Total Estimated Cost:- Rs. 6,67,975 Ptn, 573 Tender-31... · District Water & Sanitation Unit,...
Transcript of Total Estimated Cost:- Rs. 6,67,975 Ptn, 573 Tender-31... · District Water & Sanitation Unit,...
District Water & Sanitation Unit, Patan
- 1 -
WATER AND SANITATION MANAGEMENT ORGANISATION
DISTRICT WATER & SANITATION UNIT , PATAN
Total Estimated Cost:- Rs. 6,67,975.00
BID DOCUMENT As per WASMO Type Design & Drawing Construction for New Construction R.C.C. U/G. SUMP 1,50,000
Liter capacity No-1 & New Construction Cattle Trough No.-1 & Excavation, Lowering, Laying & Jointing 75 MM/90 MM/110 MM/
140 MM Dia. PVC Pipes Line 6 Kg/cm2 & 65mm/ 80mm/ 100mm &125m GI Pipes Medium duty for Valve stand (BANSARY) As a
water distribution & Pumping Machinery For Proposed SUMP set No.-1 And VAP & Water Quality Board,Wall Slogan Painting
work At Village : NAVIKUVAR, Ta:-SHANKHESHVAR, Dist:-PATAN Under N.R.D.W.P. Programme. 2018-2019
Schedule-A, Schedule-B & Form: C
Data Sheet & Technical Specifications
MILESTONE DATES
1. Bid Document Downloading Start Date DT. 27/02/2019
2. Bid Document Downloading End Date DT. 08/03/2019 Up to 18.00 Hrs
3. Last Date &Time Bid Document Through R.P.A.D,/ speed post DT. 18/03/2019 Up to 18.00 Hrs
4. Date of opening of Tender (If possible) DT. 19/03/2019 Up to 10.30 Hrs
District Water & Sanitation Unit, Patan
- 2 -
Bid Invited By: Unit Manager,D.W.S.U.Patan, Water & Sanitation Management Organization (WASMO), 1ST
Floor , JAL BHAVAN, OPP. PAREVA HILLS, B/H. HONDA SHOWROOM, NR. T B CIRCULE, PATAN -
384265.
On behalf of: Village Water & Sanitation Committee,NAVIKUVAR, AT&PO.:-KUVAR, Ta:- SHANKHESHVAR,
Dist. :- PATAN, PIN:- 384241
Signature of Contractor : The Chairman, Unit Manager
VWSC,NAVIKUVAR DWSU-Patan
District Water & Sanitation Unit, Patan
- 3 -
BID DOCUMENT As per WASMO Type Design & Drawing Construction for New Construction R.C.C. U/G. SUMP 1,50,000 Liter
capacity No-1 & New Construction Cattle Trough No.-1 & Excavation, Lowering, Laying & Jointing 75 MM/90 MM/110 MM/ 140 MM
Dia. PVC Pipes Line 6 Kg/cm2 & 65mm/ 80mm/ 100mm &125m GI Pipes Medium duty for Valve stand (BANSARY) As a water
distribution & Pumping Machinery For Proposed SUMP set No.-1 And VAP & Water Quality Board,Wall Slogan Painting work At
Village : NAVIKUVAR, Ta:-SHANKHESHVAR, Dist:-PATAN Under N.R.D.W.P. Programme. 2018-2019
I N D E X
Sr. No. Details Page No.
1 TENDER NOTICE 4 to 12
2 FORM-C 13 to 62
3 Schedule-A 63 to 64
4 Schedule-B
(Schedule-B1+Schedule-B2+Schedule-B3+Schedule-B4+Schedule-B5)
65 to 67
5 Schedule-B1 (Form-C) 68 to 70
6 Schedule-B2 (Form-C) 71 to 73
7 Schedule-B3 (Form-C) 74 to 77
8 Schedule-B4 (Form-C) 78 to 80
9 Schedule-B5 (Form-C) 81
11 Payment schedule 82 to 84
12 Data Sheet & Technical Specificaions 85 to 136
District Water & Sanitation Unit, Patan
- 4 -
E-TENDER NOTICE No. 31 of 2018-19
Department Name Water And Sanitation Management Organisation.
IFB No / Tender Notice No
Name of Project NATIONAL RURAL DRINKING WATER PROGRAMME.
Name of the Work / Description of Material
BID DOCUMENT As per WASMO Type Design & Drawing
Construction for New Construction R.C.C. U/G. SUMP 1,50,000 Liter
capacity No-1 & New Construction Cattle Trough No.-1 & Excavation,
Lowering, Laying & Jointing 75 MM/90 MM/110 MM/ 140 MM Dia. PVC
Pipes Line 6 Kg/cm2 & 65mm/ 80mm/ 100mm &125m GI Pipes Medium
duty for Valve stand (BANSARY) As a water distribution & Pumping
Machinery For Proposed SUMP set No.-1 And VAP & Water Quality
Board,Wall Slogan Painting work At Village : NAVIKUVAR, Ta:-
SHANKHESHVAR, Dist:-PATAN Under N.R.D.W.P. Programme. 2018-
2019.
Estimated Value (INR)
Rs. 6,67,975.00
(Total Rs.-SIX LACS SIXTY SEVEN THOUSAND NINE HUNDRED SEVENTY FIVE
ONLY.)
Period of Completion / Delivery Period (in Months) 3 ( THREE Months)
Bidding Type Open
Bid Call (Nos) Single
District Water & Sanitation Unit, Patan
- 5 -
Tender Currency Type Single
Tender Currency Settings Indian Rupee(INR)
Joint Venture Not Applicable
Rebate Applicable
Amount Details
Bid Document fee / Bid Processing fees Rs. 600.00
(Rupees SIX Hundred only )
Bid Document Fee payable to Chairman, Village Water & Sanitation Committee
NAVIKUVAR, TA:-SHANKHESHVAR, Dist:- Patan.
Bid Security / EMD proposal security (INR)
Rs-6,680.00
(Rupees SIX Thousand SIX hundread eighty only)
Chairman, Village Water & Sanitation Committee, NAVIKUVAR, Ta. :- SHANKHESHVAR, Dist.:-
PATAN
Security Deposite (1) 2.50% in Form Of FDR One Year And
(2) 2.50% Deduction From 1st R.A.Bill of work
(3) 5.00% in Form of Perfomance BOND One Year.
Bid Security / EMD in favour of Chairman, Village Water & Sanitation Committee
NAVIKUVAR, Ta. :- SHANKHESHVAR, Dist. :- PATAN.
Tender Dates Note: All dates are in dd/mm/yyyy homin as per Indian Standard Time (IST) Top
Bid Document Downloading Start Time Dt.27/02/2019 onwards
District Water & Sanitation Unit, Patan
- 6 -
Bid Document Downloading End Time Dt. 08/03/2019, upto 18.00 hours
Pre-Bid Meeting Not applicable
Last Date & Time for Receipt of Bid. Dt. 08/03/2019, upto 18.00 hours
Last Date & Time for Bids Document Papar
through R.P.A.D./ Speed post. Dt. 18/03/2019, upto 18.00 hours
Price Bid Opening Date Dt. 19/03/2019
Bid Validity Period 90 days from the last date of submission of Bids.
Physical submission of Tender Fee, Earnest
Money Deposit and PQ supporting documents
Instrument of tender fee & EMD shall be submitted in electronic format only through
online ( By Scanning) while uploading the bid. This submission shall mean that tender
Fee EMD & Affidavit are received for purpose of opening the bid. Accordingly offer of
those shall be opened whose tender fee and EMD and Origenal Affidavit is received
electronically. However for the purpose of realization of instrument of tender Fee &
EMD and Origenal Affidavit bidder shall send the same in original through RPAD so
as to reach to the office of the Unit Manager, District Water & Sanitation Unit, PATAN
upto date 18/03/2019 during office hours. For not submitting DD/FDR/ AFFIDAVIT in
original bidder shall be banned to participate in any tender of the board/ wasmo for
period of 3 years as a penalities action. Any documents is supporting of tender bid
shall be submitted in electronic format only through only ( By Scanning) & hard copy
will not be accepted separately.
Eligible Criteria & Payment Details 1. Bidder Evaluation Criteria for this tender will be as under be submitted/ uploaded online. (A)Tender Fee, (B) Earnest Money Deposits,(C) Registered in “E-2” Class & Above with R & B & Irrigation Department of Govt. of Gujarat. Corrent year Registration Certificate,(D)PAN Card,(E) GST Registation, (F)Valid Bank Solvency Certificate in the Current year minimum 20% of Tender Estimate cost,(G) Bidder Must have Achieved minimum annual Turn over in any three
District Water & Sanitation Unit, Patan
- 7 -
financial year in last 5 finacial years Turn over shuld be 50% of Tender Estimate cost with C.A. Certificate,(H) The Bidder must have executed bidder must have Executed similar nature of work duing last 5 years Minimum amount of work done in not more then (1) One contract of Rs.80% of tender cost Or (2) Two Contract of 50% of tender cost Or (3) Three Contract of 40% of tender cost. completed in the last 5 years for weitage.(I) The Bidder shall have Executed the minimum Quantity of main items in a single tender physical work during last five years. (J)similar type of in tender mention works experience certificate copy in the Form-3-A Certified By Executive Engineer/Unit Manager.
2. PHYSICAL CRITERIA:- Bidder Evaluation Criteria for this tender will be as under (A) Bidder must having Experience of one work ESR 50% capacity of The Tender mention capacity 12 meter height in the last 5 years completed work 3A form.(B) Bidder must Having Experience of one work U/G SUMP 50% capacity of The Tender mention capacity in the last 5 years completed work in 3A form. (C) Bidder must Having Experience of one Pipeline work 50% of the tender mention pipeline length and Average pipe diameter’s 50% diameter,But Minimum 75 MM Diameter pipeline work in the last 5 years completed work 3A form.(D) Bidder must Having Experience of One work Pump Room Same or more size of tender mentionin 3A form in the last five years.(E) For Cattle Trough Bidder have completion work of same size or more size then Menimum in the Tender size in the last 5 years Or in last 5 years completion work of ESR or U/g Sump any size work completion 3A form certificate.(F) Bidder must Having Experience of one work of Mention in the Tender Pumping Machenery H.P. with fitting work completed in the Last 5 Years comleted work in 3A form Or GWSSB vender corrent listed Pumping machinery company Aurthorised Delar and Bidder MOU letter mention pumping machinery supply by delar behalf of bidder.
3. Tender Fee (Document fee)
Rs.600/- ( Rupees SIX Hundred only) in form of demand draft in favour of
Chairman, Village Water & Sanitation Committee NAVIKUVAR, Ta. :-
SHANKHESHVAR, Dist. :- PATAN Demand draft shall be issued by (1) All
Nationalized Bank (2) Public Sector Bank (A) IDBI Bank (3) Private sector Bank
(A) Axis Bank (B) ICICI Bank (C) HDFC Bank Commercial Bank (1) Kotak
Mahindra Bank (2) Yes Bank (3) Ratnakar Bank (4) Indusland Bank (5) Karur
District Water & Sanitation Unit, Patan
- 8 -
Bank (6) DCB Bank (7) ING Vyaya Bank Co- Operetive Bank (1) The Kalupur
commercial Co- Operetive Bank (2) Rajkot Nagrik Sahkari Co- Operetive Bank
(3) The Ahmedabad mercantile Co- Operetive Bank (4) The PATAN urban Co-
Operetive Bank (5) Nutan Nagrik Sahakari Co- Operetive Bank. Dena Gujarat
Gramin Bank. (6) The Mehasana Urban Co-Operative Bank Ltd. Co-operative
Banks as per Finance Department GR.No. : EMD/10/2013/655/DMO date:
31/03/2014.
4. Earnest Money Deposit
Rs 6,680.00 (Rs. SIX Thousand Six hundred Eighty Only) in form of FDR /
D. D.in favour of Chairman, Village Water & Sanitation Committee NAVIKUVAR,
Ta:-SHANKHESHVAR Dist:- PATAN FDR shall be issued by (1) All
Nationalized Bank (2) Public Sector Bank (A) IDBI Bank (3) Private sector Bank
(A) Axis Bank (B) ICICI Bank (C) HDFC Bank Commercial Bank (1) Kotak
Mahindra Bank (2) Yes Bank (3) Ratnakar Bank (4) Indusland Bank (5) Karur
Bank (6) DCB Bank (7) ING Vyaya Bank Co- Operetive Bank (1) The Kalupur
commercial Co- Operetive Bank (2) Rajkot Nagrik Sahkari Co- Operetive Bank (3)
The Ahmedabad mercantile Co- Operetive Bank (4) The PATAN urban Co-
Operetive Bank (5) Nutan Nagrik Sahakari Co- Operetive Bank.
Commercial Bank (1) Kotak Mahindra Bank (2) Yes Bank (3) Ratnakar Bank (4)
Indusland Bank (5) Karur Bank (6) DCB Bank (7) ING Vyaya Bank Co- Operetive
Bank (1) The Kalupur commercial Co- Operetive Bank (2) Rajkot Nagrik Sahkari
Co- Operetive Bank (3) The Ahmedabad mercantile Co- Operetive Bank (4) The
PATAN urban Co- Operetive Bank (5) Nutan Nagrik Sahakari Co- Operetive
Bank.(6) The Mehasana Urban Co-Operative Bank Ltd.
(
Primary Stage Bid Opening Date Dt. 19/03/2019 at 10.30 hours (As Earlier Possible )
District Water & Sanitation Unit, Patan
- 9 -
Price Bid Opening Date Dt. 19/03/2019 at 11.00 hours
Other Details
Officer Inviting Bids and Address :
Unit Manager, District Water & Sanitation Unit, PATAN, On behalf of Chairman, Village
Water & Sanitation Committee, NAVIKUVAR, Ta.:- SHANKHESHVAR, Dist:-Patan 1st
Floor, Jal Bhavan, Opp. Pareva Hills, B/H. Honda ShowRoom, Nr.T B Circule, Patan,
Pin - 384265 (N.Guj.)
Bid Opening Authority :
Unit Manager, District Water & Sanitation Unit, PATAN, On behalf of Chairman,
Village Water & Sanitation Committee, NAVIKUVAR, Ta.:- SHANKHESHVAR,Dist:-
Patan.
Contact Details : Mob:-9978406775,E-mail:[email protected]
General Terms & Conditions 1. The cost of tender document will not be refunded under any circumstances. 2. Tenders without tender document fees, Earnest Money Deposit (EMD) and which
do not fulfill all or any of the condition or submitted incomplete in any respect will be rejected.
3. Conditional tender shall not be accepted. 4. DWSU reserve the rights to accept lowest responsive offer based on evaluation of
tender or reject any or all tenders without assigning any reason. 5. The tenderers are advised to read carefully the ‘’Instruction’’ ‘’Eligibility’’ and
‘’Criteria’’ contained in the tender documents. 6. The internet site address for E-Tender is http://www.nprocure.com. 7. The details of the above notice will be available on http://www.nprocure.com and
that corporate website is www.wasmo.org. 8. Vendors can avail the benefit of training in participation in online tender on any
day in the office of M/s. (n) Code Solution – A Division of GNFC Ltd. at the address mentioned below.
M/s. (n) Code Solution- A Division of GNFC Ltd.
301, GNFC Info Tower,
District Water & Sanitation Unit, Patan
- 10 -
Bodakdev, S.G.Road,
Ahmedabad, Gujarat-380054 INDIA
Phone No. 079 26857316,26857317,26857318.
Fax : 079 26857321
E-mail : [email protected]
URL : Website : http://www.nprocure.com.
Bidders who wish to participate in e-Tender need to fill date in predefined forms of
Tender fee, EMD , details and Price bid only.
9. Bidder should upload scan copies of reference documents in support of their eligibility of the bid.
10. After filling data in predefined forms bidders need to click on final submission link to submit their encrypted bid.
11. Bidder can also submit document fees, EMD & Affidavite reference documents in hard copy if such instructions are given by tendering authority.
1 12 The agency has to up load copy of Rs. 100/- Stamp papers duly
notarized before authorized notary of Government which showing
that those certificates and all information’s uploaded by him are true
in form of affidavit
Note:- Contractor shall have payment to labour not by cash.
Other Details Bidders who wish to participate in this E-tender will have to procure valid digital
certificate as per information Technology Act-2000 Bidders can procure this
certificate from any of the Government approved certifying agency i.e. Tata
Consultancy Services (TCS) Bidders shall upload the tender documents before
submitting the DD for tender fees and FDR/DD for EMD. The Demand Draft toward
Tender Document fees can be submitted along with Earnest Money Deposit before
the due date as specified above. This should be as per details given online and it
should be drawn before last date of the Uploading of the tender. The intending
District Water & Sanitation Unit, Patan
- 11 -
bidders have to submit the following documents along with the EMD. The Bidders
should submit all the forms Online only.
DOWNLOAD OF TENDER DOCUMENT:-
The tender document for these work are available only in Electronic format which
Bidder can be download free of cost.
SUBMISSIN OF TENDER:-
Tender shall submit the offer in Electronic format on above mentioned website on or
before the schedule date and time as mentioned after Digitally Signing the same.
No Offer in physical form will be accepted and any such offer if received by the
DWSU/Pani SHANKHESHVARti will be out rightly rejected.
Bidder will have to submit separate account payee DD drawn in favour of
Chairman, Village Water & Sanitation Committee NAVIKUVAR, Village:-
NAVIKUVARTa:- SHANKHESHVAR Dist:- PATAN
OPENING OF TENDER
The Technical Bid will be opened on the specified date online on website
http://www.nprocure.com Bidders or their representative who wish to participate in
online tender opening can log on to http//www.nprocure.com on the due date and
time mark their presence at DWSU premise at the time of tender opening can do so .
Only one representative of each firm will be allowed to remain present.
1. Internet site address for e-tendering activities will be http://www. nprocure.com.
2. Interested bidders can view detailed tender notice and download tender
documents from the above mentioned website.
3. Bidders who wish to participate in online tender have to register with the website
District Water & Sanitation Unit, Patan
- 12 -
through the "New User Registration" link provided on the home page. Bidder will
create login ID & password on their own in registration process.
4. Bidders who wish to participate in this tender need to procure Digital Certificate as
per information Technology Act-2000 using that they can digitally sign the
electronic bids. Bidders can procure the same from any of the CCA approved
Certifying agencies OR they may contact M/s. (n) Code Solution - A Division of
GNFC Ltd. at above mentioned address and they will assist them in procuring the
same Bidders who already have a valid Digital Certificate need not to procure the
same.
5. In case bidders need any clarification regarding online participation, they can
contact to Unit Manager, District water & Sanitation Unit,PATAN
Signature of Contractor : The Chairman, Unit Manager
VWSC,NAVIKUVAR PATAN
District Water & Sanitation Unit, Patan
- 13 -
FORM 'C'
નમનુો ‘ક’ Department
વિભાગ
Tender for a Lump Sum Contract
Note - (1) Tender Fee/EMD should be deposited in the
account of Chairman, VWSC.
(2) If the tender is accepted, no separate agreement
shall be necessary and t he tender itself shall be
treated as the contract.
(૨)જો ટેન્ડ૨ સ્િીકારાય તો અલગ કરા૨ની નહિ અન ેટેન્ડ૨ને જ
કરા૨ તરીકે ગણિામાાં આિશે.
ઉચ્ચક ૨કમના કરા૨ માટે
TENDERS AND CONDITIONS
ટેન્ડ૨ અને શ૨તો
Exempted from Stamp Duty
vide G.R,No. 368-A-
1732 of 9th October
1889.
District Water & Sanitation Unit, Patan
- 14 -
(3) For Signature on the tender, see Rules within
૩)ટેન્ડ૨ ઉ૫૨ સિી માટે અંદ૨ના વનયમો જુઓ.
સને ૧૮૮૯ના તારીખ ૯મી ઓકટોબ૨ના સ૨કારી ઠરાિ નાં.૩૬૮-અ-૧૭૩૨
અનસુા૨ સ્ટેમ્પ ડયટુીમાાં ફેરફાર કરેલ છે
General Rules and Directions for the Guidance of Contractor
કોન્રાકટ૨ના માર્ગદશગન માટે સામાન્ય નનયમો અને સચૂનાઓ
1. In the event of tender being submitted by a firm. It must be signed separately by each partner thereof or in event of
the absence of any partner it shall be signed on his behalf by person holding a power of attorney authorising him to
do so. Details of partners will be furnished in Annexure-I along with the copy of partnership deed.
૧. કોઈ એક પેઢી ત૨ફથી ટેન્ડ૨ ૨જુ થયુાં િોય ત્યારે તેના ભાગીદારે અલગ રીતે સિી ક૨િી અથિા ભાગીદા૨ ગે૨િાજ૨ િોય ત્યારે તેના િતી તેના ૫૨ સિી ક૨િા
અવિકૃત ક૨તુાં મખુત્યા૨ નામુાં િરાિતી કોઈ ૫ણ વ્યહકતએ તેના ૫૨ સિી ક૨િાની ૨િશેે. ભાગીદારો ની વિગત ૫હરવશષ્ટ-૧માાં ભાગીદારી ખતની નકલ સાથે
આ૫િાની ૨િશે ે
2. Receipts for payment made on account of any work, when executed by a firm, shall also be signed by all the partner
except where the Contractors are described in their tender as a firm in which case the receipts shall be signed in the -
name of the firm by one of the partners or by some other person having authority to give effectual receipts for the firm.
૨. કોઈ પેઢી એ કામ કરી આપયુાં િોય ત્યારે તે કામ પેટે કરાયેલ ચકૂિણીની ૫િોંચો ૫૨ ૫ણ બિાજ ભાગીદારો એ સિી ક૨િાની ૨િશે ે૫રાંત ુજે ટેન્ડ૨માાં કોન્રાકટરો ને
એક પેઢી તરીકે દશાાવ્યા િોય ત્યારે એ પેઢી િતી એના કોઈ ભાગીદારે કે પેઢી િતી પાકી ૫િોંચ આ૫િાન ેઅવિકૃત એિી બીજી કોઈ વ્યહકતએ ૫િોંચો ૫૨ સિી
ક૨િાની ૨િશેે.
District Water & Sanitation Unit, Patan
- 15 -
3. Tender Fee/EMD should be deposited in the account of Chairman, NAVIKUVARvillage water & sanitation committee,
NAVIKUVAROnline and Necessary Proof of submission shall be given with the tender.As mentioned in NIT.
૪. ટેન્ડ૨ ખોલતી િખત ેફકત ટેન્ડ૨ ભ૨ના૨ ઈજા૨દારો અથિા તેમના અવિકૃત પ્રવતવનવિઓ નેજ િાજ૨ ૨િિેા દેિામાાં આિશે. તે વસિાયના અન્ય કોઈ ઈજા૨દારો ને િાજ૨ ૨િિેા દેિામાાં આિશ ેનહિ.
જો ટેન્ડ૨ ભ૨ના૨ એક ૫ણ ઈજા૨દા૨ કે તેમના અવિકૃત પ્રવતવનવિઓ િાજ૨ ન િોય તો ટેન્ડ૨ ખોલના૨ અવિકારી ઉ૫રાાંત ઓછામાાં ઓછા એક િધ ુઅવિકારી કે સાંબાંવિત સ૨કારી કચેરીના વસનીય૨ અવિકારીની િાજરીમાાં ટેન્ડ૨ ખોલિામાાં આિશ.ે આિા પ્રસાંગ ે ટેન્ડ૨ ન ભયુા િોય તેિા અન્ય ઈજા૨દા૨ કે તેઓના પ્રવતવનવિઓ ને િાજ૨ ૨િિેા દેિામાાં આિશે નહિ. (૫રી૫ત્રકમૂાાંકટીએનસી-૧૦૯૩ -૪-સ, તા.૬-૭-૯૩).
ટેન્ડ૨ ખોલના૨ અવિકારી જુદાજુદા ટેન્ડરોની ૨કમ યોગ્ય ફોમાના તલુનાત્મક ૫ત્રકમાાં નોંિશે. ટેન્ડ૨ સ્િીકા૨તા કોન્રકાટરે તેની ઓળખ સાથે આ ટેન્ડ૨માાં જણાિલેી વિગતો અન ેબીજા દસ્તાિેજોની નકલો ઉ૫૨ સિી ક૨િાની ૨િશે ે.ટેન્ડ૨ સ્િીકા૨િામાાં ન આિે ત્યારે ટેન્ડ૨ ભ૨નારા કોન્રાકટ૨ નાણાાં ૫૨ત મળ્યાની ૫િોંચ આપે એટલ ેએમણ ેભરેલી બાનાની ૨કમ તેમને રીફન્ડ ક૨િા વિભાગીય અવિકારી સાંબાંવિત વતજોરી અવિકારીન ેઅવિકૃત ક૨શે.
5. The Officer competent to dispose off the tenders shall have the right of rejecting all or any of the tenders.
૫. ટેન્ડરોનો વનકાલ ક૨િાની સત્તા ટેન્ડરો વનકાલ ક૨િાની સત્તા િરાિતા અમલદા૨ને બિાજ કે કોઈ૫ણ અમકુ ટેન્ડ૨ ૨દ ક૨િાનો અવિકા૨ ૨િશેે. 6 In the event of any error or discrepancy in write up of tender documents the contractor will not take any undue advan-
tage of such error or discrepancy and Engineer-in-charge shall have powers to interpret and decide correct meaning of
contradictory erroneous writing.
7. Definitions :In the contract documents the following expressions shall have the meaning herein assigned to them except
where the context otherwise requires :
* Strike out whichever is not applicable *લાગુાંન૫ડતુાંિોયતોછેકીનાાંખવુાં.
8. વ્યાખ્યાઓ કરા૨ નામાના દસ્તાિેજમાાં નીચેના શબ્દ પ્રયોગ જો વિષયના સાંદભામાાં કશુાં વિરૂઘ્િ ન િોય તો, નીચે મજુબના અથામાાં ગણિામાાં આિશે.
(i) Works :Means to works to be executed in accordance with this contract.
(૧)કામો એટલે આ કરા૨ મજુબના ક૨િાના કામો.
District Water & Sanitation Unit, Patan
- 16 -
(ii) Site : Means to lands and other places on, under in or through which the works are to be executed or carried out,
any other lands or places provided by owner for the purpose of contract together with such places as may be
specifically designated in the contract or sub sequently approved as forming part of site.
(૨) સાઈટ એટલે એિી જગ્યા અન ેસ્થળો કે જે ઉ૫૨ નીચે, અંદ૨ કે મા૨ફત કામ ક૨િાનુાં િોય અન ેકરા૨ ના િતે ુમાટે વનયોકતાએ ઉ૫લબ્િ કરેલ જગ્યાઓ અન ેસ્થળો ઉ૫રાાંત કરા૨માાં જ ખાસ રીતે વનહદિષ્ટ કરાયેલ કે કરા૨ થઈ ગયા બાદ કામની જગ્યાના ભાગ તરીકે માંજુ૨ કરેલ સ્થળો.
(iii) Contractors: Means the particular persons, Firms or Corporations with whom the contract has been made for executing
the works.
(૩) કોન્રાકટ૨ એટલે કામો ક૨િા માટેની જેની સાથ ેકરા૨ થયો િોય છે તેિી વ્યહકત, પેઢી કે વનગમ. (iv) Executive Engineer: means the Executive Engineer who has signed the contract or such other officer whom the
department designates as Executive Engineer for the purpose of the contract."
(v) In this tender,contract signing authority is Chairman,VWSC. Hence here in after please read Chairman, VWSC. Wherever
Executive Engineer is written (Unit Manger).
(૪) આ કરારખત અધ્યક્ષશ્રી , ગ્રામ્ય પાણી સવમવત દ્રારા કરિામાાં આિનાર િોઇ િિે પછી જયાાં કાયૅપાલક ઇજનરે લખેલ િોય ત્યાાં અધ્યક્ષશ્રી , ગ્રામ્ય પાણી સવમવત િાાંચવ.ુ
(vi) Engineer-in-charge : Means the Engineer-in-charge of the work or specified parts of the works under the contract or such other
Departmental Assistants or subordinates to whom the Executive Engineer may have delegated certain duties, acting separately
within the scope of particular duties entrusted to them, It is however to be distinctly understood that no delegation of powers shall
be. made to such Departmental Assistants or subordinates except in respect of supervision to ensure compliance of the contract
conditions.
(૫) િિાલાાંના ઈજને૨ એટલે કરા૨ િઠેળ ના કામ કે કામનાાં વનવિત ભાગનાાં િિાલાનાાં િિાલા ઈજને૨ અથિા કાયાપાલક ઈજને૨ જેમને ચોકકસ ફ૨જો સોં૫ીી િોય અન ેઆિી સોંપાયેલ ચોકકસ ફ૨જોના અિકાશની મયાાદામાાં ફ૨જો બજાિતા કાયાપાલક ઈજને૨ના તાબામાાં કામ ક૨તા ખાતાના અન્ય મદદનીશો કે કમાચારીઓ .૫રાંત ુ ખાતાના આિા મદદનીશો કે કમાચારીઓની કામની દેખરેખ અને કરા૨ની શ૨તોનુાં પાલન કરાિિા વસિાયની સત્તા સોંપાશે નહિ તેવુાં સ્પષ ટ રીતે સમજિાનુાં ૨િશેે.
