless otherwise specified or directed, be
stored in a neat and presentable manner on blocks in locations suitable for loading. Structures or
portions (hereof which are specified in the Contract for re -erection shall be stored in separate
piles.
e) All materials obtained from dismantling operations which, in the opinion of the Engineer cannot
be used or auctioned shall be disposed of as directed by the Engineer in charge widi all lifts and
up to a lead of 1000 m.
5.2.21.6. Measurements for Payment
The work of dismantling structures shall be paid for in units indicated below by taking measurements
before and after, as applicable:
i. Dismantling brick/stone masonry/concrete (plain and reinforced) cu. m. (ii) Dismantling
flexible and cement concrete pavement cu. m.
ii. Dismantling steel structures tonne
iii. Dismantling limber structures cu. m.
iv. Dismantling pipes, guard rails, kerbs, gutters and fencing linear m.
v. Utility services Nos.
5.2.21.7. Rates
a) The Contract unit rates for the various items of dismantling shall be paid in full for carrying out the
required operations including full compensation for all labour, materials, tools, equipment,
safeguards and incidents necessary to complete the work.
b) These will also include excavation and backfilling where necessary to the required compaction
and for handling, salvaging, piling and disposing of the dismantled materials within all lifts and up
to a lead of 1000 m.
5.2.22. Summary of Site Clearance
5.2.22.1. The road land should be cleared of all materials unsuitable for the work by cutting, trimming, removing
and disposing of all materials, such as trees, bushes, shrubs, stumps, roots, grass, weeds, top
organic soil not exceeding 150 mm in thickness and rubbish, etc. This should be carried out well in
advance of earthwork operations.
5.2.22.2. The top soil removed during clearing and grubbing of site, if suitable for re-use shall be transported,
conserved and stacked for re-use.
5.2.22.3. All trees, stumps, etc. falling within the excavation and embankment lines should be cut to such depth
below ground level that in no case these fall within 500 mm of the sub-grade. Beyond these limits,
they need to be cut down to 500 mm below ground level.
5.2.22.4. Excavations below the ground level arising out of removal of trees, stumps, etc., should be filled in
layers with suitable material and compacted to the specified density given by the Engineer.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
208
5.2.22.5. Measurement of trees having girth more than 300 mm should be done as per sizes given in the Bill
of Quantities (BOQ).
5.2.22.6. Ant-hills both above and below the ground shall be removed by excavating to a suitable depth as
directed by the Engineer. Cavities in the ground after removal of ant-hills shall be filled with
appropriate material and properly compacted to the specified density.
5.2.22.7. Existing structures which are within the road land and designated for removal should be dismantled
carefully and the resulting materials so removed as not to cause any damage to the serviceable
materials to be salvaged, the parts of the structure to be retained and any other adjoining properties
and utilities.
5.2.22.8. Holes and depressions caused by dismantling operations or caused by rats etc. shall be backfilled
with approved material and compacted to the required density.
5.2.22.9. Obtain prior permission of the competent authority for removing/disturbing any existing utilities etc.
required.
5.2.22.10. Conserve top-soil for re-use where suitable.
5.2.22.11. Do not disturb existing poles, fences, signs, monuments, buildings, pipelines, sewers, and trees
etc. which do not interfere with the work and are to be retained.
5.2.22.12. Do not damage parts of existing structures to be retained while dismantling portions interfering with
the work.
5.2.23. Sub-base Items
5.2.23.1. Brick bats
a) Brick Aggregate: It shall conform to IS 306 unless otherwise specified and shall be obtained by
breaking well burnt or over burnt dense brick/ brick bats. They shall be homogeneous in texture,
roughly cubical in shape and clean. They shall be free from unburnt clay particles. Soluble salt,
silt, adherent coating of soil, vegetable matter and other harmful substances. Such aggregate
should not contain more than 1% of Sulphates and should not absorb more than 10% of their own
mass of water, when used in cement concrete
b) Brick Bats: Brick Bats shall be obtained from well burnt bricks.
c) In coba of brick bat the brick bat of size 2.5 cm to 11.5 cm out of well burnt bricks shall be used
and shall be properly dampened for six hours before laying. Brick bats shall be laid to required
slope/gradient over the base coat of mortar leaving 15 to 25 mm gap between two bats. Cement
mortar 1:5 (1 blended cement: 5 coarse sand) shall be poured over the brick bats and joints filled
properly.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
209
5.3. DRAWINGS
Attached Separately along with this Bid
List of Drawing Attached with this Bid
Drawing Number Drawing Details
SSC/PPC/TD/DWG A-01 Existing Plan of Lakha Banjara Lake
SSC/PPC/TD/DWG B-01 Proposed Plan of Lakha Banjara Lake
Section -01
To
Section -15
Proposed Cross Sections of the Lake-edge
from Municipal Park Entrance (Lower Lake) to Tilli-Sanjay Drive
Road Intersection
Section -16
To
Section -45
Proposed Cross Sections of the Lake-edge
from Tilli-Sanjay Drive Road Intersection to Pandit Deendayal
Intersection
Section -46
To
Section -72
Proposed Cross Sections of the Lake-edge
from Pandit Deendayal Intersection to Gopeshwar Temple
Section -73
To
Section -119
Proposed Cross Sections of the Lake-edge
from Gopeshwar Temple to Mogha Baandh Crest Weir
Section -120,
Section -121 &
Section -121A
Proposed Cross Sections of
Mogha Baandh Crest Weir
Section -122
Proposed Cross Sections of the Lake-edge
at Agricultural Felids edge
Section -123
To
Section -141
Proposed Cross Sections of the Lake-edge
On Sanjay Drive Road
Section -142
To
Section -147
Proposed Cross Sections of the Kanera Deo Feeder Canal Silt
Trap
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
210
5.4. PERSONNEL REQUIREMENTS
Given the multi-disciplinary nature and complexities of the proposed works and services, the Employer requires
contractors to have the following key personnel(s) with minimum educational qualification and relevant work
experience as part of the team deployed for entire period of execution of works and services.
Sl.No. Position Title Numbers Minimum Educational Qualification or
Equivalent Educational Qualifications
Minimum
Relevant
Professional
Experience
(in years)
1. Project Manager 01 Bachelor’s Degree in Business
Management or Master’s Degree in
Building Engineering Management
7
2. Civil Engineer 01 Bachelor’s Degree or PG Diploma in Civil
Engineering
5
3. Structural Engineer 01 Master’s Degree in Civil Engineering with
specialization in Structural Engineering
5
4. Electrical Engineer 01 Bachelor’s Degree in Electrical/ Electronic/
Telecommunication Engineering
5
5. Hydraulic & Plumbing
Engineer
01 Master’s Degree in Civil Engineering with
specialization in Building Services/MEP
Services/ Hydraulics
5
6. Architect 01 Bachelor’s Degree in Architecture with valid
COA No.
5
7. Environmental Expert 01 Bachelor’s Degree in Environmental
Science/ Climate Change/ Environmental
Engineering
5
8. Social Expert 01 Bachelor’s Degree in Social Science/
Social Work/ Political Science
5
9. Quality Control/
Assurance Engineer
01 Master’s Degree in Civil Engineering with
specialization in Quality Control/ Process
Management
5
10. Site Engineer(s) 06 Diploma in Civil/Electrical/Mechanical
Engineering
3
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
211
5.5. PLANT, MACHINERY & EQUIPMENT REQUIREMENTS
Given the time constraints and the typical working conditions of the proposed works and services, the Employer
requires contractors to have the following construction plant, machineries and equipment with best industry
practice specifications and less depreciated equipment deployed for entire period of execution of works and
services.
Sl.No. Plant/ Machinery/ Equipment
Name
Numbers Minimum Specification/
Manufacturer Make or
Equivalent Standards
Desired
Maximum
Age from
the Year of
Manufacture
(in years)
1. Prefabricated Fully Furnished Air
Conditioned Containerized Site
Office with First Aid Facilities
01 Built Type: Prefab, Portable,
Panel Build, Modular
Material: MS, FRP, Glass
Minimum Occupancy: 10-15
person
5
2. Prefabricated Fully Equipped
Containerized Site Material Testing
Laboratory
01 Built Type: Prefab, Portable,
Panel Build, Modular
Material: MS, FRP, Glass
Minimum Occupancy: 5
person
5
3. Units of Prefabricated/ Porta Bio-
Toilets with all Sanitary Fixtures and
Fittings including Water Storage
Tanks
06 Minimum Size: 1300 x 1300
x 2000 mm
Material: PVC, GRP, FRP
Frame Material: Coated MS
Bio-digestor: As per DRDO
standards
5
4. Prefabricated Fully Furnished
Containerized Labour Shelter/Camp
with inbuilt Kitchenette (25 pax.
Capacity)
03 Built Type: Prefab, Portable,
Panel Build, Modular
Material: MS, FRP, Glass
Minimum Occupancy: 20-25
person
5
5. Dozers or Bull Dozers 20 Displacement: 0.018 m3
Engine Power: 410 hp
5
6. Wheel Loaders or Wheel Loading
Shovels
10 Bucket Capacity: 1.30 m3
Engine Power: 90 hp
5
7. Large Bucket Excavator or Large
Bucket Amphibian Excavator
10 Displacement: 0.069 m3
Engine Power: 1470 hp
5
8. Hydraulic Excavators 05 Displacement: 0.069 m3
Engine Power: 1470 hp
5
9. Vibratory Compactors 02 Weight: 6000 kg
Engine Power: 100 hp
5
10. Bucket Wheel Trencher/Mining
Excavators (min 8 large bucket) with
conveyor facility
02 Displacement: 500 Cu.m/h
Max. Bench Height: 5 mts
5
11. Back Hoe 05 Displacement: 0.044 m3
Engine Power: 95 hp
5
12. Grader 02 Displacement: 0.018 m3
Engine Power: 530 hp
5
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
212
13. Crawler Loader 05 Bucket Capacity: 3.75 m3
Engine Power: 275 hp
5
14. Scrapper 01 Heap Capacity: 30.00 m3
Engine Power: 450 hp
5
15. Road Roller 02 Weight: 8100 kg
Engine Power: 100 hp
5
16. Tractor Trailer 02 Weight Capacity: 4000 kg
Speed Rating: 80 kmph
5
17. Tipper/Dumper 30 Capacity: 60.00 m3
Engine Power: 1000 hp
5
18. Rotary, Piling Rig/Crane Mounted
Rotary Piling Rig
01 Rig Weight: 15.5 ton
Crowd Force: 30 kN
5
19. Truck Mounted Direct Mud
Circulation Type Bored Piling Rig
01 As per best industry practice 5
20. High Pressure Mud Pump/Hydraulic
Pump
03 Pile dia 500-1200 mm
Capacity: 200 Mts/day
5
21. Bentonite Mixing and Generating
Unit/mill
01 Ring major diameter x
height(mm): Ф360×190
Capacity(t/h): 3-10
Main motor Power: 55 kW
5
22. Hydro Clam Barge 01 As per minimum standards
prescribed. By Dredging
Corporation of India
5
23. Crane Barge 01 As per minimum standards
prescribed. By Dredging
Corporation of India
5
24. Batching Plant 01 Minimum system
requirements: Aggregate
ingredients supply system;
Cement supply system;
Admixture feed system;
Water supply system;
Additive supply system;
Mixing system; and Control
system.
Minimum Capacity: 90
Cu.m/hour
5
25. Truck Transit Mounted Mixer 03 Type: Hydrostatic
Transmission with Oil Cooler
Volumetric Capacity
(Geometric): 11,900 Ltrs.
Rotation Speed: 0 - 14 RPM
Filling Capacity Without Flap:
6 Cu.m
5
26. Concrete Pump 02 Max Concrete Pressure
(Bar): 65
Max Output Volume (m³/hr):
73
Pumping Cylinder Diameter
(mm): 180
5
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
213
27. Concrete Placer 01 Pouring Height: 25 feet
Mechanical conveyor power:
25 HP (19 Kw)
5
28. Crane 01-10 Ton 01 As per minimum standards
prescribed by Engineers
India Limited (EIL)
5
29. Crane 51-75 Ton 01 As per minimum standards
prescribed by Engineers
India Limited (EIL)
5
30. Crane 101-150 Ton 01 As per minimum standards
prescribed by Engineers
India Limited (EIL)
5
31. Hoist/Winches 01 As per minimum standards
prescribed by Engineers
India Limited (EIL)
5
32. Automatic Welding Set 03 As per minimum standards
prescribed by Engineers
India Limited (EIL)
5
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
214
5.6. QUALITY CONTROL LABORATORY REQUIREMENTS
Quality Control Laboratories and civil construction work always go hand in hand and such laboratories are
integral elements of all major construction project sites. A typical Quality Control Laboratory meant primarily
for concreting, routine soil tests etc. in an Indian construction project site may have most or all of the following
items in addition to other project specific items which could vary from project to project:
Sl.No. Equipment Type Equipment Name Numbers Desired
Minimum
Age from
the Year of
Manufacture
(in years)
1. IS Sieve Sets 80mm, 63mm, 50mm, 40mm, 31.5mm,
25mm, 20mm, 16mm, 12.5mm, 10mm,
6.3mm, 4.75mm, 2.36mm, 1.18mm,
600micron, 300micron, 150micron,
75micron & 125mm pan.
01 3
2. IS Balance Digital balance of 10kg capacity with
LC of 1gm & Balance with LC of 1mg. A
physical balance with larger capacity is
also desired
01 3
3. Measurement Apparatus Standard Weight Boxes 01 3
4. Measurement Apparatus Electric oven 01 3
5. Measurement Apparatus Standard cube moulds – 150mm size 01 3
6. Measurement Apparatus Standard cube moulds – 70.60mm size 01 3
7. Measurement Apparatus Cube crushing machine with 2 dial
gauges & brick plate attachment
01 3
8. Measurement Apparatus Vicat Apparatus 01 3
9. Measurement Apparatus English type trowel 01 3
10. Measurement Apparatus Slump cone with tamping rod 01 3
11. Measurement Apparatus Core cutters with collars 01 3
12. Measurement Apparatus Standard Proctor Test Apparatus 01 3
13. Measurement Apparatus Modified Proctor Test Apparatus 01 3
14. Measurement Apparatus Casagrande apparatus 01 3
15. Measurement Apparatus Mortar testing apparatus
(Penetrometers)
01 3
16. Measurement Apparatus Sand replacement method apparatus 01 3
17. Measurement Apparatus Digital thermometer – 200C & ordinary
thermometer-50C
01 3
18. Measurement Apparatus Pycnometer 01 3
19. Measurement Apparatus Specific gravity bottol-50ml capacity 01 3
20. Measurement Apparatus Digital type Hygrometer 01 3
21. Measurement Apparatus Screw gauge 01 3
22. Measurement Apparatus Spatula 01 3
23. Measurement Apparatus Digital stop watch 01 3
24. Measurement Apparatus Digital Vernier Calliper 01 3
25. Measurement Apparatus Moisture meter 01 3
26. Measurement Apparatus Standard steel tapes
Measuring cylinders- 50ml, 100ml,
200ml, 500ml, 1000ml
01 3
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
215
27. Measurement Apparatus Standard sand of grades- I, II & III 01 3
28. Measurement Apparatus Los Angeles Abrasion 01 3
29. Testing apparatus Standard cylindrical measure with
plunger for Aggregates Crushing Value
test
01 3
30. Testing apparatus Standard Impact Testing Machine,
75mm dia. cylindrical measure &
tamping rod for Aggregates Impact
Value test
01 3
31. Testing apparatus Compaction Factor testing apparatus 01 3
32. Testing apparatus Rebound Hammer testing apparatus
(Schmidt Hammer) for NDT on
concrete strength
01 3
33. Testing apparatus Le-Chatelier apparatus for determining
soundness of cement
01 3
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
216
5.7. ENVIRONMENT & SOCIAL MONITORING & MANAGENENT COMPLIANCES
5.7.1. Standard ESMMP for Projects of Sagar Smart City Limited
The Environmental & Social Monitoring & Management Plan (ESMMP) is a site specific plan
developed to ensure that the project is implemented in an environmental sustainable manner where
all contractors and subcontractors, understand the potential environmental risks arising from the
proposed project and take appropriate actions to properly manage that risk. ESMMP also ensures
the project implementation is carried out in accordance with the design by taking appropriate
mitigative actions to reduce or avoid adverse environmental impacts during its life cycle.
The plan outlines existing and potential problems that may adversely impact the environment and
recommends corrective measures where required. Also, the plan outlines roles and responsibility of
project proponent, supervision consultant and contractors who are charged with the responsibility to
manage the smart city project of Sagar. The ESMMP is proactive in nature and shall be upgraded if
new facilities or modifications of existing facilities, with environment concerns, come up at a later
stage.
The ESMMP is generally:
Prepared in accordance with rules and requirements of the MoEFCC , State Pollution Control
Board and State Labour Law;
To ensure that the component of facility are operated in accordance with the design;
Process that confirms proper operation through supervision and monitoring;
System that addresses public inconvenience during construction and operation of the facility;
and
Plan that ensure remedial measures are implemented immediately.
ESMMP includes five major elements:
1. Commitment & Policy: Sagar Smart City Limited will strive to provide and implement the
Environmental & Social Monitoring & Management Plan (ESMMP) that incorporates all social
and environmental issues related to project.
2. Planning: This includes identification of environmental impacts, legal requirements and
setting environmental and social objectives.
3. Implementation: This comprises of resources available to the developers, accountability of
contractor, and training of operational staff associated with environmental control facilities
and documentation of measures to be taken.
4. Measurement & Evaluation: This includes monitoring, corrective actions and record keeping.
5. The Environmental & Social Monitoring & Management Plan (ESMMP) needs to be
implemented right from the conception and should continue till the end. The Plan can be
divided into three phases - (a) Design or pre- construction phase (b) Construction phase and
(c) Operational phase. The Environment and Social Monitoring and Management Plan of Pre
Construction, Construction and Operation phase is given in the following table.
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
217
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
A: Pre Construction Phase
Finalisation of sub project
• Consult with local people to finalize the project especially to avoid any social obligation related to project. • Avoid excessive cut and fill and project should follow natural topography of the area. • In flood prone areas, refer to hydrological data to finalize the provision for culvert drainage structures. • Avoid the requirement of forestland for project. In case unavoidable, minimize it to extent possible by exploring alternative options. • In case, requirement of forestland is unavoidable, determine the legal status of forestland and initiate actions to seek permits for diversion of forestland for non-forest uses. • Forest clearance is to be obtained in accordance with the provisions of State Forest Act and MoEFCC, and all conditions related with the clearance has to be implemented. • In case project has trees, which are known to be nesting/breeding places for migratory birds, contact the wildlife division of Department of Forest for seeking permits and details about non-breeding seasons. In any case, no tree shall be cut in such location and construction works are to be strictly scheduled for non- breeding/nesting season and all permit conditions are to be complied. • Avoid or minimize tree felling, acquisition of agricultural land, shifting of shrines/temples, disturbance to community ponds, community resources, burial grounds, etc. to the extent
Throughout project area.
Prior to commencing any construction works.
Part of Project Cost. Project Management Consultant (PMC)
Sagar Smart City Limited (SSCL)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
218
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
possible through evolving alternate location options.
Land Acquisition Land acquisition, compensation packages, resettlement and rehabilitation, poverty alleviation programs for affected people and all other related issues are addressed in Social Impacts and Resettlement & Rehabilitation report if land is acquired for the project.
Throughout project area.
Pre- Construction phase.
Encumbrance- free land to be made available by State Government.
Sagar Smart City Limited (SSCL)
District Administration, Sagar
B: Construction Phase
Land Clearing Operation
• The project area requiring clearing shall be clearly demarcated on ground. • During land clearing operations, topsoil shall be collected, preserved, and reused as a base for the development of unused/ barren areas near project. • Trees falling within project area and other vegetative cover are to be removed. • Small temples, shrines if any is within the project, the same may be shifted to adjacent areas in consultation with local community leaders. • During clearing operations, any treasure trove, slabs with epigraphical evidence or edicts, sculptural or any material found and appear to have historical importance, it should be brought to the notice of Department of Archaeology, and instructions of this Department must be followed. • All public utilities like power transmission cables, telephone cables, water/sewerage lines, drains, tube wells etc. falling within project area shall be inventoried, and arrange for relocation /shifting to adjacent areas in consultation with the respective agencies/authorities.
Throughout project area.
Pre- Construction Phase.
Encumbrance- free land to be made available by State Government. Relocation of utilities are to be undertaken by respective departments and costs are to be reimbursed
Sagar Smart City Limited (SSCL)
District Administration, Sagar
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
219
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
• Establish and maintain interaction with local community to ensure that no social resentment sets in due to operations.
Establishment of temporary office and storage area
• The temporary office and storage area for construction works shall be located away from human settlement areas (minimum 500 m) and forest areas (minimum 1 km). • The office and storage areas shall preferably be located on barren/waste lands and conversion of agricultural/cultivable lands for office and storage areas shall not be allowed under any circumstances. • All fuel oil/lubricants loading, unloading and storage areas shall be paved (impermeable), and have separate storm water collection system with facility for separation of oil/lubricants prior to discharge. • The temporary office and storage area shall be provided with adequate water supply, sanitation, septic tank/soak pit of adequate capacity so that it functions properly for the entire duration of its use. • After completion of construction works, the site shall be restored to its previous state by undertaking clean-up operations.
As determined by Contractor approved by SSCL
Pre- construction and Construction Phase
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
Construction Camp Sites.