(vii) Constructional Plant : Means all equipments appliances, or things, of whatever nature required for the execution, completion or
District Water & Sanitation Unit, Patan
- 17 -
maintenance of the works or temporary works but not including materials or other things intended to form or forming part of the
permanent work
(૬) બાાંિકામની અન્ય સામગીૂ એટલે એિા બિાયાંત્રો, સાિનો કે ગમે તે પ્રકા૨ની િસ્તઓુ કે જે કામ કે િાંગામી કામ ક૨િા, પરુૂ ક૨િા કે જાળિિા જરૂરી િોય ૫રાંત ુતેમાાં એિા માલસામાન કે િસ્તઓુનો સમાિેશ થતો નથી કે જે કાયમી કામમાાં િ૫રાઈ જાય અન ેતેનો અંતગાત ભાગ બન.ે
(viii)Temporary works: means all temporary works of every kind required for the performance of the contract.
(૭) િાંગામી (ટેમ્પ૨રી) કામ એટલે બિા પ્રકા૨ના સઘળા િાંગામી કામો કે કરા૨ ૫હરપ્રણા ક૨િા જરૂરી િોય.
9. Any person who submits a tender shall fill up the usual printed form including the 'column' total according to attached drawing stating at what
rate he is willing to undertake entire work. Tender which proposes any alterations in the works specified in the said form of invitation to tender
or in the time allowed for carrying out the work; or which contain any other conditions of any sort will be liable to rejection, No single tender
shall include more than one work but Contractors, who wish to tender for two or more works, shall submit a separate tender for each tenders
shall have the number of the work (to which they refer) written outside the envelope. ૯. ટેન્ડ૨ ભ૨ના૨ વ્યહકતએ સાંલગ્ન નકશા અનસુા૨ “ખાનાના” સહિત રાબેતા મજુબ નુાં છાપેલુાં ફોમા ભ૨િાનુાં ૨િશેે. તેમાાં આખુાં કામ તે કયા દરે સ્િીકા૨િા
ઈચ્છે છે તે તેમણે જણાિિાનુાં ૨િશેે. ટેન્ડ૨ માંગાિિાના ઉકત ફોમામાાં દશાાિલે કામમાાં અથિા કામ ક૨િા આપલેી મદુતમાાં ફે૨ફા૨ ક૨િા ઈચ્છતા િોય અથિા જેમાાં બીજી કોઈ ૫ણ પ્રકા૨ની શ૨ત િોય તેિા ટેન્ડ૨ અસ્િીકાયા ઈખેાશ.ે કોઈ એક ટેન્ડ૨માાં એક ક૨તાાં િધ ુકામનો સમાિેશ થશે નહિ ૫રાંત ુબ ેકે તેથી િધ ુકામના ટેન્ડ૨ ભ૨િા માાંગતા કોન્રાકટરો એ દરેક કામ ક૨િા માટે અલગ ટેન્ડ૨ ભ૨િાના ૨િશેે. ટેન્ડરોિાળા ૫૨બીડીયાની બિા૨ના ભાગમાાં (જે ને લગતાાં ટેન્ડ૨ િોય તે) કામના નામ અન ેનાંબ૨ લખિાના ૨િશેે.
૧૦. સાં૫/ઉંચી ટાાંકીના કામનો િકાઓડા૨ ઈશ્ય ુથયા ૫છી તતુાજ કામના સ્થળ ઉ૫૨ તે કામની નીચેની વિગતો દશાાિત ુાં બોડા ઈજા૨દારે પોતાનાાં ખચ ેપ્રદવશિત ક૨િાનુાં ૨િશેે.
૧.કામનુાં નામ (કામનો પ્રકા૨) ૬.સ૫ુ૨ િાઈઝરી સ્ટાફનુાં નામ
૨.વિભાગનુાં નામ ૭.કામ શરૂ ક૨િાની તારીખ
૩.પેટાવિભાગનુાં નામ ૮.કામ પરુૂ ક૨િાની તારીખ
District Water & Sanitation Unit, Patan
- 18 -
૪.ટેન્ડ૨ની ૨કમ ૯.કામનાાં સ્પેશીફીકેશન
૫.ઈજા૨દા૨શ્રીનુાં નામ
- અન્ય જોર્વાઈ.
આ૨.સી.સી.કામો
આ૨.સી.સી.કામમાાં કોન્કીૂટનુાં પ્રમાણ (સીમેન્ટ, ક૫ચી, રેતી)
આ કામના વિગતિા૨ સ્પેશીફીકેશન યવુનટ મેનેજરશ્રી/સભ્ય સચચિશ્રી, જીલ્લા જળ અને સ્િચ્છતા સવમવત, પાટણ/ગાાંિીનગરનાાં કચેરીના સમય
દ૨મ્યાન કોઈ૫ણ સમયે જોઈ શકશે. આ કામની માચલકી જાિ૨ે જનતાની છે અન ેકામમાાં કોઈ ક્ષવત કે અવનયવમતતા જણાય, તો તે બાબતમાાં સાંબાંવિતન ુ
ઘ્યાન દો૨િા વિનાંતી છે.
૧૧. કરા૨નામા જયાાંજયાાં” બેન્ક” નો ઉલ્લેખ છે તે “બેન્ક” એટલે“ શીડયલુ કે રાષ્રીયકૃત બેન્ક” જે સમજિી (મા.મ.વિ.નોતા.૨૭.૯.૦૨નો ઠરાિ ક્રમાાંક
ટીએનસી/૧૦૯૦/૧૦૦(૪)સ)
District Water & Sanitation Unit, Patan
- 19 -
DECLARATION FORM
(G.R. dated 4-2-89 &as Revised vide G.R. No. TNC-1083/6681 (4)/C. dated 31-8-1994)
I/We hereby declare that my/our near relative are not working in this Division or in its sub-division as an Ex. Engineer, Deputy Executive
Engineer, Assistant 'Engineer, Additional Assistant Engineer, Overseer, Divisional Accountant, Store Keeper, Manager of Atithi / Vishram
Gruha and in the circle as a Superintending Engineer not working nor having posting as Chairman of Government committee or as
incumbent at today.
TENDER FOR LUMP SUM CONTRACT
I/We............................................................................................................... do hereby tender to execute the whole of the work described in
the drawing Nos. ................................................................... and according to the annexed specifications signed by
.................................................................................................. and dated ...................................................................................... for the sum
of Rs. (to be expressed in words and
figures)........................................................................................................................................................................
..............................................................................................................(Rate should be quoted in Price bid given in this tender only)
ઉચ્ચક ૨કમના કરા૨ માટેનુાં ટેન્ડ૨ હુાં/અમો રૂા...........................................................................................(૨કમ આંકડામાાં તથા શબ્દોમાાં લખિી) ની ૨કમ માટે ............................ એ
સિી કરેલ અન ેતારીખ ...................... ના સાથેના આ કામના વિવશષ્ટ, િણાનો પ્રમાણેના અને નકશાનાં. ..................................... નાાં િણાિેલ આખુાંકામ
કરી આ૫િા માટે ટેન્ડ૨ ભરૂ છાં / ભરીએ છીએ.(આ કામના ભાિો આ સાથેના પ્રાઈઝબીડમાાં ભ૨િાના ૨િશેે.)
District Water & Sanitation Unit, Patan
- 20 -
CONDITIONS OF CONTRACT
કરા૨ની શ૨તો Clause 1-Supply of materials and Construction of work etc. by the Contractor: The contractor(s) is/are to provide every article or thing (with
the exceptions noted in schedule A attached) which may be necessary and requisite for the due and proper execution of the several works
included in the contract according to the true intent and meaning of the drawings and specifications taken together which are to be signed by the
Unit Manager, DWSU, PATAN/Nadiad (herein after called the Executive Engineer) and by the contractors whether the same may or may not have
been particularly described in the specification or shown on the drawings provided however that the same are reasonably and obviously to be
inferred there from. In case of discrepancy between the drawings and the specifications the Executive Engineer shall decide which of the two is to
be followed.
ખાંડ-૧ કોન્રાકટરોને માલસામાન/બાાંિકામ િગેરે પરુૂાંપાડિા બાબત વિભાગના કાયાપાલક ઈજને૨ (િિે ૫છી કાયાપાલક ઈજને૨ તરીકે ઓળખાશે) અન ેકોન્રાકટરો
સિી કરી િોય તેિા યોજનાના નકશાઓ અન ેકામના વિવશષ્ટ િણાનો બન્ન ે તે સાથે લઈન ે વનષ ૫ક્ષ તથાાં સાચા િતે ુઅન ેઅથા મજુબ કરા૨માાં સમાિેશ
થયેલ જુદાજુદા કામો યોગ્ય રીતે અન ેબરાબ૨ ક૨િા માટે જરૂરી અન ેઉ૫યોગી િોય તેિી (આ સાથ ે૫હરહરષ્ટ“અ” માાં નોંિ કરેલા અ૫િાદો વસિાયનો)
દરેક માલસામાન કોન્રાકટરે (રોએ) પરુા પાડિાનો ૨િશેે. આિા કામ માટે જરૂરી માલસામાન વિવશષ્ટ િણાનમાાં કે નકશાઓમાાં સ ૫ષ્ટ રીત ેબતાિેલ િોય કે
ન િોય ૫રાંત ુવ્યાજબી રીતે કે દેખીતી રીતે જેનો અથા તેમાાંથી નીકળતો િોય તેિી દરેક િસ્તઓુનો એમાાં સમાિેશ થાય છે. નકશાઓ અન ેકામના વિવશષ્ટ
િણાનોમાાં કયાાંય અસાંગતતા માલમુ ૫ડ ેતેિા હકસ્સામાાં આ બ ેમાાંથી કોન ેઅનસુ૨વુાં તે અંગેનો વનણાય કાયાપાલક ઈજને૨ ક૨શે.
Clause-2 Execution of Work: The contractor(s) shall set out the whole of the works as per drawings and details supplied to him, and during the
progress of the works shall set right as ordered by the Executive Engineer or his agent any errors which may be found therein and shall
provide all necessary labour and materials for the purpose. The contractor(s) shall also provide all plants, labour and materials (with the
Exceptions noted in schedule A attached) which may be necessary and requisite for the works and which if accepted shall be paid prorata
as provided for on schedule of INTERIM PAYMENTS hereto annexed. All materials and workmanship are to be the best of their respective
kinds. The contractor(s) shall leave the· works in all respects clean and perfect at the completion thereof.
District Water & Sanitation Unit, Patan
- 21 -
ખાંડ-૨ કામના અમલ સાંબાંિી કોન્રાકટ૨(રો) તેન ેઆ૫િામાાં આિલેો નકશા અન ેવિગતો મજુબ આખુાં કામ આ લખેશ,ે અન ેકામ ચાલ ુિોય તે દ૨મ્યાન તેમાાં કોઈ
૫ણ ભલૂ માલમૂ ૫ડ ેતો કાયાપાલક ઈજને૨ અથિા તનેા પ્રવતવનવિના આદેશ અનસુા૨ તેન ેસિુારી આ૫શે અન ેકામના િતે ુમાટે મજૂરો અન ેમાલસામાન
પ્રરો પાડશ ે.કોન્રાકટ૨(રો) કામન ેમાટે જરૂરી ઉ૫યોગી બિી યાંત્રસામગીૂ , મજૂરો અન ેમાલસામાન સાથેના ૫હરવશષ્ટ“અ” માાં નોંિ કરેલા અ૫િાદો વસિાય
પ્રરો પાડશ ેઅન ેતેનો સ્િીકા૨ ક૨િામાાં આિશ ેતો સાથેના િચગાળાના ચકુિણાનાાં ૫હરવશષ્ટમાાં તેની જોગિાઈ મજુબ કામની પ્રગવતના પ્રમાણમાાં તે
બિાની હકિંમત ચકૂિિામાાં આિશે. બિો જ માલસામાન અને કામગીરી તેઓના પ્રકા૨ મજુબ સારા માાં સારા િોિા જોઈએ. કામ પરુૂાં થયેથી કોન્રાકટ૨(રો)
તેન ેબિીજ રીતે સાંપ્રણા અન ેસ્િચ્છ સ્સ્થવતમાાં સોંપી દેશે.
Clause-3 Drawings and specifications: Complete set of the drawings and specifications signed by the Executive Engineer shall be furnished by
him to the contractor(s) for his/their own use and the same or copies thereof shall be kept on the buildings in charge of the contractor's (s)
agent WHO is to be constantly kept at the SITE by the contractor (s) and to whom the instructions can be given by the Executive Engineer.
ખડં-૩ કામના વિવશષ્ટ િણાનો કાયાપાલક ઈજનેરે સિી કરેલા િોય એિા નકશાઓ અન ેકામના વિવશષ્ટ િણાનોની સાંપ્રણા નકલો કોન્રાકટ૨(રો)ના તેના / તેઓના
ઉ૫યોગ માટે પરુાાં પાડિામાાં આિશે અન ે તે અથિા તેની નકલો કોન્રાકટ૨ અથિા કોન્રાકટરોના પ્રવતવનવિના િિાલાના મકાનમાાં ૨િશેે.આ પ્રવતવનવિ
કોન્રાકટ૨ અથિા કોન્રાકટ૨નાાં કામનાાં સ્થળે સતત િાજ૨ ૨િશેે અન ે કાયાપાલક ઈજને૨ જરૂરી સચૂનાઓ આપી શકશ.ેપેટા કરા૨ બાબત કાયાપાલક
ઈજને૨ની લેચખત માંજુરી વસિાય કામ અથિા તેનો કોઈ ૫ણ ભાગ પેટા કરા૨થી અન્યન ેઅપાશે નહિ.
Subleting works :The contractor(s) shall not sublet the works or any part thereof without the consent in writing of the Executive Engineer.
પેટા કરા૨ બાબત કાયાપાલક ઈજને૨ની લેચખત માંજુરી વસિાય કામ અથિા તેનો કોઈ ૫ણ ભાગ પેટા કરા૨થી અન્યન ેઅપાશ ેનહિ.
Clause-4 Control over work: The Executive Engineer shall have at all times access to the works which are t6 be entirely under his control. He
may require the contractor(s) to dismiss any person in the contractor(s) employment upon the work if such person is in his opinion
incompetent or misconducts himself and the contractor(s) shall forthwith comply with every such requirement.
District Water & Sanitation Unit, Patan
- 22 -
ખાંડ-૪ કામો ઉ૫૨ અંકુશ કાયાપાલક ઈજને૨ સાંપ્રણા ૫ણે પોતાના તાબા નીચે િોય તેિા કામોની જગ્યા ઉ૫૨ કોઈ૫ણ સમય ે પ્રિશે કરી શકશ.ે તે કામ ૫૨
કોન્રાકટ૨ અથિા કોન્રાકટરોની નોકરીમાાં િોય તેિા કોઈ૫ણ માણસ તેના અચભપ્રાય મજુબ અણઆિડતિાળો અથિા ગે૨િતાણકુિાળો િોિાન ુજણાય, તો
તેન ેકામની સાઈટ ઉ૫૨થી કાઢી મકુિાની તે કોન્ટા રકટ૨(રો)ને ફ૨જ પાડી શકશ.ે કોન્રાકટરોએ આિી દરેક જરૂરીયાતોનુાં ત૨ુત જ પાલન ક૨વુાં ૫ડશ.ે
authorised by Executive Engineer to be so done unless the works cannot from its character be properly measured and valued. The
foundation shall be carried to the depths in suitable strata, shown in the drawing but if the Engineer is of opinion that they should be shall
over or deeped and so directs the contractor in writing the difference in depth exceeding thirty centimeters will be dealt with as for other
items according to clause 6 below.
Clause 5-Alterations in drawings or specifications etc. : The contractor(s) shall not vary or deviate from the drawings or specifications or
execute any extra work of any kind whatsoever except upon ·the express authority of the Executive Engineer which shall be obtained by
an order in writing of the Executive Engineer or by plan or drawing expressly given or signed by him an extra work of variation or by any
subsequent written approval signed by him. In case of daily labour all vouchers for the same shall be delivered to the Executive Engineer
or the officer in charge at least during the day following that in which the work may have been done and only such day work is to be
allowed for as may have been authorised by Executive Engineer to be so done unless the works cannot from its character be properly
measured and valued. The foundation shall be carried to the depths in suitable strata, shown in the drawing but if the Engineer is of
opinion that they should be shallower or deeper and so directs the contractor in writing the difference in depth exceeding thirty centimeters
will be dealt with as for other items according to clause 6 below."
ખાંડ-૫ નકશા અન ેકામના વિવશષ્ટ િણાનોમાાં ફે૨ફા૨ વિશે કાયાપાલક ઈજને૨ની ખાસ ૫૨િાનગી વસિાય કામના નકશાઓમાાં ફે૨ફા૨ કરી શકશ ેનિી, કે કોઈ
િિારાનુાં કામ કરી શકશે નહિ અથિા કામના વિવશષ્ટ િણાનોમાાં ફે૨ફા૨ કરી શકશે નહિ, કે આનાથી જુદીજુદી રીતે કામ કરી શકશે નહિ કે િિારાના કામ
તરીકે તેમણ ેચોકકસ ૫ણ ેઆપેલાાં કે તેના ૫૨ પોતાની સિી કરી િોય તેિા નકશા કે ચચત્રઘ્િારા અથિા તેમણ ેસિી કરેલ કરા૨ થયા ૫છીની લેચખત
સાંમવત દ્ધારા મેળિિાની ૨િશેે. રોજ અનસુા૨ મજૂરી કરાિાતી િોય તો તે અંગનેા તે બિાજ ઓચહરયા (િાઉચ૨) કાયાપાલક ઈજને૨ અથિા િિાલો
િરાિતા અવિકારી ને જે કામ અંગેના તે ઓચહરયા િોય તેની ૫છી કામના હદિસે મોડામાાં મોડા સોં૫ીી દેિા જોઈએ. કાયાપાલક ઈજનેરે જેટલા કામ માટે
માંજુરી આ૫ીી િોય તેટલુાં જ કામ જે તે હદિસ દ૨મ્યાન ક૨િા દેિામાાં આિશ ેવસિાય કે કામના પ્રકા૨ મજુબનુાં તેનુાં ચોકકસ મા૫ કે મલુ્યાાંકન ન થઈ શકે
District Water & Sanitation Unit, Patan
- 23 -
તેમ િોય પાયા-નકશાઓમાાં બતાવ્યા મજુબ યોગ્ય એિા થ૨માાં ઉંડા નાાંખિામાાં આિશ ે૫ણ જો કાયાપાલક ઈજન૨ેનો અચભપ્રાય એિો થાય કે એ પાયાએથી
ઓછા કે િધ ુઉંડા િોિા જોઈએ અન ેતે મજુબ તે કોન્રાકટ૨ને લેચખત સચૂનાઓ આપે તે ઉંડાઈ માાં ત્રીસ સેન્ટીમીટ૨થી િિારે તફાિત માટેના હકસ્સાઓમાાં
નીચે ખાંડ-૬ માાં બતાવ્યા મજુબ જે રીતે બીજી બાબતનો વનણાય ક૨િામાાં આિશે.
Clause 6.The power to make additions and alteration in drawings or specifications etc.Such alterations do not invalidate the contract. Rates
for work not entered in the estimate or schedule of rates of the Division The Executive Engineer shall have power to make any alternations in or
additions to the original specifications, drawing, designs and instructions that may appear to him to be necessary or advisable during the progress
of the work and the contractor(s) shall be bound to carry out the work in accordance with the instructions which may be given to him/them in
writing signed by the Executive Engineer and such alterations shall not invalidate the contract. and any additional work which the contractors may
be directed to do in the manner above specified part of the work or any curtailment of the work as designed, which may be found necessary during
the period of construction shall be carried out or omitted by the contractor(s) on the same conditions in all respects on which he/they agreed to do
the main work, The additional or the curtailed work shall be carried out or omitted at rates entered in the schedule of rates of the Division or at the
rates mutually agreed upon between the Engineer-in-charge and the contractor whichever are lower. If the additional or altered work for which no
rate is entered in the schedule of rates of the Division is carried out before the rates are agreed upon, then the contractor shall within seven days
of the date of the receipt by him/them of the order to carry out the work, inform the Executive Engineer of the rate which he/they propose to charge
for such class of work, and if the Executive Engineer does not agree to this rate he shall by notice in writing be at liberty to cancel his order, to
carry out such a class of work, and arrange to carry it out in such manner as he may consider it advisable, provided always that if the contractor
shall commence work or incur any expenditure in regard hereto before the rates shall have been determined as lastly hereinbefore mentioned,
then in such case he/they shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him/them prior to the date
of the such determination of the rate as aforesaid according to such rate or rates as may be fixed by the Executive Engineer. In the event of
dispute the decision of the Superintending Engineer of the circle shall be final.
ખાંડ૬ વિવશષ્ટ િણાનો અન ેનકશાઓ િગેરેમાાં ફે૨ફા૨ ક૨િાની સત્તા કામ ચાલતુાં િોય તે દ૨મ્યાન પોતાન ેજરૂરી કે સલાિભયાા લાગે તેિા ફે૨ફા૨, િિારાઓ
અસલ વિવશષ્ટ િણાનો, નકશાઓ આલેખો અન ેસચૂનાઓમાાં ફરેફા૨ ક૨િાની સત્તા કાયાપાલક ઈજને૨ની ૨િશેે અન ેઆ બાબતમાાં કાયાપાલક ઈજને૨ની
સિી સાથ ેજે લેચખત સચૂનાઓ આ૫િામાાં આિે તે અનસુા૨ કામકરી આપા માટે કોન્રાકટ૨(રો) બાંિાયેલ (બાંિાયેલા) ૨િશેે અને આિો ફે૨ફા૨ થયે કરા૨
District Water & Sanitation Unit, Patan
- 24 -
ગ૨ેકાયદેસ૨ બનશ ેનહિ અન ેએ કામના ભાગ તરીકે ઉ૫૨ જણાિેલ રીતમાાં બાાંિકામ સમય દ૨મ્યાન ક૨વુાં જણાય તેવુાં કોઈ ૫ણ િિારાનુાં કામ ક૨િા
માટે અથિા નકકી કરેલા કોઈ૫ણ કામમાાં કા૫કૂ૫ ક૨િા માટે કોન્રાકટરોને જણાિિામાાં આિલે તે તેણ-ેતેઓએ મખુ્ય કામ માટે જે શ૨તો એ કરા૨ કયો
િતો તે શ૨તો એ બિી બાબતમાાં કરેલ કામ ટેન્ડ૨માં જણાવ્યા િોય તેિાજ દરોએ ક૨વુાં જોઈએ અન ેજો િિારાના તથા કા૫કુ૫ કરેલ કામોમાાં એિા
કોઈ૫ણ કામના િગાનો સમાિેશ થતો િોય કે જેને માટે કરા૨માંદ૨ નકકી થયા ન િોય તો તેજ વિભાગની ભાિોની યાદીમાાં દાખલ કરેલા દરો અથિા
લાગતા િળગતા ઈજને૨ અન ેકોન્રાકટ૨ની િચ્ચ ે૫૨સ્પ૨ નકકી ક૨િામાાં આિ ેતેિા દરોએ બેમાાંના જે ઓછા િોય તે દરે ક૨િાનુાં ૨િશેે .તે ૫િલેાાં જો
િિારા-િિારાનુાં કે ફે૨ફા૨િાળાં અન ેજે તે કામ માટે વિભાગની ભાિોની યાદીમાાં કોઈ૫ણ દ૨ દાખલ ન કયુા િોય તેવુાં કામદરોની બાબતમાાં કરા૨ થાય તે
૫િલેાાં પરુૂાં ક૨િાનુાં ફ૨માવ્યુાં િોય તો તે ક૨િાનો હકુમ મળ્યાની તારીખથી સાત હદિસની અંદ૨ કોન્રાકટરે / કોન્રાકટરોએ તેિા કામના િગા માટે પોત ેજે
દરે િસલુ ક૨િાનુાં િા૨તો િોય તેિા દ૨ની લાગતા િળગતા ઈજનેરોન ેજાણ ક૨િી અન ેજો લાગતા િળગતા ઈજને૨ આદ૨ સાથ ેસાંમત ન થાય તેિા
િગાના કામન ેપરુૂ ક૨િા માટેના તે હકુમ ને લેચખત નોટીસથી ૨દ ક૨િાની તથા તેન ેયોગ્ય લાગે તેિી રીતે તેન ેપરુૂ ક૨િાની વ્યિસ્થા ક૨િાની તેન ેછટ
૨િશેે વસિાય કે અગાઉ જણાવ્યુાં છે તે પ્રમાણે દરોના વનણાય ક૨િામાાં આિે તે અગાઉ જો કોન્રાકટ૨(રો) કામ શરૂ કરે તે સાંબાંિ ેતેણ ેકરેલા ખચા માટે
લાગતા િળગતા ઈજને૨ ઠરાિે તેિા દ૨-રો એજ માત્ર ચકુિણી મેળિિાનો એન ેિકક ૨િશેે .કોઈ તકરારીમોુ ઉ૫સ્સ્થત થાય તો અવિક્ષક ઈજને૨નો
વનણાય આખરી ગણાશ.ે
The time limit for the completion of the work shall be extended or curtailed in the proportion that the increase or decrease in its costs,
occasioned by alteration or curtailment bears to the cost of the original contract work and the certificate of the Engineer-in-charge as to
such proportion shall be conclusive.
મળૂ કરા૨ના માંજુ૨ થયેલ કામની અંદાજી હકિંમતની સ૨ખામણીમાાં સિુારા, ફે૨ફા૨ કે ઘટાડાની હકિંમતના પ્રમાણન ેખ્યાલમાાં રાખીન ેકામ પરુૂાં ક૨િાની
સમય મયાાદામાાં િિારો કે ઘટાડો ક૨િામાાં આિશ ેઅન ેઆ પ્રમાણ બાબતમાાં લાગતા િળગતા કાયાપાલક ઈજન૨ેનુાં પ્રમાણ૫ત્ર આખરી ગણાશ.ે
Clause-7 : Materials left on site: All work and materials brought and left upon the site of the work either by the contractor(s) or by his/their
orderes for the purpose of forming part of the work are to be considered to be the property of the Government and the same shall not be removed
District Water & Sanitation Unit, Patan
- 25 -
or taken away by the Contractor(s). or any other person without the special leave or consent in writing by the Executive Engineer but the
Government shall not be in any way answerable for any loss or damage which may happen or in respect of any such work or materials on account
of the same being lost or stolen or injured by weather or otherwise.
ખાંડ-૭ કામની જગ્યા ૫૨ ૨ખાયેલ માલસામાન કામ અગ૨ કામના કોઈ૫ણ ભાગન ેપ્રરો ક૨િાના િતેસૂ૨ જયાાં કામ ચાલ ુિોય તે જગ્યાએ કોન્રાકટ૨(રો) ઘ્િારા અગ૨ કોન્રાકટરોના હકુમથી લાિિામાાં આિેલાાં અન ેજગ્યા ઉ૫૨ ૨િલેો બિોજ માલસામાન સ૨કા૨ની માલીકીનો ગણાશ ેઅન ેકોન્રાકટ૨(રો) કે કોઈબીજા શખ્સન ેતે માલસામાનન ેલાગતા િળગતા કાયાપાલક ઈજને૨ની ખાસ ૨જા કે લેચખત સાંમવત લીિા વસિાય ફે૨િી લઈ જઈ શકાશે નહિ. તેમ છતાાં ખોિાઈ જિાથી, ચોરાઈ જિાથી યા િિામાનના કા૨ણ ેકે બીજી રીતે માલસામાનન ેનકુશાન થાય તો આિી ખોટ કે નકુશાન માટે સ૨કા૨ જિાબદા૨ ગણાશ ેનહિ. Clause 8-Removal and substitutions of material : The Executive Engineer shall have full powers to require the removal from the premises of all
materials which in his opinion are not in accordance with the specification and in case of default the Executive Engineer shall be at liberty to
employ other person to remove the same without being answerable or accountable for any loss or damage that may be caused to such materials.
The Executive Engineer shall also have full powers to acquire fresh materials to be supplied and all costs which be incurred in such removal and
substitution shall be borne by the contractor(s)
ખાંડ-૮ માલસામાન ખસેડિા અને બદલા બાબત કાયાપાલક ઈજને૨ના મત અનસુા૨ જે માલસામાન ખાસ વિવશષ્ટ િણાનો મજુબ ન િોય તે કામના સ્થળન ેખસેડી લેિડાિિાની કાયાપાલક ઈજને૨ને સત્તા ૨િશેે અન ેઆ રીતે માલ ખસેડિામાાં કસ૨ુ થયે થી બીજા માણસ રોકીને આ માલસામાન કામની જગ્યાથી ખસેડિાની કાયાપાલક ઈજને૨ ને છટ ૨િશેે અન ેતેમ ક૨િામાાં માલસામાનન ેકોઈ૫ણ નકુશાન થાય કે ખોટ જાય તો તે અંગે તે જિાબદા૨ ૨િશેે નહિ. અમાન્ય માલન ેબદલ ેબીજો સારો માલ લાિી આ૫િાનુાં જણાિિાની કાયાપાલક ઈજને૨ને સાંપ્રણા સત્તા ૨િશેે અને તેમ ક૨િામાાં કસ૨ુ થયેથી કાયાપાલક ઈજને૨ માલસામાન માંગાિી શકશ ેઅન ેઆ રીતે માલસામાન ખસેડિા કે બદલામાાં જે કાાંઈ ખચા થાય તે કોન્રાકટ૨ પાસેથી િસલુ ક૨િાન ેપાત્ર ૨િશેે.
Clause 9-Action in case of improper materials and workmanship : If in the opinion of the Executive Engineer any work or part thereof is
executed with improper materials or defective workmanship the contractor(s) shall when required by the Executive Engineer, forthwith re-execute
the same and substitute proper materials and workmanship and in case of default by the contractor(s) in so doing within a week from the date of
the requisition, the Executive Engineer shall have full powers to employ other person to re-execute the work and the cost thereof shall be borne by
the contractor(s).
ખાંડ-૯ ખરાબ માલસામાન અને ખરાબ કામગીરી અંગ ેલેિાનાાં ૫ગલાાં કાયાપાલક ઈજને૨ની દષ્ષ્ટએ અમકુ કામ અગ૨ તેના કોઈ ભાગમાાં ખરાબ માલસામાન િા૫૨િામાાં આવ્યાનુાં અથિા ખરાબ કામગીરી થઈ િોિાનુાં જણાય તો કાયાપાલક ઈજને૨નો હકુમ થયેથી કોન્રાકટ૨(રો) એ કામ ફરી ક૨િાનુાં ૨િશેે અન ેસારો
District Water & Sanitation Unit, Patan
- 26 -
માલસામાન બદલી આ૫િાનો ૨િશેે કે સારી કામગીરી કરી આ૫િાની ૨િશેે અન ેજો કોન્રાકટ૨(રો) કાયાપાલક ઈજને૨ના હકુમ ૫છીના એક અઠિાડીયામાાં એમ ક૨િામાાં કસ૨ુ ક૨શે તો આ કામ ફરીને બીજા માણસો પાસ ેકરાિિાની સત્તા કાયાપાલક ઈજને૨ને ૨િશેે અન ેઆ અંગે સઘળાં ખચા કોન્રાકટ૨(રો)એ ભોગિિાનુાં ૨િશેે. Clause 10-Action and compensation payable in case of bad work: If at any time before security deposit is refunded to the contractor it shall
appear to the Engineer-in-charge or his subordinate in charge of the work that any work has been executed with unsound, imperfect or unskillful
workmanship or with materials of inferior quality or that any materials or article provided by him for the execution of the work are unsound or of a
quality inferior to that contracted for or are otherwise not in accordance with contract, it shall be lawful for Engineer-in-charge to intimate this fact in
writing to the contractor and then riot withstanding the fact that the work, materials or article complained of may have been inadvertently passed.
certified and paid for, the contractor shall be bound forthwith to rectify or remove and reconstruct the work so specified in whole or in part as the
case may require or if so required shall remove the materials or articles so specified and provide other proper and suitable materials or articles at
his own charge and cost and in the event of his failing to do so within a period to be specified by the Engineer-in charge in the written intimation
aforesaid the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not exceeding
ten days during which the failure so continues and in the event of any such failure as aforesaid, the Engineer-in-charge may rectify or remove and
re-execute the work or remove and replace the materials or articles complained, If the Engineer-in-charge considers that such inferior work or
materials as described above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he
may fix therefore.
ખાંડ-૧૦ કામ ખરાબ થિાના હકસ્સામાાં લેિાનાાં ૫ગલાાં અન ેયોગ્ય િળત૨ કોન્રાકટ૨ની જામીનગીરી અનામત ૫૨ત કરાય તે ૫િલેા કોઈ૫ણ સમયે લાગતા િળગતા ઈજને૨ને અથિા તેના તાબાના અવિકારીને તેમ જણાય કે કામ નબળાં, અપ્રણા કે ચબનકુશળ કારીગરીિાળાં થયુાં છે, કે િલકી જાતનો માલસામાન િા૫રીને પરુૂાં ક૨િામાાં આવ્યુાં છે અથિા તો કામ પરુૂ ક૨િા માટે તેણે િા૫રેલ કોઈ૫ણ માલસામાન કે સાિનો મજબતુ નથી કે કરા૨ કયાા ક૨તા િલકી જાતનાાં કે બીજી રીને કરા૨ મજુબના નથી તો લાગતા િળગતા ઈજને૨ આ િકીકતો કાયદેસ૨ રીતે કોન્રાકટરોને લખાણમાાં જણાિશ ેઅન ેજેના સાંબાંિમાાં ફરીયાદ થઈ છે, તે કામ માલસામાન કે મદુદાઓ અંગે અજાણતા માંજુરી અપાઈ િોય કે પ્રમાણ૫ત્ર આ૫િામાાં આવ્યુાં િોય અને ચકુિણી ક૨િામાાં આિી િોય છતાાંયે વનયત કરેલુાં આખુાં કામ કે તેના ભાગન ેત૨ુત જ સિુા૨િા કે જો જરૂ૨ ૫ડ ેતો ખસેડીને ફરીથી બાંિાિિાન ેકોન્રાકટ૨ બાંિાયેલ ૨િશેે અથિા જો આિશ્યક લાગ ેતો દશાાિલે માલસામાન બદલી નાખી તને ેયોગ્ય અન ેમાફક માલસામાન નાાંખિાની વ્યિસ્થા પોતાન ેજોખમે અન ેખચે ક૨શે અન ેઆ અગાઉ લેચખત જાણ કરીને લાગતા િળગતા ઈજન૨ે નકકી કરેલ મદુત દ૨મ્યાન તેમ ક૨િામાાં વનષ્ફળતા ચાલ ુ૨િ ેત્યાાં સિુી દસ હદિસથી િધ ુનિીં તેટલા સમય માટે રોજના અંદાજની ૨કમ ઉ૫૨ એક ટકાના દરે િળત૨ ચકુિિા માટે જિાબદા૨ થશે અન ેતેની કોઈ વનષ્ફળતાના પ્રસાંગે લાગતા િળગતા ઈજને૨ બિી બાબતમાાં કોન્રાકટ૨ના જોખમે અન ેસાંજોગો અનસુા૨
District Water & Sanitation Unit, Patan
- 27 -
કામ સિુારી શકશ,ે અથિા જે માટે ફરીયાદ થયેલી િોય તેિા માલસામાન િસ્તઓુ દૂ૨ કરીને બદલી શકશ ે.જો લાગતા િળગતા ઈજને૨ને એમ લાગે કે ઉ૫૨ િણાવ્યા મજુબનુાં ઉ૫૨તી કક્ષાનુાં કામ કે સામગીૂ સ્િીકા૨િી કે તેનો ઉ૫યોગ ક૨િો તો તે તેન ેમાટે જે ઘટાડલેા દ૨ નકકી કરે તે મજુબ સ્િીકા૨ ક૨િાનુાં તેની મનસફુી ઉ૫૨ ૨િશેે. Clause 10 A-Maintenance and repairs of the structure during guaranteed period : *This will apply to a contract when the works are to be
executed by the contractor according to the specifications recommended by him. The contractor shall maintain and keep in proper condition and
repair at his cost the surface of the structure for 3 (Three) years from the date from which the final finishing coat is laid to the satisfaction of the
Executive Engineer. The decision of the Executive Engineer as to the necessity of repairs to the structure shall be final and binding on the
contractor. If the contractor fails to maintain and keep in proper condition and repair the structure during the stipulated period of years, the
Executive Engineer shall be entitled to carry out the necessary repairs departmentally at the cost of the contractor. The decision of the Executive
Engineer as to the amount of the expenses incurred in carrying out the repairs shall be final and binding on the contractor. The Executive
Engineer shall be entitled to appropriate the whole or any part of the amount of the security deposit towards the expenses, if any incurred by him
in repairing the surface."
ખાંડ-૧૦-અ કોન્રાકટરે પોત ેજેમાાં આ વિવશષ્ટ િણાનો આપયા િોય તિેા કરારો આ બાબત લાગ ુ૫ડશે કાયાપાલક ઈજને૨ને સાંતોષ થાય એ મજુબ આખરી સફાઈનો ૫ટ અથિા ૫ટ ફીનીશીંગ કરી દેિામાાં આિે તે તારીખ થી ૩િષો સિુી પલુને કોન્રાકટરે પોતાના ખચે યોગ્ય સ્સ્થવતમાાં જાળિિી જોઈશ.ે તનેી દુ૨સ્તી જરૂ૨ િોિાન ેલગતો કાયાપાલક ઈજને૨નો વનણાય છેિટનો અન ે કોન્રાકટ૨ને બાંિનકતાા થશે .વનયત કરેલા િષાની મદુત દ૨મ્યાન ઈમા૨તને યોગ્ય સ્સ્થવતમાાં રાખિા તથા જાળિી રાખિામાાં કોન્રાકટ૨ વનષ્ફળ જાય તો કાયાપાલક ઈજને૨ને જરૂરી દુ૨સ્તી કોન્રાકટ૨ના ખચે ખાતા મા૨ફત કરાિિાનો િકક ૨િશેે. દુ૨સ્તી ક૨િામાાં તેણ ેઉઠાિેલા ખચા સાંબાંિમાાં કાયાપાલક ઈજને૨નો વનણાય આખરી અને કોન્રાકટ૨ માટે બાંિન કતાા થશે.ઈમા૨તની દુ૨સ્તી ક૨િામાાં ઉઠાિેલો ખચા (જોકોઈિોયતો) પેટે જામીનગીરી અનામતની આખી ૨કમ અથિા તેના કોઈભાગનો ઉ૫યોગ ક૨િાનો કાયાપાલક ઈજને૨ને િકક ૨િશેે. Clause 11.Responsibility of contractor for damage by fire etc. : From the commencement of the works to the completion of the same, the
work shall be under the contractor(s)'s charge. The contractor(s) shall be held responsible for any damage done to the same by fire or any other
cause and he/they shall be liable to make good such damage and carry out any repairs which may be rendered necessary to the same by fire or
other cause and they are to hold the Government harmless from any claims for injuries to persons or structural damage, damage to property
happening from any neglect or default, want of proper care or misconduct on the part of the contractor/s or of anyone in his/their employees during
the execution of the work.
ખાંડ-૧૧ આગ અગ૨ અકસ્માતોથી નકુશાન અંગ ેકોન્રાકટ૨ની જિાબદારી કામોના આરાંભથી તેના અંત સિુી કામ કોન્રાકટ૨ની દેખરેખની નીચે ૨િશેે. આગથી
District Water & Sanitation Unit, Patan
- 28 -
અગ૨ બીજા કોઈ કા૨ણોથી કામોન ેનકુશાન માટે કોન્રાકટરો જિાબદા૨ ૨િશેે અન ેઆગથી અગ૨ બીજા કોઈ કા૨ણથી થયેલ નકુશાન તમેણે પોતાના ખચ ેદુ૨સ્ત કરી આ૫િાનુાં ૨િશેે. કામ ચાલ ુિોય તે દ૨મ્યાન ઈમા૨ત અથિા માણસોન ેઈજાઓ થઈ િોય તો તે અંગેના દાિાઓમાાં તેમજ કોન્રાકટ૨ અગ૨ તેના નીમેલ માણસોની ગ૨ેિતાણકુ, બીનકાળજી કોઈ અન્ય ભલૂથી વમલ્કતન ેનકુશાન થાય તો તેમાાંથી કોન્રાકટરોએ સ૨કા૨ને નકુશાનમાાંથી બચાિી લેિી જોઈશ.ે Clause-11 (a) : If the contractor or his workmen, or servants shall break, deface, injure or destroy any part of the building or the work in question
in/on which they may be working or any building, road, fence, enclosure or grass-land or cultivated ground continuous to the premises on which
the works or any part thereof is being executed or if any damage shall be don, to the work from any cause whatever before damage
occurred/caused due to normal flood or rain or if any imperfections become apparent in it within three months from the grant of a certificate of
completion, final or otherwise by the Engineer-Ii charge, the contractor shall make good the same at his own expenses or in default. the Engineer-
in- charge may cause the same to be made good by other contractor, and deduct the expenses (of which the certificate of the Engineer-in-charge
shall be final) from any sums that may thereafter become due to the contractor or from his security deposit or the proceeds of sale thereof or a
sufficient portions thereof.
ખાંડ-૧૧(ક) પ્રમાણ૫ત્ર આપયા ૫છી ત્રણ માસ સિુી થયેલ નકુશાન અથિા ૨િલેી અપ્રણાતા અંગે કોન્રાકટ૨ જિાબદા૨ િોિા બાબત કોન્રાકટ૨ કે અન્ય કામદારો અથિા નોકરોજેમાાં/જેના ઉ૫૨ તેઓ કામ ક૨તા િોય કે પ્રસ્તતુ મકાનના ભાગન ેઅથિા કામ કે એનો ભાગ તે મકાન િદની નજીકના કોઈ મકાન, માગા, િાડ કે િાંડી કે ઘાવસયા જમીન કે ખડેલેી જમીનમાાં ભાાંગફોડ ક૨શે, વિકૃત ક૨શે. નકુશાન કે નાશ ક૨શે તો અથિા કામ પરુૂાં થયા ૫િલેા અથિા વનભાિ મદુત પરુી થાય તે ૫િલેાાં એ બ ે માાંથી જે મોડુાં િોય ત્યારે કોઈ૫ણ કા૨ણે કામન ે કોઈ નકુશાન ક૨િામાાં આિશે અથિા સામાન્ય પ૨ુ કે િ૨સાદન ે કા૨ણે કોઈ નકુશાન થયુાં િોય/ક૨િામાાં આવ્યુાં િોય તો અથિા િિાલો િરાિના૨ કાયાપાલક ઈજને૨ ઘ્િારા કામ પરુૂાં થયા અંગેનુાં આખરી કે બીજા કોઈ પ્રકા૨નુાં પ્રમણ૫ત્ર આપયાના ત્રણ મહિનાની અંદ૨ કોઈ અપણુાતાઓ જણાશ ેતો કોન્રાકટરે તે પોતાના ખચે બરાબ૨ કરાિી આ૫િી ૫ડશ ેઅથિા તેમાાં કોઈ કસ૨ુ થયે કાયાપાલક ઈજને૨ બીજા કોન્રાકટ૨ ઘ્િારા બરાબ૨ કરાિી લેશે અન ેખચા (જે બાબતમાાં કાયાપાલક ઈજને૨નુાં પ્રમાણ૫ત્ર આખરી ગણાશ)ે કોન્રાકટ૨ પાસ ેતે િખતે લેણી થતી કે ત્યા૨ ૫છી લેણી થના૨ કોઈ૫ણ ૨કમમાાંથી અથિા એની જામીન અનામતમાાંથી કે એની િેચાણ ઉ૫જમાાંથી અથિા એના જરૂ૨ પ૨ુતા ભાગમાાંથી કાપી લેશે. Clause 11-(b) : Neither party shall be liable to the other for any loss or damage occasioned by or arising out of acts of God, such as
Unprecedented flood, Volcanic eruption, earthquake or other convulsion of nature and other acts such as but not restricted to general strike,
invasion, the acts of foreign countries, hostilities, or war like operations before or after declaration of war, rebellion, military or Usurped power
which prevent performance of the contract and which could not have been foreseen or avoided by a prudent person.
Clause 12- Execution of works not included in the contract: The Executive Engineer shall have full power to send workmen upon the
premises to execute- fitting and other work not included in the contract for which the contractor (s) shall afford every reasonable facility during
District Water & Sanitation Unit, Patan
- 29 -
working hours, provided that such operations shall be carried on in such a manner as not to impede the progress of the work included in the
contract. The contractor(s) shall not however, be responsible for any damage, which may happen to or be occasioned in the execution of any such
fittings or other works.
ખાંડ-૧૨ કરા૨માાં સમાિેશ ન થયો િોય તેિા કામો ક૨િા બાબત કરા૨માાં સમાિેશ ક૨િામાાં ન આવ્યા િોય તેિા ફીટીંગ અન ેજરૂરી કામ માટે જે જગ્યાએ કામ થતુાં િોય તે જગ્યાએ કારીગરોન ેમોકલિાની કાયાપાલક ઈજન૨ેને સાંપ્રણા સત્તા ૨િશેે અન ેતેના માટે કોન્રાકટ૨ કામના સમય દ૨મ્યાન દરેક વ્યાજબી સગિડો આ૫શે. આ કામોએ રીતે થશે કે કરા૨માાં સમાવિષ્ટ થયેલ કામોની પ્રગવતમાાં કશી રૂકાિટ નહિ થાય. આમ છતાાં આિા ફીટીંગ અન ેબીજા કામ ક૨િાથી જો નકુશાન થાય તો તેન ેમાટે કોન્રાકટ૨ જિાબદા૨ ૨િશેે નહિ. Clause 13- Action when work is not duly completed in time: The work comprised in this tender shall be commenced immediately upon its
acceptance and as soon as possession of the site can be had. The whole work including all additions and variations as aforesaid ( excluding such,
if any, as may have been postponed by an order from the Executive Engineer ) shal1 be completed in every respect by the contractor (s) within
stipulated time and if from any cause whatever (other than wilful obstruction or default on the part of the Executive Engineer or his staff) and
except as hereinafter provided the whole of such work shall not be finished to the satisfaction of the Executive Engineer within the stipulated or
appointed period, the contractors shall forefeit and pay to VWSC,NAVIKUVARby way of liquidated damages for such default the sum of 1% of
Estimated cost for every day (Maximum up to 10%) that such default continues and the amount of such damages, if any, may be deducted by way
of setoff from any unpaid portion of the contract price or may be otherwise recovered from the contractor(s) and shall be brought into account by
the Executive Engineer when settling the Contractor 's(s) accounts for his final certificates here in after provided.
ખાંડ-૧૩ કામ સમયસ૨ યોગ્ય રીતે પરુૂ ન કરાય ત્યારે લેિા પાત્ર ૫ગલાાં આ ટેન્ડ૨માાં દશાાિેલ કામનુાં ટેન્ડ૨ સ્િીકારાય કે ત૨ુત જ તે કામની જગ્યાનો કબજો મેળિતાની સાથ ેજ શકય તેટલુાં જલ્દી કામ ક૨િામાાં આિશે ઉ૫૨ જણાિેલ િિારા અન ેફે૨ફારો સાથેનુાં આખુાં એકામ (કાયાપાલક ઈજને૨ના હકુમથી જો કોઈ કામ મલુ્તિી રાખિા માટે સચુિાયુાં િોય તો તે બાદ કરીને ) કોન્રાકટરોએ દરેક રીતે નકકી થયેલ સમય મયાાદામાાં સાંપ્રણા રીતે પરુૂ ક૨િાનુાં ૨િશેે અન ેજો કોઈ ૫ણ કા૨ણસ૨ કાયાપાલક ઈજને૨ અથિા તેના મદદનીશોના ઈરાદા પ્રિાકના અિરોિકે તેની ચકૂ વસિાય અન ેઅિીં દશાાિેલ જોગિાઈ વસિાય જો તે કામ કાયાપાલક ઈજને૨ને સાંતોષ થાય તે રીતે મકુ૨૨ કરેલી સમય મયાાદામાાં પરુૂ થયુાં નથી તેમ કાયાપાલક ઈજને૨ને લાગ ેતો કોન્રાકટ૨ તેની આિી કસ૨ુ માટે જેટલા હદિસ સિુી આિી કસ૨ુ ચાલ ુ ૨િ ેતેટલા હદિસ પ૨ુત ુાં રોજના અંદાજી ૨કમના ૧ ટકા લેખ ે (િધમુાાં િધ ુ ૧૦ટકા) કુલ નકુશાનીના દરે ૫તાિટ પેટે અન ેસ૨કા૨ને ભ૨િાના ૨િશેે અન ેઆિી નકુશાનીની ૨કમ જે કાાંઈ િોય તે કોન્રાકટ૨ની લેણી થતી ૨કમ ના હિસાબમાાંથી બાદ ક૨િામાાં આિશે અથિા કોન્રાકટ૨ પાસેથી િસલુ ક૨િામાાં આિશે અન ેિિ ે૫છી ઉલ્લખેાયેલ કામ પરુૂ ક૨િાનો દાખલો આ૫િા માટે કોન્રાકટ૨નો આખરી હિસાબ સમજતી િખત ેઆ ૨કમો હિસાબ માાંગણત્રીમાાં
District Water & Sanitation Unit, Patan
- 30 -
લેિામાાં આિશ.ે Extension of time on account of alteration etc : Provided never-the-Iess that if the contractor(s) shall be of opinion that he is/they are entitled to
any extension of time on account of the works being altered, varied or added to or on account of any delay by reason of any inclement weather or
by other cause beyond the control of the contractor (s) or in consequence of orders to that effect from the Executive Engineer himself (which
orders the Executive Engineer is hereby empowered to make), then in any such case or cases it shall be competent for the Executive Engineer by
an order in writing to extend the aforesaid period for final completetion by such period or periods as, may be deemed reasonable and the
contractor(s} shall thereupon complete the works within such extended period or periods as aforesaid. Provided that the contractor(s) shall not be
entitled to any extension of time unless he/they shall within thirty days after the happening of the event in respect of which he/they shall consider
himself/themselves entitled to any such extension of time, give to the Executive Engineer written hot ice of such claim for the extension of time
and of the ground or grounds therefore and of the period thereof. However the Executive Engineer may condone the delay beyond thirty days
stipulated above. But if the contractor fails to complete the work even within extended time limit, the aforesaid provisions regarding liquidated
damage shall apply from the date of expiry of extended time limit.
છતાાં જો કોન્રાકટ૨ને એમ લાગે કે કામમાાં કાંઈ િિારો થયો િોય તો તને ેકા૨ણે અથિા મોસમ બદલાઈ તેન કા૨ણે અથિા કોન્રાકટ૨ના કાબ ુબિા૨ િોય તેિા કોઈ ઉ૫સ્સ્થત થયલેા કા૨ણોથી અથિા કાયાપાલક ઈજને૨ના તે સાંબાંિને હકુમને ૫હરણામે (આિા હકુમ ક૨િાની કાયાપાલક ઈજને૨ને સત્તા ૨િશેે) કામ પરુૂ ક૨િામાાં ઢીલ થઈ છે અન ેતે કા૨ણ ેકામની મદુત લાંબાિિા માટે િકદા૨ છે એિો તેનો અચભપ્રાય ૫ડ ેતો આિા અમકુ હકસ્સા કે હકસ્સાઓમાાં કાયાપાલક ઈજને૨ને વ્યાજબી લાગે તો ઉ૫૨ કિયા મજુબમાાં તેન ે વ્યાજબી લાગે તેટલા સમય પ૨ુતી લેચખત હકુમ આ૫ીીન ે તે કામની મદુત િિારી આ૫િાની કાયાપાલક ઈજન૨ેને સત્તા ૨િશેે અન ેઆિા હકસ્સામાાં ઉ૫૨ કિલેી િિારાની મદુત અથિા મદુતો દ૨મ્યાન કામ અથિા કામો કોન્રાકટરોએ પરુા ક૨િાના ૨િશેે. ૫ણ િધમુાાંએ શ૨ત ૨િશેે કે કોન્રાકટ૨ સમય મયાાદા િિારાને તેમને િકદા૨ બનાિે તેિો પ્રસાંગ ઉ૫સ્સ્થત થિાના હદિસથી આિી મદુત િિારાિાનો આ માટેના કા૨ણ કે કા૨ણો અન ેકેટલી મદુત માટે આ કા૨ણ ઉ૫સ્સ્થત થાય છે. તે દશાાિીન ેલેચખત દાિો ત્રીસ હદિસની અંદ૨ કાયાપાલક ઈજને૨ને ૨જુ કરે નહિ તો આિી મદુત િિા૨િા માટે કોન્રાકટ૨ને િક ૨િશેે નહિ. છતાાં કાયાપાલક ઈજન૨ે ઉ૫૨ જણાિેલ ત્રીસ હદિસ ઉ૫૨ની ઢીલ દ૨ગજુ૨ કરી શકશ.ે ૫રાંત ુજો કોન્રાકટ૨ આ રીતે િિારે સમય મયાાદામાાં ૫ણ કામ પરુૂ ક૨િામાાં વનષ્ફળ જાય તો, િિારે સમય મયાાદા પરુી થિાની તારીખથી આગળ જણાવ્યા મજુબની નકુશાની ૫તાિટની જોગિાઈ લાગ ુ૫ડશ.ે
Clause 14 - Final Certificate: On completion of the work, the contractor(s) shall be furnished with a certificate by the Executive Engineer of such
completion but no such certificate shall be given nor shall the work be considered to be complete until the contractor(s) shall have removed from
the premises on which the work shall have been executed, all scaffoldings, surplus materials and rubbish and shall have cleaned off dirt from all
District Water & Sanitation Unit, Patan
- 31 -
wood work, doors, windows wall floors, or other parts of any structures, in or upon which the work has been executed or of which he/they may
have had possession for the purpose of executing work, nor until the work shall have been measured by the Executive Engineer or where the
measurements have been taken by his subordinate until they receive the approval of the Executive Engineer, the measurements being binding
and conclusive against the contractor(s). If the contractor(s) shall fail to comply with the requirements of this clause as to the removal of
scaffolding; surplus materials and rubbish and cleaning of dirt on or before the date fixed for the completion of the work, the Executive Engineer
may, at the expense of the contractor (s) remove such scaffolding, surplus materials and rubbish and dispose of the same as he thinks it and
clean off such dirt as aforesaid, and the contractor(s) shall forthwith pay the amount of all expenses so incurred, but shall have no claim in respect
of any such scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof ખાંડ-૧૪ કામ પરુૂ થયાનો દાખલો કામ પરુૂ થયેથી કોન્રાકટ૨ને પરુૂ કયાાનો કાયાપાલક ઈજને૨ દાખલો આ૫શે, ૫રાંત ુજયાાં સિુી જે જગ્યાએ તે કામ ક૨િામાાં આવ્યુાં ત્યાાંથી માંચ િિારાનો સામાન અને કચરો કોન્રાકટરે ખસેડી લીિો ન િોય અન ેજેમાાં કે જેની ઉ૫૨ તે કામ ક૨િામાાં આવ્યુાં િોય કે જે ક૨િા માટે જેનો તેની પાસ ેકબજો િોય તે કોઈ૫ણ ઈમા૨તમાાં સઘળાાં લાકડાનાાં કામ બા૨ણાાં, બારીઓ, ભીંતો, જમીનો કે બીજા ભાગમાાં તણેે સફાઈ ન કરી િોય ત્યાાં સિુી કે પણુા થયલે કામના મા૫ કાયાપાલક ઈજનેરે લીિા ન િોય અથિા જયાાં તનેા તાબાના માણસોએ મા૫ લીિા િોય ત્યાાં કાયાપાલક ઈજને૨ અનમુોદન ન આપયુાં િોય તો ત્યાાં સિુી સદ૨ હુાં મા૫ણી કોન્રાકટ૨ના સામે બાંિનકતાા અન ે વનણાાયક િોઈન ેતેિો કોઈ દાખલો આ૫િામાાં આિશ ેનહિ, તમેજ કામ પરુૂ થયુાં ગણાશ ેનહિ. કામ પરુૂ ક૨િા માટે નકકી કરેલી તારીખ ે કે તે અગાઉ માંચ, િિારાનો સામાન અન ે કચરો ખસેડિાને તથા સફાઈ ક૨િાન ેલગતી આ ખાંડની જરૂરી જરૂરીયાતનુાં પાલન ક૨િામાાં કોન્રાકટ૨ વનષ્ફળ જાય તો કાયાપાલક ઈજન૨ે તઓે માંચ, િિારાનો સામાન અન ેકચરાને કોન્રાકટ૨ને ખચે ખસેડી શકશ ેઅન ેવ્યાજબી લાગે તમે અગાઉ કિયા મજુબ તનેી વ્યિસ્થા ક૨શે અને ઉઠાિેલ તમામ ખચાની ૨કમ કોન્રાકટરે ત૨ુતજ ચકુિિી જોઈશ.ે૫રાંત ુઅગાઉ કિયા મજુબના તિેા કોઈ૫ણ માંચ કે િિારાના સામાનની બાબતમાાં તેના િેચાણથી ખરેખ૨ મળેલી કોઈ ૨કમ વસિાય આ બાબતમાાં તેનો કોઈ દાિો ૨િશેે નહિ. Clause 15- Action when contractor becomes bankrupt, etc : If the contractor(s) shall become bankrupt or shall compound with or make any
assignment for the benefit of his/their creditor or shall suspend or delay the performance of his their part of the contract (except on account of
cause mentioned in clause for in consequence of his/their not having proper instruction of which the contractor(s) shall have duly applied), the
Executive Engineer may give to the contractors(s) his / their assignee or trustee as the case may be, written notice requiring the work to be
proceeded with and in case he does not receive any satisfactory reply from the contractor(s) or his/their assignee or trustee within a period of
seven days from such notice, it shall be lawful for the Executive Engineer to enter upon and take possession of the works and to employ any other
person or persons to carryon and complete the same and to authorise him or them in use the plant, materials and any other property of the
contractor(s) upon the works and in any such event, the costs and charges which may be incurred on carrying in and completing the said works
shall be payable to the Executive Engineer by the contractor(s) and may be set off by the Executive Engineer-against any moneys due or to
District Water & Sanitation Unit, Patan
- 32 -
become due to the contractor(s).