• The construction campsites shall be located away from any local human settlement areas and preferably located on lands, which are barren/waste lands. • The camps shall be located, at a minimum, 5 km from forest areas to deter trespassing of construction labour. • The campsites shall be provided with adequate water supply, sanitation and all
As determined by Contractor approved by SSCL
Pre- construction and Construction Phase
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
220
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
requisite infrastructure facilities. This would minimize dependence on outside resources, presently being used by local populace and minimize undesirable social friction thereof. • The camps shall have septic tank/soak pit of adequate capacity so that it can function properly for the entire duration of its use. • Construction camps shall be provided with kerosene/LPG to avoid dependence on firewood for cooking to the extent possible. • After completion of construction works, location of campsites shall be restored to its previous state by undertaking clean-up operations.
Mobilization of construction materials.
• Stone aggregates shall be sourced only from licensed existing quarries. • A list of such existing quarries is available from responsible department/ authority for mining related works in each state. In case new quarries are to be opened, quarry license/permits are to be obtained from this department/authority. • In case, only stone crushing plants are to be installed near work sites, required permits are to be obtained and all conditions of permits are to be complied. • Ensure stone quarries and crushing units have pollution control system; occupational safety procedures/practices in place and regular inspection shall be carried to ensure compliance. This shall be a pre-condition for sourcing of materials from quarries/crushing plants.
As determined by Contractor approved by SSCL
Pre- construction and Construction Phase
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
221
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
• Earth borrow areas identified during DPR stage shall be revisited to assess its environmental sensitivity and ensure it is not an ecologically sensitive areas. Permits are to be obtained from authorities and all permit conditions are complied. • The borrow areas are to be demarcated with signboards and operational areas are to be access controlled. • Topsoil from borrow areas (first 30cm) are to be preserved and used for redevelopment of borrow areas. • The borrow areas as an option may be converted into ponds wherever possible, which can be used for storage of rainwater. • Conversion of agricultural lands for borrowing earth is to be discouraged to the use possible unless warranted by local conditions. In such cases, written consent shall be obtained from the landowners. • Water for construction works shall NOT be drawn from sources, which serve routine needs of local people. • In case water is sourced from existing private tube wells, well owner shall be informed about the quantity and duration for which water drawls will be carried out and possible implications. Written consent for use of groundwater shall be obtained. In case new tube wells are to be constructed, required permits are to be obtained from the State Ground Water Department and permit conditions, if any are to be complied. • In any case, care shall be taken not to source all requirements from one single source and no
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
222
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
two sources (in case of tube wells) shall be less than 500 m from each other.
Transportation of construction materials.
• Existing tracks/roads are to be used for hauling of materials to extent possible. • The alignment of haul roads (in case of new ones) shall be finalized to avoid agricultural lands to the extent possible. In unavoidable circumstances, suitable compensation shall be paid to people, whose land will be temporarily acquired for the duration of operations. The compensation shall cover for loss of income for the duration of acquisition and land restoration. •Prior to alignment of new haul roads, topsoil shall be preserved or at least shall be used for any other useful purposes. •Dust suppression along transportation links is to be ensured by deploying water tankers with sprinkling system are to be deployed along haul roads. The vehicles deployed for material transportation shall be spillage proof to avoid or minimize the spillage of the material during transportation. •Transportation links are to be inspected daily to clear accidental spillage, if any. Precaution shall be taken to avoid inconvenience to the local community due to movement of materials.
As determined by Contractor approved by SSCL
Pre- construction and Construction Phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
Diversion of traffic.
• Frame appropriate traffic diversion schemes wherever required during construction. • The traffic diversion signs should be bold and clearly visible particularly at night.
As determined by Contractor approved by SSCL
Pre- construction and Construction Phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
223
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
• Diversion schemes are required to ensure smooth traffic flow, minimize accidents to road users during construction works.
Drainage Structures
• ensure that construction of drainage structures is not likely to alter drainage pattern, and discharge capacities of drainage structures are designed to facilitate smooth passage of water and heading up or flooding is avoided even in flood season. • Schedule the construction works to dry season so that impacts on water quality of stream/river is minimise or avoided. • Precaution shall be exercised to prevent oil/lubricant/ hydrocarbon contamination of channel bed during construction works. Spillage, if any, shall be immediately cleared with utmost caution to leave no traces. • Ensure all construction wastes are removed from work site and stream /river beds are to be cleaned up (at least 50 m on both upstream and downstream sides of water courses) after completion of construction but prior to onset of monsoon.
At all locations of CD structures along the roads
Construction Phase.
To be included in contractor’s cost.
The planning, and construction/ upgradation of existing/new cross drainage structures roads implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
Tree Planting • regular watering, pruning, provision of tree guards, manure for better nourishment, etc. including timely replacement of perished saplings.
The area allocated for tree plantation and or land provided by forest department.
Construction Phase.
To be included in contractor’s cost.
The tree plantation work can be entrusted to Contractor under the supervision of Forest Department.
Project Management Consultant (PMC)
Equipment/ vehicles deployed for Construction works.
• All diesels run equipment/vehicles/ deployed for construction activities shall be regularly maintained for smooth operation, a measure contributing to air quality and noise.
As determined by Contractor approved by SSCL
Construction Phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
224
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
• Vehicles/equipment shall be periodically subjected for emission tests and shall have valid POLLUTION UNDER CONTROL certificates. Revalidation of certificates shall be done in every 3 months. • All vehicles deployed for material movement shall be spill proof to the extent possible. In any case, all material movement routes shall be inspected daily twice to clear off any accidental spills.
Contractor approved by SSCL.
Hot Mix Plants and Laying of bitumen.
• shall be paved, and have separate storm water collection system with facility for separation of oil/lubricants prior to discharge. • The storm water from storage area shall not be directly discharged into any, nearby water courses/drains. • The hot mix pants shall be provided with adequate water supply, sanitation, septic tank/soak pit of adequate capacity so that it functions properly for the entire duration of its use. • After completion of construction works, the site shall be restored to its previous state by undertaking clean-up operations. • Hot mix plants shall have required measures for control of dust, air, and noise pollution as per regulatory limits of State Pollution Control Board measures.
As determined by Contractor approved by SSCL
Construction Phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
Clean up of construction work Sites and Disposal of waste.
• All operational areas under road construction works like work sites, office/storage area, and work force camps shall be cleaned up and restored to its previous state soon after operations are complete.
Throughout project area.
Prior claiming the final payment
To be included in contractor’s cost.
Contractor with the approved plan from SSCL.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
225
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
• All construction waste shall be disposed in approved areas. Local district authorities shall be consulted to determine disposal site and implement any conditions imposed while issuing permits.
Occupational Safety and Health Hazards at Work and camp sites.
• All personnel at work sites shall be provided with protective gears like helmets, boots, etc. so that injuries to personnel are avoided or minimized. • Children (less than 18 years) and pregnant women shall not be allowed to work under any circumstances. • No personnel shall be allowed to work at site for more than 10 hours per day (8-hour makes one work shift). • The operational areas shall be access controlled and entry shall be allowed only under authorization. Workforce, likely to be exposed to noise levels beyond regulatory stipulated limits, shall be provided with protective gears like hear plugs etc. and regularly rotated. • Dust suppression measures like sprinkling of water shall be ensured at all operations areas. • The construction camps shall have health care facilities for adults, pregnant women and children. • All construction personnel shall be subjected to routine vaccinations and other preventive/healthcare measures. • The work and campsites shall have suitable facilities for handling any emergency situation like fire, explosion, etc. • All areas intended for storage of hazardous shall be quarantined and provided with
As determined by Contractor approved by SSCL
Construction Phase.
To be included in contractor’s
All facilities are to be planned and implemented by Contractor approved by SSCL.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
226
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
adequate facilities to combat emergency situations. All required permits for storage of inflammable/hazardous materials are to be obtained. • The personnel in charge of such areas shall be properly trained, licensed and with sufficient experience. • The construction camps shall have in-house community/common entertainment facilities. Dependence of local entertainment outlets by construction camps should be discouraged/prohibited to the extent possible.
Water Pollution from Construction Wastes.
Take all precautionary measures to prevent the wastewater generated during construction from entering into streams, water bodies or the irrigation system. Avoid construction works close to the streams or water bodies during monsoon. All waste arising from the project is to be disposed off in the manner that is acceptable to the State Pollution Control Board or as directed by Environmental Expert of SC. The Environmental Expert of SC will certify that all liquid wastes disposed off from the sites meet the discharge standards.
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SPCB and SMC.
Project Management Consultant (PMC)
Water Pollution from Fuel and Lubricants.
Ensure that all construction vehicle parking location, fuel/lubricants storage sites, vehicle, machinery and equipment maintenance and refuelling sites will be located at least 500 m from rivers and irrigation canal/ponds. All location and layout plans of such sites will be submitted by the Contractor prior to their establishment and will be approved by the Environmental Expert of SC.
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SPCB and SMC.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
227
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
Also ensure that all vehicle/machinery and equipment operation, maintenance and refuelling will be carried out in such a fashion that spillage of fuels and lubricants does not contaminate the ground. Oil interceptors will be provided for vehicle parking, wash down and refuelling areas as per the design provided In all, fuel storage and refuelling areas, if located on agricultural land or areas supporting vegetation, the top soil will be stripped, stockpiled and returned after cessation of such storage. Make necessary arrangements for collection, storing and disposal of oily wastes to the pre-identified approved vendors (list to be submitted to SC). All spills and collected petroleum products will be disposed off in accordance with MoEFCC and state SPCB guidelines. Environmental Expert of SC will certify that all arrangements comply with the guidelines of PCB/ CPCB/ MoEF or any other relevant laws.
Dust Pollution. Take every precaution to reduce the level of dust from crushers/hot mix plants, construction sites involving earthwork by sprinkling of water, encapsulation of dust source and by erection of screen/barriers. All the plants will be sited at least 1 km in the downwind direction from the nearest human settlement. Provide necessary certificates to confirm that all crushers used in construction conform to relevant dust emission control legislation. The suspended particulate matter value at a distance of 40m from a unit located in a cluster
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SPCB and SMC.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
228
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
should be less than 500 g/m3. The pollution monitoring is to be conducted as per the monitoring plan. Alternatively, only crushers licensed by the SPCB shall be used. Required certificates and consents shall be submitted by the Contractor in such a case.
Emission from Construction Vehicles, Equipment and Machineries
Ensure that all vehicles, equipment and machinery used for construction are regularly maintained and confirm that pollution emission levels comply with the relevant requirements of SPCB. The Contractor will submit PUC certificates for all vehicles/ equipment/machinery used for the project.
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SPCB and SMC.
Project Management Consultant (PMC)
Noise Pollution: Noise from Vehicles, Plants and Equipment
• All plants and equipment used in construction shall strictly conform to the MoEF/CPCB noise standards. • All vehicles and equipment used in construction will be fitted with exhaust silencers. • Servicing of all construction vehicles and machinery will be done regularly and during routine servicing operations, the effectiveness of exhaust silencers will be checked and if found defective will be replaced. • Limits for construction equipment used in the project such as compactors, rollers, front loaders, concrete mixers, cranes (moveable), vibrators and saws shall not exceed 75 dB (A) (measured at one meter from the edge of equipment in the free field), as specified in the Environment (Protection) rules, 1986. • Maintenance of vehicles, equipment and machinery shall be regular and up to the
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SPCB and SMC.
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
229
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
satisfaction of the Environmental Expert of JP Greens to keep noise levels at the minimum. At the construction sites within 150 m of the nearest habitation, noisy construction work such as crushing, concrete mixing, batching will be stopped during the night time between 10.00 pm to 6.00 am. No noisy construction activities will be permitted around educational institutes/health centres (silence zones) up to a distance of 100 m from the sensitive receptors i.e., school, health centres and hospitals between 9.00 am to 6.0 pm.
Personal Safety Measures for Labour
• Protective footwear and protective goggles to all workers employed on mixing asphalt materials, cement batching plant, cement, lime mortars, concrete etc. • Welder's protective eye-shields to workers who are engaged in welding works • Protective goggles and clothing to workers engaged in Factories Act, 1948 stone breaking activities and workers will be seated at sufficiently safe intervals • Earplugs to workers exposed to loud noise, and workers working in crushing, compaction, or concrete mixing operation. • Adequate safety measures for workers during handling of materials at site are taken up. • The contractor will comply with all regulations regarding safe scaffolding, ladders, working platforms, gangway, stairwells, excavations, trenches and safe means of entry and egress. The contractor will comply with all the precautions as required for ensuring the safety
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of Labour & Personal Safety Officer, District Administration, Sagar
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
230
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
of the workmen as per the International Labour Organization (ILO) Convention No. 62 as far as those are applicable to this contract. Make sure that during the construction work all relevant provisions of the Factories Act, 1948 and the Building and other Construction Workers (regulation of Employment and Conditions of Services) Act, 1996 are adhered to. Not employ any person below the age of 14 years for any work and no woman will be employed on the work of painting with products containing lead in any form. Also ensure that no paint containing lead or lead products is used except in the form of paste or readymade paint. Provide facemasks for use to the workers when paint is applied in the form of spray or a surface having lead paint dry is rubbed and scrapped. Mark ‘hard hat’ and ‘no smoking’ and other ‘high risk’ areas and enforce non-compliance of use of PPE with zero tolerance.
Risk from Electrical Equipment(s)
Take all required precautions to prevent danger from electrical equipment and ensure that - • No material will be so stacked or placed as to cause danger or inconvenience to any person or the public. • All necessary fencing and lights will be provided to protect the public in construction zones. All machines to be used in the construction will conform to the relevant Indian Standards (IS) codes, will be free from patent defect, will be kept in good working order, will be regularly
Throughout the project area.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of Labour & Personal Safety Officer, District Administration, Sagar
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
231
Attributes Mitigation Measures Location Time Frame
Cost Agency Responsible for Implementation
Agency Responsible
for Monitoring
inspected and properly maintained as per IS provision and to the satisfaction of the Environmental Expert.
First Aid • Readily available first aid unit including an adequate supply of sterilized dressing materials and appliances as per the Factories Rules in every work zone • Availability of suitable transport at all times to take injured or sick person(s) to the nearest hospital • Equipment and trained nursing staff at construction camp.
Workers Camp and construction camps.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of Labour & Personal Safety Officer, District Administration, Sagar
Project Management Consultant (PMC)
Waste Disposal Provide garbage bins in the camps and ensure that these are regularly emptied and disposed off / treated in a hygienic manner as per the Comprehensive Solid Waste Management Plan approved by the Environmental Expert. Unless otherwise arranged by local sanitary authority, arrangements for disposal of night soils (human excreta) suitably approved by the local medical health or municipal authorities or as directed by Environmental Expert.
Workers Camp and construction camps.
Construction phase.
To be included in contractor’s cost.
All facilities are to be planned and implemented by Contractor under supervision of SMC
Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
232
As per the Government of India and Government of Madhya Pradesh, the project and its subprojects also must be prepared and implemented in full
compliance with the National/State legislation, regulations and standards governing protection and management of the cultural and natural heritage of the
country, social development, and environmental management. Specific state and local level standards and regulations also apply based on the project
location and nature of its proposed investments and activities (projects). The key legislation and Policy applied to this project are further discussed below
in the Table. The contractor is responsible for the compliance of Environmental and Social Framework during work execution.
Act/Policy Year Objective Main Stipulations Applicability to Project
Monitoring Agency
Cultural Heritage Government of India
Ancient Monuments and Archaeological Sites and Remains Act Amended
1958 2010
Declares certain monuments/sites as being of “national importance”. Stipulates conservation of cultural and historical remains found in India.
Monuments are “protected” area. 100m radius is “prohibited” area – no construction or reconstruction. Repairs allowed. 200m radius is “regulated” (structures constructed archaeological officers with due sanctions from competent authority). Protection, maintenance and conservation managed by Archaeological Survey of India (ASI)
No, there are no centrally protected monuments/sites in Sagar city
Archaeological Survey of India, Ministry of Culture with Project Management Consultant (PMC)
Ancient Monuments Protection Act
1904 Gives central government the authority to protect and conserve monuments, particularly those privately owned through acquisition of rights.
Specifies agreements to be made between GoI and monument/site owner for transfer of rights for protection. Gives GoI right to intervene in potentially harmful activities near site (e.g. mining, quarrying).
Possibly, if any project supports privately owned monument.
Ministry of Culture with Project Management Consultant (PMC)Supervision Consultant.
The Antiquities and Art Treasures Rules
1973 To ensure registration of antiquarian remains in personal possession of individuals and institutions.
Registration of antiquities/remains/art is mandatory. Possibly, if any project involves chance find.
Archaeological Survey of India, Ministry of Culture with Project Management Consultant (PMC)
The Madhya Pradesh Ancient Monuments and Archaeological Sites and Remains Act and Rules Amended
1964 1970, 1975
To ensure access to state protected monuments and restrictions in construction activity within the notified area and its surroundings
Sites of the monument are “prohibited” area – no construction or reconstruction. Repairs allowed. Areas adjacent to monument/sites are “regulated” (structures constructed archaeological officers with due sanctions from competent authority).
Yes, there is 2 state protected monument in vicinity to the lake. 1. State Archaeological Museum, Sagar 2. Dangi/Sanodha Fort
Directorate of Archaeology, Archives and Museums with Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
233
Social
Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation and Resettlement Act.
2013 To ensure rights of displaced populations in the case of land acquisition.
Fair compensation for acquisition of immovable assets; Resettlement of displaced population due to land acquisition and economic rehabilitation of all those who are affected due to private land acquisition
Yes. In case of acquisition of land and /or resettlement.
Revenue Department. Govt. of Madhya Pradesh with Project Management Consultant (PMC)
Street Vendors (Protection of Livelihood and Regulation of Street Vending) Act
2014 To regulate street vending while ensuring rights and stating obligations of street vendors.
Local agencies must regulate vending through a Plan, including relocation/eviction rules, vendor rights (e.g. certificate of vending) and vendor obligations (e.g. maintain cleanliness of area).
Yes. In case vending areas are close to or at the location of subprojects.
Municipal vending Committee with Project Management Consultant (PMC)
Child Labour (Prohibition and Regulation) Amendment Bill,
2016 To completely ban on child labour.
The act has completely banned employment of children below 14 in all occupations and enterprises, except those run by his or her own family, provided that education does not hampered.
Yes, In case some contractor employs Child labour.
Labour Department of Madhya Pradesh with Project Management Consultant (PMC)
Madhya Pradesh Labour and Contract Labour Law (amendment) and miscellaneous provisions act
2015 Act to regulate the employment of contract labour in certain establishments and to provide for its abolition in certain circumstances and for matters connected therewith.
To protect labour right. To every establishment in which twenty or more workmen are employed or were employed on any day of the preceding twelve months as contract labour;
Labour Department of Madhya Pradesh with Project Management Consultant (PMC)
Madhya Pradesh Minimum Wages Act
2018
To regulate the wages.
To provide minimum wages. To every Establishment.
Labour Department of Madhya Pradesh with Project Management Consultant (PMC)
Payment of Wages Rule of Madhya Pradesh
2017
To regulate the time for wages distribution
To provide wages timely. To every Establishment.
Labour Department of Madhya Pradesh with Project Management Consultant (PMC)
Safety
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
234
Manufacture, Storage and Import of Hazardous Chemical Rules and amendments
1989
Manufacture, Storage and Handling of Fuels and Explosive (Hazardous Chemical)
To regulate the manufacturing, storage, import and usage of explosives and hazardous chemicals.
Permission for use / storage;
SPCB, District Administration and Project Management Consultant (PMC)
Environment
Environment Protection Act
1989 To protect and improve the overall environment.
Prevention, control, and abatement of environmental pollution. Gives central government rights to monitor and test for environmental pollution, and if necessary penalize for infringements.
Yes, some specific permissions/ clearances may be required under the Act, e.g. permission for extraction of ground water for use in construction activities, from State Ground Water board.
Ministry of Environment and Forests and Project Management Consultant (PMC)
The Forest Conservation Act
The Forest (Conservation) Act
The Forest (Conservation) Rules
The Forest (Conservation) Rules
1927 1980 1981 2003
To check deforestation by restricting conversion of forested areas into non-forested areas.
If any forest land is proposed to be used for non-forest purposes, the user agency needs to get the clearances under the Forest (Conservation) Rules, 1981.
Yes, in case subprojects include pristine forest
State Forest Department. MoEFCC and Project Management Consultant (PMC).
Wild Life (Protection) Act.
1972
To protect wildlife through certain of National Parks and Sanctuaries.
The Act provides for protection of wild animals, birds and plants and related matters. The Act contains specific provisions and chapters on protection of specified plants, sanctuaries and national parks, etc.
Yes, in case there may be any activity against the wild animals.
Chief Conservator of Wildlife, Wildlife Wing, Forest Department, Govt. of Madhya Pradesh, National Board For Wildlife, Govt. of India and
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
235
Project Management Consultant (PMC).
Water (Prevention and Control of Pollution) Act.
1974 To control water pollution by controlling discharge of pollutants as per the prescribed standards.
Provides for the prevention and control of water pollution and the maintaining or restoring of wholesomeness of water; creates Boards and assigns functions and powers for the prevention and control of water pollution.
Yes, for any subproject involving water bodies, e.g. kunds revitalization
Madhya Pradesh State Pollution Control Board and Project Management Consultant (PMC)
Air (Prevention and Control of Pollution) Act.
1981 To control air pollution by controlling emission of air pollutants as per the prescribed standards.
Act provides for prevention, control and abatement of air pollution and establishment of Boards for planning a comprehensive program for this task. Collect and disseminate information relating to air pollution, lay down standards for emission of air pollutants into the atmosphere from industrial plants, automobiles or other sources.
Yes, for any subproject involving impact of air pollution during construction/ rehabilitation phases.
Madhya Pradesh State Pollution Control Board and Project Management Consultant (PMC)
Central Motor Vehicle Act
Central Motor Vehicle Rules and (Amendment) Rules
1988 1989 2013 2014
To check vehicular air and noise pollution
Vehicles to be used for construction and other purposes need to meet the standards and certificates prescribed as per the Rules, 1989 to control noise, pollution, etc.