ખાંડ-૧૫ કોન્રાકટ૨ દેિાળીયા બન ેત્યારે લેિાનાાં ૫ગલાાં જો કોન્રાકટ૨(રો) દેિાળીયો/દેિાળીયા બન ેઅથિા તેના લેણદારોના લાભમાાં કોઈ સમાિાન કરે કે કોઈ કરા૨ કરે અથિા પોતાના ૫ક્ષ ેકરા૨માાં ઢીલ કરે અથિા કામ અટકાિે તો ખાંડમાાં દશાાિેલ કા૨ણો વસિાય કે તેન ેયોગ્ય સચુનાઓ ન મળી િોય તે કા૨ણ વસિાય કે જેને માટે કોન્રાકટરે અ૨જી આ૫ીી િશે. કાયાપાલક ઈજને૨ કોન્રાકટ૨ને અથિા તેના મખુત્યા૨ને કે અથિા તેના રસ્ટીને જેને લાગુાં ૫ડતુાં િોય તેન ેકામ આગળ િપાિિા માટે લેચખત નોહટસ આ૫શે અન ેજો કોન્રાકટ૨ અગ૨ તેના મખુત્યા૨ કે રસ્ટી ત૨ફથી નોહટસ ૫છીના સાત હદિસમાાં સાંતોષ કા૨ક જિાબ મળશ ેનહિ તો કાયાપાલક ઈજને૨ને કામની જગ્યા ઉ૫૨ જઈને કામનો કબજો લેિાનો અન ેબીજા માણસોન ેકામે લગાડિાનો અન ે તે પરુૂ ક૨િાનો કાયદેસ૨ િકક ૨િશેે અન ેકોન્રાકટ૨ના કામની જગ્યા ઉ૫૨ આિેલી ચીજો, િસ્તઓુ, ઓ જારો કે અન્ય વમલ્કતોના કામ માટે ઉ૫યોગ ક૨િાની તેન ે( કાયાપાલક ઈજને૨ને) સત્તા ૨િશેે અને આિા કોઈ૫ણ હકસ્સામાાં કામ પરુૂ ક૨િામાાં જે કાાંઈ ખચો થશે તે કોન્રાકટરે કાયાપાલક ઈજને૨ને ભ૨પાઈ ક૨િાનો ૨િશેે અન ેકોન્રાકટ૨ના કોઈ૫ણ લેણાાં થતાાં નાણાાંમાાંથી કે લેણાાં થના૨નાણાાંમાાંથી તે િસલુ ક૨િાની સત્તા કાયાપાલક ઈજને૨ને ૨િશેે. Clause 16- Payment to contractor for work done: The contractor (S) shall be paid on the completion of work mentioned in the tender as per
payment schedule. of the total value of work done as provided in schedule of interim payment or a sum equal to 75 percent of the value of
materials supplied by him/them since the last payment according to the certificate of Executive Engineer. When the work shall be fully completed
the contractor(s) shall be entitled to receive on moiety of the amount remaining due according to the best estimate of the same that can be made
and the balance of all moneys finally due or payable to him/them under or by virtue of the contract shall be paid within six months from the
completion of the work provided always that no final or other certificate shall cover or relieve the contractor(s) from his/their liability under the
provisions of clause whether or not the same has been notified by the Executive Engineer at the time of or subsequent to the grant of any such
certificate.(As per attached statement)
ખાંડ-૧૬ કામ કયાા બદલ ચકુિણુાં કોન્રાકટરે કામ પરુૂ કયુા િોય તેની ચકુિણી શરૂ થતા મહિનાન ેઅંતે કોન્રાકટ૨ને િચગાળાના ચકુિણાની અનસુચૂચ મજુબ થયેલ કામના અનસુચુચમાાં દશાાવ્યા જેટલી અથિા કાયાપાલક ઈજને૨ના દાખલા પ્રમાણ ેથતી ચકુિણી જે માલસામાન પરુો પાડયો િોય તેના ૭૫ટકા જેટલી ૨કમ ચકુિિામાાં આિશે. જયારે કામ તદન પરુૂ ક૨િામાાં આિ ે ત્યારે શકય એિા ચોકકસ અંદાજ મજુબ કોન્રાકટ૨ના બાકી નીકળતા નાણાાંનો હિસ્સો તેન ેચકુિિામાાં આિશ ેઅન ેછેિટે લેણાાં થતાાં અથિા કરા૨ નીચે બાકી નીકળતા નાણાાંની છેિટની જે કાાંઈ બાકી નીકળતી િોય તે તમામ કામ પરુૂ થયા ૫છી છ મિીના સિુીમાાં તેન ેચકુિિામાાં આિશે. ૫ણ આ અંગે એમ ઠરાિિામાાં આિ ેછે કે છેિટના કે એિો કોઈ૫ણ દાખલાથી કોન્રાકટ૨ ખાંડ નીચે અદાક૨િાની જિાબદારીમાાંથી મહુકતને પાત્ર બનશ ેનહિ. ૫છી કાયાપાલક ઈજનેરે આિો કોઈ૫ણ દાખલો આ૫તી િખત ેકે ત્યા૨બાદ તેનો ઉલ્લખે કયો િોય કે નહિ. Clause 17-Certificate: The final certificate of the Executive Engineer showing the final balance due or payable to the contractor(s) shall be
District Water & Sanitation Unit, Patan
- 33 -
conclusive evidence of the work having been duly completed and that the contractor(s) shall be entitled to receive payment of the final balance in
accordance with such certificate, but without prejudice to the liability of the contractor(s) under the provisions of the clause.
ખાંડ-૧૭ દાખલો કોન્રાકટ૨ને ચકુિિાની થતી અથિા બાકી નીકળતી ૨કમ દશાાિતો કાયાપાલક ઈજને૨નો છેિટનો દાખલો કામ યોગ્ય રીતે પરુૂ થયુાં છે એ બાબતનો આખરી પરુાિો ગણાશ ેઅન ેદાખલાને આિારે ખાંડમાાં જણાવ્યા પ્રમાણેની કોન્રાકટ૨ને અદા ક૨િાની જિાબદારીને બાિ આવ્યા વસિાય બાકી નીકળતા નાણાાં મેળિિા માટે કોન્રાકટ૨ િકદા૨ ગણાશ.ે CLAUSE 18: No claim for any payment of compensation for change or restriction of work :- If at any time after the execution of the contract
documents the Engineer-in-charge shall for any reason whatsoever, require the whole or part of the work, as specified in the tender, be stopped
for any period or. shall not require the whole or part of the work to be carried out at all or to be carried out by the contractor, he shall give notice in
writing, stating the fact to the Contractor who shall thereupon suspend or stop the work totally or partially, as the case may be. In any such case,
except as provided hereunder, the Contractor shall have no claim to any payment or compensation whatsoever except as provided hereunder on
account of any profit or advantage which he might have derived from the execution of the work in full but which he did not so derive in
consequence of the full amount of the work not having been carried out, or on account of any loss that he may be put to on account of materials
purchased or agreed to be purchased or for unemployment of labour required by him. He shall not have also any claim for compensation by
reason of any alterations having been made in the original specifications, drawings, designs and instructions which may involve any curtailment of
the work as originally contemplated,
(1) However, the contractor will be entitled for compensation for loss, if any on the date of notice, for the purchased materials or for the
contract executed for the material to be purchased for such work. Such compensation will be paid only for actual loss for materials, if such
materials so purchased or agreed to purchase is of required quantity/quality and was purchased / contracted to be purchased only for the
same work. But no compensation shall be granted to contractor on material for which advance has been given to contractor by Government.
The amount of loss for such claim will be decided by in charge Engineer-in-charge.
(2) The contractor also will be entitled for compensation of unemployed labourers for 7 days from the date of notice provided that in that
opinion of Engineer-in-charge such labourers were working for 7 days prior to the notice and would not be in a position to get employment
elsewhere within 7 days from the date of such notice, The contractor should try to employ such unemployed labourers at other places from the
date of such notice.
In case the Contractor does not agree with the decision of Executive Engineer regarding the amount of compensation or loss, it will be open
for the contractor to appeal to Superintending Engineer-in-charge within one month from the date of knowledge of such decision. In such case
the decision of Superintending Engineer will be final and binding to the Contractor.
District Water & Sanitation Unit, Patan
- 34 -
The Contractor shall not be entitled for loss of any expected profit of such work.
(Vide G. R. No. SSR /1090 /IB / 247 (2) / C, dated 28-6-1993 as amended by GR of even number dated 11-2-1999).
ખાંડ-૧૮ કામના ફે૨ફા૨ કે વનયાંત્રણ માટે કોઈ ચકુિણી કે િળત૨ અંગે કોઈ િક દાિો માંજુ૨ ન ક૨િા બાબત. પ્રભારી ઈજને૨ને કરા૨ના દસ્તાિેજો કયાા ૫છી કોઈ૫ણ સમયે, કોઈ૫ણ કા૨ણ સ૨ ટેન્ડ૨માાં ખાસ ઉલ્લેખ કયાા મજુબના સાંપણુા કે અંશતઃ બાાંિકામન ેકોઈ૫ણ મદુત સિુી બાંિ ક૨વુાં જરૂરી જણાય અથિા સાંપણુા કે અંશતઃ કામ પરુૂ-ક૨િાની જરૂરીયાત જન જણાય અથિા કોન્રાકટ૨ ઘ્િારા ક૨િાના કામની જરૂરીયાત ન જણાય તો તેિા કોન્રાકટ૨ને િકીકત દશાાિતી લેચખત નોટીસ આ૫શે અન ેકોન્રાકટ૨ આ નોટીસ મળ્યા બાદ ત૨ત જ આ કામને યથા પ્રસાંગ સાંપણુા કે અંશતઃ સ્થચગત ક૨શે કે બાંિ ક૨શે. આિા કેસમાાં અિીંની ચેક રેલ જોગિાઈ વસિાય કોન્રાકટ૨ તેણ ેકામ પરુૂ કયુા િોત તો જે નફો કે ફાયદો તેન ેમળત, ૫રાંત ુકામ પરુૂ ન થિાના ૫હરણામે તે નમળ્યાથી થયેલ નકુશાન અથિા તેણ ેખરીદી િોય એિી કે જે ખરીદિા તે સિમત થયો િોય એિી માલસામગીૂની બાબતમાાં થયેલ નકુશાન અથિા તેન ેતેના કામ માટે જે મજુરોની જરૂ૨ િતી તે મજુરોને કામ ન આ૫િી શકિાને કા૨ણે થયેલા નકુશાન અંગે કોઈ ચકુિણી કે િળત૨નો િકદાિો કરી શકશ ેનિી .મળુ વિગત િણાન, આલખેન, નકશા અન ેસચુનાઓમાાં ક૨િામાાં આિેલ કોઈ ફે૨ફા૨ને કા૨ણ ેમળૂભતૂ રીતે વિચારાયેલ કામમાાં કોઈ કા૫ આિે તો ૫ણ તેિા કા૨ણસ૨ તે કોઈ િળત૨ માટે િક દાિો કરી શકશે નહિ.
(૧)આમ છતાાં આિા કામ માટે ખરીદેલી માલસામગીૂ ને કા૨ણ ેકે માલસામગીૂ ખરીદિા માટે કરેલ કોન્રાકટ૨ને નોટીસની તારીખ સિુીમાાં કોઈ નકુશાન થયુાં િોય તેના માટે િળત૨ મેળિિા તે િકદા૨ બનશ ે .જો આિી રીતે ખરીદેલ અથિા ખરીદિા સમજૂતી થયેલ માલસામગીૂ માાંગ્યા પ્રમાણેના જથ્થામાાં અન ેગણુિત્તા યકુત િોય અન ેતે ફકત એજ કામ માટે ખરીદાયેલી િોય કે ખરીદિા કરા૨ થયેલ િોય તો તેિી માલસામગીૂ અંગે ખરેખ૨ નકુશાન માટે જ આવુાં િળત૨ ચકુિિામાાં આિશ.ે ૫રાંત ુજે માલસામગીૂની ખરીદી અંગે સ૨કા૨શ્રી ત૨ફથી ઈજા૨દા૨ને એડિાન્સ આ૫િામાાં આિેલ િોય તે માલસામગીૂ ઉ૫૨ કોઈ૫ણ જાતના નકુશાનનુાં િળત૨ ચકુિિામાાં આિશે નહિ. આિા િકદાિા માટે નકુશાનનુાં િળત૨ ચકુિિામાાં આિશ ેનિી.ીાં (૨) નોટીસની તારીખથી સાત હદિસ માટે કામે ન રાખી શકાયેલ મજૂરોની બાબતમાાં ૫ણ કોન્રાકટ૨ િળત૨ મેળિિા માટે િકદા૨ બનશ,ે ૫રાંત ુઆ માટે પ્રભારી કાયાપાલક ઈજને૨નો એિો અચભપ્રાય િોિો જોઈએ કે આિા મજૂરો નોહટસના સાત હદિસ ૫િલેાાં કામ ક૨તા િતા અને ઉકત નોટીસની તારીખથી સાત હદિસની અંદ૨ અન્યત્ર રોજમદા૨ મેળિિાની સ્સ્થવતમાાં ન િતા. કોન્રાકટરે આિી નોટીસની તારીખથી સાત હદિસની અંદ૨ અન્યત્ર રોજગા૨ મેળિિાની સ્સ્થવતમાાં ન િતા. કોન્રાકટરે આિી નોટીસની તારીખી આિા કામે ન રાખી શકાયેલ િોય તેિા મજૂરોને અન્ય સ્થળે કામે રાખિાનો પ્રયત્ન ક૨િો જોઈએ. નકુશાનના િળત૨ની ૨કમ બાબતમાાં કાયાપાલક ઈજન૨ેના વનણાય સાથ ેકોન્રાકટ૨ સાંમત ન િોય એિા કેસમાાં, આિા વનણાયની જાણ થયાની તારીખથી એક
District Water & Sanitation Unit, Patan
- 35 -
મહિનાની અંદ૨ પ્રભારી અવિક્ષક ઈજને૨ને અપીલ ક૨િા માટે કોન્રાકટ૨ મકુત ૨િશેે. આિા કેસમાાં અવિક્ષક ઈજને૨શ્રીનો વનણાય કોન્રાકટ૨ માટે આખરી અન ેબાંિનકતાા ૨િશેે. આિા કામના કોઈ અપેચક્ષત ફાયદાની નકુશાની માટે કોન્રાકટ૨ િકકદા૨ બનશ ેનહિ. * The percentage to be withheld should be decided in-each case taking the scale of percentage "adopted for the security deposits in paragraph
209 of the Gujarat Public Works Department Manual Volume 1, as a guide"
CLAUSE 18A :The contractor shall not be entitled to claim any compensation from Govt. on account of delay by Government in the supply of
materials entered in Schedule 'A' where such delay is caused by (i) Non-supply due to short allotment of quota in case materials available under
quota regulations (ii) Difficulties relating to the supply of railway wagon (iii) Force majeure (iv) Act of God (v) Act of the country's enemies or any
other reasonable cause beyond the control of Government.
In the case of such delay in the supply of materials, Government shall grant such extension of time for the completion of the works as shall appear
to the Engineer-in-charge to be reasonable in accordance with the circumstances of the case. The decision of the Engineer-in-charge as for the
extension of time shall be accepted as final by the contractors. (As modified Vide R &B D. G, R. No, TNC - 1096 -18 - 143 - (16) - C dated 11-1-99)
Clause 19: Compensation under the Workmen's Compensation Act: The contractor shall be responsible for and shall pay any compensation
to his workmen which may be payable under the Workmen's Compensation Act, 1923 (VIII of 1923) (hereinafter called the said Act) for injuries
caused to the workmen. If such compensation is paid by Government as principal under sub-section 12(1) of the said Act on behalf of the
Contractor it shall be recoverable by Government from the Contractor under sub-section (2) of the said section. Such compensation shall be
recovered in the manner laid down in clause above.
ખાંડ-૧૯ કામદારોના િળત૨ િારા િઠેળનુાં િળત૨ કામદારોને થયેલ ઈજાઓ માટે કોન્રાકટ૨ જિાબદા૨ ૨િશેે અન ેસને ૧૯૨૩ના કામદારોના િળત૨ અવિવનયમ અન ેસને૧૯૨૩ના આઠમા અને િિ ે૫છી સદ૨ હુાં અવિવનયમ તરીકે ઉલ્લેખાયેલ છે. તે નીચે કામદારોને ચકુિિા યોગ્ય થતુાં કોઈ૫ણ િળત૨ તેણે ચકુિિાનુાં ૨િશેે. જો િળત૨ કોન્રાકટ૨ િતી સદ૨ હુાં અવિવનયમની કલમ-૧૨ ની પેટા કલમ(૧) અન્િય ેસ૨કા૨ મદુલ તરીકે ચકુિે તો સદ૨ હુાં કલમની પેટા કલમ (૨) અન્િય ેકોન્રાકટ૨ પાસેથી સ૨કા૨ તેની િસલુાત કરી શકશ.ે ખાંડ-૧૨માાં ઠરાિેલી રીતે તેનુાં િળત૨ િસલુ ક૨િામાાં આિશે. Clause 20: ROYALTY :-The Contractor shall pay the royalty to the competent authority/local body as per rules. The Contractor shall furnish
quarterly the statement showing quantity of quarried materials, from whom purchased (with full address of the seller) and copies of bills for
purchase to the District Officer of the Mining and Geology Department or authority competent to levy royalty in the area of work, Contractor shall
also furnish such additional information as regards royalty payment to the Royalty authority as may be called for. The royalty charges paid shall be
borne by the Contractor and shall not be reimbursed by the Executive Engineer.
District Water & Sanitation Unit, Patan
- 36 -
ખાંડ-૨૦ રોયલ્ટી કોન્રાકટ૨ વનયમ અનસુા૨ ચકૂિિા પાત્ર થતી રોયલ્ટી સક્ષમ અવિકારી/સ્થાવનક સત્તામાંડળન ેબારોબા૨ ભ૨શે. કોન્રાકટ૨ જે વિસ્તા૨માાં કામ ચાલતુાં િોય તે વિસ્તા૨નાાં ખાણ અન ેભસુ્ત૨ વિભાગ અથિા રોયલ્ટી ઉઘરાિિાના જજલ્લાનાાં સત્તાવિકારીને દ૨ ત્રણ મિીને તેણ ેજેમની પાસેથી રોયલ્ટી પાત્ર માલસામાન ખરીદેલ િોય તે િેચના૨ પાટીના બીલ (તેના પરુાશી૨નામા સાથ)ે ની નકલ સાથેનુાં ૫ત્રક દ૨ ત્રણ મિીને મોકલશે. આ ઉ૫રાાંત રોયલ્ટી ઉઘરાિિા સક્ષમ સત્તાવિકારી માગ ે તે વિશેષ માહિતી ૫ણ કોન્રાકટરે ૨જુ ક૨િાની ૨િશેે. રોયલ્ટીનુાં ભા૨ણ કોન્રાકટરે ભોગિિાનુાં ૨િશેે અન ેઆ પેટે ચકુિેલ ૨કમ તેન ેકાયાપાલક ઈજને૨ પાસેથી મજરે મળશ ેનહિ. Clause 21 : Security Deposit: The person/persons whose tender is accepted ( hereinafter called the "Contractors" which expression shall, unless
excluded by, or repugnant to the context include his Legal heirs, executors, administrators andassigness) shall (a) Deposit with the Executive
Engineer a sum sufficient to make up the full security deposit specified in the tender within a period of 10 days from the date of receipt of the
Notification of acceptance of his tender, or (b) (i) deposit fifty percentage of the total security deposits as specified in the tender form with the
Executive Engineer in DD/FDR of Scheduled or Nationalized Banks If the security deposit is not paid within the above specified time, no work
order will be issued till the issue, about delay is finally decided by the competent authority. (b) (ii) The VWSC,NAVIKUVARshall be deemed to
have been authorized to deduct the balance of fifty percentage of the security deposit as specified in the tender form from the amounts that
become payable to the contractor for the work done under the contract from time to time, such deduction shall not exceed ten percentage of the
amount so payable and the whole amount paid in cash or by way of deduction shall be held by VWSC,NAVIKUVARby way of security deposit. All
compensation, Liquidated damages or other sums or money payable by the contractor hto Government under the terms of this contract shall be
deducted from or recouped by the realization of a sufficient part of his security deposit, or from the interest arising there from or performance bond
or from any sums which may due or may become due by Government to the Contractor on any account whatsoever and whether in respect of this
contract, any other contract, or otherwise. In the event of his security deposit being reduced by reason of any such deduction or recumbent as
aforesaid, the contractor shall within ten days The security deposit, when paid as above shall at the cost of the depositor, be converted into
interest bearing Government securities in the name of Executive Engineer provided that the depositor has expressly desired this in writing. If the
full amount of the security deposit to be paid as above within the period specified above, is not paid the tender/contract already accepted shall be
considered as cancelled and legal steps shall be taken against the contractor for recovery of the amounts.
Fifty percentage of the Security Deposit along with performance bond shall become refundable within 15 days after the final completion
certificate is issued as per Clause-7. All dues under this contract or other contract, or otherwise shall be recovered from the aforesaid
amount of fifty percentage of the said security deposit and the balance shall be refunded within fifteen days after the final certificate is
issued as per clause 7. The remaining fifty percentage of the security deposit shall be refunded after the expiry of the Defect Liability
District Water & Sanitation Unit, Patan
- 37 -
period as per clause 17 and 17-A after deducting there from the amount of expenses, if any, due to VWSC,NAVIKUVARunder this
contract. ( See Performance bond on page no 39 )
ખાંડ-૨૧ જામીન ગીરી અનામત જેમનુાં ટેન્ડ૨ સ્િીકા૨િામાાં આિ ેતેિી વ્યહકત/વ્યહકતઓ (જેમનો િિ ે૫છી “કોન્રાકટ૨” તરીકે ઉલ્લેખ ક૨િામાાં આવ્યો છે અન ેજેમાાં એ શબ્દ પ્રયોગના સાંદભામાાં બાકાત ન ૨ખાયેલ િોય અથિા પ્રવતકળૂ ન િોય તો તેમાાં તેમના િા૨સો, એકઝકયટુરો, િિીિટકતાાઓ મખુત્યારોનો ૫ણ સમાિેશ થાય છે. ટેન્ડ૨ સ્િીકાયાાનો ૫ત્ર મળ્યેથી દસ હદિસમાાં-
(ક) ટેન્ડ૨માાં જામીનગીરીની અનામત તરીકે દશાાિેલ ૨કમ ડીમાન્ડ ડ્રાફટ/એફ.ડી.આ૨ના સ્િરૂપ ેઅવિક્ષક ઈજને૨શ્રીના નામની ખાતામાાં જમા કરાિશ ેઅન ેબાકી ૨િતેી ૫૦ટકા જેટલી ૨કમ કોન્રાકટ૨ િઠેળ કરેલ કામ પેટે સમયે ચકુિિા પાત્ર થતી ૨કમમાાંથી બાદ ક૨િાનો સ૨કા૨ને અવિકા૨ પ્રાપત થયો ગણાશ.ે
કોન્રાકટરે આ કોન્રાકટ૨ની કલમો િઠેળ ચકુિિા પાત્ર કોઈ૫ણ પ્રકા૨નુાં િળત૨ નકુશાની ૫તાિટની ૨કમ કે બીજા લ્િાણી ૨કમ કે નાણાાંની જામીન અનામત, તેના ૫૨ ચડલેા વ્યાજ કે કામગીરી જામીન ખતની ૨કમમાાંથી કે િિ ે૫છી સ૨કા૨ ઘ્િારા આ કોન્રાકટ પેટે કે બીજા કોઈ ૫ણ કોન્રાકટ પેટે કે બીજી કોઈ રીતે કોન્રાકટ૨ને ચકૂિિા પાત્ર થયેલ કે થના૨ ૨કમમાાંથી જામીન અનામતો આખી કે અંશતઃ િટાિી તેમાાંથી ઉ૫જતી ૨કમમાાંથી જરૂ૨ પ્ર૨તી ૨કમ બાદ કરી શકશ ેકે સ૨ભ૨ કરી શકાશે. આ પ્રકારે ૨કમ બાદ કે સ૨ભ૨ ક૨િાથી જામીન અનામતની ૨કમમાાં જેટલી ઘટ ૫ડ ેતે ઘટ પ્ર૨િા જેટલી ૨કમ કે ૨કમો ઘટ ૫ડયે દસ હદિસમાાં કોન્રાકટરે રોકડમાાં અથિા પ્રથમ જણાવ્યા પ્રમાણે તબદીલ કરેલ જામીનગીરીઓ સ્િરૂપે ભ૨પાઈ ક૨િાની ૨િશેે. રોકડમાાં ભરેલ જામીન અનામત, વ્યાજુ કી સ૨કારીજા મીનગીરીમાાં રૂપાાંત૨ ક૨િા જો કોન્રાકટ૨ લેચખત રીતે માાંગણી કરે તો કાયાપાલક ઈજને૨ કોન્રાકટ૨ના ખચ ેપોતાના નામમાાં તેવુાં રૂપાાંત૨ ક૨િાનુાં ૨િશેે. ૫રાંત ુઆ રૂપાાંત૨ ક૨તી િખત ેએ શ૨ત પાળિાની ૨િશેે કે કુલ જામીન અનામતના ૫ચ્ચીસ ટકાનાની બચતના રોકાણમાાં અથિા નમાદા યોજના અંગેની બાાંિી મદુતની થા૫ણમાાં જ રાખિાના ૨િશેે. જામીન અનામત ૫ી કી રોકડમાાં ચકૂિિાની ૨કમ જો ઉ૫૨ વનદેશેલ સમયમાાં પરેુપરુી જમા કરાિિામાાં નિી આિ ેતો સ્િીકારાયેલ ટેન્ડ૨ / કોન્રાકટ ૨દ થયેલ ગણિામાાં આિશ ેઅન ે૨કમ િસલુ ક૨િા કોન્રાકટ૨ સામ ેકાયદેસ૨ના ૫ગલાાં લેિામાાં આિશે.
જામીનગીરી અનામતની અન ેકામગીરી જામીનખતની ૫ચ્ચાસ ટકા ૨કમ કલમ-૧૪ પ્રમાણેનો આખરી પ્રણાતા દાખલો આ૫િામાાં આવ્યથેી પાંદ૨ હદિસમાાં ૫૨ત આ૫િા પાત્ર થશે. આ કોન્રાકટ કે બીજા કોઈ કોન્રાકટ િઠેળ કે બીજા કોઈ કા૨ણસ૨, લ્િણેી ૨કમ કોન્રાકટ૨ પાસેથી િસલુ થિા પાત્ર ૨કમ જામીન અનામતની ઉ૫૨ જમાિેલ ૫ચાસ ટકા ૨કમમાાંથી િાળી લેિામાાં આિશ ેઅન ેબાકીની ૨કમ કલમ મજુબનુાં આખરી પ્રમાણ૫ત્ર અપાયા ૫છીની પાંદ૨ હદિસ બાદ ૫૨ત ક૨િામાાં આિશે. બાકીના ૫ચાસ ટકા ૨કમ કલમ િઠેળ જણાિેલ .“કોન્રાકટ\ની ખામીઓ દુ૨ ક૨િાની જિાબદારીનો સમયગાળો
District Water & Sanitation Unit, Patan
- 38 -
પરુો થયા બાદ ૫ીાંદ૨ હદિસમાાં સ૨કા૨ને આ કોન્રાકટ પેટે કાંઈ ખચા થયો િોય તો તે પેટે લ્િાણી ૨કમ બાદ કરી, ૫૨ત ક૨િામાાં આિશે. (કામગીરી જામીનખતના નમનુા માટે જુઓ પષૃ્ઠ ૩૯)
Clause No.22 : liquidated damages for delay :-
(i) If the Contractor fails to complete the work under contract by the stipulated date, he shall pay liquidated damages of Rs. 0.1 percentage of
the contract value per day from the date of delaying the said work upto the date of completion and handing over to the Government
(ii) However also if the contractor fails to complete any part of the work as designated in Schedule (c) by the time indicated against such part,
he shall pay Liquidated damages per day from the date of delaying the said part of the work up to the date of completion of the said
designated part at the rates shown in the said schedule of the contract Value of such part for such failure till the said designated part is
completed.
(iii) The aggregate maximum of liquidated damages payable under this clause shall not exceed Rs. 0.1 percentage of contract value per day
and shall be subject to the maximum amount of ten percent of the estimated amount put to tender
(iv) Delays requiring payment of ten percent liquidated damages of the amount put to tender for performance shall be sufficient cause for
termination of contract and for forfeiture of security deposit and registration of the contractor shall also be kept in abeyance for three years
from the date as fixed in all such cases.
ખાંડ-૨૨ િીમી પ્રગવત બદલ નકુશાની ૫તાિટ જો કોન્રાકટ૨ કરા૨ િઠેળનુાં કામ વનિાારીત સમયમાાં પરુૂ ક૨િામાાં વનષ્ફળ જશે તો સદ૨ કામ પરુૂ કરી સ૨કા૨ને
તેનો કબજો સોં૫િાની ઢીલના દરેક હદિસ માટે કામનો કરા૨ મજુબની હકિંમતના ૦.૧ટકાના દરેભ નકુશાની ૫તિણી ભ ચકુિશે.
(૨) આ ઉ૫રાાંત અનસુચૂચભગભમાાં વનહદિવશત કામનો જે તે ભાગ તેમાાં દશાાિેલ સમયમાાં પરુો ક૨િામાાં કોન્રાકટ૨ વનષ્ફળ જાય તો તે બદલ ૫ણ કામનો
વનદેવશત ભાગ પરુૂ ક૨િામાાં ઢીલ શરૂ થયા તારીખથી તે ભાગ પરુો થાય ત્યાાં સિુીના દરેક હદિસ માટે અનસુચૂચભગભમાાં તે ભાગ સામે દશાાિેલ દરેભ નકુશાની
૫તિણીભ ચકુિશે.
(૩) આ કલમ િઠેળ ચકુિિા પાત્ર“ નકુશાની ૫તિણી”ની એકાંદરે મિત્તમ દૈવનક દ૨ કરા૨ મજુબ કામની હકિંમતના રૂા.૦.૧ ટકાથી િધ ુલેિામાાં આિશ ેનિી
અન ેિસલુાત પાત્ર સમગ“ૂ નકુશાની ૫તિણી”ની એકાંદરે ૨કમ ટેન્ડ૨માાં મકેુલ કામની અંદાજી હકિંમતના ૧૦ટકાની ટોચ મયાાદાને આવિન ૨િશેે.
District Water & Sanitation Unit, Patan
- 39 -
(૪) ટેન્ડ૨માાં દશાાિેલ કામની અંદાજી હકિંમતના ૧૦ટકા સિુી ભ નકુશાની ૫તિણી ભ ચકુિિી ૫ડ ેતેિા વિલાંબ, કામનાાં કરા૨નો અંત લાિિા તથા જામીન અનામત જપત ક૨િા પ૨ુત ુાં કા૨ણ ગણાશ ેઅન ેઆિા હકસ્સાઓમાાં નકકી ક૨િામાાં આિ ેતે તારીખથી ત્રણ િ૨સ સિુી કોન્રાકટ૨ની નોંિણી મોકુફ રાખિામાાં આિશે.
Signature of contractor Unit Manager CHAIRMAN, VWSC, NAVIKUVAR
PATAN
District Water & Sanitation Unit, Patan
- 40 -
SCHDULE – C
Time Schedule, for completion of different designated parts of the work and rate of liquidated damages to be paid by the Contractor, if
he fails to complete the part of work within stipulated time limit is as detailed below:
Time Schedule of Completion
Percentage of time of the total
time limit
1
Percentage
of work
2
Rate of liquidated
damages per day
3
RCC Work of SUMP
25%
50%
75%
100%
10%
40%
80%
100%
0.1%
0.1%
0.1%
0.1%
Note :-Total Time limit for completion of work shall be THREE Month after approval.
Clause 23 : Action when progress of any particular proportion of the work is unsatisfactory: If the progress of any particular portion of the
work is unsatisfactory, the Executive Engineer shall not with standing that the general progress of the work is in accordance with the
conditions mentioned in clause 22, be entitled to take action under clause 13 after giving the contractor(s) 10 days notice in writing. The
contractor(s) will have no claim for compensation for any loss sustained by him/them owing to such action.
ખડં-૨૩ કામના કોઈ૫ણ ખાસ ભાર્ની પ્રર્નત સતંોષ કા૨ક ન હોય ત્યારે લેવાના ૫ર્લા ંજો કામનો કોઈ૫ણ ખાસ ભગની પ્રગવત અસાંતોષકા૨ક લાગ ેતો કામની સામાન્ય પ્રગવત ખાંડ-૨૨માાં જણાિેલી શ૨તો અનસુા૨ની િોિા છતાાં કાયાપાલક ઈજને૨ કોન્રાકટ૨ને દસ હદિસની લેચખત નોટીસ આપીને (ખાંડ-૧૩)ની નીચ ે૫ગલાાં લેિા િકદા૨ ૨િશેે.તેવુાં ૫ગલુાં લેિાયાથી તેન ેકાાંઈ૫ણ નકુશાન થાય તો તેના િળત૨ માટે કોન્રાકટ૨નો દાિો ૨િશેે નહિ.
District Water & Sanitation Unit, Patan
- 41 -
Clause 24 : Liability for damages arising from non- provision of light, fencing etc : The contractor shall provide all necessary fencing and
lights required to protect the public from accident and shall be bound to bear the expenses for defence of every suit, action or other legal
proceedings that may be brought by any person for injury sustained by him owing to neglect of the above precautions and to pay any
damages and costs which may be awarded to any such person in any such suit, action of proceedings or which may, with consent of the
contractor(s) be paid for compromising any claim to any such person.
ખાંડ-૨૪ બત્તી કે િાડના પ્રબાંિોના અભાિ ેથતાાં નકુશાનની જિાબદારી અંગે લોકોને અકસ્માતથી બચાિિા માટે જરૂરી એિી િાડ અન ેબત્તી કોન્રાકટરે પ્રરી પાડિાની ૨િશેે અન ેઉ૫૨ની સાિચેતીના ૫ગલાાં લેિામાાં થયેલ બેદ૨કારીને અંગે કોઈન ેકાંઈ ઈજા િોય તો તે અંગે કોઈ કાયદેસ૨ કાયાિાિી ચલાિ ે કે ૫ગલાાં લ ેતેિા દરેક કેસના બચાિ માટે થતુાં ખચા ભોગિિા માટે અન ેકોઈ માણસ આિો દાિો કરે ત્યારે આ અંગે કાાંઈ ૫ગલાાં લિેાયા િોય અથિા કાયાિાિી થઈ િોય અથિા કોન્રાકટ૨ની સાંમવત સાથ ે૫તાિટ અથ ેઆિા (ઈજાપામેલા) માણસોન ેઆ૫િાની થતી ૨કમ િગેરે તમામ ખચા અન ેનકુશાન ભોગિિા માટે કોન્રાકટ૨ જિાબદા૨ થશે.
Clause 25 - Liability of contractor for any damage done in or outside work area :- Compensation for all damages done intentionally or
unintentionally by contractor(s)'s labour whether in or beyond the limits of Government property including any damage caused by the
spreading of fire mentioned in clause shall be estimated by the Executive Engineer or such other officer as he my appoint and the
estimates of the Executive Engineer subject to the decision of the Superintending Engineer on appeal, shall be final and the contractor(s)
shall be bound to pay the amount of the assessed compensation on demand. On his/their failure to do so the same will be recovered from
the contractor(s) as damage in the manner prescribed in clause or deducted by the Executive Engineer from any sums they may be due or
may become due from the Government to the contractor(s) under this contract or otherwise.
ખાંડ-૨૫ કામના વિસ્તા૨ની અંદ૨ કે બિા૨ થયેલ કોઈ૫ણ નકુશાન માટે કોન્રાકટ૨ની જિાબદારી ખાંડમાાં જણાિેલી આગ ફેલાિિાના કા૨ણે થતાાં કોઈ૫ણ નકુશાન સહિત કોન્રાકટ૨ના મજૂરોને િતે ૂપ્રિાક કે િતે ુ વિના સ૨કારી વમલ્કતની િદની અંદર કે બિા૨ના કરેલાાં સઘળાાં નકુશાનના િળત૨નો અંદાજ કાયાપાલક ઈજને૨ કે તેની મેત ેિાબીજા અમલદા૨ કાઢશે અન ેઅ૫ીીલ થતાાં અવિક્ષક ઈજન૨ેના વનણાયને આિીન એિા આ કાયાપાલક ઈજને૨ના અંદાજો આખરી ૨િશેે અન ેમાાંગણી થયથેી આકારાયેલી િળત૨ની ૨કમ ચકૂિિા માટે કોન્રાકટ૨ બાંિાયેલો ૨િશેે. તમે ક૨િામાાં કસ૨ૂ થયેથી ઉ૫૨નાાં ખાંડમાાં ઠરાિેલી રીતે નકુશાની તરીકે તેન ેકોન્રાકટ૨ પાસેથી િસલુ ક૨િામાાં આિશે અથિા આ કરા૨ની ચે કે બીજી કોઈ રીતે સ૨કા૨ પાસેથી કોન્રાકટ૨ની લ્િણેી થતી કે થના૨ કોઈ૫ણ ૨કમમાાંથી કાયાપાલક ઈજને૨ તે ૨કમ બાદ ક૨શે.
Clause-26 : Work on Sunday: No work shall be done on Sunday without the sanction in writing of the Executive Engineer.
District Water & Sanitation Unit, Patan
- 42 -
ખાંડ ૨૬ ૨વિિારે થતાાં કામ બાબત કાયાપાલક ઈજને૨ની લેચખત માંજુરી વસિાય ૨વિિારે કોઈ૫ણ કામ કરી શકાશે નહિ.
Clause 27-Theemployment of donkeys and I or other animals and the payment of fair wages: For Asphalt work(s) as far as possible, only
the adult persons should be employed by the contractor. If the adult persons are not available, then the children below the age of 15 (Fifteen
years) should not be employed under any circumstance.
કોન્રાકટ૨ પાંદ૨ િષાથી ઓછી ઉંમ૨ની વ્યહકતને કામે લગાડશે નહિ.
(ii) No contractor shall employ donkeys or other animals with breaching of string or thin rope. The breaching must be at least three
inches wide and should be of tape ( Nawar).
(૨) કોન્રાકટ૨ ગિેડા અથિા બીજા પ્રાણીઓના પીઠના ભાગ ૫૨ ઝીણી દોરી અથિા પાતળાં દો૨ડુાં બાાંિીને તેમને કામે લઈ શકશે નહિ. પીઠ ભાગ ૫૨ બાાંિિા ઓછામાાં ઓછી ૩ ઈંચ ૫િોળી ફીત (નિા૨) કામમાાં લેિી.
(iii) No animal suffering from sores, lameness or emaciation or which is immature shall be employed on the work.
(૩) િારાિાળાાં, ખોડાંગાતા અથિા કૃશ કે નાના પ્રાણીને કામે રાખી શકાશે નહિ.
(iv) The Engineer-in-charge or his agent is authorised to remove from the work any person or animal found working which does not
satisfy these conditions and no responsibility shall be accepted by Government for any delay caused in the completion work by
such removal.
(૪) આ શ૨તો મજુબ ન િોય તેિી કોઈ૫ણ વ્યહકત કે પ્રાણી કામ ક૨તી / ક૨તુાં માલમુ ૫ડ ેતો તેન ેકામ ૫૨થી દુ૨ ક૨િાની સત્તા િિાલાના ઈજન૨ેને કે તેમના એજન્ટન ેઅન ેઆિી રીતે કોઈ વ્યહકત કે પ્રાણીન ેદૂ૨ ક૨િાથી થયેલ કોઈ૫ણ વિલાંબ માટે સ૨કા૨ની કોઈ જિાબદારી ૨િશેે નહિ.
(v) The contractor shall pay fair and reasonable wages to the workman employed by him in the contract undertaken by him. In the event of
any dispute arising between the Contractor and his workmen on the grounds that the wages paid are not fair and reasonable, the dispute
shall be· referred without delay to the Engineer-in-charge who shall decide the same. The decision of the Engineer-in-charge shall be
conclusive and binding on the Contractor, but such decision shall not in any way affect the conditions in the contract regarding the payment
to be made by Government at the sanctioned tender rates.
(૫) પોતે િાથ િરેલા કોન્રાકટ માટે કામે રાખેલ કામદારોને કોન્રાકટરે િાજબી િેતન ચકૂિિાનુાં ૨િશેે. ચકૂિેલ િાજબી ન િોિાના મદુદા ૫૨ કોન્રાકટ૨ અને તેમના કામદારો િચ્ચે કોઈ ઝઘડો ઉભો થાય તો એ ઝઘડો વિના વિલાંબે િિાલાના ઈજને૨ન ે સોં૫િામાાં આિશ ેઅને તે અંગ ેતેઓ વનણાય આ૫શે.
District Water & Sanitation Unit, Patan
- 43 -
િિાલાના ઈજને૨નો વનણાય કોન્રાકટ૨ માટે વનણાાયક અને બાંિનકતાા ૨િશેે. ૫રાંત ુ આ વનણાયથી માંજુ૨ કરેલા ટેન્ડ૨ના દરે સ૨કારે ક૨િાની થતી ચકૂિણીને લગતી કોન્રાકટમાાંની શ૨તોને કશી અસ૨ થશે નહિ.
Clause 28 :- Method of payment: Payment to contractor shall made by VWSC, NAVIKUVARin the account of contractor by online procedure
ખડં-૨૮ ચકૂિણીની ૨કમ કોન્રાકટ૨ને તેના ખાતામાાં ગ્રામ્ય પાણી અને સ્િચ્છતા સવમવતની કચેરી દ્રારા જમા કરાિિામા આિશે.
Clause 29 :- Acceptance of conditions compulsory before tendering for work : Any contractor who does not accept these conditions shall not
be allowed to tender for works and his name shall be removed from the list of the contractor.
ખડં-૨૯ કામ માટે ટેન્ડ૨ ભ૨તાાં ૫િલેાાં શ૨તોનો ફ૨જીયાત સ્િીકા૨ જે કોઈ કોન્રાકટ૨ આ શ૨તોનો સ્િીકા૨ ન કરેતેને કામો માટે ટેન્ડ૨ ભ૨િા દેિામાાં નહિ આિે અને તેનુાં નામ કોન્રાકટ૨ની યાદીમાાંથી કમી ક૨િામાાં આિશ.ે
Clause 30-Employment of scarcity labour: If Government declares a state of scarcity or famine to exist in any village situated within 16
kilometers of the work, the Contractor shall employ upon such parts of the work, as are suitable for unskilled labour, any person certified to him by
the 'Executive Engineer or by any persons to whom, the Executive Engineer may have delegated this duty in writing to be in need of relief and
shall be bound to pay to such persons, wages not, below the minimum which Government may have fixed in this behalf. Any disputes which may
arise in connection with the implementation of this clause shall be decided by the Executive Engineer whose decision shall be final and binding on
the contractor. ખડં-૩૦ અછતગસૂ્ત વિસ્તા૨ના મજૂરો કામે રાખિા બાબત કામના સ્થળેથી ૧૬ હકલોમીટ૨ની અંદ૨ આિેલા કોઈ૫ણ ગામમાાં અછતની અથિા દુષ્કાળની સ્સ્થવત પ્રિતતી િોિાનુાં સ૨કા૨ જાિ૨ે કરે, તો જેમાાં કુશળ કારીગરોની જરૂ૨ ન િોય તેિા કામના કોઈ૫ણ ભાગ ઉ૫૨ કોન્રાકટરે, િિાલાના ઈજને૨ અથિા તેમણ ેતે અંગેની ફ૨જ જેને લેચખત રીતે સોં૫ીી િોય તેિી વ્યહકતએ જે વ્યહકતઓને રાિતની આિશ્યકતા િોિાનુાં પ્રમાણ૫ત્ર આપયુાં િોય તેમને કામે રોકિાના ૨િશેે અન ેઆ અંગે સ૨કારે જે દ૨ નકકી કયો િોય તેથી ઓછા ન િોય એિા દરે આિી વ્યહકતઓને િતેન ચકૂિિા તે બાંિાયેલા ૨િશેે. આ ખાંડના અમલ ૫૨ત્િ ેકોઈ૫ણ તકરા૨ ઉ૫સ્સ્થત થાય તો તેનો વનણાય િિાલાના ઈજન૨ે ક૨શે અન ેતે વનણાય કોન્રાકટ૨ માટે આખરી અન ેબાંિનકતાા ૨િશેે. Clause 31-Requirement of labourers from Employment Exchange: The contractor should as far as possible obtain his requirement of
labourers, skilled and unskilled, from the nearest Employment Exchange so as to utilise the local employment potential. If there are no local
Employment Exchanges or such Exchanges are not able to provide the required labourers locally, suitable local labourers should be utilised to the
District Water & Sanitation Unit, Patan
- 44 -
maximum extent possible.
Clause 32-Vaccination against small-pox: The contractor shall employ only such labourers who shall produce a valid certificate of having been
vaccinated against small-pox within a period of last three years.
Clause 33-Supply of Gum-boots :Contractor shall have to arrange for the supply of gumboots, hand gloves, mask etc. invaribly to the labourers
engaged by the contractor on asphalt work. Contractor shall have also to arrange for the facility of first-aid-box at the site of work for immediate
relief at the time of accidents.
Clause 34 :Price variation clause: The rates are firmed & fixed.No escalation/variation shall be applicable for this tender.
Clause 35-Material and Sanitary arrangement in Labour camps:
1 Huts: The contractor shall build sufficient number of huts on a suitable plot of land for the use of the labourers according to the
following specifications:
(1) Huts of bamboos and grass may be constructed.
(2) A good site shall be selected. High ground removed from jungle but well provided with trees shall be chosen wherever it is available.
The neighborhood of rank jungle, grass or weeds should particularly be avoided. Camps should not be established close to large
cuttings of earth-work.
(3) The lines of huts shall have open spaces of at least 10m. between rows. When a good natural site cannot be procured, particular
attention should be given to the drainage.
(4) There should be no over-crowding. Floor space at the rate of 2.8 sq.m. per head shall be provided. Care should be taken to see that
the huts are kept clean and in good order.
(5) The contractor must find out his own land and if he wants Government land, he should apply for it and pay assessment for it.
2. Drinking Water :The contractor shall as far as possible, provide an adequate supply of chlorinated pure potable water for the use of
labour. This provision shall be at the rate of not less than 45 liters per head. No provision need-be made where there is a suitable
nalla, river or well within 0.4 km. of the camp. However arrangement should as far as possible be made to chlorinate water by
chlorine tablets before it is allowed for drinking purpose.
3. The contractor shall construct semi permanent latrines for the use of labourers on the following scale, namely: (a) Where females
are employed, there shall be at least one latrine for every 25 females.
(b) Where males are employed, there shall be at least one latrine for every 25 males.
Provided that where the number of males or females exceed 100, it shall be sufficient if there is one latrine for every 25 males or
District Water & Sanitation Unit, Patan
- 45 -
females, as the case may be, upto the first 100 and one for every 50 thereafter.
4. Privacy in latrines: Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have a proper door and
fastenings.
5. Notice to be displayed outside latrines and urinals: (1) Where workers of both sexes are employed there shall be displayed
outside each block of latrine and urinal a notice in the language understood by the majority of the workers 'For Men only or 'For
Women only' : as the case may be.
5. (2) The notice shall also bear the figures of a man or of a women, as the case may be.
6. Urinals: There shall be at least one urinal for male workers upto 50 and one for female workers upto 50 employed at a time,
Provided that where the number of male or female workmen, as the case may be, exceeds 50, it shall be sufficient if there is one
urinal forevery 50 males or females upto the first 500 and one for every 100 males or females or part thereof.
7. Latrines and Urinals to be accessible: (1) The latrines and urinals shall be conveniently situated and accessible to workers at all
times at the establishment.(2) (i) The latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary
Condition at all times (2) (ii) Latrines and urinals other than those connected with a flush sewage system shall comply with the
requirements of the Public Health authorities.
8. Water for latrines and urinals: Water shall be provided by means to taps or otherwise, so as to be conveniently accessible in or
near the-latrines and urinals.
9. Bathing and washing places: (1) The contractor shall construct sufficient number of bathing places; every unit of 20 persons being
provided with a separate bathing place. (2) Washing places should also be provided for the purpose of washing clothes. Every unit
of 30 persons shall have at least one washing place. (3) such bathing and washing places should be suitably screened and separate
places provided for male and female workers. (4) Such facilities shall be conveniently accessible and shall be kept in clean and
hygienic condition.
10 Drainage : The contractor shall make sufficient arrangement for draining away the suwage water as well as water from the bathing
and washing places and shall dispose Off this waste water in such a way as not to cause nuisance. The contractor should obtain a
permission from the Gujarat Water pollution Control Board, Gandhinagar, if Water is to be drained in river or near the well. The
contractor would put mineral oil once in a week in stagnant water round about the residences.
11. Medical facilities: The contractor shall engage a medical officer with a traveling dispensary for a camp having 500 or more persons
if there is no Government or other private dispensary situated within 6km. from the camp.
12. Conservancy and cleanliness: The contractor shall provide the necessary staff for effecting the satisfactory conservancy and
District Water & Sanitation Unit, Patan
- 46 -
cleanliness of the camp to the satisfaction of the Engineer-in-charge. Atleast one sweeper per 200 persons should be engaged.
Conservancy staff should dump refuge in compost pit, away from the labour camp.
13. Health Provisions: The District Health officer of the District or the Deputy Director of Health Services shall be consulated before
opening a labour camp and his instructions on matters, such as the water supply, sanitary convenience, the campsite,
accommodation and food supply shall be followed by the contractor.
14. Precautions against epidemic: (a) The authorities in charge of the colonies should get the labourers inoculated against cholera
and plague and vaccinated against smallpox at the time of recruitment, if they are not inoculated or vaccinated within 6 months or 3
years respectively prior to the date of recruitment.
(b) When, in any labour camp there is an out break of epidemic disease or is threatened with such an outbreak, the authorities in
charge of the labour camps should ensure that all the inmates of the labour colonies are inoculated or vaccinated as the case may
be, depending on the diseases, within 72 hours after the outbreak.
(c) The authorities in charge of the labour colony should arrange to communicate by wire regarding the outbreak of the epidemic
diseases on the very day of the outbreak, to the Mamlatdar of the Taluka, the District Health officer or to the Deputy Director of
Public Health in charge of that area and the Director of public Health. Thereafter they should continue to send daily reports to the
above officers in the prescribed form regarding the progress of the epidemic disease.
(d) When the authorities in charge of the labour colony suspect or have reason to believe that any inmate of the labour colony is
suffering from the infections or contagious disease, they shall forthwith arrange for the segregation of such persons to isolated huts
to be specifically provided for the purpose and also for their treatment.
(e) As regional malaria epidemic outbreaks are likely to occur in such project areas, the authorities in-charge of the labour colonies
should report promptly the occurrence of unusual incidence of cases of malaria and also inform the District Health Officers of the
District, Deputy Director of Public Healthy (Malaria) and the Director of Public Health and also arrange to institute all necessary
antimalarial measures as may be advised by the officials of the Public Health Department.
(f) The authorities in charge of the colonies should also arrange to carry out any other measures that may be recommended by the
officials of the Public Health Department necessary to prevent or control the spread of disease.
15. Rest rooms: (1) In every place wherein contract labour is required to halt at night in connection with the contract works and in
which employment of contract labour is likely to continue for three months or more, the contractor shall provide and maintain rest
rooms or other suitable alternative accommodation within fifteen days of the commencement of employment of contract labour.
(2) If the above amenity is not provided by the contractor within the period prescribed, the principal
District Water & Sanitation Unit, Patan
- 47 -
employer shall provide the same within a period of fifteen days of the expiry of the period specified in (1) above.
(3) Separate rooms shall be provided for women employees.
(4) Effective and suitable provision shall be made in every room for securing and maintaining adequate ventilation for the circulation
of fresh air and there shall also be provided and maintained sufficient and suitable natural or artificial lighting.
(5) The rest room or other suitable alternative accommodation shall be of such dimensions as to provide at least a floor area of 1.
sq. mt. for each person making use of the rest room.
(6) The rest rooms or other suitable alternative accommodation shall be so constructed as to afford adequate protection against
heat, wind, rain and shall have smooth, hard and impervious surface.
(7) The rest rooms or other suitable alternative accommodation shall be at a convenient distance from the establishment and shall
have adequate supply of wholesome drinking water.
16. Canteen facilities: (1) In every establishment of contract work and wherein work regarding the employment of contract labour is
likely to continue for six months and wherein contract labour numbering one hundred or more are ordinarily employed, the
adequate canteen facilities shall be provided by the contractor for the use of such contract labour within 60 days of the
commencement of the employment of contract labour in the case of new establishments."
(2) If the contractor fails to provide the canteen facilities within the time laid down the same shallbe provided by the principal
employer within sixty days of the time allowed to the contractor.
(3) The canteen shall be maintained by the contractor or principal employer of the case may be in an efficient manner
17. Accomodation in canteen: (1) The canteen shall consist of at least dining hall, kitchen, storeroom, pantry arc washing places
separately for workers and for utensils.
2 (i) The canteen shall be sufficiently lighted at all times where any person has access to it.
(ii) The floor shall be made of smooth and impervious materials and inside walls shall be lime-washed or colour-washes at least
once in each year, provided that the inside-walls of the kitchen shall be lime-washed every four months.
3 (i) The premises of the canteen shall be maintained in a clean and sanitary condition.
(ii) Waste water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause nuisance.
(iii) Suitable arrangements shall be made for the collection arid disposal of garbage.
18. Accommodation in dining hall: (1) The dining hall shall accommodate at a time, atleast 30% of the contract labour working at a
time. (2) The floor area of the dining hall excluding the. area occupied by the service counter and any furniture except tables and
District Water & Sanitation Unit, Patan
- 48 -
chairs shall be not less than one squaremeter per dinner to be accommodated as prescribed in above (1).
(3) (i) A portion of the dining hall and service counter shall be partitioned and reserved for women workers, in proportion to their
numbers. (ii) Washing places for women shall be separate and screened to secure privacy.
(4) Sufficient tables, stools, chairs or benches shall be available for the
19. Equipment in canteen: (1) (i) There shall be provided and maintained sufficient utensils, crockery, cutlery, furniture and any other
equipment necessary for the efficient running of the canteen.
(ii) The furniture utensils and other equipment shall be maintained in a clean and hygenic condition.
(2) (i) Suitable clean clothes for the employees serving in the canteen shall also be provided and maintained.
(ii) A service counter, if provided, shall have a top of smooth and impervious materials.
(iii) Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils and equipment.
20. Food stuff to be served: The food stuffs and other items to be served in the canteen shall be in conformity with the normal habits
of the contract labour.
21. Prices to be displayed: The charges for food stuffs, beverages and any other item served in the canteen shall be based on "no
profit, no loss" and shall be conspicuously displayed in the canteen.
22. Canteen to be run on "No-profit no loss" basis: In arriving the prices of food stuffs and other articles served in the canteen, the
following items shall not be taken into consideration as expenditure namely.
(a) the rent for the land and building.
(b) the depreciation and maintenance charges for the building and equipment provided for in the canteen.
(c) the cost of purchase, repairs and replacement of equipment including furniture, crockery, cutlery and utensils.
(d) the water charges and other charges incurred for lighting and ventilation.
(e) the interest on the amounts spent on the provisions and maintenance of furniture and equipment provided for in the canteen.
The local officers should check up whether, facilities as offered and which are admissible under the existing rules an orders are
made available to the workers and enforce upon the contractors the necessity of adhering to the instructions for promotion of
welfare of the workers according to the terms of the contract.
23. BOOKS OF ACCOUNTS AND REGISTERS OF THE CANTEEN : The books of accounts and registers and other documents used
in connection with the running of the canteen shall be produced on demand to an inspector.
District Water & Sanitation Unit, Patan
- 49 -
24. AUDIT OF THE ACCOUNTS OF THE CANTEEN: The accounts pertaining to the canteen shall be audited 0 every 12 months by
registered chartered accountants and auditors.
Provided that the Labour Commissioner may approve of any other person to audit the accounts, if he is satisfied that is not feasible
to appoint a registered accountant and auditor in view of the site or the location of the canteen.
Clause 36-Contractor to supply plant, ladders, scaffolding etc, and is liable for damage arising from nonprovision of lights, fencing etc.:
The contractor shall supply at his own cost all materials (except ,such special materials if any, as may, in accordance with the contract to be
supplied from the Public Health Works Stores), plant, tools appliances, implements, ladders, cordage, tackle, scaffolding and any temporary works
which may be required for the prop execution of the work whether in the original, altered or substituted form and whether included in the
specifications or other documents forming part of the contract or referred to in these conditions or not arid which may be necessary for the
purpose of satisfying or complying with requirements of the Engineer-in-charge as to any matter or to which under these condition he is entitled to
be satisfied or which he is entitled to require together with carriage therefore to and from the work.
The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting
out works and counting, weighting and assisting in the measurement or examination at any time and from time to time, of the work or the
materials. Failing this, the same may be provided by the Engineer-in-charge at the expense e Contractor and the expenses may be deducted from
any money due to the Contractor under the contract or from his security deposit, or proceeds of sale thereof or of a sufficient portion thereof. The
contractor shall provide all necessary fencing and lights required to protect the public from accident al id shall also be bound to bear expenses of
defence of every suit, action or other legal proceedings at law that may be brought by any person for injury sustained owing to neglect of the
above precautions and to pay any damages and costs 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 in compromising any claim by any such persons.
Clause 37-A-The Contractor shall provide suitable scaffolds and working platforms, gangways and stairways, and shall comply with the following
regulations in connection therewith.
(a) Suitable scaffolds shall be provided for workmen for all works that cannot be safely done from a ladder or by other means.
(b) A scaffold shall not be constructed, taken down or substantially altered except- under the supervision of a competent and responsible person
appointed by contractor and by competent workers possessing adequate experience in this kind of work.
(c) All scaffolds and appliances connected therewith and all ladders shall-
(i) be of sound material.
District Water & Sanitation Unit, Patan
- 50 -
(ii) be of adequate strength having regard to the loads and strains to which they will be subjected, and
(iii) be maintained in proper condition.
(d) Scaffolds shall be so constructed that no part thereof can be displaced in consequence of normal use.
(e) Scaffolds shall not be overloaded and so far as practicable the load shall be evenly distributed.
(f) Before installing the lifting gear on scaffolds, special precaution shall be taken to ensure the strength and stability of the scaffolds.
(g)Scaffolds shall be periodically inspected by a' competent person.
(h) Before allowing a scaffold to be used by his workman, the Contractor shall, whether the scaffold has beenerected by his workmen or not,
take steps to ensure that it complies fully with the regulations herein specified
(i)Working platforms, gangways and stairways shall-
(a)be so constructed that no part thereof can sag unduly or unequally.