Yes. The impact of vehicular pollution during construction/ rehabilitation phases.
Motor Vehicle Department and Project Management Consultant (PMC)
Municipal Solid Waste (Management and Handling) Rule.
2016 To Manage Municipal Solid waste.
These rules shall apply to every urban local body, outgrowths in urban agglomerations, census towns as declared by the Registrar General and Census Commissioner of India.
Yes Municipal Corporation of Sagar and Project Management Consultant (PMC)
Noise Pollution (Regulation and Control) Act.
2000 To Control Noise Pollution. Four Noise Zone specified by the Central Pollution Control Board.
Yes Madhya Pradesh State Pollution Control Board and Project Management Consultant (PMC)
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
236
5.8. MANAGENENT, OPERATION & MAINTENANCE REQUIREMENTS
The employer desires to delegate the Management, Operation and Maintenance (MOM) services for all capital
works, procured goods, facilities and assets created by this project. After completion of all Capital Works, a
handover inventory shall be prepared for each assets created and procured for this project and before
commencing the MOM services, it is desired that an MOM manual shall be prepared by the service provider
for each assets created.
Employer’s minimum MOM services requirements in addition to those mentioned in Scope of Work and
Services are, but not limited to the following:
Period of MOM services is five (5) years or Sixty (60) months or 1825 days, whichever is greater;
MOM services encompasses the defect liability period of one (1) year and the defect liability period is
defined only for capital works, procured goods, facilities and assets created by this project and shall not
apply to MOM services;
The third party warranties, guarantees, annual maintenance contracts and on site services for goods
procured under this project shall be covered under the MOM services and shall not cease to exist if the
period of such third party services are greater than the period of MOM services;
Complete day to day operation and maintenance of all offices, labour shelters, toilets, construction plants,
segregation yard, storage yards/sheds, laboratories, equipment(s), weigh bridges, vehicles and/or any
other supporting facilities created and used during the works and services period. The services shall
include sweeping, cleaning, repairing damaged parts, replacing defects, additions and alteration, ensuring
desired hygiene and safety standards, payment of utility bills, securing and renewing insurances, etc.;
Continually provide security, manage and deploy adequate human resources/workforce for securing
working area(s)/construction yard(s), traffic diversions, cordoning working area(s), ensuring public safety
in and around the site;
Prepare baseline data for environmental and socio-economical management and monitor and record them
throughout the services period and take necessary actions to mitigate negative impacts;
Maintain operational readiness of pumping stations and allied infrastructure meant for dewatering beyond
completion of works period upto termination of the services period. Complete including piped connections,
electrical connections, pumps, fuel storage, etc.;
Maintain and operate silt segregation and dumping yard(s)/site(s), complete including, equipment, plants,
machineries and deployment of workforce;
Operate and maintain silt trap proposed at Kanera Deo Feeder Canal that would include annual hauling,
silt extraction, silt disposal to segregation yard(s), deployment of manpower for security and safety
purposes;
Manage, operate and maintain proposed Mogha Baandh crest weir and proposed pedestrian bridge that
would include monitoring of water level and flow, periodical release of water downstream, upkeeping of
automated sluice gate and trickle flow valves to good working conditions, periodical structural stability
assessment, payment of utility bills etc.;
Operate and maintain the waste water trap network and modular STP/DEWATS facilities including flow
assessment, repair and replacement of damaged/dysfunctional parts, day to day operation and
maintenance of equipment and machineries in modular STP/DEWATS, detecting leakages within the
network and making them good, periodically monitor quality of water outflowing into the lake, periodical
desilting of the pipes and the settlement tanks at modular STP/DEWATS yard, deployment of adequate
manpower for operating the facility, payment of utility bills, regular netting and disposal of solid waste at
scum tanks, periodical monitoring of flow and water quality at nallahs/drains/culverts/outfalls, etc.;
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
237
Manage, operate and maintain proposed Sanjay Drive aqueduct and proposed pedestrian bridge that
would include monitoring of water level and flow, periodical release of water, upkeeping of automated
gates to good working conditions, payment of utility bills, maintenance of the pedestrian bridge, etc.;
Operate and maintain all equipment, gadgets, hardware and software related to water quality monitoring
that would include full replacement and/or part replacement of defective/malfunctioning equipment(s),
periodical data logging and sharing of the same with Employer/relevant Authorities in desired format,
maintenance of related hardware and software, dedicated human resources for analyzing software
outputs, etc.
Maintain utility services and their ducts, manholes and their stations proposed for this project which would
include periodical maintenance and repair of underground electrical cables, RMUs, transformers,
underground water supply lines, telecommunication lines, promenade lamp posts with fixtures and fittings,
etc.;
Maintain embankments, ghats, pedestrian link walkways between ghats and pedestrian promenades
which would include daily sweeping of all paved areas, periodical civil repairs, replacement of damaged
parts, refinishing works, additions and alterations, annual repair, ward and watch, local solid waste
management, etc.;
Manage, operate and maintain all proposed and existing boating jetties including all repair works,
maintenance works, periodical review of public and passenger safety, rostering and scheduling of transport
ferries and boats, operate ticketing facilities, crowd management, upkeep of jetty sheds, fixing pricing of
tickets in coordination with employer and relevant regulatory authorities, collect revenue and deposit with
employer, maintain passenger log and account books, etc.;
Manage, operate and maintain angling and yoga decks including all repair works, fixing pricing of tickets
in coordination with employer and relevant regulatory authorities, collect revenue and deposit with
employer, maintain user log and account books, etc.;
Maintain pisciculture facilities with processes such as hatching and incubation which would include
periodical cleaning of tanks, repair to tank structures, coordinate with local fishermen for improving yield,
monitor overall aquatic yield in the lake, provide necessary support to fishermen for direct market
access/link, etc.;
Monitor and manage satellitic wetland including monitoring land-use and physical boundary by drone
camera, logging species information, monitor wetland growth areas, continuously clean the wetland of
infestation, etc.;
Manage, operate and maintain the synchronized musical fountain/water ballet show and iconic statue
including operational readiness of complete hardware and software associated with the show, organize
shows for a stipulated time every day, continuously develop and upgrade the content of the show, fixing
pricing of tickets in coordination with employer and relevant regulatory authorities, collect revenue and
deposit with employer, maintain visitor log and account books, etc.
Maintain all horticulture operations and landscaped areas including maintaining of rainwater swales, trees/
plants/ shrubs/ ground covers/ creepers/ lawns/ grassed areas/ hydrophytes, periodically watering the
same, periodically trimming and hedging, develop nursery for seeding and growing of saplings, prepare
pits for plantation, earthwork for landscaping, etc.;
Operate and maintain all e-bio toilets/ changing cubicles/ shower cubicles proposed for this project
including periodical cleaning and washing to an acceptable hygienic standard, deploying adequate human
resources for manning, repair and replacement of all plumbing and sanitary fixtures and fittings,
maintaining good condition of water tanks, maintaining operational readiness of all electronic/ electrical
/automated features of the e-controls, periodically maintain and clean bio-digestor and clarifiers, pay all
utility bills, collect user fee if mandated by the employer, etc.;
SECTION V: EMPLOYER’S REQUIREMENTS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
238
Operate and maintain all off-street/ on-street parking for 2 and 4 wheelers including sweeping of the
parking area, deploying adequate human resources for manning purposes, repair and replace damaged
areas, fix pricing and collect user fees in coordination with the employer or relevant regulating authority,
deposit revenue with employer, maintain visitor log and account books, etc.;
Manage, operate and maintain proposed hawking/vending area including sweeping of the
vending/hawking area, deploying adequate human resources for manning purposes, provide aggregation
services such as leasing for hawking/vending spaces, repair and replace damaged areas, fix pricing and
collect lease and entry fees in coordination with the employer or relevant regulating authority, deposit
revenue with employer, maintain visitor and hawker/vending log and account books, etc.;
Operate and maintain all street furniture like waste bins, lamp-posts, bollards, tree guards, benches,
signage(s), etc. including cleaning , maintaining, replacing damaged parts or whole, etc.; and
Maintenance of any other civil structures, special structures, electrical utility, mechanical utility, etc.
constructed under this project.
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
239
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC)
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
240
6. SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC)
6.1. GENERAL
6.1.1. Definitions
i. “Bill of Quantities” means the priced and completed Bill of Quantities forming part of the Bid.
ii. “Chief Executive Officer” means the executive officer as defined under the relevant section of
the article of association;
iii. “Completion” means completion of the work, as certified by the Engineer-in-Charge, in
accordance with provisions of agreement.
iv. “Contract” means the Contract between the Employer and the Contractor to execute, complete
and/or maintain the work. Agreement is synonym of Contract and carries the same meaning
wherever used.
v. “Contract Data Sheet” means the documents and other information which comprise of the
Contract.
vi. “Contractor” means a person or legal entity whose bid to carry out the work has been accepted
by the Employer.
vii. “Contractor’s Bid” means the completed bid document submitted by the Contractor to the
Employer.
viii. “Contract Amount” means the amount of contract worked out on the basis of accepted bid.
ix. “Completion of work” means completion of the entire contracted work. Exhaustion of quantity of
any particular item mentioned in the bid document shall not imply completion of work or any
component thereof.
x. “Day” means the calendar day.
xi. “Defect” means any part of the work not completed in accordance with the specifications included
in the contract.
xii. “Drawings” means drawings including calculations and other information provided or approved
by the Engineer-in-Charge.
xiii. “Department” means Sagar Smart City Limited, Sagar as the case may be.
xiv. “Employer” means the party as defined in the Contract Data, who employs the Contractor to
carry out the work. The employer may delegate any or all functions to a person or body nominated
by him for specified functions. The word Employer/Government/Department wherever used
denote the Employer.
xv. “Engineer” means the person named in contract data sheet.
xvi. “Engineer in Charge” means the person named in the contract data.
xvii. “Equipment” means the Contractor's machinery and vehicles brought temporarily to the Site for
execution of work.
xviii. “Executive Director” means the executive director of the Board as appointed under the
provision of the article of association;
xix. “Government” means Government of Madhya Pradesh.
xx. “In Writing” means communicated in written form and delivered against receipt.
xxi. “Material” means all supplies including consumables used by the Contractor for incorporation in
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
241
the work.
xxii. “Stipulated Date of Completion” means the date on which the Contractor is required to
complete the work. The stipulated date is specified in the Contract Data.
xxiii. “Specification” means the specification of the work included in the Contract and any modification
or addition made or approved by the Engineer-in-Charge.
xxiv. “Start Date” means the date 14 days after the signing of agreement for the work. However, the
employer may extend this time limit by another 14 days, as and when required.
xxv. “Sub-Contractor” means a person or corporate body who has a Contract (duly authorized by the
employer) with the Contractor to carry out a part of the construction work under the Contract.
xxvi. “Temporary Work” means work designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the work.
xxvii. “Tender/Bid, Tenderer/Bidder” are the synonyms and carry the same meaning where ever used.
xxviii. “Variation” means any change in the work which is instructed or approved as variation under this
contract. The maximum variation shall be permitted upto 20% of contract value.
xxix. “Work” the expression "work" or "works" where used in these conditions shall unless there be
something either in the subject or context repugnant to such construction, be construed and taken
to mean the work by virtue of contract, contracted to be executed, whether temporary or
permanent and whether original, altered, substituted or additional.
xxx. “Work Plan” means the implementation plan, including phasing of works, physical completion
milestones and other such details that the Employer shall seek from time to time with respect to
tracking progress of the works.
6.1.2. Interpretations and Documents
i. Interpretations: In the contract, except where the context requires otherwise:
a) words indicating one gender include all genders;
b) words indicating the singular also include the plural and vice versa.
c) provisions including the word “agree”, “agreed” or “agreement” require the agreement to be
recorded in writing;
d) written” or “in writing” means hand-written, type-written, printed or electronically made, and
resulting in a permanent record;
ii. Documents Forming Part of Contract:
a) NIT with all amendments.
b) Instructions to Bidders
c) Employer’s Requirements
d) Conditions of Contract:
e) Part I General Conditions of Contract and Contract Data; with all Annexures
f) Part II Special Conditions of Contract.
g) Specifications
h) Drawings
i) Bill of Quantities
j) Technical and Financial Bid
k) Agreement
l) Any other document (s), as specified.
6.1.3. Language and Law
The language of the Contract and the law governing the Contract are stated in the Contract Data.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
242
6.1.4. Communications
All certificates, notice or instruction to be given to the Contractor by Employer/Engineer shall be sent on
the address or contact details given by the Contractor. The address and contract details for
communication with the Employer/Engineer shall be as per the details given in Contract Data Sheet.
Communication between parties that are referred to in the conditions shall be in writing. The notice sent
by facsimile (fax) or other electronic means (email) shall also be effective on confirmation of the
transmission. The notice sent by registered post or speed post shall be effective on delivery or at the
expiry of the normal delivery period as undertaken by the postal service. In case of any change in address
for communication, the same shall be immediately notified to Engineer-in- Charge
6.1.5. Subcontracting
Subcontracting shall be permitted for contracts value more than amount specified in the Contract Data
with following conditions.
i. The Contractor may subcontract up to 25 percent of the contract price, only with and after the
approval of the Employer in writing, but will not assign the Contract. Subcontracting shall not alter
the Contractor's obligations.
ii. The following shall not form part of the sub-contracting:
a) hiring of labour through a labour Contractor,
b) hiring of plant & machinery
c) the purchase of Materials to be incorporated in the works
iii. The Sub-Contractor will have to be registered in the appropriate category in the centralized
registration system for Contractors of the GoMP.
6.1.6. Personnel
i. The Contractor shall employ for the construction work and routine maintenance the technical
personnel as provided in the Key Personnel Requirements, if applicable. If the Contractor fails to
deploy required number of technical staff, recovery as specified in the Contract Data will be made
from the Contractor.
ii. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's staff
or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site
within three days and has no further connection with the Works in the Contract.
6.1.7. Force Majeure
i. The term "Force Majeure" means an exceptional event or circumstance:
a) Which is beyond a party’s control,
b) Which such party could not reasonably have provided against before entering into the contract,
c) Which, having arisen, such party could not reasonably have avoided or overcome, and
d) Which is not substantially attributed to the other Party
ii. Force Majeure may include, but is not limited to, exceptional events or circumstances of the kind
listed below, so long as conditions (a) to (d) above are satisfied:
a) War, hostilities (whether war be declared or not), invasion, act of foreign enemies),
b) Rebellion, terrorism, sabotage by persons other than the Contractor’s Personnel, revolution,
insurrection, military or usurped power, or civil war,
c) Riot, commotion, disorder, strike or lockout by persons other than the Contractor’s Personnel,
d) Munitions of war, explosive materials, ionizing radiation or contamination by radio activity,
except ass may be attributed to the Contractor’s use of such munitions, explosives, radiation
or radio activity, and
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
243
e) Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.
iii. In the event of either party being rendered unable by force majeure to perform any duty or
discharge any responsibility arising out of the contract, the relative obligation of the party affected
by such force majeure shall upon notification to the other party be suspended for the period during
which force majeure event lasts. The cost and loss sustained by either party shall be borne by
respective parties.
iv. For the period of extension granted to the Contractor due to Force Majeure the price adjustment
clause shall apply but the penalty clause shall not apply. It is clarified that this sub clause shall
not give eligibility for price adjustment to contracts which are otherwise not subject to the benefit
of Price adjustment clause.
v. The time for performance of the relative obligation suspended by the force majeure shall stand
extended by the period for which such cause lasts. Should the delay caused by force majeure
exceed twelve months, the parties to the contract shall be at liberty to foreclose the contract after
holding mutual discussions.
vi. Party affected by an event of Force Majeure shall notify the other Party of such event as soon as
possible to the occurrence of such event, providing evidence of the nature and cause of such
event, and shall similarly give notice of the restoration of normal conditions as soon as possible.
vii. The Parties shall take all reasonable measures to minimize the consequences of any event of
Force Majeure.
6.1.8. Contractor's Risks
i. All risks of loss of or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract are the responsibility of the
Contractor.
ii. All risks and consequences arising from the inaccuracies or falseness of the documents and/or
information submitted by the Contractor shall be the responsibility of the Contractor alone,
notwithstanding the fact that designs/drawings or other documents have been approved by the
department.
6.1.9. Liability for Accidents to Person
The Contractor shall be deemed to have indemnified and saved harmless the Government and/or the
employer, against all action, suits, claims, demands, costs etc. arising in connection with injuries suffered
by any persons employed by the Contractor or his subcontractor for the works whether under the General
law or under workman's compensation Act, or any other statute in force at the time of dealing with the
question of the liability of employees for the injuries suffered by employees and to have taken steps
properly to ensure against any claim there under.
6.1.10. Contractor to Construct the Works
i. The Contractor shall construct, install and maintain the Works in accordance with the
Specifications and Drawings as specified in the Contract Data
ii. In the case of any class of work for which there is no such specification as is mentioned in contract
Data, such work shall be carried out in accordance with the instructions and requirement of the
Engineer-in-charge. In the event of any disparity between the written specifications and BIS
provisions, the provisions in BIS shall prevail.
iii. The Contractor shall supply and take upon himself the entire responsibility of the sufficiency of the
scaffolding, timbering, Machinery, tools implements and generally of all means used for the
fulfilment of this contract whether such means may or may not approved of or recommended by
the Engineer.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
244
6.1.11. Discoveries
Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall
be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry
out the Engineer's instructions for dealing with them.
6.1.12. Dispute Resolution System
i. No dispute can be raised except before the Competent Authority as defined in Contract data in
writing giving full description and grounds of Dispute. It is clarified that merely recording protest
while accepting measurement and/or payment shall not be taken as raising a dispute.
ii. No issue of dispute can be raised after 45 days of its occurrence. Any dispute raised after expiry
of 45 days of its first occurrence shall not be entertained and the Employer shall not be liable for
claims arising out of such disputes.
iii. The Competent Authority shall decide the matter within 45 days.
iv. Appeal against the order of the Competent Authority can be preferred within 30 days to the
Appellate Authority as defined in the Contract data. The Appellate Authority shall decide the
dispute within 45 days.
v. Appeal against the order of the Appellate Authority can be preferred before the Madhya Pradesh
Arbitration Tribunal constituted under Madhya Pradesh Madhyastham Adhikaran Adhiniyam,
1983.
vi. The Contractor shall have to continue execution of the works with due diligence notwithstanding
pendency of a dispute before any authority or forum.
6.2. TIME CONTROL
6.2.1. Programme
i. Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme showing the general methods, arrangements, order, and timing for all the
activities in the Works for the construction of works.
ii. The program shall be supported with all the details regarding key personnel, equipment and
machinery proposed to be deployed on the works for its execution. The Contractor shall submit
the list of equipment and machinery being brought to site, the list of key personnel being deployed,
the list of machinery/equipment being placed in field laboratory and the location of field laboratory
along with the Programme
iii. An update of the Programme shall be a Programme showing the actual progress achieved on
each activity and the effect of the progress achieved on the timing of the remaining Works,
including any changes to the sequence of the activities.
iv. The Contractor shall submit to the Engineer for approval an updated Programme at intervals no
longer than the period stated in the Contract Data. If the Contractor does not submit an updated
Programme within this period, the Engineer may withhold the amount stated in the Contract Data
from the next payment certificate and continue to withhold this amount until the next payment
after the date on which the overdue Programme has been submitted.
v. The Engineer's approval of the Programme shall not alter the Contractor's obligations
6.2.2. Extension of Time
i. If the Contractor desires an extension of time for completion of the work on the ground of his
having been unavoidably hindered in its execution or on any other grounds, he shall apply, in
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
245
writing, to the Engineer-in-charge, on account of which he desires such extension. Engineer-
in-charge shall forward the aforesaid application to the competent authority as prescribed.
ii. The competent authority shall grant such extension at each such occasion within a period of 30
days of receipt of application from Contractor and shall not wait for finality of work. Such
extensions shall be granted in accordance with provisions under clause of this agreement.
iii. In case of the work already in progress, the Contractor shall proceed with the execution of the
works, including maintenance thereof, pending receipt of the decision of the competent authority
as aforesaid with all due diligence.
6.2.3. Compensation for Delay
i. The time allowed for carrying out the work, as entered in the agreement, shall be strictly observed
by the Contractor.
ii. The time allowed for execution of the contract shall commence from the date of signing of the
agreement. It is clarified that the need for issue of work order is dispensed with.
iii. In the event milestones are laid down in the Contract Data for execution of the works, the
Contractor shall have to ensure strict adherence to the same.
iv. Failure of the Contractor to adhere to the timelines and/or milestones shall attract such liquidated
damages as is laid down in the Contract Data
v. In the event of delay in execution of the works as per the timelines mentioned in the contract data
the Engineer-in- charge shall retain from the bills of the Contractor Amount equal to the liquidated
damages to be levied until the Contractor makes such delays good. However, the Engineer-in-
charge may accept bankable security in lieu of retaining such amount.
vi. If the Contractor is given extension of time after liquidated damages have been paid, the engineer
in charge shall correct any over payment of liquidated damages by the Contractor in the next
payment certificate.
vii. In the event the Contractor fails to make good the delay until completion of the stipulated contract
period (including extension of time) the sum so retained shall be adjusted against liquidated
damages levied.
6.3. QUALITY CONTROL
6.3.1. Tests
i. The Contractor shall be responsible for:
ii. Carrying out the tests prescribed in specifications, and
iii. For the correctness of the test results, whether preformed in his laboratory or elsewhere.
iv. The Contractor shall have to establish field laboratory within the time specified and having such
equipment as are specified in the Contract Data.
v. Failure of the Contractor to establish laboratory shall attract such penalty as is specified in the
Contract Data.
vi. Ten percent of the mandatory tests prescribed under the specifications shall be got carried out
through Laboratories accredited by National Accreditation Board of Laboratories (NABL) by the
Engineer-In-Charge and the cost of the such testing shall be deducted from the payments due to
Contractor.