(b)be so constructed and maintained having regard to the prevailing conditions as to reduce asfar as practicable risks of persons tripling or
,slipping and-
(c) be kept free from any unnecessary obstruction.
(j) In the case of working platforms, gangways, working places and stairways at all height exceeding Six Meters.
(i) every working platform and every gangway shall be closely boarded unless other adequate measures are taken to ensure safety.
(ii)every working platform and every gangway shall have adequate width,&
(iii)every working platform, gangway, working place and stairway shall be suitably fenced
(k) Every opening in the floor of a building or in a working platform shall, except for the time and to the extent required to allow the access of
person or the transport or shifting of materials be provided with suitable means to prevent the fall of persons or material.
(I) When persons are employed on a. roof where there is danger of falling from a height exceeding 6.00 Meter suitable precaution shall be
taken to safeguard the persons or material.
(m) Suitable precautions shall be taken to prevent ·persons being struck by articles which might fall from scaffolds or other working places.
(n) Safe means of access shall be provided to all working platforms and other working places.
Clause 38 B- The contractor shall comply with the following regulations as regards the hosting appliances to be used by him-
(a) Hoisting machines and tackle including their attachments, anchorages and supports shall-
(i) be of good mechanical construction, sound material and adequate strength and free from patent defect, and
District Water & Sanitation Unit, Patan
- 51 -
(ii) be kept in good repair and in good working order.
(b) every rope used in hoisting or lowering materials or as a means of suspension shall be of suitable quality and adequate strength
and free from patent defect.
(c) Hoisting machines and tackles shall be examined and adequately tested after erection on the site and before use and be re-
examined in position at intervals to be prescribed by Engineer-in-charge.
(d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering materials or as a means of
suspension shall be periodically examined.
(e) Every crane driver or hoisting-appliance operator shall be properly qualified.
(f) No person who is below age of 15 years shall be in control of any hoisting machine, including any scaffolds, nor shall
give signals to the operator.
(g) In the case of every hoisting machine and of every chain, ring hook, shackle, swivel and pulley block used in hoisting or
lowering or as a means of suspension, the safe working load shall be ascertained by adequate means
(h) Every hoisting machine and all gears referred to in preceding regulation shall be plainly marked with the safe working load.
(i) In the case of hoisting machine having a variable safe working load, each safe working load and conditions under which it is
applicable shall be clearly indicated.
(j) No part of any hoisting machine or gear referred to in regulation 'g' above shall be loaded beyond the safe working load except for
the purpose of testing.
(k) Motors, gears, transmissions, electric wiring and other dangerous parts of hoisting appliances shall be provide with sufficient
safeguards.
(I) Hoisting appliances shall be provided with such means as will reduce to a minimum the risk of the accidental descent of the load.
(m) Adequate precautions shall be taken to reduce to minimum the risk of any part of a suspended load becoming accidentally
displaced.
Clause-39 No distinction towards Harijans : The contractor shall not show any distinction between Harijans and labours of other classes
employed to carry out the Government works .
Clause-40 Expenses for Medical aid: The contractor shall be responsible for and shall pay the expenses of providing Medical aid to any
workman who may suffer bodily injury as a result of on an accident. If such expenses are incurred by the Government, the same shall be
District Water & Sanitation Unit, Patan
- 52 -
recoverable from the contractor forthwith and be deducted without prejudice to any other remedy of Government from any amount due or that may
become due to contractor.
Clause-40A- Safety equipment for person: The contractor shall provide all necessary personal safety equipment and first-aid apparatus
available for the use of the persons employed on site and shall maintain the same in suitable condition for immediate use at any time and also
shall comply with the following regulations in connection therewith.
(a) The workers shall be required to use of the equipment so 'provided by the contractor and the contractor shall take adequte steps to
ensure proper use of the equipment by these concerned.
(b) When work is carried out in proximity to any place where there is risk of drowning, all necessary equipment shall be provided and
kept ready for use and all necessary steps shall be taken for the prompt rescue of any person in danger.
(c) Adequate provision shall be made by prompt 'first-aid treatment of all injuries likely to be sustained during the course of work.
Clause-41 : ACCESS TO SITE AND WORK ON SITE: The Engineer-in-charge may, if he considers fit from time to time, enter upon any land(s)
which may be in possession of the contractor under this contract for the purpose of executing any work not included in this contract and may
execute such work not included in this contract by agents or by other contractors, at his option and the contractor shall, in accordance with the
requirements of the Engineer-in-charge, afford all reasonable facilities for execution of the work including occupation of lands, structure or
otherwise for any other contractor employed by the Government and his workmen or for the workmen of the Government who may be employed in
the execution on or near the site of the work not included in the contract or of any contract in connection with or ancillary to the work and in
default, the contractor shall be liable to the Government for any delay or expense incurred by reason of such default. Provided always that if
exercise of these powers shall cause any damage to the contractor, he may within fifteen days of such damage arising, make a statement of the
same to the Engineer-in-charge who shall from time to time, assess the value in his judgement of such damage and the Government shall from
time to time pay to the contractor the amounts (if any) accepted as justified by the Engineer-in-charge :
Clause No. 42 : REPORTS REGARDING LABOUR:
The contractor shall submit the following reports to the Engineer-in-charge :
(a) (i) A daily report in the suitable form of the strength of labour, both skilled and unskilled employed by him on the work(s). The contractor
shall increase or decrease the strength both skilled or unskilled, if directed by the Engineer-in-charge. The submission of such
reports shall not, however, relieve the contractor of his responsibilities and duties regarding progress or any other obligations under
District Water & Sanitation Unit, Patan
- 53 -
the contract.
(ii) A classified weekly return in the suitable form of the number of person employed on the works during the preceding week.
(iii) A weekly medical report in the suitable form showing the health of the contractor's camp, the number of persons ill or
incapacited and the nature of their illness.
(iv) A report of any accident, which may have occured, to be sent within 24 hours of the occurrence.
(v) Such other reports as may be prescribed.
Clause-43 : Treasure Trove: In the event of discovery by the contractor or his employees, during the progress of work of any gold, silver, oil or
other minerals of any description and precious stones, treasures, coins, antiquities, relic, fossils or other articles of value or interest whether
geological, archaeological or any other such treasure & other things shall be deemed to be the absolute property of the Government and the
contractor shall duly preserve the same to the satisfaction of he Engineer-in-charge, from time to time, and deliever the same to such persons as
the Engineer-in-charge may appoint.
The contractor shall take all reasonable precautions to prevent his workmen or any other person from removing or amaging any such articles or
things, and immediately after the discovery thereof and before removal acquaint the Engineer-in-charge of such discovery and carry out his orders
for the disposal of the same.
Clause-44 : INDEMNITY: The contractor shall indemnify and save the Government and its officers and employees against all actions, suits,
claims & demands of any charter brought in respect of any matter or things done or omitted to be done by the contractor in the execution of or in
connection with work of this contract and through or made against the Department in respect of work of this contract against any loss or damage
to Department in consequence of any action or suit being brought against the contractor for anything done or omitted to be done in execution of
the work of this contract.
The Government shall not be liable to the contractor for damages or delays resulting from work by third parties or by the injunctions or other
restraining orders obtained by third parties.
Clause-45: SETTING OUT: The contractor shell be responsible for the true and proper setting out of the works and the correctness of positions,
levels, dimensions and alignments of all parts of the work and for the provisions pf all necessary· instruments, appliances and labour in connection
therewith. If, at any time, during the progress of the work, any errors, appear or arise in the positions, levels, dimensions or alignments of any part
of the work, the contractor, on being required to rectify such errors by the Engineer-in- charge shall at his own expense do so to the satisfaction of
the Engineer-in-charge. If however, such error is based, on incorrect data supplied in writing by the Engineer-in-charge, the expences of rectifying
District Water & Sanitation Unit, Patan
- 54 -
the same shall be borne by the Department. The checking of and setting out of any line or level by the Engineer-in-charge or his representative
shall not in any way, relieve the contractor of his responsibilities for their correctness and other things used in setting out of the work. The
contractor shall carefully protect and observe all bench-marks, site-nails, pags and other things used in setting out of the work(s).
Clause-46 : CEMENT REGISTER: A register in the prescribed form showing day-to-day receipt, consumption and balance of cement on site of
work will be maintained by the contractor, which shall invariably be signed jointly, daily by the Deppt,’s incharge & contractor or his authorised
representative in token of its correctness.
Clause-47 : Materials and Works Test Register: A Register in prescribed proforma showing test results of materials and works will be
maintained at the site of work by the contractor and every entry thereof shall invariably be signed jointly by the Deppts incharge & contractor or his
authorised representative in token of its correctness.
Clause-48 :PROGRESS SCHEDULE : (a) The contractor Shall furnish within one month (unless extended by the Engineer-in-charge) of the order
to start the work, the progress schedule in quadruplicate indicating the date of starting, the monthly progress expected to be achieved and the
anticipated completion date of each major item of work to be don~ by him, also indicating dates of procurement and setting up the materials,
plants and machinery. The schedule should include a statement of proposed general and detailed arrangements for carring out works, and of item,
time limit, order and manner in, which it is proposed to be executed. The schedule should be framed keeping requirement of the clause-22 of the
Tender form in view and be such as in practice to the achievement towards completion of the work in the time limit and of the particular items on
the dates specified in the contract and shall have the approval of the Engineer-in-charge. Further, the dates for the progress, as in this schedule
shall be adhered to.
(a) In case it is found necessary, at any stage, to alter the schedule, the contractor shall submit in good time, a revised schedule
incorporating necessary modifications proposed and get the same approved from the Engineer-in-charge. No revised schedule
shall be operative without such acceptance in writing. The Engineer-in-charge is further empowered to ask more detailed schedule
or schedules, for any item or items and the contractor shall supply the same as and when asked for.
(b) The Engineer-in-charge shall have, at all times, the right, without in any way vitiating this contract forming grounds for any claim, to
alter the order of the work or any part thereof and the contractor shall after receiving such direction, proceed in the order directed.
The contractor shall also revise the progress schedules accordingly and submit four copies of the revised schedule to the Engineer-
in-charge within seven days of the said Engineer's direction to alter the order of works.
(c) The contractor shall furnish sufficient plant, equipment and labour and shall work for such hours and shifts as may be necessary to
maintain the progress of the work as per approved progress-schedule. The working and shift hours shall comply the all the
Government regulations in force and shall be such, as may be approved by the Engineer-in-charge and the same wiII not be varied
District Water & Sanitation Unit, Patan
- 55 -
without the prior approval of Engineer-in-charge.
(d) The contractor shall from time to time, as may be required by the Engineer-in-charge, furnish the Engineer-in-charge with a
statement in writing of the arrangements he proposes to adopt for the execution of this contract and the Engineer-in-charge may, if
he considers necessary at any time advise alteration in the same, which the contractor shall adopt on notice thereof.
(e) The progress-schedule(s) shall be in the form of progress chart, forms, statements and/or reports as may be approved by the
Engineer-in-charge. The contractor shall submit four copies showing the progress of the work in the form of a chart etc., at
periodical intervals as may be specified by the Engineer-in-charge.
(f) The approval of the progress schedules by the Engineer-in- charge shall not relieve the contractor of his obligation about time limit
and shall not entitle the contractor to any extra payment.
Clause-49 : Octroi & VAT & Other Taxes : The rates to be quoted by the contractor must be inclusive of all taxes like,service,labour,Octroi and
VAT,& eligible Govt,taxes not mentioned here, No extra payment on this account will be made to the contractor.
Clause-50 Rent for land: Rent will be recovered from contractors for the land given to them for stacking materials as well as for the construction
of temporary hutments etc.
Land measuring Charges
1. One hectare or less Rs. 5 per month
2. More than one hectare and upto two hectares Rs. 5 per month
3. More than 2 hectares and upto 3 hectares Rs. 5 per month
4. More than .3 hectares and upto 4 hectares and so on Rs. 5 per month
Clause 54-Programme of work :The contractor shall furnish in writing for approval of the Engineer-in-charge, as soon as practicable after the
acceptance of the tender and wherever required thereafter a statement/PERT CHART showing CMP of his proposed general and detailed
arrangement for carrying out the works and of the time order arid manner in which it is proposed that these shall be executed. The Engineer-in-
charge may approve the proposals if necessary after suitable modifications. The works shall than be carried out according to the approved
statement/PERT CHART showing CMP and no change shall be made except with the approval of or at the instance of the Engineer- in-charge.
The approval of a statement/chart shall not relieve the contractor of his duties and responsibilities under the contract. The adoption or any
modification in the state/chart required by the
Engineer-in-charge shall not entitle the contractor to any extra payments.
Clause-55 Removal of contractor's Employees: The contractor shall employ in and about the execution of the work only such persons as are
District Water & Sanitation Unit, Patan
- 56 -
careful, skilled, competent and experience in their several trades and shall on the direction of the Engineer- in-charge forthwith cease to be in
employ in and about the execution of the works and person who, in the opinion of the Engineer-in-charge misconducts himself, is incompetent or
negligent in the proper performance of his duties, whose continued employment is undesirable for any reason. Such person shall not be again
employed upon the work without the permission of the Engineer-in-charge.
Clause 56-Inspection of work and materials: The Contractor will be held strictly responsible to, the true intent of the specification in regard to
quality of materials workmanship and the diligent execution of the contract.
All materials and each part of details of the work shall be subject at all times to inspection, by the Engineer-in-charge, Departmental
Representative or other authorized subordinates who shall be furnished with reasonable facilities and assistance by the contractor far ascertaining
whether or not the work as performed or the materials used are in accordance with the requirements and intent of the plans and specifications.
The contractor shall furnish written information to the Engineer-in-charge stating the original source of supply and dates of manufacture of all
materials manufactured away from the actual site of work. This information shall be furnished at least two weeks (or such period as may be
directed by the Engineer-in-charge) in advance of the incorporation of any such material in the works."
The contractors shall also inform the Engineer-in-charge in writing when any portion is ready far inspection giving him sufficient notice to enable
him to inspect the same without having regard to the further program of the work.
Any work done or materials used with out supervision or inspection by the Engineer-in-charge or the Departmental Representative is liable to be
rejected and replaced at the Contractor's expense.
If so, directed the contractor shall at any time before the acceptance of the work remove or uncover such portions of the finished work as may be
directed. After examination the contractor shall restore the said partisan's of the work to the standards required by the specifications. Should the
work thus exposed or examined, prove acceptable the expenditure, incurred in opening up and replacing shall be barn by Government but should
the, work so examined or exposed prove unacceptable the expenditure shall be barn by the contractor.
The work shall not be considered to have been completed in accordance with the terms of the contract until the Engineer: in-charge shall have
certified in writing that it has been completed to his satisfaction. No approval of materials or workmanship or approval part of the work during the
progress of execution shall bind the Engineer or in any way effect, his power to reject the work when alleged to be completed or to suspend the
issue of his certificate or completion untill such alteration or modifications or reconstructions have been affected as shall enable him to certify that
the work has been completed to his satisfaction.
The inspection of the work or materials shall not relieve the contractor of his obligations to fulfill the terms and conditions of the contract as herein
prescribed by the plans and specification.
Failure to reject any defective work or material will not in any way prevent latter's rejection when defect is discovered or oblige the department to
District Water & Sanitation Unit, Patan
- 57 -
make final acceptance.
Clause 57- Testing of Materials and works: All materials, before being incorporated in the work, shall be inspected and if necessary tested far
approval by the Engineer-in-Charge.
Any work in which such materials are used without prior inspection or necessary testing and without approval or written permission of the
Engineer-in-charge is liable to be considered as unauthorized, defective and not acceptable.
કોન્રાકટર દ્રારા પરુૂ પાડિામાાં આિેલ માલ સામાનનાાં કેટલા પરીક્ષણો કરાિિા તે અંગેનાાં “શીડયલુ ઓફ ટેસ્ટીંગ “ આ જોડ ેસામેલ છે. આિા પરીક્ષણો ગજુરાત ઇજનેરી સાંશોિન સાંસ્થા, િડોદરા અથિા બોડા દ્રારા અવિકૃત કરેલ ઇજનેરશ્રી દ્રારા જે નક્કી કરેલ માન્ય ક્ષેવત્રય લેબોરેટરીમાાં કરાિિાના રિશેે. આ ઉપરાાંત જો યોજના માટે અલગ લબેોરેટરી િરાિતા ગણુિત્તા વનયમન પેટાવિભાગ િોય તો તે પેટા વિભાગ દ્રારા અથિા ગજુરાતમાાં આિેલ જુદી જુદી ઇજનેરી કોલેજો / પોલીટેકનીક કે જયાાં આ પ્રકારના માલ સામનમાાં પરીક્ષણોની પરુતી સગિડ િોય તેમાાં મેન્યઅુલ ઓફ કિોલીટી કન્રોલ દ્રારા વનયત કરેલ િોરણ ેઅનસુાર કરાિી શકાશે. The contractor shall furnish such facilities. instruments, machinery, equipment, labour and materials as the Engineer-in-charge may require far
collecting and forwarding sample or far ascertaining the quality, quantity, or weight of materials used and if so directed shall not make use of or
incorporate in the work, any materials represented by the sample until the required taste are made and the materials accepted.
One percent of estimated cost put to tender far this work after deducting the cast of materials as per Schedule 'A' valued at basic rate in the
sanctioned estimate shall be deducted from the running account bills of the contractor far testing the quality of materials and workmanship, no
additional testing charges in addition to the above shall be recovered from the contractor.
Clause 58- Unauthorized and Defective works: No work shall be done without line levels grades, lengths and other dimensions having been
given or approved by the Engineer-in-charge or when authorized by him, by the Departmental Representative or other authorized subordinates.
Any work done by the contractor prior to/the approval of the contract, work done contrary to or regardless of the instructions of the Engineer-in-
charge, work done beyond the lines shown on the plans or as given or any extra work done without authority will be considered as unauthorised
and will not be paid under the contract. Work so done may be ordered to be removed or replaced at the Contractor's expense.
All work and materials which do not conform to the requirement of the contract whether on account of poor workmanship, defective materials,
unsuitable equipment and plant, carelessness or any other cause shall be considered as defective.
The Engineer-in-charge shall have power to order removal or replacement of all unauthorised work which in his opinion, be removed or replaced
and all defective work found to exist, prior to the refund of security deposit."
District Water & Sanitation Unit, Patan
- 58 -
Clause 59 Night work: Subject to any provisions to the contrary contained in the contract no work shall be· carried on between the hours of
sunset and sunrise without the written permission of the Engineer-in-charge except when it is unavoidable or absolutely necessary for saving life
or property or for the safety of the work in which case the contractor shall immediately inform the Engineer-in-charge or his Departmental
Representative provided always that the provision of this clause shall he applicable in the case of any work, which it is customary to carry out by
double or rotary shifts in which case sufficient advance notice shall be given of the intention to work at night to the Engineer-in- charge.The
Contractor shall also carryon work between sunset and sunrise if so required by the Engineer-in-charge-in writing for expediting the progress on
the works or for any other reasons.Whenever any work is required to be carried out at night, adequate lighting arrangement shall be made to
permit proper execution and supervision of the work. The Contractor shall not be entitled to any extra payment for night work.
Clause 60-Contractor's site office : The contractor shall have an office adjacent to the site at a place as may be approved by the Engineer-in-
charge where all directions and notice of any kind whatsoever which the Engineer-in-charge or his Departmental representative may desire to give
to the contractor in connection with the contract can be communicated and the same may be left at or sent by post to such office or delivered to
the contractor's authorised agent or representative and shall be deemed to be sufficienty served upon the contractor.
Clause 61- Work Order Book: Within seven days of the receipt of the order to take up work, the contractor shall supply at his own cost a work
order book having machine numbered pages in duplicate to the Departmental Representive. This Book shall be kept at the site of work under the
custody of the Departmental Representative: Directions or instruction to be issued to the contractor from the Departmental officers shall be
entered therein under the dated signature of the Departmental officer directly in charge of the work or his superior officer (except when such
directions or instructions are given by separate letters) The contractor or his authorised representative shall regularly note the entries in the Work
Order Book and also record therein the action taken or being taken by him in compliance with any relevant point. The Contractor or his authorised
representative may take away for his own record, the duplicate pages of Work Order Book which are the copies of the original pages.
The Work Order Book shall not be removed from the site of work except with the written permission of the Executive Engineer.
Clause 62 Explosives and Inflammable Materials: If explosives or inflammable materials are to be used for the prosecution of the works, the
contractor shall at his own expense, obtain such licenses or license as may be required for storing and using explosives and/or inflammable
materials and locate, construct and maintain magazines if such .are required for storage in accordance with the requirements of the appropriate
Government Rules in force such magazines shall be clearly marked" Dangerous - Explosive" in the regional language and Devnagari and shall be
in the care of competent watchman all the time.
The contractor shall exercise the utmost care while using explosives and/or inflammable materials not to endanger life or property and shall be
solely responsible for any and all damages resulting from their storage and use and shall indemnify Government and its officers and employees
against any claim or liability arising out of any accident or violation of any general rules, orders, etc.
District Water & Sanitation Unit, Patan
- 59 -
Clause 63 Storage of cement and Steel: The contractor shall hire or construct at his own cost, one or 'more suitable weather-proof godowns of
adequate, capacity, for storing cement and protecting it from dampness as directed. The godown shall be located at site approved by the
Engineer-in-charge and shall comply with the requirements laid down for storage of cement.
The contractor shall also take all necessary precautions and follow the method of storage as specified therein to minimize deterioration and loss of
cement.
The steel shall be handled with reasonable care while transporting and storing to prevent the bars getting twisted or bent. If kept in the open the
bars shall be protected from weather effects with tarpoline, if so directed. All possible care will be taken to prevent any rusting and to preserve
fitness and quality for work.
Clause 64 Materials to be supplied Government: The contractor shall be supplied by the Department only such materials required for the
execution and completion of the work as are specified in schedule 'A' of the printed form 'C' Tender and they shall be supplied at the rates and
delivered at the places shown therein. The materials issued by the Department are strictly meant for use on the works included in the contract only. The Contractor shall not remove from
the site of works or dispose off any unused or surplus materials without the permission of the Engineer-in-charge in writing. He shall also take all
necessary precautions and provide watchman as required to prevent any loss, pilferage or damage to the materials supplied by Government. For
any materials lost or damaged while in his charge or wasted, used in excess or misused on works the cost will be recovered at double the rate
shown in schedule (A) of the Tender. Any cement found at the time of use to have been damaged due to improper storage or otherwise shall be
rejected and must be removed immediately from the site by the contractor at his own cost or disposed of as directed by the Engineer-in-charge
and the loss incurred thereby shall be recovered from the contractor's bill.
The contractor shall submit monthly returns showing therein receipt of such material, the quantities used on the works and the balance in the
prescribed form to the Engineer-in-charge at the end of every calendar month.
The contractor shall allow the Engineer-in-charge or his Departmental Representative or any Government official to access and inspection of
materials stored by him.
Clause 65 Care, Maintenance and Repair of Works: From the comm8ncement until the time the work is completed and finally accepted the care
and maintenance thereof will be the responsibility of the contractor and for the case of all temporary works to the satisfaction of the Engineer-in-
charge.
If the contractor fails to comply with the requirement mentioned above the Engineer-in-charge will immediately instruct to comply with the same
within prescribed period. ln the event of the contractor failing to do, the Engineer-in-charge will immediately proceed to care for maintain or repair
at the cost of the contractor.
District Water & Sanitation Unit, Patan
- 60 -
Clause 66-Co operation with other construction Agencies :- The contractor shall in accordance with the requirements of the Engineer-in-
charge afford a,: reasonable facilities to any other contractors or piece- workers employed by the Department and their works or other properly
authorized authorities or statutory bodies who may be employed on the execution on or near site of any work not included in the contract or to any
contractor with whom the Department may enter into contract in connection with or ancillary to the works.
The contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other
contractors or piece- workers or by the Department and shall as far as possible arrange his work and shall place and dispose of the materials
being used or removed so as not to interfere with operations of the other contractor, piece- worker or of the Department. He shall co-ordinate his
work with that of the other agencies in an acceptable manner and shall perform it in proper sequence to that of others.
The contractor shall assume all liability financial or otherwise in connection with his contract and shall protect Government from and all damages
and all claims that may arise because of inconvenience, delay or loss experienced by him or because of the presence and operations of others
working on or near the site.
Clause 67-Complience of laws: The Contractor shall keep himself fully informed of all acts and laws of the Central and State Government, all
local bye-laws, ordinances rule and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or .authority which in any
manner affect those engaged or employed on the work or which in any way affect conduct of the works. He shall at all times observe and comply
with all such laws, ordinances, rules regulations, order and decrees and shall give all notices and payout of his own money, fees or charges to
which he may be liable.
He shall protect and indemnify the Government and its officers and employees against any claim or liability arising from or based on the violation
of any such laws, ordinances, regulations, orders or decrees whether by himself or by his employees.
Clause 68 -Patented Devices, materials and processes: Whenever the contractor desires to use any design device, drawing, information,
materials or processes covered by a patent or copyright, he shall acquire the right for such use by suitable legal agreement with the patent owner
at his own expense arid a copy of the agreement shall be filed with the Engineer-in-charge.
The contractor shall indemnify the Government from and against all claims proceedings damages, costs and expenses which may be brought or
made against the Government or to which they may be put by reason of the contractor infringing or being held to have infringed any patent right or
copy-right in relation to any design, device drawing, materials or processes at any time during the prosecution or after the completion of the work
and in the event of any injunction being obtained against the use of the same, contractor shall replace the same with other materials, designs,
drawing, device processes etc which do not infringe any such patent right or copy right to the satisfaction of the Engineer-in-charge.
Clause 69- Convenience of Traffic: The contractor shall notify in writing the Engineer-in-charge of the starting of any construction or other
operation that may in any way inconvenience or cause endanger traffic, at the earliest possible date and sufficiently in advance to enable the
District Water & Sanitation Unit, Patan
- 61 -
Engineer-in charge to take action as per rules. Under no circumstance, the contractor shall close any road to traffic without the written permission
of the Engineer-in-charge.
Whenever necessary temporary detours shall be made and maintained for traffic such diversions shall have a width of not less than 20 feet
throughout and shall be provided with necessary road signs clearly visible at a distance by days or nights.
There shall be a preliminary warning by red flags by days red lamps by night at a distance of 500 feet from the ends of diversion. All diversions
shall by Cleary marked by white washed stones on other such means.
All operations necessary for the excavation of works and for the construction of any temporary works shall So far as the compliance with
requirements of the concrete permits be carried on so as not to interfere unnecessary or improperly with public convenience or with the access to
use and occupation of public or private roads and foot-paths. Least possible obstruction shall e caused to traffic.
Clause 70- prevention of Nuisance and pollution: The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners tenants or occupations of adjacent properties and to the public generally and to prevent and damage to such
properties and pollution of streams and waterways. He shall make good, at his own expense and to the satisfaction of the Executive Engineer any
damage to road, paths cross-drainage works or private property when so-ever and whatsoever caused by the execution of the work or traffic
brought thereon by the contractor. All waste or superfluous materials shall be cleaned away by the contractor.
Clause 71-Tresspass : The Contractor shall, at all time be responsible for any damages or tresspass committed by his agents and working
people in carrying out the work, unless such damage or tresspass is authorised by the Engineer-in-charge in writing.
Clause 72- No waiving of legal Right and power: The Department shall not be precluded or stopped by any measurement estimate or
certificate made either before or after the completion and acceptance of the work and' payment therefore, from showing the true amount and
character of the work performed and materials furnished by the contractor and from showing that any measurement estimate or certificate is
untrue or incorrectly made nor that the department shall be preclude or stopped recovering from the contractor such damage as it may sustain by
reason of his failure to comply with the terms of the contract, Neither the acceptance by the Department nor any representative of the Department
nor any payment for or acceptance of the any part of the work nor any extension of time nor any possession taken by the Department shall
operate as a waiver of any portion of the contract any herein reserved or of any right to damages. A waiver of any breach of the contract shall not
held to be waiver of any other of subsequent breach.
Clause 73 police protection: If police is asked by the contractor for special protection of his camp of work, the Department will arrange for such
protection so far as possible the authorities concerned and the full cost of such protection shall be debited to the contractor and recovered from his
bills. Clause 74 Land required by the contractor: The Department will make such land, within the department limits as may not be required for
District Water & Sanitation Unit, Patan
- 62 -
departmental use, available on rent as per clause-50 of this agreement to the contractor to an extent not exceeding that required for bonafide
execution of the work. Should the contractor require additional land outside the Department limits for housing his staff or labour or for construction
his office, godown or approach roads, or for storing materials or for any other reasons, he shall make his own arrangements at his cost with the
land owners on such terms as may be mutually agreed between the contractor and the owners. The Department will however, give reasonable
assistance within its competence to enable him to obtain the land without accepting any responsibility for delay, if any.
The contractor shall have to abide by the regulations of authorities concerned as well as by the direction of the Engineer-in-charge for the use of
site of work.
Clause 75 charge in prices, rates wages, etc. subsequent to the acceptance of the tender: The contractor shall except otherwise provided
in not be entitled to claim any compensation on the ground, that subsequent to the acceptance of the tender there was increase in the
price(s)rate(s) of materials or wages of labour/workers ."
(a) To obtain, permits, licences, quota, certificate, foreign exchange, etc. for any materials or items of work etc. required by him
(b) To obtain rail and other priorities for transport of his plant, tools, equipment, stores machinery materials, "labour staff etc.