6.3.2. Correction of Defects Noticed
i. The defect liability period of work in the contract shall be the as per the Contract Data Sheet.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
246
ii. The Contractor shall promptly rectify all defects pointed out by the Engineer well before the end
of the Defect Liability Period. The Defect Liability Period shall automatically stand extended until
the defect is rectified.
iii. If the Contractor has not corrected a Defect pertaining to the Defect Liability Period to the
satisfaction of the Engineer, within the time specified by the Engineer, the Engineer will assess
the cost of having the Defect corrected, and the cost of correction of the Defect shall be recovered
from the Performance Security or any amount due or that may become due to the Contractor and
other available securities.
6.4. COST CONTROL
6.4.1. Variations
i. The Engineer in charge shall have power to make any alterations, omissions or additions to or
substitutions for the original specifications, drawings, designs and instructions, that may appear
to him to be necessary during the progress of the work and the Contractor shall carry out the work
in accordance with any instructions which may be given to him in writing signed by the Employer,
and such alterations, omission, additions or substitutions shall not invalidate the contract and any
altered, additional or substituted work, which the Contractor may be directed to do in the manner
above specified, as part of the work, shall be carried out by the Contractor on the same conditions
in all respects on which he agree to do the main work.
ii. The time for the completion of the work shall be extended in the proportion that the altered,
additional or substituted work bears to the original contract work and the certificate of the
Engineer in charge shall be conclusive as to such proportion.
6.4.2. Extra Item
All such items which are not in the priced Bills of Quantities (BOQ) shall be treated as extra items.
6.4.3. Payments for Variations/Extra Quantities
i. The rates for the additional (Extra Quantities), altered or substituted work/ extra items under this
clause shall be worked out in accordance with the following provisions in their respective order:
a) The Contractor is bound to carry out the additional (Extra quantity), work at the same rates as
are specified in the contract for the work. The maximum variation shall be permitted upto 10%
of the total contract value.
b) If the item is not in the priced BOQ and is included in the Schedule of Rate (SOR) of the
department, the rate shall be arrived at by applying the quoted tender percentage on the SOR
rate.
c) If the rates of the altered or substituted work are not provided in applicable SOR-such rates
will be derived from the rates for a similar class (type) of work as is provided in the contract
(priced BOQ) for the work.
d) If the rates are for the altered, substituted work cannot be determined in the manner specified
in the sub clause (c) above-then the rates for such composite work item shall be worked out
on the basis of the concerned schedule of rates quoted by the Contractor.
e) If the rates of a particular part or parts of the item is not in the schedule of rates and the rates
for the altered, or substituted work item cannot be determined in the manner specified in sub
clause (b) to (d) above, the rate for such part or parts will be determined by the Competent
Authority as defined in the Contract data on the basis of the rate analysis derived out of
prevailing market rates when the work was done.
f) But under no circumstances, the Contractor shall suspend the work on the plea of non-
acceptability of rates on items falling under sub clause (a) to (e). In case the Contractor
does not accept the rate approved by Engineer in charge for a particular item, the Contractor
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
247
shall continue to carry out the item at the rates determined by the Competent Authority. The
decision on the final rates payable shall be arrived at through the dispute settlement
procedure.
6.4.4. Compensation
i. If at any time after the commencement of the work, the Government, for any reason whatsoever,
not require the whole or any part of the work as specified in the bid to be carried out, the Engineer
in charge shall give notice in writing of the fact to the Contractor and withdraw that whole or any
part of the work.
ii. The Contractor shall have no claim to any payments or compensation whatsoever, on account of
any profit or advantage which he might have derived from the execution of work in full or on account
of any loss incurred for idle men and machinery due to any alteration or restriction of work for
whatsoever reason.
iii. The Engineer in charge may supplement the work by engaging another agency to execute such
portion of the work, without prejudice to his rights.
iv. For particular items of works, for which it may not be possible to ascertain the exact quantities
during estimation, and if in case quantities of such particular items are found to be less than the
quantities of the item of works mentioned in the BOQ, the contractor will not be compensated for
the balance quantities or any claims thereof. However if there is an increase in quantities of these
item of works during execution, and within the permissible limits of this contract, the contractor
would be granted such variations. Such item of works that are subject to decrease in quantity are
listed in PCC
6.4.5. Interests
No interest shall be payable to the Contractor on any payment due or awarded by any authority.
6.4.6. Recovery
Whenever any claim against the Contractor for the payment arises under the contract, the Department
shall be entitled to recover such sum by:
i. Appropriating, in part or whole of the Performance Security and additional Performance Security,
if any; and/or Security deposit and/or any sums payable under the contract to the Contractor.
ii. If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be
recovered from any payment due to the Contractor under any other Contract/agreement of the
department, including the securities which become due for release.
iii. The department shall, further have an additional right to effect recoveries as arrears of land
revenue under the M.P. Land revenue Code.
6.4.7. Taxes & Levies
i. The rates quoted by the Contractor shall be deemed to be inclusive of the commercial tax and
other levies, duties, cess, toll, taxes of Central and State Governments, local bodies and
authorities, but shall be exclusive of Goods & Services Tax (GST)
ii. The liability, if any, on account of quarry fees, royalties and any other taxes and duties in respect
of materials actually consumed on public work, shall be borne by the Contractor.
iii. Any Changes in the taxes due to change in legislation or for any other reason shall not be payable
to the Contractor.
6.4.8. Measurements
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
248
i. The department reserves to itself the right to prescribe a scale of check measurement of work in
general or specific scale for specific works or by other special orders.
ii. Checking of measurement by superior officer shall supersede measurements by
subordinate officer(s), and the former will become the basis of the payment.
iii. Any over/excess payments detected, as a result of such check measurement or otherwise at any
stage up to the date of completion of the defect liability period specified in this contract, shall be
recoverable from the Contractor, as per clause above.
6.4.9. Termination
i. If the Contractor fails to carry out any obligation under the Contract, the Engineer in charge may
by notice require the Contractor to make good the failure and to remedy it within a specified
reasonable time.
ii. The Engineer in charge shall be entitled to terminate the contract if the Contractor
a) Abandons the works or otherwise plainly demonstrates the intention not to continue
performance of his obligations under the contract;
b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
c) without reasonable excuse fails to comply with the notice to correct a particular defect within
a reasonable period of time;
d) the Contractor does not maintain a valid instrument of financial Security, as prescribed;
e) the Contractor has delayed the completion of the Works by such duration for which the
maximum amount of liquidated damages is recoverable;
f) If the Contractor fails to deploy machinery and equipment or personnel or set up a field
laboratory as specified in the Contract Data.
g) if the Contractor, in judgment of the engineer in charge has engaged in corrupt or fraudulent
practices in competing for or in executing the contract;
h) Any other fundamental breaches as specified in the Contract Data.
iii. In any of these events or circumstances, the engineer in charge may, upon giving 14(Fourteen)
days’ notice to the Contractor, terminate the contract and expel the Contractor from the site.
However, in the case of sub paragraph (b) or (g), the Engineer in charge may terminate the
contract immediately.
iv. Notwithstanding the above, the Engineer in charge may terminate the contract for convenience by
giving notice to the Contractor.
6.4.10. Payment upon Termination
i. If the contract is terminated under above clause, the Engineer-in-Charge shall issue a certificate
for value of the work accepted on final measurements, less advance payments received up to the
date of issue of the certificate, less other recoveries due in terms of the contract, less taxes due
to be deducted at source as per applicable law and less the percentage to apply to the work not
completed as indicated in the Contract Data.
ii. Payment on termination under clause above, the Engineer shall issue a certificate for the value of
the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor’s
personnel employed solely on the works, and the Contractor’s costs of protecting and
securing the works and less advance payments received up to the date of the certificate, less
other recoveries due in terms of the contract and less taxes due to be deducted at source as per
applicable law.
iii. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference
shall be recovered as per Recovery clause.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
249
6.4.11. Performance Security
The Contractor shall have to submit performance security and additional performance security, if any,
as specified in Bid data sheet at the time of signing of the contract. The Contractor shall have to ensure
that such performance security and Additional performance, if any; security remains valid for the period
as specified in the Contract data.
6.4.12. Security Deposit
i. Security deposit shall be deducted from each running bill at the rate as specified in the contract
data. The total amount of security deposit so deducted shall not exceed the percentage of contract
price specified in the Contract data.
ii. The Security may be replaced by equivalent amount of bank guarantee or fixed deposit receipt
assigned to the Employer, with validity up to 3 (three) months beyond the completion of defect
Liability Period/ Extended Defect Liability Period.
iii. The Security deposit shall be refunded on completion of defect liability period.
6.4.13. Price Adjustment
i. Applicability
a) Price adjustment shall be applicable only if provided for in the Contract Data.
b) The price adjustment clause shall apply only for the works executed from the date of signing
of the agreement until the end of the initial intended completion date or extensions granted for
reasons attributed to the Employer by the Engineer.
c) The Contractor shall not be entitled to any benefit arising from the price adjustment clause for
extension in the contract period for reasons attributed to the Contractor.
d) In the Force Majeure event the price escalation clause shall apply.
ii. Procedure
a) Contract price shall be adjusted for increase or decrease in rates and price of labour, materials,
fuels and lubricants in accordance with following principles and procedures and as per
formula given in the contract data.
b) The price adjustable shall be determined during each quarter from the formula given in the
contract data.
c) Following expression and meaning are assigned to the work done during each quarter:
R =Total value of work during the quarter. It would include the amount of secured advance
granted, if any, during the quarter, less the amount of secured advance recovered, if
any during the quarter, less value of material issued by the department, if any, during the
quarter.
d) Weightages of various components of the work shall be as per the Contract Data.
iii. To the extent that full compensation any rise or fall in costs to the Contractor is not covered by
the provisions of this or clauses in the contact, the unit rates and prices included in the contract
shall be deemed amounts to cover the contingency of such other rise or fall in costs.
iv. The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical
average of the indices relevant of the calendar month.
v. For the purpose of clarity it is pointed out that the adjustment may be either positive or negative,
i.e. if the price adjustment is in favour the same shall be recovered from the sums payable to the
Contractor.
6.4.14. Mobilization Advance
i. Payment of advances shall be applicable if provided in Contract Data.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
250
ii. If applicable, the Engineer bearing advance payment to the Contractor of the against provision by
the Contractor of an unconditional Bank in nationalized/Scheduled banks, in the name as stated
in the in the advance payment. The Guarantee shall remain effective been repaid, but the
amount of the guarantee shall be progressively repaid by the Contractor.
iii. The rate of interest shall be as per Contract data.
iv. The advance shall be recovered as stated in the Contract data by deducting proportionate
amounts from payment otherwise due to the Contractor. No account shall be taken of the advance
payment or its recovery in assessing valuations of work done, variations, price adjustments,
compensation events, or liquidated damages.
6.4.15. Secured Advance
i. Payment of secured advance shall be applicable if provided in Contract data.
ii. If applicable, the Engineer in Charge shall make interest bearing advance payment to the
Contractor of the amounts stated in the Contract Data, against provision by the Contractor of an
unconditional Bank Guarantee in a form and by nationalized/ scheduled banks, in the name as
stated in the Contract Data, in amounts equal to the advance payment. The guarantee shall
remain effective until the advance payment has been repaid, but the amount of the guarantee
shall be progressively reduced by the amounts repaid by the Contractor.
iii. The rate of interest chargeable shall be as per Contract Data.
iv. The construction machinery advance, if applicable, shall be limited to 80% of the cost of
construction machinery and admissible only for new construction machinery.
v. The advance payment shall be recovered as stated in the Contract Data by deducting
proportionate amounts from payment otherwise due to the Contractor. No account shall be taken
of the advance payment or its recovery in assessing valuations of work done, variations, price
adjustments, compensation events, or liquidated damages.
6.4.16. Payment Certification
i. The payment to the Contractor will be as follows for construction work:
a) The Contractor shall submit to the engineer monthly statement of the value of the work
executed less the cumulative amount certified previously, supported with detailed
measurement of the items of work executed in accordance to the payment milestones
mentioned in the PCC.
b) The engineer shall check the Contractor’s monthly statement and certify the amount to be paid
to the Contractor.
c) The value of work executed shall be determined, based on the measurements approved by
the Engineer/Engineer in charge.
d) The value of work executed shall comprise the value of the quantities of the items in the Bill of
quantities completed.
e) The value of work executed shall also include the valuation of variations and compensation
events.
f) All payments shall be adjusted for deductions for advance payment, security deposit, other
recoveries in terms of contract and taxes at source as applicable under the law.
g) The Engineer may exclude any item certified in a previous certificate or reduce the proportion
of any item previously certified in any certificate in the light of later information.
h) Payment of intermediate certificate shall be regarded as payments by way of advance against
the final payment and not as payments for work actually done and completed.
i) Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or
unskilled work to be removed and taken away and reconstructed or be considered as an
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
251
admission of the due performance of the Contractor any part thereof, in any respect or the
occurring of any claim.
j) The payment of final bill shall be governed by the provisions of Final Account clause of GCC.
k) Payments shall be made to contractors for scheduled items other than UADD ISSR items and
other non-scheduled items as per the conditions specified in PCC.
6.5. CONTRACT COMPLETION/CLOSURE
6.5.1. Completion Certificate
i. A completion certificate in the prescribed format in Contract data shall be issued by the Engineer
in charge after physical completion of the work and successful handover to respective agencies
owning different heads with their respective clearance certificates.
ii. After final payment to the Contractor, a final completion certificate in the prescribed format in the
contract data shall be issued by the Engineer in charge.
6.5.2. Final Account
i. The Contractor shall supply the Engineer with a detailed account of the total amount that the
Contractor considers payable for works under the Contract within 21 days of issue of certificate
of physical completion of works. The Engineer shall issue a Defects Liability Certificate and
certify any payment that is due to the Contractor within 45 days of receiving the Contractor’s
account if it is correct and complete. If the account is not correct or complete, the Engineer shall
issue within 45 days a schedule that states the scope of the corrections or additions that are
necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be
referred to the competent authority as defined in the Contract data, who shall decide on the
amount payable to the Contractor after hearing the Contractor and the Engineer in Charge.
ii. In case the account is not received within 21 days of issue of Certificate of Completion, the
Engineer shall proceed to finalize the account and issue a payment certificate within 28 days.
6.6. OTHER CONDITIONS OF CONTRACT
6.6.1. Currencies
All payments will be made in Indian Rupees.
6.6.2. Labour
i. The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for
the engagement of all staff and labour, local or other, and for their payment, housing, feeding and
transport.
ii. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such
form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of
the several classes of labour from time to time employed by the Contractor on the Site and such
other information as the Engineer may require.
6.6.3. Compliance with Labour Regulation
i. During continuance of the Contract, the Contractor and his sub-Contractors shall abide at all times
by all existing labour enactments and rules made there under, regulations, notifications and
bye laws of the State or Central Government or local authority and any other labour law (including
rules), regulations, bye laws that may be passed or notification that may be issued under any
labour law in future either by the State or the Central Government or the local authority. Salient
features of some of the major labour laws that are applicable to construction industry are given in
the Contract data. The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention of any of the
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
252
provisions of any Act or rules made there under, regulations or notifications including
amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary
to cause or observe, or for non- observance of the provisions stipulated in the
notifications/byelaws/Acts/Rules/ regulations including amendments, if any, on the part of the
Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor
including his amount of performance security. The Employer/Engineer shall also have right to
recover from the Contractor any sum required or estimated to be required for making good the
loss or damage suffered by the Employer. The employees of the Contractor and the Sub-
Contractor in no case shall be treated as the employees of the Employer at any point of time.
a) The Contractor or its sub-Contractors shall be solely responsible for complying with all
statutory provisions relating to manpower engaged by, for, or through them. In the event of
any liability on SSCL by virtue of its being principal employer due to failure of the Contractor
or its sub-Contractors to comply with all applicable labour legislations, the Contractor and its
sub-Contractors Bidder shall indemnify and/or reimburse the amount payable by SSCL, if any
on this account.
b) If any accident, any injury or physical harm to any person is caused during operations within
the contract period, the Contractor and its sub-Contractors, as the case may be the Contractor
sub56 Contractors shall be solely responsible and shall bear all the cost and consequences’
associated with such eventualities. The Contractor and its sub-Contractors also agrees and
undertakes to indemnify and keep indemnified SSCL, its directors/ employees/ agents and its
consultants.
ii. Construction Safety. The Contractor should be well conversant with technical as well as
administrative and legal aspects of safety and judicial pronouncement. The Contractor shall all
times take all reasonable precautions and safety measures to maintain safety of personnel and
property. The Contractor shall, at its own expenses and throughout the period of the contract
ensure appropriate and suitable arrangements for health, safety and hygiene requirements for
the surroundings. The State and Central Government prevailing all Statues in this regard must be
complied in letter and spirit throughout the period of contract.
6.6.4. Audit & Technical Examination
Government shall have the right to cause an audit and technical examination of the works and the final
bill of the contract including all supporting vouchers, abstract etc. To be made after payment of the final
bill and if as a result of such audit and technical examination any sum is found to have been overpaid
in respect of any work done by the Contractor under the contract or nay work claimed by him to have
been done under the contract and found not to, have been executed, the Contractor shall be liable to
refund the amount of overpayment and it shall be lawful for government to recover the same from him
in the manner prescribed in clause 24 above and if it is found that the Contractor was paid less than
what was due to him, under the contract in respect of any work executed by him under it, the amount
of such under payment shall be duly paid by government to the Contractor.
6.6.5. Death or Permanent Invalidity of Contractor
During continuance of the contract, the Contractor and his sub- Contractor s shall abide at all times by
all existing labour enactments and rules made there under, regulations, notifications, and bye laws of
the state or central government or local authority and any other labour law (including rules), regulations,
bye laws that may be passed or notification that may be issued under any labour law in future either by
the state or the major labour laws that are applicable to construction industry are given in the contract
data. The Contractor shall keep the employer indemnified in case any action is taken against the
employer by the competent authority on account of contravention of any of the provisions of any Act or
rules made their under, regulations or notifications including amendments. If the Employer is caused to
pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
253
the provisions stipulated in the notifications/bye laws/Acts/Rules regulations including amendments, if
any, on the part of the Contractor, the engineer/employer shall have the right to deduct from any money
due to the Contractor including his amount of performance of security. The employer/engineer shall
also have right to recover from the Contractor any sum required or estimated to be required for making
good the loss or damage suffered by the employer. The employees of the Contractor and the Sub-
Contractor in no case shall be treated as the employees of the employer at any point of time.
6.6.6. Jurisdiction
This contract has been entered into the State of Madhya Pradesh and its validity, construction,
interpretation and legal effect shall be subjected to the exclusive jurisdiction of the courts in Sagar or of
the courts at the place where this contract/agreement is entered into. No other jurisdiction shall be
applicable.
SECTION VI: GENERAL CONDITIONS OF CONTRACT (GCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
254
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
255
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
256
7. SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
7.1. CONTRACT DATA SHEET
Clause Reference
Particulars Data
6.1.1. xiv Employer Sagar Smart City Limited (SSCL)
6.1.1. xv Engineer Engineer as notified by employer
6.1.1. xvi Engineer In Charge Executive Engineer of SSCL
6.1.1. xxii Stipulated period of completion
18 Months including rainy season for Works and 60 Months for Management, Operation and Maintenance Services
6.1.3 Language English
6.1.3 Law of Contract Indian Contract Act 1872
6.1.4 Address & contact details of the Contractor
-
Address & contact details of the Employer/Engineer-phone, Fax, e-mail.
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002, India
Email:
Phone:
6.1.5 Subcontracting permitted for contract value
Permitted till 25 percent of the contract price only for Works. Permitted till 75 percent of the contract price only for Management, Operation and Maintenance Services
6.1.6 Technical Personnel to be provided by the Contractor
As per Key Personnel Requirement, Section V: Employer’s Requirement Minimum Salary of Key Personnel
Sl.No. Position Title Minimum Salary
INR/Month
1. Project Manager 60,000
2. Civil Engineer 45,000
3. Structural Engineer 45,000
4. Electrical Engineer 40,000
5. Hydraulic & Plumbing Engineer 40,000
6. Architect 40,000
7. Environmental Expert 35,000
8. Social Expert 35,000
9. Quality Control/ Engineer 35,000
10. Site Engineer(s) 30,000
Penalty, if required Technical personal not employed
Penalty as per pro-rata calculations on 150% of their respective salaries
6.1.10 Specifications As per Technical Specification, Section V: Employer’s Requirement
Drawings As per Tender Drawings, Section V: Employer’s Requirement and Good for Construction (GFCs) issued from time to time by the Contractor and approved by the PMC on behalf of SSCL. GFC drawings will be prepared by the Contractor.
6.1.12 Competent authority for deciding dispute under Dispute resolution system
Chief Executive Officer, SSCL, Sagar
Appellate Authority for deciding dispute under Dispute resolution system
Executive Director, SSCL, Sagar
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
257
6.2.1 Period of submission of updated construction program for Works Period of submission of updated program for Management, Operation & Maintenance Services
15 days after signing of contract agreement and every month thereafter. 15 days after completion and commissioning of the capital works and every financial quarter thereafter
6.2.2 Competent authority for granting time permission
Executive Director, SSCL, Sagar
6.2.3 Milestones laid down for the contract
Sl.
No.
Desired Sequencing of Work (in chronological
order)
Time of
Completion in
months (from
time of award)
1 Site Setting up including setting up of site office, labour camps, laboratory, material storage, mobilization of equipment, setting up of construction yard, securing working area, etc.
0.5
2 Survey, Investigation and Mandated Assessments including Topo /TSS survey, hydrological investigations, environment and social appraisal, bathymetric survey, etc.
0.5
3 Dewatering of the Lake including setting up of temporary pumping stations, temporary tapping of existing waste water, complete pumping of water and sludge, building cofferdams, demolition of crest weir, etc.
1.5
4 Construction & development of waste water tapping network & Modular STP/DEWATS facilities including siting, sizing and construction of Modular STP/DEWATS, channelization, laying of waste water/storm water pipes, ducts and connections, and SITC of Modular STP/DEWATS
0.5
5 Demolition, dismantling and site clearance at the road level
3.0
6 Dry Desilting of the lake, feeder canal & outflow including siting and sizing of dump sites, all means of silt excavation, hauling, ramp works, transportation, etc.
6.0
7 Shore stabilization, protection embankment and construction of all submerged/semi-submerged sub-structures including reconstruction of the waste weir, construction of watershed silt trap, reconstruction and retrofitting of aqueducts, installation of sluice gates, construction of retaining/guard walls, reconstruction of culverts, embankment protection, redevelopment of ghats, pedestrian walkways, decks, bastions, boating and ferry jetties, pisciculture tanks, water fountain, iconic statue, etc.
5.0
8 Wetland Bio Restoration including removal of surface infestation, soil erosion protection measures, wetland plantation, fish seeding, bio-remediation, bio-manipulation, etc.
1.5
9 Removal of all barrier structure(s), temporary arrangements and refilling of upper lake including removal of cofferdams, sheet piles, temporary waste water disposal pipes, interconnection of tapping pipes, testing/commissioning/operating of watershed silt trap/aqueduct/crest weir, etc.
1.0
10 Provision for all floating structure and water quality monitoring systems including SITC of synchronized
1.0
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
258
musical fountain, pontoon jetties, all monitoring equipment, etc.
11 Substructure and ground burial services utilities at road level including ducting and burial of utility services (electrical cables, water supply pipes, storm water/waste water pipes, rain water swale), footings and foundation works, sub-base works, CC & RCC works, WBM, WMM, etc.
5.0
12 Construction of all superstructures at the road level including toe/protection walls, stone/brick masonry works, protection fencing/railing, shelters/sheds/buildings, SITC of e-bio toilets, platforms, decks, etc.
3.0
13 Ground Cover, flooring, and paving including all paving works, pathways, preparation of ground cover surfaces, etc.
5.0
14 Landscaping, plantation, and street furniture 4.0
15 Management, Operation and Maintenance of the above mentioned capital works for 5 years
Completion of
works +60
Compensation (to Employer) for Delay
If the contractor fails to achieve the milestones, and the delay in execution of work is attributable to the contractor/the Employer shall retain an amount from the sums payable and due to the contractor as per following scale:
I. Slippage up to 25% in financial target during the milestone under consideration - 2.5% of the work remained unexecuted in the related time span.
II. Slippage exceeding 25% but Up to 50% in financial target during the milestone under consideration 5% of the work remained unexecuted in the related time span
III. Slippage exceeding 50% but Up to 75% in financial target during the milestone under consideration -7.5% of the work remained unexecuted in the related time span.
IV. Slippage exceeding 75% in financial target during the milestone under consideration -10% of the work remained unexecuted in the related time span.
For arriving at the dates of completion of time span related to different milestones, delays which are not attributable to the Contractor shall be considered. The slippage on any milestone is if made good in subsequent milestones or at the time of stipulated period of completion, the amount retained as above shall be refunded. In case the work is not completed within the stipulated period of completion along with all such extensions which are granted to the Contractor for either Employer’s default or Force Majeure, the compensation shall be levied on the contractor at the rate of 0.05% per day of delay limited to a maximum of 10% of contract price.
If the contractor fails to achieve the milestones, and the delay in execution of services as per the maintenance manual and is attributable to the contractor/the Employer shall withhold the entire Performance Guarantee till the services are not rectified as per Employer’s satisfaction. In case the level of desired services still not achieved, the Employer will liquidate the entire amount of Performance Guarantee.
6.3.1 List of equipment for lab
As per Laboratory Equipment Requirements, Section V: Employer’s Requirement
Time to establish 30 days from date of signing of the Agreement
Penalty for not establishing lab
Rs. 50,000/- per month (or part thereof) of delay
6.3.2 Defects Liability Period for Civil Work
1 Year after physical completion of the works
6.4.3 Competent authority for determining the rate
Executive Director, SSCL, Sagar
6.4.4 Item of works whose quantities are subject
2.1 Dewatering and pumping the working area including all connecting operation required for decantation contaminated water from lake area to
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
259
to decrease during execution and for which no compensations will be paid to the contractor
outlet point. 2.8 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50m and lift upto 1.5m, disposed earth to be levelled and neatly dressed. For All Kinds of Soil 2.10 Loading and unloading of stone boulder / stone aggregates / sand / kanker / moorum. (Placing tipper at loading point, loading with front end loader, dumping, turning for return trip, excluding time for haulage and return trip) Transportation rate of different other material in comparison with 20 mm metal. Excavated earth @ 25% above Beyond 10 Kms. and upto 20 Kms. (Add for every 1 Km).
6.4.9 Any other condition for breach of contract
-
Penalty Penalty shall include (a) Security deposit as per clause of General conditions of contract and the percentage to apply to the value of work not completed representing the Employer’s additional cost for completing the works shall be 20 percent. (b) Liquidated damages imposed as per clause 15 or performance security (Guarantee) including additional performance security (Guarantee), if any, as per clause of General conditions of contract, whichever is higher.
6.4.11 Performance guarantee (Security) shall be valid up to
1. Performance Security amounting to total ten (10%) percent of
contract value shall be submitted/deducted as follows:
A) Performance guarantee, undertaking and warranties
B) If the tenderer comprises of a partnership will be required to
execute the guarantees, undertakings and warranties. The
tenderer should note that in the event of award, all guarantees
are required to be executed prior to the signing of the contract.
C) The performance security required in accordance with of general
conditions of contract shall be for 10% of the contract value, in
Indian rupees and shall comprise the following:
I. Performance guarantee- 5% of the contract value
II. Retention money - 5% of the contract value
2. The tenderer shall furnish all other guarantees, undertakings, and
warranties, in accordance with the provisions in General conditions
of contract and Special conditions of contract.
3. Failure of the successful tenderer to comply with the requirements of
within the time limit specified therein shall constitute sufficient
grounds for the annulment of the award and forfeiture of the tender
security.
4. Retention money: in addition to the performance guarantee, retention
money (security deposit) will be5 % of the contract value. The
percentage of retention money will be recovered in each interim
payment as per the SCC
5. The PG (Performance Guarantee) to the extent of 5% of the contract
value shall be paid in one of the following forms.
A. Cash transferred through neft, rtgs & imps
B. Government securities
C. Fixed deposit receipts ( FDR) of a schedule bank.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
260
D. An electronically issued Irrevocable Bank Guarantee bond
of any schedule bank, or in the prescribed form given. The
Bank Guarantee shall be from a scheduled bank in india
(meaning a bank which has been included in the second
schedule of reserve bank of india act, 1934) (including
scheduled commercial foreign banks).
6. The performance guarantee shall be furnished to the employer within
twenty-eight (28) days of receipt of the letter of acceptance.
Performance guarantee is applicable over and above the clause of
earnest money deposit. Performance guarantee will have to be paid
and shall be valid till the defect liability period or finalization of final
bill whichever is later. This deposit will be allowed in the form of (A)
to (D) as mentioned above and shall be paid as prescribed in the
letter of acceptance.
7. The Successful Bidder to submit the Performance Guarantee for the
O&M period of 5% of the O&M cost as per the Bid proposal
submitted and accepted by SSCL, shall be furnished to the employer
before One Eighty (180) days prior to start the O&M period. This
Performance Guarantee deposit will be allowed in the form of (A) to
(D) as mentioned above and valid after 6 months of expiry of the
O&M Services period (i.e. 5.5 years after the Works Period)
8. Additional performance security deposit
A) If the tenderer has quoted the offer less than 10% below the
estimated rates put to tender, then the tenderer shall not to
have to submit additional performance security deposit
b) If the offer is less than 1 % below the estimated rates and is
up to 10% below, then the amount of the performance
security shall be paid as per the clause ITB 1.6.4.2, 1.6.4.3
& 1.6.4.4 shall be of the value of 10% of the cost put to
tender.
For example: if the rates quoted is 7% below, then the amount of
performance security should be 10% of the cost put to tender
If the offer is less than 10% below then the amount of the
performance security shall be of the value of 10% of the cost put to
tender plus the amount arrived by applying that percent on the cost
put to tender which is the difference of percentage quoted by the
tenderer and 10. For example: if the rates quoted is 17% below, then
the amount of performance security should be 17%, i.e.10% of the
cost put to tender + ( plus) (17-10) % of the cost put to tender
9. If the bid, which results in the lowest evaluated bid price, is seriously
unbalanced or front loaded (22% less than the scheduled rates or
15% more than the scheduled rates for percentage rate and item rate
tenders/bids) and if in the opinion of the employer, the successful
bidder has failed to justify or demonstrate the internal consistency of
those prices vis-à-vis specifications, construction methods and
schedule, the employer may require that the amount of the
performance security be increased to a maximum of twenty (20%)
percent of the bid value of such items.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
261
10. Refund of performance security
Performance Guarantee and retention money shall be released
before issue of performance certificate (after expiry of defect liability
period in the following manner
A. Retention Money-5%– After issue of the Acceptance
certificate by SSCL after the completion of Construction
Activities
B. Performance Guarantee-5% – After completion of the
Defects Liability period
C. Performance Guarantee-O&M Period -5% of O&M Cost –
after 6 months of expiry of the O&M Services period (i.e. 5.5
years after the Works Period)
6.4.12 Security deposit to be deducted from each running bill
At the rate of 5% only for Works and shall be returned back after the Physical completion certificate for the works issued by the Authority
Maximum limit of deduction of Security Deposit
5% of final contract amount only for Works
6.4.13 Price adjustment shall be applicable
Yes, only for the Works
6.4.13 Weightages of Component in the work
Weightages of components in all the capital works under the project are determined by the Authority, as below:
S. No. Component Weightage (K)
1 Materials 50% (K1)
2 POL 15% (K2)
3 Labour 35% (K3)
Adjustment for Materials Component The source for the wholesale price index for all commodities shall be the publication of the Economic Advisor to the Govt. of India published in the Reserve Bank of India, Bulletin. Vm= 0.85 x PO x K1 x [(M2M1)/M1] Where, Vm = Amount of price adjustment in Rs. for the Materials Component PO = Value of work executed as per the bills, running or final during quarter, less the cost of materials supplied to the Contractor, at fixed rate and recovered from the particular bill. In the case of materials brought to site, for which any advance is granted in the quarter the value of materials shall be added and for which advance has been recovered during the quarter shall be deducted. Furthermore, the value of such materials as assessed by the Engineer-in-charge (and not the reduced amount for which secured advance has been paid) shall be considered for this purpose. K1 = The factor representing all materials to be arranged for all works ancillary/temporary works and overheads etc. M1 = Base cost index M2 = Current Cost index Adjustment for P.O.L Component The source for working out the price adjustment on P.O.L. the representative items for reference shall be the costs of High Speed Oil only at the nearest HSD Supply Depot. VP = 0.85 x PO x K2 x [(D2-D1)/D1] Where, VP = The amount of price adjustment in Rs. PO = As mentioned herein before K2 = A factor representing the component of transportation cost connected with completion of work under the contract. D2 = Current price per litre of HSD D1 = Base price per litre of HSD
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
262
Adjustment for Labour Component The source for such indices being publication of Labour Bulletin Bureau, Govt of India published in the Reserve Bank of India Bulletin, on component representing Labour cost i/c all types of benefits and amenities etc. VL = 0.85 x PO x K3 x [(L2L1)/L1] Where, PO = As mentioned herein before VL = Amount of price adjustment in Rs. for the Labour Component K3 = A factor representing component of Labour cost i/c benefits, amenities etc. to be incurred by the Contractor for their work i/c all allied/ancillary/temporary works and overheads etc. L2 = Current cost index for industrial workers. L1 = Base Consumer cost index for industrial workers. The following principles shall be followed while working out the adjustments:
To the extent that full compensation for any rise or fall in the costs to the Contractor is not covered by the provision of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.
If the Contractor shall fail to complete the works within the stipulated period of completion under the contract, the adjustment of prices thereafter, until the date of completion of the works shall be made using either the indices or prices relating to the stipulated time for completion or the current indices or prices whichever is more favorable to the Engineer-in-Charge. Provided that if any extension of time is granted for reasons beyond the control of the Contractor, the above provisions shall apply only to the adjustment made after the expiry of such extension of time.
The price adjustment shall be evaluated for each of the interim payment certificate submitted by the Contractor.
The following items are not to be included in the price adjustment calculations:
o Recovery of Liquidated damages. o Recovery of Retention money, with holding and release.
6.4.14 Mobilization Advance applicable
Yes
If yes, unconditional Bank Guarantee
As per format in Contract Form 8.3
If Yes Rate of Interest 10%
If Yes, the percentage Amount that can be paid
upto 10% of the Contract Amount
If Yes, Recovery of Payment
@10% of the Advance from each running bill (third running bill onwards)
6.4.15 Secured Advance Payable
No
If Yes, Amount of Secured Advance
No
If Yes, Conditions for Secured Advance
No
If Yes, Recovery of Secured Advance
No
6.4.16 Payment Milestones
Sl. No.
Work Description
Payment Milestone w.r.t Completion of Total Work or
Services
1. Site Setting-up
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
263
2. Survey & Investigation
Monthly Bills for Works
Completed and approved by
SSCL
3. Dewatering of the Lake Monthly Bills for Works
Completed and approved by
SSCL
4. Site Clearance Demolition & Dismantling at road level
5. Construction of Waste Water Tapping Network & Modular STP/DEWATS
6. Dry Desilting & Transportation to Dump Site(s)
7. Construction of embankment & construction of all submerged structures
Monthly Bills for Works
Completed and approved by
SSCL
8. Wetland Bio Restoration
9. Dismantling of Temporary Arrangements & Refilling of Lake
10. Procurement and SITC of all floating structure
11. Construction of substructure and ground burial services utilities at road level
Monthly Bills for Works
Completed and approved by
SSCL
12. Construction of all superstructures at the road level
13. Construction of ground cover, flooring, and paving
14. Landscaping, plantation, and street furniture
15. Management, Operation and Maintenance Year 1 1/5 th of
Services value
16. Management, Operation and Maintenance Year 2 2/5 th of
Services value
17. Management, Operation and Maintenance Year 3 3/5 th of
Services value
18. Management, Operation and Maintenance Year 4 4/5 th of
Services value
19. Management, Operation and Maintenance Year 5 5/5 th of
Services value
Payments for scheduled items other than UADD ISSR items and other non-scheduled items
If the item of work which is scheduled item other than UADD ISSR item due for measurement and payment, the engineer in charge shall ensure that such item does not exist in the UADD ISSR schedules, and if such item of works are found therein, the scheduled price or item rate of UADD ISSR shall prevail over any other scheduled items. The contractor for such item of works shall be paid in accordance to the rates mentioned in UADD ISSR. For measurement and payment of non-scheduled items, the rates mentioned in the estimated BOQ would be considered fixed and the contractor will not be paid more than the estimated rate for those particular item of works.
6.5.1 Completion Certificate (for Works) – after physical completion of capital works
As per format in Contract Form 8.6
Final Completion Certificate – after final payment on completion of the Management, Operation & Maintenance Services.
As per format in Contract Form 8.7
6.6.2 & 6.6.3
Salient features of some of the major labour laws that are applicable
(a) Workmen Compensation Act 1923: - The Act provides for compensation in case of injury by accident arising out of and during the course of employment. (b) Payment of Gratuity Act 1972: - Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed the prescribed minimum years (say, five years) of service or more or on death the rate of prescribed minimum days’(say, 15 days) wages for every completed year of service. The Act is applicable to all establishments employing the prescribed minimum number (say, 10) or more employees. (c) Employees P.F. and Miscellaneous Provision Act 1952: The Act
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
264
Provides for monthly contributions by the Employer plus workers at the rate prescribed (say, 10% or 8.33%). The benefits payable under the Act are: i. Pension or family pension on retirement or death as the case may be. ii. Deposit linked insurance on the death in harness of the worker. iii. Payment of P.F. accumulation on retirement/death etc. (d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. (e) Contract Labour (Regulation & Abolition) Act 1970: - The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The principal Employer is required to take Certificate of Registration and the Contractor is, required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ prescribed minimum (say 20) or more contract labour. (f) Minimum Wages Act 1948: - The Employer is to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of buildings, roads, runways is scheduled employment. (g) Payment of Wages Act 1936: - It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers. (h) Equal Remuneration Act 1979: - The Act provides for payment of equal wages for work of equal nature to male and female workers and for not making discrimination against female employees in the matters of transfers, training and promotions etc. (i) Payment of Bonus Act 1965: - The Act is applicable to all establishments employing prescribed minimum (say, 20) or more workmen. The Act provides for payments of annual bonus 'within the prescribed range of percentage of wages to employees drawing up to the prescribed amount of wages, calculated in the prescribed manner. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. States may have different number of employment size. (j) Industrial Disputes Act 1947: - The Act lays down the machinery and procedure for resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. (k) Industrial Employment (Standing Orders) Act 1946: - It is applicable to all establishments employing prescribed minimum (say, 100, or 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and gets these certified by the designated Authority. (l) Trade Unions Act 1926: - The Act lays down the procedure for registration of trade unions of workmen and Employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities. (m) Child Labour (Prohibition & Regulation) Act 1986: - The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulations of employment of children in all other occupations and processes. Employment of child labour is prohibited in building and construction industry. (n) Inter -State Migrant Workmen's (Regulation of Employment & Conditions of Service) Act 1979: The Act is applicable to an establishment which employs prescribed minimum (say, five) or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The inter- State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as Housing, Medical-Aid,
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
265
Travelling expenses from home up to the establishment and back etc. (o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: - All the establishments who carry on any building or other construction work and employs the prescribed minimum (say, 10) or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as. may be modified by the Government., The Employer of the establishment- is required to provide safety measures at the building or construction work and other welfare measures, such as canteens, first-aid facilities, ambulance, housing accommodations for workers near the-work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. (p) Factories Act 1948: - The Act lays down the procedure for approval of plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. it is applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of power or another prescribed minimum (say, 20) or more persons without the aid of power engaged in manufacturing process.
Insurance Insurance Requirements
(A) Insurances To Be Taken Out By The Contractor In accordance with the provisions of GCC Clause 34, the Contractor shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect, during the performance of the Contract, the insurances set forth below in the sums and with the deductibles and other conditions specified. The identity of the insurers and the form of the policies shall be subject to the approval of the Employer, such approval not to be unreasonably withheld. (a) Cargo Insurance Covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s works or stores until arrival at the Site, to the Facilities (including spare parts therefore) and to the construction equipment to be provided by the Contractor or its Subcontractors.
Amount Deductible limits Parties insured
From To
[in currency(ies)] [in currency(ies)] [names] [place] [place]
110% of the total value of Schedule 2 of both lines
Nil Contractor & Employer
Ex-works point
DABS site
(b) Installation All Risks Insurance Covering physical loss or damage to the Facilities at the Site, occurring prior to completion of the Facilities, with an extended maintenance coverage for the Contractor’s liability in respect of any loss or damage occurring during the defect liability period while the Contractor is on the Site for the purpose of performing its obligations during the defect liability period.
Amount Deductible limits
Parties insured
From To
[in currency(ies)]
[in currency(ies)]
[names] [place] [place]
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
266
110% of Total value of Contract
Nil Contractor and Employer
Effective Date
Operational Acceptance
50% of Total value of Contract
Nil Contractor and Employer
Operational Acceptance
End of defects liability period
(c) Third Party Liability Insurance Covering bodily injury or death suffered by third parties (including the Employer’s personnel) and loss of or damage to property (including the Employer’s property and any parts of the Facilities that have been accepted by the Employer) occurring in connection with the supply and installation of the Facilities.
Amount Deductible limits
Parties insured
From To
[in currency(ies)]
[in currency(ies)]
[names] [place] [place]
INR 5,00,000.00
Nil Contractor Employees
Commencement of Works
Defect Liability Period
INR 5,00,000.00
Nil Third Party Personnel
Commence of Works
Defect Liability Period
INR 5,00,000.00
Nil Employers Property
Commence of Works
Defect Liability Period
(d) Automobile Liability Insurance Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them) in connection with the supply and installation of the Facilities. Comprehensive insurance in accordance with statutory requirements. (e) Workers’ Compensation In accordance with the statutory requirements applicable as per the Madhya Pradesh Government compensation policy .
The Employer shall be named as co-insured under all insurance policies taken out by the Contractor pursuant to GCC Sub-Clause 34.1, except for the Third Party Liability, Workers’ Compensation and Employer’s Liability Insurances, and the Contractor’s Subcontractors shall be named as co-insureds under all insurance policies taken out by the Contractor pursuant to GCC Sub-Clause 34.1, except for the Cargo, Workers’ Compensation and Employer’s Liability Insurances. All insurer’s rights of subrogation against such co-insureds for losses or claims arising out of the performance of the Contract shall be waived under such policies.
7.2. SPECIFIC PROVISIONS
7.2.1. General
The data and information given in the Contract Document are based on the investigations, planning and
designs carried out so far. The data considered for the project planning have been included in the bid
documents. The Contractor shall, therefore, satisfy himself about the adequacy and accuracy of the said
data/information and interpretation thereof and collect fresh data/additional data/information and carry
out/conduct further investigations and studies and get the approval of same from the employer. The
Employer shall not be responsible for the accuracy/adequacy of the data/information and interpretation
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
267
thereof by the Contractor.