(C) To arrange with civil supply authorities for release of controlled food stuffs, if any for labour and staff." The Department will not undertake to
arrange for these but will tender reasonable help within its competence without accepting any responsibility for delay, if any.
Clause-76: Disputes to be referred to Gujarat Public Works Disputes Arbitration Tribunal:The disputes relating to this Contract in so far as
they fall within the Jurisdiction of Gujarat Public Works Disputes arbitration tribunal shall be referred to the said Tribunal of Gujarat State.
However the reference to Arbitration Tribunal under this clause will not stay fulfillment of obligations of the contractor or rights of the Engineer-in-
charge under this contract, unless otherwise ordered to the contrary by the said Tribunal as Interim Relief measure.
Signature of Contractor : The Chairman, Unit Manager
VWSC,NAVIKUVAR PATAN
District Water & Sanitation Unit, Patan
- 63 -
BID DOCUMENT As per WASMO Type Design & Drawing Construction for New Construction R.C.C. U/G. SUMP 1,50,000 Liter
capacity No-1 & New Construction Cattle Trough No.-1 & Excavation, Lowering, Laying & Jointing 75 MM/90 MM/110 MM/ 140 MM
Dia. PVC Pipes Line 6 Kg/cm2 & 65mm/ 80mm/ 100mm &125m GI Pipes Medium duty for Valve stand (BANSARY) As a water
distribution & Pumping Machinery For Proposed SUMP set No.-1 And VAP & Water Quality Board,Wall Slogan Painting work At
Village : NAVIKUVAR, Ta:-SHANKHESHVAR, Dist:-PATAN Under N.R.D.W.P. Programme. 2018-2019.
SCHEDULE – A
Schedule showing the approximately quantity of materials to be supplied to the contractor at the Government store for the work to be executed
by contractor and rate which way are to be charge.
Sr.No.
Particular
Quantity
(In Meter)
Rate at which
materials to be
charged to the
contractor
Issue
rate
per
metre
Place of
Delivery
1 2 3 4 5 6
1 PVC PIPE LINE 6KG/CM2 75 MM 60.00 Free of cost
AT VWSC STORE
2
PVC PIPE LINE 6KG/CM2 90 MM
24.00 Free of cost
AT VWSC STORE
3
PVC PIPE LINE 6KG/CM2 110
MM 262.00
Free of cost
AT VWSC STORE
4
PVC PIPE LINE 6KG/CM2 140
MM
6.00
Free of cost
AT VWSC STORE
District Water & Sanitation Unit, Patan
- 64 -
Sr.No.
Particular
Quantity
(In Meter)
Rate at which
materials to be
charged to the
contractor
Issue
rate
per
metre
Place of
Delivery
5
Providing and supplying specials
to PVC pipes. AdAsa.AAs per Requiremnt Free of cost
AT VWSC STORE
6
Providing and supplying specials
to GI pipes. AAs As per Requirement Free of cost
AT VWSC STORE
Notes :-
1. The person or the firm submitting the tender should see that the rates of above schedule are filled up by the Unit Manager or in charge of the work before
issuing the tender.
1 Ambuja
2 Digvijay
3 Ultratech
4 J.K.Cement
5 Narmada
6 Elephant
7 Sanghi
8 Birla Cement.
9 Sidhdhi
10 Binani
11 Tata Shuddh
SIGNATURE OF CONTRACTOR Unit Manager The Chairman,
DWSU,PATAN VWSC,NAVIKUVAR
District Water & Sanitation Unit, Patan
- 65 -
SCHEDULE –B
Sr. No.
Description of work Amount Rs.
2
SCHEDULE – B1 BID DOCCUMENT FOR AS PER WASMO TYPE DESIGN AND DRAWING CONSTRUCTING RCC U/G SUMP OF 1,50,000 LITER CAPACITY At VILLAGE NAVIKUVAR, Ta:- SHANKHESHVAR, DIST:- PATAN UNDER NRDW PROGRAMME 2018-19 4,80,000.00
3
SCHEDULE – B2 New Construction CATTLE TROUGH Inside size 7.50 Mtr 1.20 Mtr.x 0.55
Mtr. No.-1 as per wasmo design & drawing at Village : NAVIKUVAR ,
Ta:SHANKHESWAR, Dist:BANASKANTHA Under N.R.D.W.P. Programme.
2018-2019 68063.23
4
SCHEDULE –B4 Excavation,Lowering, Laying ,Jointing & Reffing work 75 MM/90 MM/110
MM/140 MM dia PVC Pipes Line 6 Kg/cm2 And 65 mm /80 mm/ 100 mm and
125 mm GI Pipes Medium duty for Valve stand (BANSARY) as a water
distribution at Village : NAVIKUVAR, Ta: SHANKHESHVAR, Dist: Patan Under
N.R.D.W.P. Programme. 2018-2019.
60,851.56
5
SCHEDUL–B5 Providing, Supplying and Fitting Pumping Machinery For
New Proposed sump 720 LPM, 25 M.Head & 7.50 H.P. and
Horizontal Mono Submersible Pump Set at Village : NAVIKUVAR, Ta:
SHANKHESHVAR, Dist: Patan Under N.R.D.W.P. Programme. 2018-2019
55,590.00
District Water & Sanitation Unit, Patan
- 66 -
6
SCHEDULE –B6 Painting lines, dashes, arrows, letters in two coats with paint
brushing including cleaning the surface of all dirt, dust & other
impurities etc complete. For VAP & Water Quality Board and Wall
slogan work at Village : NAVIKUVAR,Ta: SHANKHESHVAR, Dist: Patan
Under N.R.D.W.P.Programme 2018-2019
3469.50
Total Amount Rs.:- 667974.29 84530.00
Total Amount Rs.:- 667975.00
Put Tender Amount Total Rs.(In Degits)
Put Tender Amount Total Rs.(In Words)
I/We am /are withing to carry out the work at % above / belwo (Should be writtenin figures and words)Above/ below the tendered rate mentioned and above amount of my tender as under
Estimated Amount put to Estimated Amount put to
Total Rs.______________________ Tender Rs.________
Belwo ________________________ Above Rs.__________
Deducted _____________________ Add Rs.__________
Net Rs._______________________ Net Rs.___________
Note:-1 All work shall be carried out as per public works Department Handbook and other specifications of Division according
to standard practice, according to bid documents and as per site requirements and as directed by Engineer-in-charge.
Note:-2 All the Columns of schedule should be filled in link and the total of the entries in the last column should be struck
by the contractor under his signature.
Note:-3 Rates quoted include clearance of site (Prior commencement of work and at its close) in all respects and hold good
for work under all conditions, site, moisture, weather etc.
District Water & Sanitation Unit, Patan
- 67 -
Note:-4 To be Continued on addition sheets, if found necessary, & Working survey should be carried out by contractor before
starting work
Note:-5 Where there is a discrepancy between the rate in figures and words, the rates in words will govern.
SINATURE OF CONTRACTOR
CHAIRMAN, VWSC, NAVIKUVAR
Unit Manager DWSU PATAN
District Water & Sanitation Unit, Patan
- 68 -
SCHEDULE- B1
Name of Work :-- BID DOCCUMENT FOR AS PER WASMO TYPE DESIGN AND DRAWING CONSTRUCTING RCC U/G SUMP OF 1,50,000 LITER CAPACITY NEAR Existing G.L.C.C. At VILLAGE NAVIKUVAR, Ta:- SHANKHESHVAR,DIST:- PATAN UNDER NRDW PROGRAMME 2018-19
Quantity Per Description Rate Per Amount
ItemNo.1 Preparing structural design of RCC Under Ground / Partially under ground / above high ground level Reservoir of required capacity as per relevant I.S.s and constructing the same, including excavation in all types of soil strata (including rock) including shoring strutting if required, for loose soil / to protect from collapse due to near by traffic load, casting 100 mm thick P.C.C. leveling course in M-10, Refilling the pit with proper soil and disposing of the surplus stuff within a lead of 50 meters. Including cement plaster in CM 1:2 with approved water proofing compound to inside water touching surface to container. Including all types of labour and material charges of lowering, laying, erecting / hosting and jointing of pipe assembly to inlet, outlet overflow, washout and bye pass arrangement as per hydraulic design.Providing and fixing accessories like MS / GI Ladder, CI Manhole frame and cover, water level indicator, adequate cowl type ventilators or lantern type ventilator with stainless steel jail. B.B. Masonry chambers for valves. Providing and applying three coats of cement paint / snowcem to the out side face of structure. It also includes satisfactory water tightness test as per relevant I.S. code and painting name of scheme and capacity on the tank as per direction of engineer in charge. List of Indian Standards for Design of GSR / SUMP:- (As per Attached WASMO Drawing). The structural design of GSR shall be in accordance with provisions relevant I.S.S. (As per Attached WASMO Drawing). General Specifications:- (1)Water depth in container shall be adopted as per data of tender. If water depth is not specified the suitable water depth / acceptable to field engineer in accordance with hydraulic requirement shall be adopted for capacity. (2)Shape of container (in plan) specified by in data shall be adopted in absence circular shape shall be adopted. (3)Size shall be fixed as per availability of space (land area) at site / acceptable engineer in charge. (4)Effect of overlapping of pressure bulbs on soil due near by structure and proposed sump should be considered. (5)Care shall be taken that no damage should occur to nearby existing structure. Compensation shall be paid for the same by agency.(6)The minimum
District Water & Sanitation Unit, Patan
- 69 -
concrete grade for RCC shall be M-30. (7)HYSD Fe 415 / 500 grade reinforcing bars confirming to I.S. 1786 / 1139 shall be considered in design. CRS / TMT bars shall be provided. In saline atmosphere corrosion resistance stainless steel / HCR rebar shall be provided. Any other steel can be used with approval of C.E./ in situation of non availability in market without extra cost. (8)Minimum size (or thickness) of various components shall be provided as per tender criteria / specifications in absence as per I.S./ Std. practice of G.W.S.S.B. Minimum dimensions specified for various components in tender data / specifications shall be provided without fail. (9)The safe bearing capacity (SBC) shall be referred from SBC test report. In absence of report it shall be referred from data sheet. If poor soil is found / water table is met with during excavation SBC shall be scientifically ascertained and design shall be revise. No extra shall be paid for increase in quantity. (10)CI pipes and special shall only be used if type is not specified in tender. (11)The rate shall include cost of dewatering during excavation making all arrangement when water table meets within depth. (12)The structure shall be designed properly to resist uplift due to ground water table specified in data or actual ground water table meets with during excavation. No extra shall be paid. If GWT / Uplift is mentioned in tender and during excavation it dose not meet 7.5% rate shall be reduced. (13)GI pipes railing shall be provided when sump is more than 2 meter above ground level. (14)Appearance of structure should be aesthetically good looking acceptable to authority.(15)Any charge in size, shape, depth below GL, height above GL, water depth, F.B., size of member etc can be permitted in exceptional case due to site condition or hydraulic design requirement by C.E. No extra shall be paid for change. (16)Any charge in data, dimensions, shape, water depth, reduction in size if permitted by competent authority and if it reduces quantity then payment shall be reduced prorate. (17)When capacity of GSR / Sump is > 20 lakh liters two or suitable compartments acceptable to executive engineer shall be designed and provided. (18)Agency shall engage qualified (at least graduate) consulting engineer for designing the structure and he / she shall visit the site for guidance of work. (19)75% part rate shall be payable for concrete, reinforcement and plastering items of container until satisfactory hydraulic testing for water tightness is performed as per tender condition. Till the work shall be treated as incomplete. Above conditions / general specifications Sr. No. 1 to 19 are part and parcel of tender (contact) and prevail over other provisions in tender.
District Water & Sanitation Unit, Patan
- 70 -
Note :- AS per SBC REPORT Ground water was encountered at 2.5 m. depth of exploration No, extra cost paid for foundation strenthening work bottom rubble and sanding filling work to do due at site ground water came.
1.00 NO.
Capacity of U/G Sump 1,50,000 lit. cap. S.B.C. – 10.00 Tones/m2 3.00 Meter Depth Below N.G.L. Seismic zone-IV at Near existing GLCC village NAVI KUVAR.Ground water was encountered at 2.5 m. depth of exploration.
480000.00 NO. 480000.00
INATURE OF CONTRACTOR CHAIRMAN, VWSC,
Unit Manager DWSU PATAN
Unit Manager DWSU PATAN
NAVIKUVAR
District Water & Sanitation Unit, Patan
- 71 -
SCHEDULE-B2
Name of Work: - New Construction CATTLE TROUGH Inside size 7.50 Mtr 1.20 Mtr.x 0.55 Mtr. as
per wasmo design & drawing No.-1 at Village :NAVIKUVAR , Ta: SHANKHESWAR, Dist:
Patan Under N.R.D.W.P. Programme. 2018-2019
Qty Unit Description Rate Per Amount
10.26 Cum
Item No. :-1 Excavation for foundation in ordinary soil, sand, and soft murrum, for depth of 0.0 mt to 1.5 mt, including throwing the excavated stuff upto lead of a 90 M. (GWSSB SOR-2014-15, Sec-B, IT.-8 (a), P.No.-40)
88.00 Cum 902.88
10.26 Cum
Item No.:-2 Providing and laying cement concrete in C.C 1:4:8 in foundation including ramming, curing etc. complete, with using black stone metal 40mm to 50mm size. (A) Foundation and plinth (R & B SOR -2015-16,Chap-5,IT-4(5.3.3) P.No.-45)
2230.99 Cum 22889.96
1.17 Cum
Item No.:-3 Providing and casting in-situ C.C in grade M-200 (approximately corrosponds to proportion 1:1.5:3) using granite, quartizite trap metal of size 12 mm to 20mm and or 6 mm to 12 mm inclunding scaffolding, centering, formwork, needle vibrated consoilidation, curing and hydraulic testing etc. complete (excluding cost of reinforcement up to 6 meter height/depth from G.L. for all structures with water proofing compound for flat bottom slab without centering. (GWSSB SOR-2014-15,Sec-C,It.-5(2),P.No.-44)
5685.00 Cum 6651.45
0.98 Cum
Item No. :-4 Providing and casting in-situ C.C in grade M-200 (approximately corrosponding to proportion 1: 11/2 : 3) (Porportions as per mixdesign or as per table 9 of IS 456 2000 in masses by weight batching ) using granite, quartizite trap metal of size 6 mm to 20mm for RCC work, including
6535.00 Cum 6404.30
District Water & Sanitation Unit, Patan
- 72 -
scaffolding, centering, formwork, needle vibrated consoilidation, curing and hydraulic testing etc. complete up to 6 meter depth or height (excluding cost of reinforcement) structure other than water retaining. for 10 cm vertical walls. (GWSSB SOR-2014-15,Sec-C,IT.-4(7),P.No.-43
118.09 Kgs
Item No. :-5 Supplying, cutting, bending, binding and placing in position deformed bars steels or steels confirming to ISS 1139 or ISS 1789, as per plan and design and as per ISS 2502 including cost of steel and binding wire, for lift up to 6mt height. (GWSSB SOR-2014-15, Section -C, It. No.-9.1, Pg no-45)
55.99 Kgs 6611.86
5.57 Cum
Item No. :-6 C.C 1:2:4 with black stone crushed metal 12 to 20mm size for coping steps, sills etc. including necessary formwork, finishing and curing etc. complete. (R & B. SOR-2015-16,Chp.-5, It.-10(5.3.13(A)P.No.-46)
3069.06 Cum 17094.66
20.95 Sqm
Item No. :-7 15mm thick Cement plastering in C.M 1:3 to stone or brick masonry including racking out the joints and niru or cement finishing etc. complete. (R&B SOR -2015-16,Chp-17,It.-2(17.60(i),P.No.-149)
108.05 Sqm 2263.65
12.05 Sqm
Item No. :-8 15mm thick Waterproof Cement Plaster in C.M 1:3, to stone or brick masonry including racking out joints and using waterproofing compound of approved quality @ 1 Kg/Bag of Cement, including cement finishing etc. complete. (R&B SOR -2015-16,Chp-17,It.-2(17.60(i),+Chp-17,It.5, 17.70,(A) P.No.-150)
165.60 Sqm 1995.48
Item No. :-9
District Water & Sanitation Unit, Patan
- 73 -
4.00
R.Mt
Providing,supplying,lowering,laying in proper position, grade and alignment and jointing ISI mark (As per IS 1239/1990) Medium Duty G.I.Pipes of 50mm diameter including necessary G.I.Specials including all taxes insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance, stacking, jointing materials, labour and hydraulic testing etc. complete.(GWSSB SOR-14-15,Sec-A,IT.-4(b).6,Pg.-16+Sec-B,IT.-5.3,Pg.-39)
349.00
R.Mt
1396.00
1.00 No.
Item No. :-10 Providing,supplying and fixing ISI mark 50mm dia. Brass Stop Valves including all taxes insurance, transportation, freight charges, octroi, inspection charges, loading, unloading, conveyance to departmental stores, stacking etc. complete. (GWSSB SOR-2014-15,Sec-A,IT-11(a)(5),Pg,-24)
920.00 No. 920.00
1.00 No.
Item No. :-11 Providing soakpit of 2.00 Cum volume including excavating & filling brickbats with drymasonary work at top for 45 cm height including cover the top with stone including providing vatas in C.M 1:3 with finishing ,curing etc. completed as directed.(R & B SOR-2014-15,Ch-24,IT.-18.A.0, P.N.200)
932.99 No. 932.99
Total Amount Rs.:- 68063.23
For Cattle trougt No.-1 x Rs 68063.23 =68063.23 Total Amount Rs.:- 68,063.23
SIGNATURE OF CONTRACTOR Unit Manager CHAIRMAN, VWSC, NAVIKUVAR
Patan
District Water & Sanitation Unit, Patan
- 74 -
SCHEDULE- B3
Name of Work: -Excavation,Lowering, Laying, Jointing & Refilling 75 MM/90 MM/110 MM/140 MM dia PVC Pipes Line 6 Kg/cm2 And 65mm/ 80mm/ 100mm and 125 mm GI Pipes Medium duty for Valve stand (BANSARY) as a water distribution at Village : NAVIKUVAR, Ta: SHANKHESHVAR,Dist:Patan Under N.R.D.W.P. Programme. 2018-2019
Qty Unit Description Rate Per Amount
Item No. :-1 Provinding and Suplying ISI mark GI pipe tested pipe with coupling of at store or site of work including work inclunding freight, loading ,unloading, stacking insurance & all taxes etc. complete galvenised M.S. tubes, with coupling mdium duty. (GWSSB SOR P 28 Item No 4(B).
2.30 Rmt (A ) 65 mm dia. GI pipe. 411.00 Rmt 945.30
4.60 Rmt (B ) 80 mm dia. GI pipe. 535.00 Rmt 2461.00
2.30 Rmt (C) 100 mm dia. GI pipe. 773.00 Rmt 1777.90
4.55 Rmt (D) 125 mm dia. GI pipe. 1022.00 Rmt 4650.10
Item No. :-2 Provinding and supplying ISI mark C.I. D/Fat store or site of work inclunding loading unloading, insurance incl. All taxes etc.comp. (1) sluice valve class 1 tested to 20 Kg./cm2 for body 10 Kg/cm2 for seal with hand wheel (GWSSB SOR 2014-15, Sec.-C, P-126\ Item No 8(A)(A1)
(A)sluice valve
1.00 Nos (1) sluice valve 65 mm dia. 2216.00 Nos 2216.00
2.00 Nos (2) sluice valve 80 mm dia. 2479.00 Nos 4958.00
1.00 Nos (3) sluice valve 100 mm dia. 3333.00 Nos 3333.00
(B)Air valve
(GWSSB SOR 2014-15,SEC-C,P.NO.-132,/ITEM NO-9(B).1
District Water & Sanitation Unit, Patan
- 75 -
0.00 Nos. (1)AIR VALVE 25 mm DIA. (b) AIR VALVE (S2) TYPE. 741.00 Nos 0.00
Item No. :-3 Excavation for pipeline trenches incl. all safety provision, using site rails and stacking excavated stuff up to a lead of 90 mt. cleaning the site etc. complete for lifts and strata as specified. a) in all sorts of soil and soft murrum Upto 1.50Mtr Depth.(GWSSB SOR 2014-15, Sec.-B,P- 40, I.No.-8(a),(d).
210.00 Cmt (A) In All softs of soil and soft murrum. 88.00 Cmt 18480.00
1.20 Cmt (B) In Hard Rock or in C.C. 1:2:4 365.00 Cmt 438.00
Item No.:-4 Lowering laying & jointing pvc/G.I. pipes and specials of following class and diameter including cost of conveyance from store to site of works, including cost of labour, material, except cement solvent, giving satisfactory hydraulic testic as per IS Code. ( GWSSB SOR- 2014-15, Sec-B,P.-39 Item no.-7).
(I) PVC pipe
60.00 Rmt (A) 75 mm dia. PVC pipe 6 Kg/cm2. 16.00 Rmt 960.00
24.00 Rmt (B) 90 mm dia. PVC pipe 6 Kg/cm2. 18.00 Rmt 432.00
262.00 Rmt (C) 110 mm dia. PVC pipe 6 Kg/cm2. 20.00 Rmt 5240.00
6.00 Rmt (D) 140 mm dia. PVC pipe 6 Kg/cm2. 25.00 Rmt 150.00
(II) GI Pipe Medium duty.
0.00 Rmt (A) 32 mm dia. GI Pipe. 14.00 Rmt 0.00
2.30 Rmt (B) 65 mm dia. GI Pipe. 21.00 Rmt 48.30
4.60 Rmt (C) 80 mm dia. GI Pipe. 29.00 Rmt 133.40
District Water & Sanitation Unit, Patan
- 76 -
2.30 Rmt (D) 100 mm dia. GI Pipe. 36.00 Rmt 82.50
4.55 Rmt (E) 125 mm dia. GI Pipe. 46.00 Rmt 209.30
Item No. :-
lowering,laying & Jointing in position following C.I. /D.F.
Valve incl. cost of all labour jointing materials and giving
satisfactory hydroulic testing etc. complete suxh as nut bolts
rubber packing etc.(GWSSB SOR P - 138, sec-D, Item no.-
6)
0.00 Nos. (B) 25mm Dia. Air Valve (S2) TYPE. 60.00 Nos. 0.00
210.00
Cmt
Item No. :-5 Refilling the pipe line trenches incl. Ramming watering Consolidating, disposal of surplus stuff as directed within a radious of 3.00 km.
22.00
Cmt 4620.00
4.00
No.
Item No. :-6 Making Job connection for old lines in connection with the Existing pipe line PVC or GI pipes with inclunding cost of specials, excavation, cutting, the cost of Specials excavation, cutting the pipes dewatering testing etc comp. Incl. All joniting materials etc. comp.(BANSARI).
1000.00
No.
4000.00
2.02
Cmt.
Item No. :-7 Providing burnt Second Class brick masonry inclunding patta in cement mortar 1:6 with bricks of approved quality for superstructure inclunding racking of joints watering etc. as directed. (R & B SOR 2015-16, Ch.-6,Item No.-2B.6.13 (B), Pg No.-72).
2829.93
Cmt. 5716.46
Total Amount Rs.:- 60851.56
District Water & Sanitation Unit, Patan
- 77 -
INATURE OF CONTRACTOR CHAIRMAN, VWSC,
Unit Manager DWSU PATAN
Unit Manager DWSU PATAN
NAVIKUVAR
District Water & Sanitation Unit, Patan
- 78 -
Name of Work: -Providing, Supplying and Fitting Pumping Machinery For Proposed sump 700 LPM, 27.00
M.Head & 7.50 H.P. Horizontal Mono Submersible Pump Set No.-1 at Village : NAVIKUVAR,
Ta:SHANKHESHVAR, Dist: Patan Under N.R.D.W.P. Programme. 2018-2019
SCHEDULE- B4
Qty Unit Description Rate Per Amount
Item No. :-1
Supply of Horizontal Mono Submersible Pump Set, 3 Phase, 400/440 volt, 50 C/S, AC Supply having capacity. GWSSB approved make. RPM 2900, Minimum overall efficiency 49%, Category: SM 3.3 Mech. SOR Section E -6, Item- 6 (19) As per Department Store rate.
1.00 NO. (B)For Proposed sump.H.P.- 7.50, LPM- 700, HEAD- 27.0 Meter.
15819.00 NO. 15819.00
Item No.:-2
Supply of Control Panel Board for Mono Set Submersible pump of 7.5 & 6.00 HP with D.O.L starter, switch fuse unit, Relay, capacitor as per GWSSB specifications. Mech. SOR section E-3, Item- 2 (2). As per Department Store rate.
1.00 NO. (B)For Proposed sump. 7.50 H.P. 9647.00 NO. 9647.00
Item No.:-3
Supply of Heavy Duty MS GI Pipe both end threaded, conforming to IS 1239 (Part – I) with coupling at one end and thread protector at other end. Size 80 mm diameter.Mech.SOR Section B – 7, Item – 15 (III).As per Department Store rate.
15.00 Meter (A)For Propopsed sump. 100 mm Dia. G.I. Pipe.
578.00 Meter
8670.00
District Water & Sanitation Unit, Patan
- 79 -
Item No. :-4
Supply of C.I. Reflux valve as per IS – 5312 Rating PN – 1.0 Size: 80 mm.Mech. SOR Section B-6 Item 13 (A- 3) .
SOR Rate year 2006.07.
1.00 NO. (A)For Proposed sump. 100 mm Dia. 3978.00 NO. 3978.00
Item No. :-5
Supplying GI special such as Bend, Elbow, Tee, Reducer Nipple, MS/CI Flange etc as per requirement 80 mm size
Market rate.
AS per Bill L.S. (A)For Proposed sump. 7.50 H.P. For 100 mm Dia. G.I.Pipe 2000.00 L.S. 2000.00
Item No. :-6
Flat P.V.C. 3 Core Cable size 1X3X4.0 SQ MMfor Sub Pump. Detailed technical specification as per GWSSB rate contract. Mech SOR Section E – 4, Item No. 3 (2) As per Department Store rate.
250.00 Meter (A)For Proposed sump. 7.50 H.P. 1X3X4.00 SQ MM 49.00 Meter 12250.00
Item No. :-7
Supplying and erecting funnel type pipe earthing with 4.5 meter long, 40 mm diameter GI earth pipe with alternate layers of charcoal and salt. Funnel with a wire mesh for watering and bricks masonry block and C.I cover complete with necessary length of double GI/Copper earth wire, No. 6 SWG Soldered to lug and bolted with GI pipe complete connected to the required switchgear as per direction and duly tested by earth tester conforming to ISS (As per drawing) Mech. SOR Section D–91,Item No, 3-15-12 & 13.SOR Rate 2006-07
District Water & Sanitation Unit, Patan
- 80 -
1.00 NO. (A)For Proposed sump. 7.50 H.P. 1726.00 NO. 1726.00
Item No. :-8
Labour charges for installation and commissioning of above pump set with all accessories complete with delivery pipe connections valves, jointing material etc and installation of Panel Board. Market Rate
1.00 L.S. (A)For Proposed sump. 7.50 H.P. 1500.00 L.S. 1500.00
Total Amount Rs.:- 55590.00
For 1 Nos. x Rate Rs. 55590.00= Rs. 55590.00 55590.00
INATURE OF CONTRACTOR CHAIRMAN, VWSC,
Unit Manager DWSU PATAN
Unit Manager DWSU PATAN
NAVIKUVAR
District Water & Sanitation Unit, Patan
- 81 -
SCHEDULE- B5
Name of Work: - Providing and Making VAP & Water Quality Board, Wall slogan Painting work at Village :-NAVIKUVAR, Ta:-SHANKHESWAR, Dist: PATAN Under N.R.D.W.P. Programme.2018-2019.
Qty Unit Description Rate Per Amount
Item No. :-1 Painting lines, dashes, arrows, letters in two coats with paint brushing including cleaning the surface of all dirt, dust & other impurities etc complete.
36.00 Sq.feet (1)village Action plan (VAP) Board. 22.00 Sq.feet 792.00
6.25 Sq.feet (2)Water Quality Board 22.00 Sq.feet 137.50
90.00 Sq.feet (3)Wall Slogan. 16.00 Sq.feet 1440.00
50.00 Sq.feet (4)Painting Letters on Existing ESR/Sump 22.00 Sq.feet 1100.00
Total Amount Rs. 3469.50
SIGNATURE OF CONTRACTOR Unit Manager CHAIRMAN, VWSC, NAVIKUVAR
District Water & Sanitation Unit, Patan
- 82 -
BID DOCUMENT As per WASMO Type Design & Drawing Construction for New
Construction R.C.C. U/G. SUMP 1,50,000 Liter capacity No-1 & New
Construction Cattle Trough No.-1 & Excavation, Lowering, Laying Jointing &
Refilling 75 MM/90 MM/110 MM/ 140 MM Dia. PVC Pipes Line 6 Kg/cm2 & 65mm/
80mm/ 100mm &125m GI Pipes Medium duty for Valve stand (BANSARY) As a
water distribution work & Pumping Machinery For Proposed SUMP set No.-1
And VAP & Water Quality Board,Wall Slogan Painting work At Village :
NAVIKUVAR, Ta:-SHANKHESHVAR, Dist:-PATAN Under N.R.D.W.P.