7.2.2. Sufficiency of Bid
i. The Contractor shall be deemed to have visited and carefully examined the Project Site and it’s
surrounding to have satisfied himself to the nature and conditions of the means of transport and
communications, whether by land or air, as available at present and as to possible interruptions thereto
including the access and regress conditions for the Site. The Contractor is also deemed to have made
enquiries, examined and satisfied himself as to the sites source for obtaining sand, stones, bricks and
other materials, the sites for disposal of surplus materials and accommodation for depots, colonies,
workshops and other infrastructure facilities as may be necessary for executing and completing the
Works, as also the sub-soil water and variations thereof, storms, prevailing winds, climatic
conditions and all other similar matters affecting the works including law & order.
ii. Any neglect or omission or failure on the part of the Contractor in obtaining necessary and reliable
information upon the foregoing or any other matter affecting the Contract shall not relieve him from
any risks or liabilities or the entire responsibility for the completion of the Works in accordance with the
Contract.
7.2.3. Incentive for Early Completion
In the event that the Contractor completes the work ahead of scheduled completion time, a bonus @ 0.5%
(Point Five percent) of the contract price per month computed on per day basis, shall be payable to the
Contractor, subject to a maximum limit of 1% ( One per cent) of the contract price. The amount of bonus,
if payable, shall be paid along with final bill after completion of work.
7.2.4. Safety, Security and Protection of the Environment
i. The Contractor shall comply with all applicable national, provincial, and local environmental laws and
regulations.
ii. The Contractor shall take all measures and precautions to avoid any nuisance or disturbance arising
from the execution of the Works. This shall wherever possible be achieved by suppression of the
nuisance at source rather than abatement of the nuisance once generated.
iii. The Contractor shall take all the necessary precautions and abide by relevant rules and
regulations of safety which are presently in force and which may come into force during the currency
of the contract.
iv. The Contractor shall also take such other additional precautions and resort to such other
additional safety measures as may be directed from time to time by the Engineer-in-charge. Violation
of any rules, regulations and guidelines contained herein will entail immediate termination of the
contract.
v. In the event of any spoil, debris, waste or any deleterious substance from the Site being deposited
on any adjacent land, the Contractor shall immediately remove all such material and restore the
affected area to its original state to the satisfaction of the Employer.
vi. The Contractor shall prevent any interference with the supply to or abstraction from, and prevent any
pollution of, water resources (including underground percolating water) as a result of the execution of
the Works.
vii. The Contractor shall at all times ensure that all existing water courses / bodies within, and adjacent to
the Site are kept safe and free from any debris and materials arising from the Works.
viii. The Contractor shall devise and arrange methods of working to minimize dust, gaseous or other air-
borne emissions and carry out the Works in such a manner as to minimize adverse impacts on air
quality.
ix. The Contractor shall utilize effective water sprays during delivery manufacture, processing and
handling of materials when dust is likely to be created, and to dampen stored materials during dry and
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
268
windy weather. Stockpiles of friable materials shall be covered with clean tarpaulins, with application
of sprayed water during dry and windy weather. Stockpiles of material or debris shall be dampened
prior to their movement, except where this is contrary to the Specification.
x. In the event that the Contractor is permitted to use gravel or earth roads for haulage, he shall provide
suitable measures for dust palliation, if these are, in the opinion of the IMC officials necessary. Such
measures may include spraying the road surface with water at regular intervals.
xi. The Contractor shall take all necessary measures so that the operation of all mechanical equipment
and construction processes on and off the Site shall not cause any unnecessary or excessive noise,
taking into account applicable environmental requirements. The Contractor shall use all necessary
measures and shall maintain all plant and silencing equipment in good condition so as to minimize the
noise emission during construction works.
xii. The Contractor shall control the disposal of all forms of waste generated by the construction operations
and in all associated activities. No uncontrolled deposition or dumping shall be permitted. Wastes to
be controlled shall include, but shall not be limited to, all forms of fuel and engine oils, all types of
bitumen, cement, surplus aggregates, gravels, bituminous mixtures, etc. The Contractor shall make
specific provision for the proper disposal of these and any other waste products, conforming to local
regulations and acceptable to the Project Manager.
xiii. The Contractor shall plan and provide for remedial measures to be implemented in the event of
occurrence of emergencies such as spillages of oil or bitumen or chemicals.
xiv. The Contractor shall provide the Employer with a statement of the measures he intends to implement
in the event of such an emergency which shall include a statement of how he intends to provide
personnel adequately trained to implement such measures.
xv. Should any pollution arise from the Contractor's activities he shall clean up the affected area
immediately at his own cost and to the satisfaction of the Project Manager, and shall pay full
compensation to any affected party.
Note: In addition to above Contractor shall have to follow the instruction of IS codes for security and
Safety (As per Handbook on construction And Safety Practices: SP 70: 2001)
7.2.5. Protection of Trees and Vegetation
The Contractor shall ensure that no trees or shrubs or waterside vegetation are felled or harmed except for
those required to be cleared for execution of the Works. The Contractor shall protect trees and vegetation
from damage to the satisfaction of the Employer. No tree shall be removed without the prior approval of the
Employer and any competent authorities. Should the Contractor become aware during the period of the
Contract that any tree or trees designated for clearance have cultural or religious significance he shall
immediately inform the Employer and await his instructions before proceeding with clearance. In the event
that trees or other vegetation not designated for clearance are damaged or destroyed, they shall be repaired
or replaced to the satisfaction of the Employer, who shall also impose a penalty of twice the commercial
value of any timber affected, as assessed by the Employer.
7.2.6. Water Supply
The Contractor shall make his own arrangements at his own expense for water supply for construction,
sectional testing if any and other purposes.
7.2.7. Relations with Local Communities and Authorities
In setting and operating his plant and facilities and in executing the Works the Contractor shall at all-time
bear in mind and to the extent practicable minimize the impact of his activities on existing communities.
Where communities are likely to be affected by major activities such as road widening or laying of utility
lines or the establishment of a camp, large borrow pit or haul road, he shall liaise closely with the concerned
communities and their representatives and if so directed, shall attend meetings arranged by the Employer
to resolve issues and minimize impacts on local communities.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
269
7.2.8. Fire Prevention
The Contractor shall take all precautions necessary to ensure that no vegetation or property/ies along the
line of the road outside the area of the permanent works is affected by fires arising from the execution of
the Works. The Contractor shall obtain and follow any instructions of the competent authorities with respect
to fire hazard when working in the vicinity of gas installations. Should a fire occur adjacent to the project
road for any reason, the Contractor shall immediately suppress it. In the event of any other fire emergency
in the vicinity of the Works the Contractor shall render assistance to the civil authorities to the best of his
ability. Any scrub or plantation damaged by fire considered by the Employer to have been initiated by the
Contractor's staff or labour shall be replanted and otherwise restored to the satisfaction of the Employer at
the Contractor's expense.
7.2.9. Interference with Traffic and Adjoining Properties
In case any operation connected with the works necessitates diversion, obstruction or closure of any road,
waterway or any other right of way, the approval of respective competent authorities shall be obtained well
in advance by the Contractor. In case the Contractor’s operations obstruct access to adjacent properties,
the Contractor shall be responsible to provide reasonable temporary access to the affected parties. In
case the Contractor fails to provide adequate temporary facilities, this shall be deemed to be an Uncorrected
Defect and the Employer shall have the right to engage a third party to correct the Defect and the cost of
such correction will be deducted from the Contract Price.
7.2.10. Arrangement for Traffic During Construction
i. General
The Contractor shall at all times, carry out work on the City/Urban road in a manner creating least
interference to the flow of traffic while consistent with the satisfactory execution of the same. For all works
involving improvements to the existing urban road, the Contractor shall, in accordance with the directives of
the Engineer as well as the Traffic Police, provide and maintain, during execution of the work, a passage
for traffic either along a part of the existing carriageway under improvement or along a alternative diversion
route. Before taking up any construction, the Contractor shall prepare a Traffic Management Plan for each
road and submit it to the Engineer for prior approval. This plan should include inter alia:
A qualified safety officer with support staff to serve as a site safety team. Provision of traffic safety devises
as per IRC:SP 55 with the following specifications:
a) Signages of retro-reflective sheet of high intensity grade
b) Delineators in the form of cones/drums made of plastic/rubber having retro-reflective red and white
bands, at a spacing of 5 m along with a reflective tape to be tied in between the gaps of
cones/drums. A bulb preferably using solar energy is to be placed on the top of the cone/drum for
delineation in the dark hours and night.
c) Barricades using iron sheet with adequate iron railing/frame painted with retro-reflective paint in
the alternate yellow and black & white stripes. Warning lights at 5 m spacing shall be mounted on
the barricades and kept lit in dark hours and night.
d) Road markings with hot applied thermoplastic paint with glass beads.
e) Safety measures for the workers engaged including personal protection equipment
f) First aid and emergency response arrangements
ii. Passage of Traffic along a Part of the Existing Carriageway under improvement
a) For widening/strengthening existing carriageway where part width of the existing carriageway
is proposed to be used for passage of traffic, treated shoulders shall be provided on the side on
which work is not in progress. The treatment to the shoulder shall consist of providing at least 300
mm moorum layer properly rolled and compacted in a width of at least 1.5 m and the surface shall
be maintained throughout the period during which traffic uses the same to the satisfaction of the
Engineer.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
270
b) After obtaining permission of the Engineer, the treated shoulder shall be dismantled, the debris
disposed of and the area cleared as per the direction of the Engineer.
iii. Traffic Safety and Control
a) The Contractor shall keep the roadway under construction open to traffic and pedestrian
movement with proper drainage arrangement and smooth surface condition. Suitable ingress and
egress shall be provided as necessary for all intersecting roads and for all abutting properties. Its
purpose shall be to protect people from associated hazards and to prevent trespassing into the
construction zone.
b) The Contractor shall take all necessary measures for the safety of traffic during construction and
provide, erect and maintain such barricades, including signs, marking, flags, lights, drums,
traffic cones, delineators and flagmen as per the traffic management plan submitted by the
Contractor and approved by the Engineer. An agreed phased programme for the diversion of traffic
on the urban road shall be drawn up in prior consultation with the Engineer and the Traffic Police.
c) The Contractor shall keep all signs in proper position, clean and legible at all times.
d) The barricades erected on either side of the carriageway/portion of the carriageway closed to
traffic, shall be of strong design to resist violation, and painted with alternate black and white
stripes. On each approach, at least two signs shall be put up, one close to the point where transition
of carriageway begins and the other 120 m away. The signs shall be of approved design and of
reflective type, as directed by the Engineer. Two persons with red / green flag and whistle to be
deputed at both ends of the barricades to regulate traffic. Red lanterns or warning lights of similar
type shall be mounted on the barricades at night and kept lit throughout from sunset to sunrise.
e) At the points where traffic is to deviate from its normal path (whether on temporary diversion or
part width of the carriageway) the channel for traffic shall be clearly marked with the aid of
pavement markings, painted drums or a similar device to the directions of the Engineer. At night,
the passage shall be delineated with lanterns or other suitable light source. No material to project
/ spill beyond barricades. This work item shall include all labour, equipment and services involved
in the erection, maintenance, moving, adjusting, cleaning, relocating and storing of signs,
barricades, drums, traffic cones and delineators furnished by the Contractor as well as all labour
and equipment involved in the maintenance of traffic lanes and detours, for maintenance of traffic.
iv. Maintenance of Diversions and Traffic Control Devices
a) Signs, lights, barriers and other traffic control devices, as well as the riding surface of diversions
shall be maintained in a satisfactory condition till such time they are required and as directed by
the Engineer. Such temporary ways shall be kept free of dust by frequent applications of water.
7.2.11. Transport of Contractor's Equipment or Temporary Works
Where the Contractor intends to use a particular route for the haulage of large quantities of materials he
shall consult well in advance with any affected communities and submit in advance for the Employer’s
approval a plan including but not limited to the proposed route, the existing condition of the pavement and
bridges, the estimated number and type of vehicle movements per day, a programme for monitoring the
condition of the pavement and structures, and measures for limiting vehicle speeds and dust nuisance in
built-up areas. The Employer reserves the right to disallow certain haul routes should these in his opinion
cause or be likely to cause unreasonable nuisance or hazards to the public. The Employer's approval will
not remove the Contractor's obligations under this Sub-Clause to prevent and repair damage to roads or
his liability for compensation for any accidents caused by his vehicles.
7.2.12. Work in Monsoon and Dewatering
The execution of the work may entail working in the monsoon also. The contractor must maintain labour
force as may be required for the job and plan and execute the construction and erection according to the
prescribed schedule. No special/ extra rate will be considered for such work in monsoon. The Contractor’s
rate shall be considered inclusive of cost of dewatering required if any and no extra rate shall be payable
on this account.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
271
7.2.13. Site Clearance
Before handing over the work to the Authority, the Contractor shall remove all temporary structure like the
site offices, cement godown, stores, labour hutments etc., scaffolding rubbish, left over materials tools
and plants, equipment etc., clean and grade the site to the entire satisfaction of the Engineer-In-Charge. If
this is not done the same will be got done by SSCL at its risk and cost.
7.2.14. Site Documents
The following site documents shall mainly be maintained by the Contractor at site:
i. Copy of contract documents and drawings.
ii. Computerized bill format.
iii. Site Order Book.
iv. Material testing registers / Quality Inspection Reports.
v. Measurement books on computerized format.
vi. Progress bar chart.
vii. Sample approval register.
viii. Hindrance Register.
ix. Work Diary.
x. Deviation/variation order registers.
xi. Cement consumption register.
xii. Reinforcement registers.
xiii. Concrete cube test register.
xiv. Slump test register.
xv. Silt content and sand bulkage register.
7.2.15. Safety Guidelines
i. Proper and correct lifting methods shall be adopted.
ii. All lifting tools, tackles and wires ropes etc. shall be of tested quality for safe working loads. Wire ropes
shall be of sound construction without any splaying.
iii. It is mandatory for all jobs done at a height of 2.5 M and more to use fall arrestor type
iv. safety belts & safety nets.
v. While carrying out work in confined areas, proper ventilations and lighting arrangement should be
made by the Contractor. Adequate precautions shall be taken while the work is in progress to ensure
that naked light, fire, welding or any other hot work is not in progress in the vicinity of the area where
painting is being carried out.
vi. If the work is to be carried out at height, safety of the personnel is of utmost importance.
vii. Therefore, all necessary precautions must be taken by the Contractor and he has to obtain work
permit from authorized official of SSCL for working at height before start the work.
viii. In addition to the above, Contractor has to adhere to the following safety checklist:
A. CIVIL WORKS
During excavation, the excavated earth must be dumped at a safe distance from the edge of
excavation. In no case, this shall be less than 1.5 meters from the top edge of the excavation.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
272
Safe cross walkways are to be provided at distances not more than 30 meters along a continuous
trenching for pipelines etc.
Hard hats (safety helmets), rubber boots, safety shoes, and hand gloves, etc are required to be
provided for supervising as well as other working personnel by the Contractor.
Keep a watch on buried cables and underground systems. Ladders, gangways are to be provided
at convenient places for carrying out required works. Ladders shall be firmly secured to ground
and rungs of the ladders shall be properly secured and safe.
Install Barricading as per IS code with the marking “Sagar Smart City Works”.
B. ELECTRICAL WORKS
All temporary electrical connections should be got done to conform to statutory regulations
and a certificate obtained from the authorities. The connection and the wiring to be maintained by
competent and licensed supervisors and wiremen. As far as possible, the cables are to be safely
buried to ensure free access to equipment and machineries movements.
Hard hats (safety helmets) made out of insulating material to be used by personnel working in
'live' areas like substations, etc.
Safety boots, necessary hand-gloves as required, shall be used.
‘Earthling’ of machineries and equipment shall be ensured. No open/ bare connections allowed.
The arrangements should be checked periodically for damages to insulation and loose
connections, etc and rectified so that the wiring becomes non-hazardous.
The areas of working during nights shall be properly illuminated with floodlights and hand- lamps
as per the demand of the job.
Danger signals and safety tags in the live areas shall be demonstrated properly. All connections
to be switched off after the working hours.
Isolation switches and main switches shall be accessible easily. Necessary precautions should be
taken while excavating earthing pits.
C. MECHANICAL WORKS
Hard hats (safety helmets), safety belts, eye goggles, face shields, safety boots, hand- gloves,
respirators, etc as required/ directed shall be used.
Proper, correct and safe lifting methods shall be adopted
All lifting tools tackle and wires ropes etc shall be of tested quality for safe working loads. Wire
ropes shall be of sound construction without any splaying.
Checks to be exercised for broken wires and core proportion in the main body of the wire ropes to
be rejected. Manufacturer’s guidelines/ standards instructions are to be followed for using wire
ropes and slings with broken wires. Experience and common sense is of immense help.
Usage of hoisting belts/ safety belts is must for personnel working at higher elevations.
Only safe gangways / walkways shall be used for movement of personnel. Short cuts shall be
avoided.
Check connections to headman anchors before hoisting.
All live wires to be crossed during hoisting shall be made dead near the vicinity of the area during
hoisting/ rigging.
Avoid keeping the loads supported by hoisting equipment for an unreasonable length of time.
Ropes, cables, and slings must be protected with pads or wooden blocks at sharp edges.
D. GENERAL
Safety starts from the individual on the job. Experience and common sense shall be generously
used. In case of any doubt regarding safety, Engineer–in-Charge can be consulted.
Proper communication and alertness on the job is to be ensured.
Manholes and openings for ducts etc shall be kept properly covered.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
273
Correct tools and tackles should be used for every work. Make shift tools and tackles will result in
accidents.
Fire-fighting equipment shall be placed at designated locations and kept unobstructed.
Do not use loose clothing, neckties, and etc. while on the job.
Safety precautions recommended by the manufacturers/ vendors shall be strictly adhered to.
All machinery, tools and tackles shall be maintained properly, and clearly.
7.2.16. Encumbrances in Construction Area, including Trees and Utilities
i. The Contractor shall be responsible to coordinate with service provider / concerned authorities
for cutting of trees, shifting of utilities and removal of encroachments etc. and making the site
unencumbered from the project construction area required for completion of work. This will include
initial and frequent follow-up meetings / actions / discussions with each involved service provider /
concerned authorities. The Contractor will not be entitled for any additional compensation for delay in
cutting of trees, shifting of utilities and removal of encroachments by the service provider / concerned
authorities. Payment for cutting of trees and shifting of utilities as required by the concerned
department shall be made by the Employer. The entire cut material will be property of the Contractor
and no cost of such material shall be recovered from the Contractor which shall be appropriately
considered by the Contractor in his bid.
ii. Drawings scheduling the affected encumbrances such as trees and services like water pipes, sewers,
oil pipelines, cables, gas ducts, electricity lines, accessories, telephone poles and OFC cables etc.
included in the contract document shall be verified by the Contractor for accuracy of scope.
iii. The Employer will make payments to the respective service provider / authorities for cutting of trees
and shifting of utilities, wherever required. The Contractor will obtain necessary approval from such
Authorities after payments by the Employer and also in cases where payments are not required to be
made for such shifting. The Employer will also write to all concerned departments/ service provider
organization for expediting and facilitating cutting of trees, shifting of utilities and removal of
encroachment etc.
iv. Any services affected by the Works must be temporarily supported by the Contractor who must also
take all measures reasonably required by the various bodies to protect their services and property
during the progress of the Works. It shall be deemed to be part of the Contract and no extra payment
shall be made for the same.
v. The Contractor may be required to carry out certain works for and on behalf of the various bodies and
he shall also provide, with the prior approval of the Engineer, such assistance to the various bodies as
may be authorized by the Engineer.
7.2.17. Supply of Colored Record Photographs
The Contractor shall, at his own cost, arrange to take colour photographs at various stages / facets of the
work including interesting and novel features of the work as directed by the SMC officials and supply two
copies of colour record photographs mounted in the albums including negatives with specification and these
shall be kept by Employer.
7.2.18. Public Awareness / Information Display
The Contractor shall, at his own cost, arrange to provide, erect and maintain necessary display boards/
banners etc as directed by SMC officials at selection points of project site giving such information as
considered necessary for public awareness/ information.
7.2.19. Completion Drawings
i. The Contractor is required to submit the completion drawings (As built Drawings) for the work done by
him. However the completion drawings for works done and covered underground, it is essential to
prepare the completion drawing as soon as the work is done and before backfilling.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
274
ii. The drawings have to be prepared in digital format in AUTO-CAD, it is therefore made mandatory that
the completion drawings of the cross section of road with all utilities, Road Plan, Inspection Chambers,
Rainwater Catch pit, L-section of road etc, shall be submitted along with the running account bills for
all the works carried out during the period.
iii. The completion drawing should provide adequate data to enable finding the exact location of the
system in ground at a later date by any other new person. It should also provide the data related to
material, class and size of the line, its depth in ground, Invert Levels and levels in the manholes. The
details will be provided from Chainage-wise in details and the plan layout of the roads along with Cross
section and L-section on the reference map should be updated and submitted along with the bill. Two
hard copies of the drawings will also be submitted along with the soft copy.
7.2.20. Execution of work according to Time Schedule
i. The Bidder shall include in his bid, a detailed construction programme of executing the project,
describing broadly the technology and construction methodology major components of the project
including traffic diversion plan, deployment of machinery, submission of drawings and design. The
programme shall be supplemented with Master Control Network. The employer reserves the right to
request for change in Master Control Network after discussions with the successful bidder. Mutually
agreed Master Control Network shall form part of the Contract.
ii. The Contractor has to start construction works in the fronts available at particular road site. This shall
be planned in close consultation with the Engineer-In-Charge and in coordination with the concerned
authorities / departments / local groups.
iii. The Works shall be executed and performed in accordance with the Master Control Network (Work
Programme) which shall clearly indicate the interlinking / interdependencies of all the works of the
Contract.
iv. The Programme shall be reviewed jointly by the Employer/ Engineer and the Contractor, at least once
in a month where-in the hold ups/delays, if any, in the progress of Works, with reference to the agreed
Schedule shall be given Special Attention. Necessary modifications (updating / Revisions) of the
Programme, within the overall Time for Completion, shall be carried out by mutual agreement between
the Employer/ Engineer and the Contractor.
7.2.21. Working Procedure
The Contractor shall be required to adopt a Working Procedure based on the following:
i. Protection of properties along the project roads and their activities / operations such that these suffer
minimum (if any) adverse effects as a result of construction activities.
ii. Observe all local requirements related to work and traffic restrictions (for example, transportation
of material during particular times of a day or week, use of manual labour / smaller vehicles for carriage
of material to / from narrow lanes) as may be specified by SSCL from time to time.
iii. Avoid disruption of any public utility network and promptly restore the same in case of any unavoidable
disruption at his own cost and time without causing any discomfort to people as well as businesses.
iv. Provide for all temporary arrangements essential to allow normal operations / living conditions
for people as well as businesses.
7.2.22. Coordination of Works
Due to the peculiar nature and location of the project, and in view of the objective of proper laying
of all utility services, the specialist will need to work simultaneously and ensure proper mutual
coordination to avoid any hardships to the community. SSCL reserves the right to schedule the order of
performance of Work in such a manner as will minimize interference within different works involved. As
shown in the table below, three works will be needed to be taken up simultaneously.
Description of Work Implementation Strategy
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
275
1. Roads widening / improvement and laying of Footpath, Central Divider, RCC Cable Duct, RCC Pipes for OFC, Telecom Lines and Gas Pipeline, Storm Water Drainage Pipe and Chambers, including appurtenances signages, road markings and adjunct structures.
Removal of old road in stretches / phases and shifting of electric poles, laying of new CC Road with central divider and storm water drainage pipes and chambers, provide for crossing of utility pipes for future demand at regular intervals, laying pipes for OFC and Gas, construction of RCC Duct, construction of foot-path after laying of utility services.
a. Water supply network (transmission
/ distribution) including all
appurtenances and structures – upto
house connections
Laying of utility services network including structures and appurtenances in designated widths with additional excavation if any after excavation by Contractor 1 for road, proper finishing of chamber / manhole top levels after footpath construction by Contractor 1. New user-end connections, abandonment of old connections / pipes.
b. Sewerage pipes and manholes – upto house connections
c. Power cables (HV / LV), Substations, Distribution Boxes / Feeder Pillars etc. upto house connections and Street-lighting.
Laying of HV/LV cables in RCC Ducts upto Distribution Boxes / Feeder Pillars, Installation of compact substations, street lighting poles installation. New user-end connections.
7.2.23. Material Storage
All materials shall be stored as per IS:4082.
7.2.24. Operational Health, Safety Guidelines to be followed pertaining to the project Execution and Labour Employed for Execution of Works.
Model Rules Relating to Labour, Water Supply and Sanitation in Labour Camps
Note: These model rules are intended primarily for labour camps which are not of a permanent nature. They
lay down the minimum desirable standard which should be adhered to Standards in Permanent or semi-
permanent labour camps should not obviously be lower than those for temporary camps.
Location: The camp should be located in elevated and well drained ground in the locality.
Labour: Huts are to be constructed for one family of 05 persons each. The layout is to be shown in the
prescribed sketch.
Hut line: The huts to be built of local materials. Each hut should provide at least 20 Sqm. of living space.
Sanitary facilities: There shall be provision of latrines and urinals at least 15 M away from the nearest
quarter separately, for men and women specially so marked.
Latrines: Pit provided at the rate of 10 users or three families per set. Separate Urinals as required as the
privy can also be used for this purpose.
Drinking water: Adequate arrangement shall be made for the supply of drinking water. If practicable, filtered
and chlorinated supply shall be arranged. Where supply is from intermittent sources, an overhead covered
storage tank shall be provided with a capacity of five litres per person per day. Where the supply is to be
made from a well it shall confirm to the sanitary standards laid down in the report of the Rural Sanitation
Committee. The well should be at least 30 meters away from any latrine or other sources of pollution. If
possible a hand pump should be installed for drawing the water from well. The well should be effectively
disinfected once every month and quality of water should be got tested at Public Health institution between
each work of disinfection. Washing and bathing should be strictly prohibited at places where water supply
is from a river. The daily supply must be disinfected. In the storage reservoir and given at least 3 minutes’
contact with the disinfectant before it is drawn for use.
Bathing and Washing: Separate bathing and washing place shall be provided for men and women for
every 25 persons in the camp. There shall be a gap and space of 2 Sqm. for washing and bathing. Proper
drainage for waste water should be provided.
Waste disposal: Dustbins shall be provided at suitably place in camp and the residents shall be directed
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
276
to throw all rubbish into these dustbins. The dustbins shall be provided with covers. The contents shall be
removed every day and disposed of by trenching or through Municipal solid waste disposal system, if the
same exists.
Medical facilities:
Every camp where 1000 or more persons reside shall be provided with full time doctor and dispensary. If
there are women in the camp a full time nurse shall be employed.
Every camp where less than 1000 but more than 250 persons reside shall be provided with dispensary and
a part time nurse/midwife shall also be employed.
Sanitation:
If there are less than 250 persons in any camp a first aid kit shall be maintained by the in- charge of the
whole time persons. All medical facilities mentioned above shall be for all residents in the camp, including
a dependent of the workers, if any, free of cost. Sanitary Staff: For each labour camp there should be
qualified sanitary Inspector & Sweepers should be provided in the following scale:
For Camps with strength over 200 One Sweeper for every 75 persons but not exceeding 500
persons above the first 200 for which three sweepers should be provided.
For camps with strength over 500 One sweeper for every 100 persons above the first 500 for which
six Sweepers should be provided.
Bidder’s Labour Regulations
The Bidder shall pay not less than fair wage to Labourers engaged by him in the work.
Explanation: “Fair Wages” means wages whether for time or piece work as notified at the time of inviting
tenders for the works and where such wages have not been so notified the wages prescribed by the Labour
Department for the division in which the work is done.
a) The Bidder shall, notwithstanding the provisions of any contract to the contrary, cause to be paid a
fair wage to labourers indirectly engaged on the work including any labour engaged by his sub-
Bidders in connection with the said work as if labourers had been immediately employed by him.
b) In respect of all labour directly or indirectly employed on the works on the performance of his
contract, the Bidder shall comply with their cause to be complied with the labour act in force.
c) The Chief Executive Officer shall have the right to reduce from the money due to the Bidder any
sum required or estimated to be required for making good the loss suffered by a worker or workers
by reason of non-fulfilment of the conditions of the contract for the benefit of the workers, non-
payment of wages or the deductions made from his or their wages, which are not justified by the
terms of the contract or non-observance of regulations.
d) The Bidder shall be primarily liable for all payments to be made under and for the observance of
the regulations aforesaid without prejudice to his right to claim indemnity from his sub-Bidders.
e) The regulations aforesaid shall be deemed to be a part of this contract and any breach thereof shall
be deemed to be breach of this contract.
f) The Bidder shall obtain a valid license under the contract (Regulations and Abolition) Act in force
and rules made there under by the competent authority from time to time before commencement of
work and continue to have a valid license until the completion of the work. Any failure to fulfil this
requirement shall attract the penal provisions of this contract arising out of the resulted non-
execution of the work assigned to the Bidder.
Labour Safety, Health and Regulations Including Forms
Labour Safety Provisions:
a) suitable scaffolds should be provided for workmen for all works that cannot safely be done from the
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
277
ground, or from solid construction except such short period work as can be done safely from
ladders. when a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the
ladder is used for carrying materials as well, suitable footholds and hand holds shall be provided on
the ladder and the ladder shall be given an inclination not steeper than ¼ to 1 (1/4 horizontal and 1
vertical).
b) scaffolding or staging more than 3.6m (12 feet) above the ground or floor, swung or suspended
from an overhead support or erected with stationery support shall have a guard rail properly
attached or bolted, braced and otherwise secured at least 90 cm. (3 feet) high above the floor or
platform of such scaffolding or staging and extending along the entire length of the outside and
ends thereof with only such opening as may be necessary for the delivery of materials. such
scaffolding or staging shall be so fastened as to prevent it from swaying from the building or
structure.
c) working platforms, gangways, and stairways should be so constructed that they should not sag
unduly or unequally, and if the height of the platform or the gangway or the stairway is more that
3.6m (12 feet) above ground level or floor level, they should be closely boarded, should have
adequate width & should be suitable fastened as described in above.
d) every opening in the floor of a building or in a working platform shall be provided with suitable means
to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum
height shall be 90 cm (3 feet).
e) safe means of access shall be provided to all working platforms and other working places. every
ladder shall be securely fixed. no portable single ladder shall be over 9m. (30 feet) in length while
the width between side rails in rung ladder shall in no case be less than 29 cm. (11.5”) for ladder
up to and including 3m (10 feet) in length. for longer ladders this width should be increased at least
1/4" for each additional 30 cm (1 ft.) of length. uniform step spacing shall not exceed 30 cm (12").
adequate precautions shall be taken to prevent danger from electrical equipment. no materials on
any of the sites of the work shall be so stacked or placed as to cause danger or inconvenience to
any person or the public. the contractor shall provide all necessary fencing and lights to protect the
public from accident, and shall be bound to bear the expenses of defense of every suit, action or
other proceeding at law that may be brought by any person for injury sustained owing to neglect
of the above precautions and to pay any damages and cost which may be awarded in any such
suit, action or proceedings to any such person or which may, with the consent of the contractor, be
paid to compensate any claim by any such person.
Excavation and Trenching:
a) all trenches, 1.2mts.(four feet) or more in depth, shall at all times be supplied with at least one
ladder for each 30m.(100 feet) in length or fraction thereof, ladder shall be extended from bottom
of the trench to at least 90cm (3feet) above the surface of the ground. the side of the trenches,
which are 1.5 m. (5feet) or more in depth shall be stepped back to give suitable slope or securely
held by timber bracing, so as to avoid the danger or sides to collapsing. the excavated materials
shall not be placed within 1.5m (5 feet) of the edges of the trench or half of the depth of the trench
whichever is more.
b) cutting shall be done from top to bottom. under no circumstances undermining or undercutting shall
be done.
Demolition: before any demolition work is commenced and also during the progress of the work following
precautions shall be observed:
a) all roads and open areas adjacent to the work site shall either be closed or suitably protected.
b) no electric cable or apparatus which is likely to be a source of danger or a cable or apparatus used
by the operator shall remain electrically charged.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
278
c) all practical steps shall be taken to prevent danger to persons employed from risk or fire or explosion
or flooding. no floor, roof or other part of the building shall be overloaded with debris or materials
as to render it unsafe.
Personal Safety:
a) all necessary personal safety equipment as considered adequate by the engineer-in- charge should
be kept available for the use of persons employed on the site and maintained in a condition suitable
for immediate use, and the contractor should take adequate step to ensure proper use of equipment
by those concerned. the following safety equipment shall be invariably provided.
b) workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with
protective footwear and protective goggles.
c) those engaged in white washing and mixing or stacking of cement bags or any materials which are
injurious to the eye shall be provided with protective goggles.
d) those engaged in welding works shall be provided with welders protective eye shields.
e) stone breakers shall be provided with protective goggles and protective clothing and seated at
sufficiently safe interval.
f) when workers are employed for works in sewers and manholes, which are in active use, the
contractors shall ensure that the manhole covers are opened and ventilated at-least for an hour
before the workers are allowed to get into the manholes, and the manholes so opened shall be
cordoned off with suitable railing and provided with warning signals or boards to prevent accident
the public. in addition, the contractor shall ensure that the following safety measures are adhered
to:
g) entry for workers into the sewer line shall not be allowed except under supervision of the je or any
other higher officer.
h) at least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours
before any man is allowed to enter into the manholes for working inside.
i) before entry, presence of toxic gases should be tested by inserting wet lead acetate paper which
changes color in the presence of such gases and gives indication of their presence. presence of
oxygen should be verified by lowering a detector lamp into the manhole. in case, no oxygen is found
inside the sewer line, workers should be sent only with oxygen kit.
j) safety belt with rope should be provided to the workers. while working inside the manholes such
rope should be handled by two men standing outside to enable him to be pulled out during
emergency.
k) the area should be barricaded or cordoned off by suitable means to avoid mishaps of any kind.
proper warning signs should be displayed for the safety of the public whenever cleaning works are
undertaken during night or day.
l) no smoking or open flames shall be allowed near the blocked manhole being cleaned.
m) the malba obtained on account of cleaning of blocked manholes and sewer lines should be
immediately removed to avoid accidents on account of slippery nature of the malba.
n) workers should not be allowed to work inside the manhole continuously. he should be given rest
intermittently. the engineer-in-charge may decide the time up to which a worker may be allowed to
work continuously inside the manhole.
o) gas masks with oxygen cylinder should be kept at site for use in emergency.
p) air-blowers should be used for flow of fresh air through the manholes. whenever called for, portable
air-blowers are recommended for ventilating the manholes. the motors for these shall be vapour
proof and of totally enclosed type. non sparking gas engines also could be used but they should be
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
279
placed at-least 2 metres away from the opening and on the leeward side protected from wind so
that they will not be a source of friction on any inflammable gas that might be present.
q) the workers engaged for cleaning the manholes / sewers should be properly trained before allowing
to work in the manhole.
r) the workers shall be provided with gumboots or non sparking shoes, bump helmets and gloves non
sparking tools, safety lights and gas masks and portable air blowers (when necessary). they must
be supplied with barrier cream for anointing the limbs before working inside the sewer lines.
s) workmen descending a manhole shall try each ladder step or rung carefully before putting his full
weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well.
t) if a man has received a physical injury, he should be brought out of the sewer immediately and
adequate medical aid should be provided to him.
u) the extent to which these precautions are to be taken depend on individual situation but the decision
of the engineer-in-charge regarding the steps to be taken in this regard in an individual case will be
final.
v) the contractor shall not employ men and women below the age of 18 years on the work of painting
with products containing lead in any form wherever men above the age of 18 are employed on the
work of lead painting the following precautions should be taken.
w) no paint containing lead or lead products shall be used except in the form of paste or readymade
paint.
x) suitable face masks should be supplied for use by the workers when paint is applied in the form of
spray or a surface having lead paint is dry rubbed and scrapped.
y) Overalls shall be supplied by the Contractor to the workmen and adequate facilities shall be
provided to enable the working painters to wash during the cessation of work. White lead, sulphate
or lead work products containing those pigments shall not be used in painting operation except in
the form of paste or of paints ready for use. Measures shall be taken whenever required in order to
prevent danger arising from the application of paint in the form of spray.
z) Measures shall be taken, whenever practicable to prevent danger arising out of dust caused by dry
rubbing down and scrapping.
aa) Adequate facilities shall be provided to enable working painter to wash during and on cessation of
work.
bb) Suitable arrangements shall be made to prevent clothing put off during working hours being spoiled
by painting materials.
cc) Cases of lead poisoning and of suspected lead poisoning shall be notified and shall be subsequently
verified by a medical man appointed by the competent authorities of SSCL.
dd) The SSCL may require when necessary a medical examination of workers.
ee) Instructions with regard to the special hygienic precautions to be taken in the painting trade shall
be distributed to working painters.
ff) When the work is done near any place where there is risk of drowning, all necessary equipment‟s
should be provided and kept ready for use and all necessary steps taken for prompt rescue of any
person in danger and adequate provisions should be made for prompt first aid treatment for all
injuries likely to be sustained during the course of the work.
gg) Use of hoisting machines and tackle including their attachment encourage and supports shall
conform to the following standard of conditions. these shall be of good mechanical construction,
sound material and adequate strength and free from patent, defects and shall be kept in good
working order. Every rope used in hoisting or lowering materials or as a means of suspension shall
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
280
be of durable quality and adequate strength, and free from patent defects. Every crane driver or
hoisting appliance operator shall be properly qualified and no person under the age of 21 years
should be in-charge of any hoisting machine including any scaffolding, winch or giving signals to
operator. In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley
block used in hoisting or as means of suspension the safe working load shall be ascertained by
adequate means. Every hoisting machine and all gear referred to above shall be plainly marked
with the safe working load. In case of a hoisting machine having a variable safe working load, each
safe working load and the conditions under which it is applicable shall be clearly indicated. No part
of any machine or any gear referred to above in this clause shall be loaded beyond the safe working
load except for the purpose of testing.
hh) In case of SSCL machines, the safe working load shall be notified by the engineer-in-charge. As
regards contractor’s machines the contractor shall notify the safe working load of the machine to
the engineer-in-charge whenever he brings any machinery to site of work and get verified by the
engineer-in-charge.
ii) Motors gearing, transmission electric wiring and other dangerous parts of hoisting appliances
should be provided with efficient safeguard. Hoisting appliances should be provided with such
means as will reduce to the minimum the risk of accidental descent of the load. Adequate
precautions should be taken to reduce the minimum the risk of any part of a suspended load
becoming accidentally displaced. When workers are employed on electrical installations, which are
already energized, insulating mats, wearing apparel, such as gloves sleeves and boots as may be
necessary be provided. The worker should not wear any rings, watches and carry keys or other
materials, which are good conductors of electricity.
jj) All scaffold, ladders, and other safety devices mentioned or described herein shall be maintained
in safe condition and no scaffold ladder or equipment shall be altered or removed while it is in use.
Adequate washing facilities should be provided at or near places of work.
kk) These safety provisions should be brought to the notice of all concerned by display on a notice
board at a prominent place of work spot. The person responsible for compliance of the safety codes
shall be named therein by the contractor.
ll) To ensure effective enforcement of the rules and regulations relating to safety precautions the
arrangements made by the contractor shall be open to inspection by SSCL official or their
representatives.
mm) Notwithstanding the above clauses there is nothing in these to exempt the contractor from
the operations of any other act or rule in force in the republic of India.
Safety Code
Scaffolding:
a) Suitable scaffold should be provided for workman for all works that cannot safely be done from the
grounds or from solid construction except such short period work as can be done safely from ladder
is used on extra labour shall be engaged for holding the ladder for carrying materials as well suitable
foot holes and hand holds shall be provided on the ladder and the ladder shall be given an inclination
not steeper than ¼ to ¼ Horizontal and 1 vertical).
b) Scaffolding or staging more than 12 M above, the ground floor swung or suspended from an
overhead support or erected with stationer/support shall have a guard rail property attached, bolted,
braced or otherwise secured at least 1-meter-high above the floor platforms of such scaffolding or
staging and extending along the entire length of the outside the ends thereof with only such opening
as may be necessary for the delivery of the materials. Such scaffolding or staging shall be fastened
as to prevent it from swaying from the building of structure.
c) Working platform gangways and stairway should be so constructed that they should not away
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
281
unduly or unequally and if the height of the platform of the Gangway or the stairway is more than
3.54 meters above ground level and or floor level they should be closely bearded, should have
adequate width and should be suitably fenced as described (ii) above.
d) Working platform be provided with suitable means to prevent the falling of persons or materials by
providing suitable fencing or railing whose minimum height shall be 1 meter.
e) Safe means of access shall be provided to all working platforms and other working places. Every
ladder shall be securely fixed. No portable ladder shall be over 9 meter in length while the width
between side rails in ring ladder shall be in no case be less than 0.3 meters from ladder up to and
including 3-meter length. For longer ladders this width should be increased at least 2 cm. For each
additional meter of length. Uniform step spacing shall not exceed 0.3 M adequate precaution shall
be taken to prevent danger form electrical equipment. No material on any of the work site shall be
so stacked or placed as to cause danger or inconvenience to any person or the public. The Bidder
shall also provide all necessary fencing and lights to protect the public from accident and shall be
bound to bear the expenses of defence of every suit action or other precautions of law that may be
brought by any person for injury sustained owing to neglect of the above and to pay any damages
and costs which may be awarded in any such suit action or proceeding to any such person or which
may with consent of the Bidder be paid to compromise by any such person.
Excavation and Trenching: All trenches 1.2 meter or more in depth, shall at all times be supplied with at
least one ladder for each 30 Meter in length or fraction thereof. Ladder shall be extended from bottom of the
trench to at least 1 meter above the surface of the ground. The side of trenches which are 1.5 meter or more
in depth shall be stepped back to give suitable slopes or securely held by timber bracing so as to avoid the
danger of sides to collapse The excavated materials shall not be placed within 1.5 meter of the edge of the
trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under
no circumstances undermining or under cutting shall be done.
Demolition: Before any demolition work is commenced and also during the process of the works.
a) All roads and open area adjacent to the work site shall either be closed or suitably protected.
b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus
used by the operator shall remain electrically charged.
c) All precautionary steps shall be taken to prevent danger to persons employed from risk of fire or
explosion of flooring. No floor roof or other part of the building shall be so overloaded with debris of
materials as to render it unsafe.
Painting: All necessary personal safety equipment as considered adequate by the Engineer-in-charge
should be kept available for the use of person employed on the site and maintained in a condition suitable
for immediate use and the Bidder should take adequate steps to ensure proper use of equipment by those
concerned.
a) Workers employed on mixing asphaltic materials cement lime mortars shall be provided with
protective footwear and. protective goggles.
b) Stone brackets shall be provided with protective goggles and protective clothing, and seated at
sufficiently safe intervals.
c) Those engaged in welding works shall be provided with welder’s protect.
d) When workers are employed in sewers and manholes which are in use, the Bidders shall ensure
that the manhole covers are open and are ventilated at least for an hour before the work shall be
coronet off with suitable railing and provided with warning signals or boards to prevent accident to
the public.
e) The Bidder shall not employ men below the age of 19 and women on the work of painting with
products containing lead in any form whenever men above the age of 18 are employed on the work
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
282
of lead painting the following precautions should be taken.
f) No paint containing lead or lead shall be used except in the form of paste or readymade paint.
g) Suitable face masks should be supplied for use by the workers when paint applied in the form of
spray or a surface having lead paint dry rubble and scrapped.
h) Overhauled shall be supplied by the Bidder to the workman and adequate facilities shall be provided
to enable the working painters to wash during the cessations of work.
Drawing: When the work is done near any place where there is risk a drawing of all necessary equipment
should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person
in danger and adequate provision should be made for prompt first aid treatment for all injuries likely to be
sustained during the course of the work.
a) Every crane driver or hosing equipment operator shall be properly qualified and should not have
any personal disorder. Such person must be of a minimum age of 21 years.
b) In case of every hoisting machine and every chain ring lowering or as means of suspensions. The
sate working load shall be ascertained by adequate means. Every hoisting machine and gear
referred to above shall be plainly marked with the safe working load. In case of hoisting machine
having a variable safe working load of the conditions under which it is applicable shall be clearly
indicated. No part of any machine or of any gear referred to above in this paragraph shall be loaded
beyond the safe working load except for load purpose of testing.
c) In case of departmental machine, the safe working and load shall be notified by the Electrical
Engineer-in-charge. As regarded Bidder’s machine the Bidder shall notify the safe working load of
the machine to the Engineer-in-charge, whenever he brings any machinery to site of work and get
verified by the Electrical Engineer concerned.
d) Motors, gearing transmission, Electric wiring and other dangerous part of the hoisting appliance
should be provided with efficient safe guards and with such means as well reduce adequate
precautions should be taken to reduce to the minimum the risk of any part of a suspended load be
coming accidentally displaced When workers employed on Electrical installations which are already
unregistered insulating mats wearing apparel such as gloves sleeves and boots as may be
necessary should be provided the workers should not wear rings, watches and carry keys, or other
materials which are good conductors of electricity.
e) All scaffolds, ladders and their safety device mentioned or described herein shall be maintained in
safe condition and no scaffold ladder or equipment shall be altered or removed while it is in use.
Adequate washing facilities shall be provided at or near places of work.
f) These safety provisions should be brought to the notice of all concerned by display on a Notice
Board at prominent places at the work spot. The persons responsible for compliance of the safety
code shall be named therein by the Bidder.
g) To ensure effective endorsement of the rules and regulations relating to safety precautions the
arrangement made by the Bidder shall be open to inspection by the Labour Officer, Engineer-in-
charge, or the Department or their representatives.
h) Notwithstanding the above clauses there is nothing in these three except the Bidders to exclude
the operations of any other act or rule in force in the Republic of India.
i) The bidder has to place the safety sign board in the work area which should be properly visible to
prevent any accident.
j) The bidder has to take 3rd party Insurance of the work area, equipment(s), Tools and Tackles.
k) The bidder shall keep the Safety Engineer / Officer who shall take care for safety related issues and
shall be present on work area on full time basis during construction work.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC)
National Competitive Bidding/Tender Document for Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development,
Sagar, Madhya Pradesh, India Sagar Smart City Limited
283
SPECIAL CONDITIONS OF CONTRACT- ANNEXURE- “D”
ENVIRONMENT, HEALTH & SAFETY POLICY
SPECIFICATION FOR ENVIRONMENT, HEALTH & SAFETY POLICY (EHS) MANAGEMENT
CONTENTS
CLAUSE NO. TITLE
2 SCOPE
2 REFERENCES
3 REQUIREMENT OF ENVIRONMENT, HEALTH & SAFETY
3.1 MANAGEMENT RESPONSIBILITY
3.2 HOUSE KEEPING
3.3 ENVIRONMENT ,HEALTH & SAFETY
4 DETAILS OF EHS MANAGEMENT SYSTEM BY CONTRACTOR
4.1 ON AWARD OF CONTRACT
4.2 DURING JOB EXECUTION
1. SCOPE:
This specification established the Environment, Health and Safety (EHS) management requirement to be
complied with by the Contractors during construction. Requirements stipulated in this specification shall
supplement the requirements of EHS Management given in relevant Act (s) / legislations. General Conditions
of Contract (GCC), Special Conditions of Contract (SCC) and Job Specifications. Where different documents
stipulate different requirements, the most stringent shall be adopted.
2. REFERENCES:
This document should be read in conjunction with following:
General Conditions of Contract (GCC)
Special Conditions of Contract (SCC)
Job specifications
3. REQUIREMENTS OF ENVIRONMENT, HEALTH & SAFETY (EHS) MANAGEMENT SYSTEM TO BE
COMPLIED BY BIDDERS
3.1. MANAGEMENT RESPONSIBILITY
a) The Contractor should have a documented EHS policy to cover commitment of their organization
to ensure health, safety and environment aspects in their line of operations.
b) The EHS management system of the Contractor shall cover the EHS requirements including but not
limited to what is specified under Para 1.0 and para 2.0 above.
c) Contractor shall be fully responsible for planning and implementing EHS requirements. Contractor as a
minimum requirement shall designate / deploy the following to co-ordinate the above:
d) No. of workers deployed
i. Up to 250 - Designate one safety supervisor
ii. Above 250 & up to 500 - Deploy one qualified and experienced safety Engineer /officer
iii. Above 500-One additional safety (for every 500 or less) engineer/officer as above.
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
284
e) Contractor shall indemnify & hold harmless Owner / SSCL & either representatives free from any and
all liabilities arising out of non – fulfillments of EHS requirements.
f) The Contractor shall ensure that the Environment, Health & Safety (EHS) requirements are clearly
understood & faithfully implemented at all levels at site.
g) The Contractor shall promote and develop consciousness for Safety , Health and Environment
among all personnel working for the Contractor. Regular awareness, program site meetings shall be
arranged on EHS activities to cover hazards involved in various operations during construction.
h) Arrange suitable first aid measures such as First Aid Box, trained personnel to give First Aid,
Stand by Ambulance or Vehicle and install fire protection measures such as : adequate number
of steel buckets with sand and adequate fire extinguishers to the satisfaction of SSCL/Owner.
i) The Contractor shall evolve a comprehensive planned and documented system for implementation
and monitoring of the EHS requirements. This shall be submitted to SSCL/Owner for approval. The
monitoring for implementation shall be done by regular inspections and compliance to the
observations thereof. The Contractor shall get similar EHS requirements implemented at his sub-
contractor(s) work site/office. However, compliance of EHS requirements shall be the sole
responsibility of the Contractor. Any review / approval by SSCL/Owner shall not absolve contractor
of his responsibility / liability in relation to all HSE requirements.
j) Non-Conformance on EHS by Contractor (including his Sub-contractors) as brought out during
review/audit by SSCL/Owner representatives shall be resolved forthwith by Contractor. Compliance
report shall be provided to SSCL/Owner.
k) The Contractor shall ensure participation of his Resident Engineer / Site-in- Charge in the Safety
Committee / EHS Committees meetings arranged by SSCL/Owner. The compliance of any
observations shall be arranged urgently. He shall assist SSCL/Owner to achieve the targets set by them
on EHS during the project implementation.
l) The Contractor shall adhere consistently to all provisions of EHS requirements. In case of non-
compliance or continuous failure in implementation of any of EHS provisions; SSCL/Owner may
impose stoppage of work without any Cost & Time implication to Owner and/or impose a suitable
penalty for non-compliance with a notice of suitable period, up to a cumulative limit of 1.0% (one
percent) of Contract Value with a maximum limit of Rs. 10 lakhs. This penalty shall be in addition to
all other penalties specified else where in the contract. The decision of imposing stoppage work, its
extent & monitory penalty shall rest with SSCL/Owner & binding on the Contractor.
m) All fatal accidents and other personnel accidents shall be investigated by a team of Contractor’s
senior personnel for root cause & recommend corrective and preventive actions. Findings shall be
documented and suitable actions taken to avoid recurrences shall be communicated to SSCL/Owner.
n) Owner / SSCL shall have the liberty to independently investigate such occurrences and Contractor
shall extend all necessary help and co-operation in this regard.
3.2. HOUSE KEEPING
a) Contractor shall ensure that a high degree of house keeping is maintained and shall ensure inter alia
the followings wherever applicable:
b) All surplus earth and debris are removed/disposed off from the working areas to identified
location(s).
c) Unused/Surplus Cables, Steel items and steel scrap lying scattered at different places within the
working areas are removed to identified location(s).
d) All wooden scrap, empty wooden cable drums and other combustible packing materials, shall be
removed from work place to identified location(s).
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
285
e) Roads shall be kept clear and materials like: pipes, steel, sand boulders, concrete, chips and bricks
etc. shall not be allowed on the roads to obstruct free movement of men & machineries.
f) Fabricated steel structural, pipes & piping materials shall be stacked properly for erection.
g) Water logging on roads shall not be allowed.
h) No parking of trucks / trolleys, cranes and trailers etc. shall be allowed on roads which may obstruct
the traffic movement.
i) Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working areas.
j) Trucks carrying sand, earth and pulverised materials etc. shall be covered while moving within the
premises.
k) Only properly designed steel scaffolding materials to be used for working at heights more than 3.0M .
Double scaffolding using wooden ballis may be allowed for working at height less than 3.0M
3.3. ENVIRONMENT, HEALTH AND SAFETY
a) The Contractor shall provide safe means of access to any working place including provisions of
suitable and sufficient scaffolding at various stages during all operations of the work for the safety of
his workmen, and, SSCL/Owner. Contractor shall ensure deployment of appropriate equipment and
appliances for adequate safety and health of the workmen and protection of surrounding areas.
b) The Contractor shall ensure that all their staff and workers including their sub- contractor(s) shall wear
Safety Helmet and Safety shoes. Contractor shall also ensure use of safety belt, protective
goggles, gloves etc. by the personnel as per job requirements. All these gadgets shall conform to
relevant IS specifications or equivalent.
c) Contractor shall ensure that a proper Safety Net System shall be used at appropriate locations. The
safety net shall be located not more than 30 feet (9.0 metres) below the working surface at site to
arrest or to reduce the consequences of a possible fall of persons working at different heights.
d) Contractor shall ensure that flash back arrester shall be used while using
e) Gas Cylinders at site. Cylinders shall be mounted on trolleys.
f) The Contractor shall assign to his workmen, tasks commensurate with their qualification, experience
and state of health for driving of vehicles, handling and erection of materials and equipment.
All lifting equipment shall be tested certified for its capacity before use. Adequate and suitable
lighting at every work place and approach there to, shall be provided by the Contractor before
starting the actual operations at night.
g) Hazardous and/or toxic materials such as solvent coating, or thinners shall be stored in appropriate
containers.
h) All hazardous materials shall be labelled with the name of the materials, the hazards associated with
its use and necessary precautions to be taken.
i) Contractor shall ensure that during the performance of the work, all hazards to be health of
personnel, have been identified, assessed and eliminated.
j) Chemical spills shall be contained & cleaned up immediately to prevent further contamination.
k) All personnel exposed to physical agents such as ionizing radiation, ultraviolet rays or similar
other physical agents shall be provided with adequate shielding or protection commensurate with
the type of exposure involved.
l) Where contact or exposure of hazardous materials could exceed limits or could otherwise have
harmful affects, appropriate personal protective equipment such as gloves, goggles, aprons, chemical
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
286
resistant clothing and respirator shall be used.
m) Crèche where 10 or more female workers are having children below the age of 6 years.
n) Reasonable Canteen facilities are made available at appropriate location depending upon site
conditions.
o) Suitable facilities for toilet, drinking water, proper lighting shall be provided at site and labour camps,
commensurate with applicable Laws / Legislation.
p) Contractor shall ensure storage and utilization methodology of materials that are not detrimental to the
environment. Where required Contractor shall ensure that only the environment friendly materials are
selected.
q) All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules
& regulations relating to the hazardous materials substances and wastes. Contractor shall not
dump, release or otherwise discharge or dispose off any such materials without the express
authorization of SSCL/Owner.
4. DETAILS OF EHS MANAGEMENT SYSTEM BY CONTRACTOR
4.1. On Award of Contract
The Contractor shall prior to start of work submit his Safety Health and Environment Manual or
procedure and EHS Plans for approval by SSCL/Owner. The Contractor shall participate in the pre-start
meeting with SSCL/Owner to finalise EHS Plans including the following :
a) Job procedure to be followed by Contractor for activities covering. Handling of equipment,
Scaffolding, Electric Installation, describing the risks involved, actions to be taken and methodology for
monitoring each activity.
b) SSCL/Owner review / audit requirement.
c) Organization structure along with responsibility and authority records / reports etc. on EHS activities.
4.2. During job execution
Implement approved Environment, Health & Safety management procedure including but not limited to as
brought out under para 3.0. Contractor shall also ensure to:
a) Arrange workmen compensation insurance, registration under ESI Act, third party liability insurance
etc., as applicable.
b) Arrange all HSE permits before start of activities (as applicable) like hot work, confined space, work at
heights, storage of chemical / explosive materials and its use and implement all precautions mentioned
therein.
c) Submit timely the completed checklist on EHS activities, Monthly EHS report, accident reports,
investigation reports etc. as per SSCL/Owner requirements. Compliance of instructions on EHS
shall be done by Contractor and informed urgently to SSCL/Owner.
d) Ensure that Resident Engineer / Site-in-Charge of the Contractor shall attend all the Safety
Committee / EHS meetings arranged by SSCL/Owner. Only in case of his absence from site that a
second senior most person shall be nominated by him in advance and communicated to SSCL/Owner.
e) Display at site office and work locations caution boards, list of hospitals, emergency services available.
f) Provide posters, banners for safe working to promote safety consciousness.
g) Carryout audits / inspection at sub-contractor works as per approved EHS
SECTION VII: PARTICULAR CONDITIONS OF CONTRACT (PCC) National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
287
h) Document and submit the reports for SSCL/Owner review.
i) Assist in EHS audits by SSCL/Owner, and submit compliance report.
j) Generate & submit HSE records / report as per EHS Plan
k) Appraise SSCL/Owner on EHS activity
National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
288
SECTION VIII: CONTRACT FORMS
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
289
8. SECTION VIII: CONTRACT FORMS
8.1. Notification of Award/Letter of Acceptance
Ref No.: ________________________
Date: ___________________________
M/S. ____________________________
________________________________
________________________________
________________________________
________________________________
Subject: Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development
Dear Sir(s),
Your bid for the work and services mentioned above has been accepted on behalf of the Sagar Smart City
Limited, at your bided offer as per scope of work and services given therein. You are requested to submit
within 15 (Fifteen) days from the date of issue of this letter:
a) The performance security/performance guarantee of Rs. ____________________________ (in figures)
Rupees ______________________________________________________________ (in words only).
The performance security shall be in the shape of term deposit receipt/ bank guarantee of any nationalized
/ schedule commercial bank.
b) Sign the contract agreement.
Please note that the time allowed for carrying out the capital works as entered in the bid is 18 (Eighteen)
months including rainy season and the total time period for Management, Operation and Maintenance Services
as entered in the bid is 5 (Five) years after the expiry of the works period, shall be reckoned from the date of
signing the contract agreement.
Signing the contract agreement shall be reckoned as intimation to commencement of work and no separate
letter for commencement of work is required. Therefore, after signing of the agreement, you are directed to
contact Engineer-in-charge for taking the possession of site and necessary instructions to start the work.
Yours faithfully,
Executive Engineer
Sagar Smart City Limited
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
290
8.2. Contract Agreement
THIS AGREEMENT made this ________ day of ___________ 2019, between Government of Madhya
Pradesh, represented by the Chief Executive Officer, Sagar Smart City Limited, Old RTO Building, Near Tilli
Tiraha, Sagar, Madhya Pradesh 470002, India, Email: [email protected], Phone: xxxxxxxxxx
(hereinafter “the Employer”), of the one part and M/S ____________________________________________
with a registered office at _________________________________________________ (hereinafter “the
Contractor”), of the other part:
WHEREAS the Employer desires that the Works known Works & Services Contract for Lakha Banjara Lake
Rejuvenation & Lakefront Development in conformity with the provisions of the contract in all respect.
The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement.
This Agreement shall prevail over all other Contract documents.
a) Notice to Proceed
b) the Letter of Acceptance;
c) the Bid
d) the Addenda and Corrigendum
e) the Special Conditions
f) the General Conditions
g) the Procuring Entity’s Requirement / Specifications;
h) the Drawings;
i) Instructions to Bidders and Notice Inviting Bids
j) the Priced Bill of Quantities and
k) The Schedule of Supplementary information
3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this
Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy
defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion
of the Works and the remedying of defects therein, the Contract Price or such other sum as may become
payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the
laws of India on the day, month and year indicated above.
Signed by Chief Executive Officer
Ajmer Smart City Limited
for and on behalf of the Employer
Witness, Name, Signature, Address Signed by
Signed by
for and on behalf the Contractor
Witness, Name, Signature, Address Signed by
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
291
8.3. Performance Security
[On a Bank’s Letterhead with Bank’s Name, and Address of Issuing Branch or Office]
Beneficiary:
Sagar Smart City Limited,
Old RTO Building, Near Tilli Tiraha,
Sagar, Madhya Pradesh 470002, India,
Email: [email protected], Phone: xxxxxxxxxx
Date: _________________
Performance Guarantee No.: ________________________
We have been informed that M/S ____________________________________________ [name of the
Contractor] (hereinafter called "the Contractor") has entered into Contract No. _________________ [reference
number of the Contract] dated ___________________with you, for the execution of Works & Services
Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance security is
required.
At the request of the Contractor, we ___________________________________________ [name of the Bank]
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of Rupees*
_________________ [amount in figures] (Rupees __________________________________________
[amount in words]) such sum being payable upon receipt by us of your first demand in writing accompanied by
a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your
needing to prove or to show grounds for your demand or the sum specified therein.
The Guarantor agrees to extend this guarantee for a specified period in response to the Procuring Entity’s
written request for such extension for that specified period, provided that such request is presented to the
Guarantor before the expiry of the guarantee.
This guarantee shall expire, no later than the ______Day of ___________ 2019 **,and any demand for
payment under it must be received by us at this office on or before that date.
__________________________________
Seal of Bank and Authorised Signature(s)
* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the Contract
** Insert the date sixty days after the expected completion date, including defect liability period and maintenance period, if
any.
Notes: 1. All italicized text is for guidance on how to prepare this advance payment guarantee and shall be deleted from
the final document.
2. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer
would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee.
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
292
8.4. Mobilization Advance Security
BANK GUARANTEE FORMAT
FOR MOBILIZATION AND CONSTRUCTION MACHINERY ADVANCE
WHEREAS M/S___________________________________________ (name of the Bidder) (hereinafter called
"the Bidder") has submitted his Bid dated ___________ for the work of Works & Services Contract for Lakha
Banjara Lake Rejuvenation & Lakefront Development (herein after called the “Bid”).
KNOW ALL PEOPLE by these presents that we ___________________________________________ (name
of Bank) of ___________________ [name of country] having our registered office at
_______________________________________________________________________________________
___________________________________________ (hereinafter called "the Bank") are bound unto Sagar
Smart City Limited in the sum of ________________________* for which payment well and truly to be made to
the said name of the (Authority Name) the Bank itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this __________day of ___________
THE CONDITIONS of this obligation are:
(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in the Form of Bid.
OR
(2) If the Bidder having been notified to the acceptance of his bid by the name of the Executive Engineer during
the period of Bid validity
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to Bidders, if required;
or
(b) fails or refuses to furnish the Performance Security, in accordance with the Instructions to Bidders.
We undertake to pay to the (name of the Executive Engineer) up to the above amount upon receipt of his first
written demand, without the SSCL having to substantiate his demand, provided that in his demand of Sagar
Smart City Limited will note that the amount claimed by him is due to him owing to the occurrence of one or any
of the two conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date 180 ** days after the deadline for submission
of Bids as such deadline is stated in the Instructions to Bidders or as it may be extended by the (name of the
Authority), notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee
should reach the Bank not later than the above date.
Date:___________________ ______________________________________
Witness: _________________________________ (signature, name, address & seal)
* The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure
should be the same as shown in Bid Data Sheet.
EMD should be valid for a period of 240(180 +60) days or more
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
293
8.5. Secured Advance Security
Deleted
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
294
8.6. Physical Completion Certificate
PHYSICAL COMPLETION CERTIFICATE FOR WORKS
Name of Work: _________________________________________________________________________
Agreement No.: ______________________________________________________Date: ______________
Amount of Contract Rs for Works: ______________________________________________________
Name of Agency: ________________________________________________________________________
Used MB No.: _______________________
Last measurement recorded
a. Page No. & MB No.: _______________
b. Date: ___________________
Certified that the above-mentioned work was physically completed on ________________ (Date) and taken
over on ________________ (Date) and that I have satisfied myself to best of my ability that the work has been
done properly.
Date of issue: _________________
Engineer in Charge
Sagar Smart City Limited, Sagar
SECTION VIII: CONTRACT FORMS National Competitive Bidding/Tender Document for
Works & Services Contract for Lakha Banjara Lake Rejuvenation & Lakefront Development, Sagar, Madhya Pradesh, India
Sagar Smart City Limited
295
8.7. Final Completion Certificate
FINAL COMPLETION CERTIFICATE FOR WORKS AND MANAGEMENT, OPERATION AND MAINTENANCE
Name of Work: _________________________________________________________________________
Agreement No.: ______________________________________________________Date: ______________
Amount of Contract Rs for Works & Services: _________________________________________________
Period of successful completion of Management, Operation and Maintenance Services of the project facility
(in years): ________________
Name of Agency: ________________________________________________________________________
Certified that the above-mentioned Works and Services was physically completed on ___ (date) and
taken over on _________ (date).
Incumbency of officers for the work
I have satisfied myself to best of my ability that the work has been done properly.
Date of Issue: _______________
Engineer in Charge
Sagar Smart City Limited, Sagar