Programme. 2018-2019
Payment Schedule for U/G SUMP
TERMS OF PAYMENT:-
Payment of Last Item No. 7 shall be made only after successful completion of water
Sr.No Stage of work Amount Admissible
payment
1 2 3
1 On completion of work up to excavation and Bottom Slab Concreting with steel
23 %
2 On Completion Of Work up to Vertical Wall 20 %
3 Completion of work up to bottom slab / bottom dome vertical wall or slant wall of container without top slab or dome
21 %
4 Full Supporting Structure incl,Column,Ring Beam And Completion of top slab/dome with inside epoxy paint.
15 %
5 Inside Water Proof Plaster & Outside Finishing Etc.Complete
10 %
6 Procurement and fixing of inlet, outlet, washout, overflow pipe valves specials,Constructing Valve Chambers at site.
12 %
7 Supplying & Fixing of M.H.cover,C.I.Cowl ,M.S ladder, pipe railing,Painting of letters and all miscellaneous items such as painting of exterior surface with exterior acrylic paint in three coats etc ,connection with outlet, inlet pipes and any other items required for proper functioning of SUMP Completed with all respect including water tightness test
20 %
Total work % 100 %
District Water & Sanitation Unit, Patan
- 83 -
tightness test & completion of miscellaneous items.
Payment Schedule for Cattle Trough
Payment Schedule for PIPE LINE
Payment Schedule for PUMPING MACHINARY
Sr.No Stage of work Amount
Admissible
payment
1 2 3
1 Construction Cattle Trough As per Design, Design And
Specification Item wise completion work.
90 %
2 On completion of hydraulic testing 10 %
Total Work % 100 %
Sr.No Stage of work Amount Admissible
payment
1 2 3
1 Only for laying PVC pipe line, without hydraulic testing 70 %
2 On completion of hydraulic testing 30 %
Total Work % 100 %
Sr.No Stage of work Amount admissible
payment
1 2 3
1 Supllying and Installation of pumping machinery set
with hydraulic testing and completion all work as per
Tender.
100 %
District Water & Sanitation Unit, Patan
- 84 -
Payment Schedule for Printing & sign Board
Unit Manager
PATAN SIGNATURE OF CONTRACTOR CHAIRMAN, VWSC, NAVIKUVAR
Sr.No Stage of work Amount admissible
payment
1 2 3
1 Completion of all work as per WASMO guide line all
work done as per site instruction given and
Specification of work WASMO as per Tender.
100 %
District Water & Sanitation Unit, Patan
- 85 -
DATA SHEET
&
TECHNICAL SPECIFICATION
District Water & Sanitation Unit, Patan
- 86 -
PREAMBLE TO DATA SHEET
1. The Levels given in the Data Sheet are as per the Data available with GWSSB.
2. The Agency should confirm both the levels and layout of the Head Works as per
the requirement of the inter-related Structures and design accordingly. No
Extra payment shall be made by the Department to the Agency for the
extra excavation or for the raised structure above Ground Level.
3. The levels given in the documents are tentative as per the presently surveyed
Ground Profile. In case of shifting of the Head Works is to be carried out
due to any reason, the Agency shall be bound to carry out all the
Structures of the Head Works at the new site and the design is to be
carried out accordingly without any extra claims.
4. All the layout of Head Works with all components like ESR, Pump House,Cattle
Trough should be designed in relevant with given Contours Plan. And the
layout be got approved before the detailed designing from the Competent
Authority.
Signature of Bidder The Chairman,
VWSC, NAVIKUVAR
Unit Manager
PATAN
District Water & Sanitation Unit, Patan
- 87 -
Name of Work :-AS Per WASMO Type Designe & Drawing Constructing R.C.C. 1,50,000 Lit. Capacity Sump (1Nos.) at NAVIKUVAR village
Under NRDW Programme Ta: SHANKHESHVAR,Dist : PATAN. SCHEDULE-B-1
GENERAL SPECIFICATION I. GENERAL
The tender is being invited for execution of RCC U/G sump for 1,50,000 LIT.
capacity at village NAVIKUVARTa. SHANKHESHVAR as per WASMO
Design & Drawing Attached with tender. The capacity of the container is
150,000 LIT. All RCC structure shall execute shall execute in M 300 Mix
Unless specified. If any discrepancies found in drawing. The final
decision of committee will be adhered to contractor.
1.1.0 Capacity of U/G sump 1,50,000 liters capacity.
1.1.1 Full supply level : As per actual design
1.1.2 Minimum Free board : 30 cm. above overflow level.
1.1.3 Space available: As required. As per Drawing /Circular in shape.
1.1.4 Diameter of Inlet pipe: 100 mm dia G.I pipe Required for sump.
1.1.5 Diameter of Outlet cum/washout pipe : 100 mm dia C.I. double flanged
pipe.
1.1.6 Diameter of Overflow pipe 100 mm dia C.I. double flanged pipe.
1.1.7 Stair case: RCC circular spiral staircase . RCC circular spiral staircase
should be provided inside shaft of ESR. Allum. Ladder to be fixed inside
container for sump access to bottom floor and top slab/dome. It shall
be fabricated from Allum. Squired Section 50 x 25 x 5 MM and ,25 mm.
dia Allum. Section for steps at 30 cm.C/C should be provided with
rubber shoes at top and bottom. The ladder shall be 50 CM wide. If the
ladder is more than 4 Mt. The stages of 50 x 5 mm. Allum. Squire at 3
Mt. C/C. shall be provided and fixed in container The Design of ladder
shall be got approved by in charge before it is fabricated and fixed in
position.
1.1.8 Cowl ventilator: 100 mm dia C.I. with Jali - minimum 4 nos. for sump.
1.1.9 C.I. M.H. frame & cover: 0.90 x 0.60 mts. on top of container for sump
No-1 and other 0.75x0.60 Mtr, size valve chamber in side dimention
1.00x1.00x1.00 mtr depth. With top cover.
1.1.10 Subsoil water level : 2.50 meters at siteSBC report. (Normal course)
District Water & Sanitation Unit, Patan
- 88 -
1.1.11 Contractor to commission the sump should do inlet outlet connection.
1.1.12 Inlet pipe Sluice valve : 100 mm dia - 1 Nos Alt type long body.
1.1.13 All the inlet & out let cum washout, overflow pipe should be provided
as per drawing & Plus 5 Mtr. Out side face of the shaft or column & incl.
inlet & outlet connection done by agency.
Capacity of U/G SUMP 1,50,000 liters – 1 Nos..
1.1.14 Full supply level : As per actual WASMO Approved design Attached
Drawing.
1.1.15 Minimum Free board : 30 cm. above overflow level.
1.1.16 Space available: As required. Circular in shape.
1.1.17 Diameter of Inlet pipe: (1) For Bore well 100 mm dia. -1No and (2) For
Juth yojana 100 mm dia.-1 No. mm dia G.I. pipes. Required for U/G
Sump.
1.1.18 Diameter of Outlet cum/washout pipe : 80 mm Dia.-1No G.I. Pipe From
Bottom suction level to out side From Vertical wall face 1.00 meter in
length.
1.1.19 Diameter of Overflow pipe 100 mm Dia. -1 No G.I..pipe with Elbow From
vertical wall face 1 meter length .
1.1.20 Cowl ventilator:100mm dia C.I. with Jali - minimum 4 nos. for U/G SUMP.
1.1.21 C.I. M.H. frame & cover: 0.90 x 0.60 mts. -1Nos & Other C.I. Frame &
cover: 0.75 x 0.60 mts. -1Nos on top of container for U/G SUMP and
valve chamber size 1.00 x1.00x1.00 mtr. -1Nos.
1.1.22 Subsoil water level : 2.5 meters (Normal course)
1.1.23 Contractor to commission the UG Sump should do inlet outlet
connection.
1.1.24 Sluice valve : 100 mm dia - 1Nos Alt type long body.
1.1.25 All the inlet & out let cum washout, overflow pipe should be provided
as per drawing & Plus 1 Mtr. Out side face of the Vertical wall incl. inlet
& outlet connection done by agency.
N.B. :--- The bidder shall visit the site before quote the tender
SIGNATURE OF CONTRACTOR Unit Manager CHAIRMAN, VWSC,
PATAN NAVIKUVAR
District Water & Sanitation Unit, Patan
- 89 -
TECHNICAL SPECIFICATION
Detailed specification given here shall be treated as extension or partial modifications
to the specification of respective items. Given in the Volume of specification
published by Gujarat Water Supply and sewerage Board.
Excavation for Foundation:--
When the rates are to be quoted for a work based on 'contractors own design' the
work excavation for foundation shall mean excavation for foundation in all
types strata such as soils, murumm soft as well as hard rocks upto the
designed depth at which foundation is to rest. No extra payment will be given
for any change in strata at the same place. The rates shall also include
dewatering and shoring strutting if any where found necessary.
Excavation shall be carried out as per approved drawing. The excavation made
deeper or wider than that required as per drawing shall not paid but such deeper
excavation if carried out shall have to be filled up using C.C. 1:4:8 by the contractor
without extra cost. If the type of strata require wider excavation at top (G.L.) then
contractor shall excavate the trench accordingly but no extra payment for such
wider excavation shall be made.
The rates shall include providing cured warnings lights during night time providing
barricading consisting of menial ropes and bamboo for which no extra payment will
be made.
The contractor shall make his own arrangement to obtain prior permission directly
from relevant authorities for stacking of excavated stuff near work side. If fails to
obtain such permission then he will have to make his own arrangement without
claiming extra cost to transport and stack the excavated stuff at a suitable place
approved by The Pani SHANKHESHVARti and the Engineer in charge of work.
The excavated stuff shall be stacked at least 10.0 m. away from the edge of
excavated trench. If enough space is not available at work site then the excavated
stuff shall be stacked at suitable place situated away from the work site. Similarly
the surplus stuff shall have to be disposed off at a suitable place for which
contractor shall have to obtain permission directly from relevant authorities. No
extra payment for transportation of excavated stuff or surplus stuff shall be made.
No excavated stuff shall be disposed off or used for any purpose other than refilling
without prior permission of Pani NAVIKUVAR / Engineer in charge of work.
District Water & Sanitation Unit, Patan
- 90 -
Details shown in the data sheet regarding water table approximate. The contractor
shall make his own arrangement for taking trial pits at his own cost more quoting his
rates for as certain type of strata water table. Quantity of seepage water etc.
Work at night-time shall be carried out only with written permission of Engineer-in-
charge.
Bottom of the Excavated foundation trenches shall be sprinted with water (If water
table is not above foundation level) and well rammed to obtain a reasonably firm
and level bedding.
The rates shall include continuous dewatering of seepage water or rain water from
trenches to keep the trench dry particularly during casting of base concrete.
Concrete for footing and columns of shaft etc. till concrete fully settled etc.
Whenever collapsible types of strata are encountered proper shoring and strutting
shall be provided without any extra cost.
2.0 Concrete :--
Concrete grade shall be as designed on drawings. In concrete grade M:30. The number
represents the specified characteristic compressive strength of 150 mm/ cube at 28
days, expressed in N/sq.mm as per IS:456 concrete in the works shall be “DESIGN
MIX CONCRETE” or “NOMINAL MIX CONCRETE” All concrete works of grade M:5,M
:7.5 and M:10 shall be NOMINAL MIX CONCRETE whereas all other grades, M15 and
above shall be DESIGN MIX CONCRETE.
Design Mix Concrete
a) Mix Designing & Testing
For design Mix Concrete the mix shall be designed according to IS : 10262 and
SP:23 provide the grade of concrete having the required workability and characteristic
strength not less than appropriate values given in IS:456 The design mix shall be
cohesive and does not segregate and should result in a dense and durable concrete
and also capable of giving the finish as specified for liquid retaining structures the mix
shall also result in water tight concrete. The contractor shall exercise great care while
designing the concrete mix and executing the works to achieve the desired result.
The minimum cement content for design Mix concrete shall be as per
Appendix-A of IS:456 or as given below, whichever is higher.
Grade of
Concrete
Minimum cement content in Kg./Cum. or
concrete.
District Water & Sanitation Unit, Patan
- 91 -
M15 260
M20 315
M25 360
M30 400
The minimum cement content stipulated above shall be adopted irrespective of
whether the contractor achieves the desired strength with less quantity of cement. The
Contractor’s quoted rates for concrete shall provide for the above eventuality and
nothing extra shall become payable to the contractor in this account. Even in the case
where the quantity of cement required is higher than that specified above to achieve
desired strength based on an approved mix design nothing extra shall become
payable to the Contractor.
It shall be the Contractor’s sole responsibility to carry out the mix designs at his
own cost shall furnish to the V.W.S.C. at least 7 days before concreting operations. A
statement proportions proposed to be used for the various concrete mixes and the
strength results obtained. The strength requirements of the concrete mixes as retained
on 150 mm cubes as per IS:516 shall comply with the requirements of IS:456
Grade of Concrete Minimum Compressive
strength N/Sq.mm at
7 days
Specified characteristic
Compressive
strength N/Sq.mm/
at 28 days.
M 15 10.0 15.0
M 20 13.5 20.0
M 25 17.0 25.0
M 30 20.0 30.0
M 35 23.5 35.0
M 40 27.0 40.0
A range of slumps which shall generally be used for
various types of construction otherwise instructed by the
V.W.S.C is given below:
District Water & Sanitation Unit, Patan
- 92 -
Structure Member Slump in
Millimeters
Maximum Minimum
Reinforced foundation walls and
footings
75 25
Plain footings caissons and substructure walls 100 25
Slabs, Beams and reinforced walls 75 25
Pump & miscellaneous equipment foundation 100 25
Building Columns 50 25
Pavements 50 25
Heavy mass construction 50 25
(b) Batching and Mixing Concrete
Proportions of aggregates and cement as decided by the concrete mix design
shall be by weight. These proportions shall be maintained during subsequent concrete
batching by means of weigh batches capable of controlling the weights within one
percent of the desired value.
Amount of water added shall be such as to produce dense concrete of required consistency,
specified strength and satisfactory workability and shall be so adjusted to account for
moisture content in the aggregates. Water cement ratio specified for use by the
V.W.S.C. shall be maintained. Each time the work stops, the mixer shall be cleaned
out and while recommencing the first batch shall have 10% additional cement to allow
for sticking in the drum.
Arrangement should be made by the contractor to have the cubes tested in an approved
laboratory or in field with prior consent of the V.W.S C. Sampling and testing of
strength and workability of concrete shall be as per IS: 1199, IS:516 and IS:456, IS
3370.
Nominal Mix Concrete
(a) Mix Design and testing :--
Mix design and preliminary tests are not necessary for Nominal Mix concrete. However works
tests shall be carried out as per IS:456. Proportions for Nominal Mix concrete and
water cement ratio may be adopted as per Table 3 of IS:456. However it will be the
Contractor’s sole responsibility to adopt appropriate nominal mix proportions to yield
the specified strength.
(b) Batching & Mixing of Concrete
District Water & Sanitation Unit, Patan
- 93 -
Based on the adopted nominal mixes, aggregates shall be measured by volume. However
cement shall be by weight only.
Form Work :--
Form work shall be all inclusive and shall consist of but not be limited to shores,
bracings, sides of footings, walls, beams and columns bottom of slabs etc. including
ties, anchors, hangers inserts, false work, wedges etc.
The design and engineering of the formwork as well as its construction shall be the
responsibility of the contractor. However if so desired by the V.W.S.C, the drawings
and calculations for the design of the formwork shall be submitted to the V.W.S.C. for
approval.
Formwork shall be designed to fulfill the following requirements:-
a) Sufficiently rigid and tight to prevent loss of grout or mortar from the concrete at all
stages and appropriate to the method of placing and compacting.
b) Made of suitable materials.
c) Capable of providing concrete of the correct shape and surface finish within the
specified tolerance limits.
d) Capable of withstand without deflection the worst combination of self weight
reinforcement and concrete weight, all loads and dynamic effects arising from
construction and compacting activities wind and weather forces.
e) Capable of easy striking out without shock, disturbance or damage to the concrete.
f) Sofia forms capable of imparting a camber if required.
g) Sofia forms and supports capable of being left in position if required.
h) Capable of being cleaned and/or coated if necessary immediately prior to casting the
concrete, design temporary openings where necessary for these purpose and to
facilitate the preparation of construction joints.
The formwork may be of timber, plywood, steel, plastic or concrete depending
upon the type of finish specified. Sliding forms and slip form may be used with the
approval of the V.W.S.C.. Timber for formwork shall be well seasoned, free from sap,
shakes, loose knots, worm holes, warps and other surface defects. Joints between
formwork and formwork and between formwork and structure shall be sufficiently tight
to prevent loss of slurry from concrete, using seals if necessary.
The faces of formwork coming in contact with concrete shall be cleaned and two coats
of approved mould oil applied before fixing reinforcement. All rubbish particularly
chippings shavings, Sawdust, wire pieces dust etc. shall be removed from the interior
of the forms before the concrete is placed where directed, cleaning of forms shall be
done by blasting with a jet of compressed air at no extra cost.
District Water & Sanitation Unit, Patan
- 94 -
Forms intended for reuse shall be treated with care. Forms that have deteriorated shall
not be used. Before reuse, all forms shall be thoroughly scraped, cleaned nails
removed holes suitably plugged, joints repaired and warped lumber replaced to the
satisfaction of the V.W.S.C.. The contractor shall equip himself with enough shuttering
to allow for wastage so as to complete the job in time.
Permanent formwork shall be checked for its durability and compatibility with adjoining
concrete before it is used in the structure. It shall be properly anchored to the concrete.
Wire ties passing through beams, columns and walls shall not be allowed. In their
place bolts passing through sleeves shall be used. Formwork spacers left in situ shall
not impair the desired appearance or durability of the structure by causing spelling,
rust staining or allowing the passage of moisture.
For liquid retaining structure sleeves shall not be provided for through bolts nor shall
through bolts be removed if provided. The bolts in the latter case, Shall be cut at 25
mm depth from the surface and the hole made good by cement mortar of the same
proportion as the concrete just after striking the formwork.
Where specified all corners and angles exposed in the finished structure shall have
chamfers or fillets of 20 mm x 20 mm size.
Form for substructure may be omitted when in the opinion of the GWSSB/V.W.S.C.,
the open excavation is firm enough (in hard non porous soils) to act as form Such
excavations shall be larger as approved by the V.W.S.C. than that required as per
drawing to compensate for irregularities in excavation.
The contractor shall provide adequate props carried down to a firm bearing without
over loading any of the structure.
The shuttering for beams and slabs shall be so erected that the side shuttering of
beams can be removed without disturbing the bottom shuttering. If the shuttering for a
column is created for the full height of the column, one side shall be built up in sections
as placing of concrete proceeds or windows left for placing concrete from the side to
limit the drop of concrete to 1.0 m. or as approved by the V.W.S.C. The contractor
shall temporarily and security fix items to be cast (embodiments / inserts) in a manner
that will not hinder the striking of forms or permit loss of grout.
Form work showing excessive distortion during any stage of construction shall be
repositioned and strengthened. Placed concrete affected by faulty formwork, shall be
entirely removed and formwork corrected prior to placement of new concrete at
contractor’s cost.
The striking time for formwork shall be determined based on the following
requirements.
District Water & Sanitation Unit, Patan
- 95 -
a) Development of adequate concrete strength
b) Permissible deflection at time of striking form work.
c) Curing procedure employed – its efficiency and effectiveness
d) Subsequent surface treatment to be done.
e) Prevention of thermal cracking at re-entrant angles.
f) Ambient temperatures ; and
g) aggressiveness of the environment (unless immediate adequate steps are taken to
prevent damage to the concrete)
Under normal circumstances (generally where temperatures are above 20’ C ) forms may be
struck after expiry of the time period given in IS:456 unless approved otherwise by the
V.W.S.C.For portland pozoland/slag cement the stripping time shall be suitably
modified as approved by the V.W.S.C. It is the contractor’s responsibility to ensure that
forms are not struck until the concrete has developed sufficient strength to support
itself, does not undergo excessive deformation and resist surface damage and any
stresses arising during the construction period.
3.2 MATERIALS :----
Coarse aggregate shall consist of tough angular black trap kapachi. The
kapachi shall be obtain from approved source only. Normally atleast two stock piles of
different size of 15 to 20 m and 25 to 10 mm shall be maintained. It will however be
preferably to maintain third stock oil of 6mm to 15 mm also for better control on mix of
concrete.
The mixing size of coarse aggregate to be used shall be as large possible
within the limits of requirements based on size of number and specing of requirement.
But aggregate exceeding 40 mm shall not be used in concrete for E.S.R..
Depending upon the size of member, specing of reinforcement and degree of
work ability desired the course aggregate from different stock piles may be mixed in a
suitable proportion to get a uniform mix that does not aggregate.
The coarse aggregate shall not contain dirt, dust, clay or other such harmful
materials. If directed by the Engineer the same shall be washed with water and
directed before being used.
3.3.0 FINE AGGREGATES :--
Fine aggregates shall consists of coarse angular river sand free from dirt and other harmful
organic materials. If directed the same shall be screened and washed before being
used. Sand brought from approved source shall only be used.
3.4.0 CEMENT :--
District Water & Sanitation Unit, Patan
- 96 -
SRC Cement to be used in RCC work shall be supplied by the contractor as per latest I.S. &
with ISI mark. contractor shall provide a temporary store with double lock arrangement
for the contractor proper ladders and plants forms for easy access shall be provided by
the contractor without extra cost.
MIXING TRANSPORTING & LAYING :---
For important works like ESR and SUMPs mixing of concrete shall be
invariably done in approved weigh batch mixing plant only. The mix obtained from the
mixer shall be a uniform mass consisting of all aggregates coated with cement pasts.
Fresh concrete shall be transported horizontally in ghamallas or wheel barrows.
Vertical transportation shall be done by using mechanical vertical lifts. When chutes
are used for transportation care should be exercised to avoids segregation and
concrete may be remixed at bottom of chutes to get uniform mix. Before any concrete
is placed in position all loose materials such as dirt, dust, chips, of stones wood, steel
etc. should be removed. Inner side of forms should be coated with a thin layer of oil to
get a good finished surface. Concrete should not be dumped from above in which case
aggregate will segregates but placed gently from a height not exceeding 1.5 m.
compaction of concrete shall be done by vibrators cream appears at top. Over
vibration shall be avoided to avoid segregation.
5.0 CURING :--
After concrete is set in position it shall be kept continuously wet with water for at least 7 days
either by using gunny bags (Column & walls) by pending (slab) or as directed by
spraying of water.
6.0 Unless otherwise specified the rate shall include finishing the exposed surface to get
good finished surface.
7.0 The forms shall be k ept position for the period given below :--
1. Vertical sides of walls beams columns 2 days
2. Slabs (Propose left under) 7 days
3. Bottom of beam (Prop. left under) 7 days
4. Removal of prop. to slab spear upto
4.5 spurious over 4.5 m. 7 days
5. Removal of props. to fearus spring upto 6.0 m. 14 days
6. Sparning over 6.0 m. 21 days
Finishing
The formwork for concrete works shall be such as to give the finish as specified. The
contractor shall make good any unavoidable defects as approved consistent with the
District Water & Sanitation Unit, Patan
- 97 -
type of concrete and finish specified. defect due to bad workmanship. (e.g. damaged or
misaligned forms, defective or properly compacted concrete) will not be accepted. The
Contractor shall construct the formwork using the correct materials and to meet the
requirements of the design and to produce finished concrete to required dimensions
plumbs planes and finishes.
The main requirement is that of dense well compacted concrete. No treatment is required
except repair of defective areas filling all form tie holes and cleaning up to loose or
adhering debris for surfaces below grade which will receive3 water proofing treatment
the concrete shall be free of surface irregularities which would interfere with proper and
effective application of water proofing material specified for use.
Surface Finish Type F2 :-- The appearance shall be that of a smooth dense well compacted
concrete showing the slight marks of well fitted shuttering joints. The contractor shall
make good any blemishes.
face F Swinish Type F3 :-- The finish give an apiece of smooth dense well compacted concrete
with no shutter marks, stain free and with no discolouration blemishes arises air holes
etc. Only lined or coated plywood with very tight joints shall be used to achieve this
finish. The panel size shall be uniform and as large as practicable. Any minor blemishes
that might occur shall be made good by the contractor.
Integral Cement Finish on concrete floor :-- In all cases integral cement finish on a
concrete floor has been specified the top layer of concrete shall be screeded of to
proper level and tamped with temper having conical projections so that the aggregate
shall be forced below the surface. The surface shall be finished with wooden float and a
trowel with pressure. The finish shall be continued till the concrete reaches its initial set.
No cement or cement mortar finish shall be provided on the surface. Where specified, a
floor hardener as approved by V.W.S.C. shall be supplied and used a recommended by
manufacturer.
8.0 Reinforcement
All reinforcement steel shall be of TMT and welded wire fabric to IS:1566 as shown or
specified on the drawing.
All reinforcement shall be clean, free form pitting, oil, grease, paint, loose mill scales, rust, dirt,
dust, or any other subsequent that will destroy or reduce bond.
Accelerating retarding water-reducing and air entraining admixtures shall conform to
IS:9103 and integral water proofing admixtures to IS:2645.
Admixtures may be used in concrete as per manufacturer’s instructions only with the
approval of the V.WS.C. An admixture’s suitability and effectiveness shall be verified
District Water & Sanitation Unit, Patan
- 98 -
by trial mixes with the other materials used in the works. If two or more admixtures are
to be used simultaneously in the same concrete mix, their interaction shall be checked
and trial mixes done to ensure their compatibility. There should also be no increase in
risk of corrosion of the reinforcement or other embadment.
Calcium chloride shall not be used for accelerating set of the cement for any concrete
containing reinforcement or embedded steel parts. When calcium chloride is permitted
such as in mass concrete works, it shall be dissolved in water and added to the mixing
water by an amount not exceeding 1.5 percent of the weight of the weight of the
cement in each batch of concrete. The designed concrete mix shall be corrected
accordingly.
Wastage :
Wastage allowance for cement and steel shall be considered in the item rate and no extra
payment shall become payable to the Contractor or any account.
Sample and tests :--
All materials used for the works shall be tested before use.
Manufacturer’s test certificate shall be produced before use.
Manufacturer’s test certificate shall be furnish for each batch of cement / steel and when
directed by the V.W.S.C .samples shall also be got tested by the contractor in a
laboratory approved by the V.W.S.C. at no extra cost to employer. V.W.S.C may
appoint separate third party inspection for the material testing to ensure the quality of
the work. The contractor shall replace the defective materials as an outcome of these
tests.
Sampling and testing shall be as per IS:2386 under the supervision of the V.W.S.C
Water to be used shall be tested to comply with requirement of IS:456
The contractor shall furnish manufacturer’s test certificates and technical literature for
the admixture proposed to be used. If directed the admixture shall be got tested at an
approved laboratory at no extra cost.
9.0 R.C.C. STRIRCASE FROM G.L. TO TOP OF CONTAINER :--
R.C.C. Staircase shall be provided in M-25 for easy access necessary to the top of E.S.R..
The width of staircase shall not less than 90 cms. The rise shall be suitable. The
balluster and hand railing shall be made from 65 x 65 x 6 mm angles and 25 mm dia
G.I. pipes by welding as directed by Engineer in charge. The staircase shall be
designed inside the shaft or otherwise the whole staircase shall be covered with
staircase cabin with MS door arrangement such a way that the system when locked
District Water & Sanitation Unit, Patan
- 99 -
can prevent any unauthorised entry from the staircase. This shall be done as per
instruction of Engineer In charge. & coloured with three coats of paints.
10.0 PROVIDING AND FIXING M.S LADDER INSIDE CONTAINER :---
Contractor shall have to fabricate and fix M.S ladder. The ladder to be fixed shall be
fabricated from 40 x 40 x 5 mm. M.S Angle 25 mm. dia bar Fixed at 30 cm. C/C. with
rubber shoes at top and botom. The ladder shall be 50 cm. wide., If the length of the
ladder is more than 4 mt. Then stages of 50 x 5 mm. m,s flat fixed at 3 mt C/C. shall be
provided and fixed in container The design of ladder shall be got approved by
Engineer in charge before it is fabricated and fixed in position.
11.0 PAINTING LETTER :--
Following words shall be painted on the container. The words for the painting shall be as
decided by Engineer. The letters shall be 450 mm. & 50 mm wide high and the black
ground of suitable colour shall be provide. Approved enameled radium paint shall only
by used for painting letters and back ground. Entire work shall be used for painting
letters & back ground. Entire work shall be carried out as per instruction of Engineer in
charge. Rates includes providing paint and labour for painting letters and also
providing scaffolding etc. for painting.
15.0 WATER PROOF CEMENT PLASTER :--
The cement mortar shall consist of two parts of fine river sand free from any dust and other
organic matter and one part of approved quality of cement. The mortar shall be
properly mixed on water tight platform. The mortar shall be used within half an hour
after mixing. The water proofing materials weighting 1.5 kg. of powder in one bag of
cement shall be added. The plaster shall be applied in uniform thickness of 20 mm.
and shall be properly smoothened with wooden & finished with cement finishing of
required. The curing shall be done atleast for week by sprinkling the water over the
wall. The wall shall be tested for water proofness. The rate includes the cost of water
proofing materials. The test for water proofness shall be carried out by the contractor
at his own cost by filling the contractor with water and it shall be checked out that there
is no per collection of water from the wall.
Scaffolding wooden ballies, bamboos, planks, treaties and other scaffolding shall be sound,
these shall be properly examined before erection and use.
Preparation of back ground
The surface shall be cleaned of all dust, loose mortar, droppings, traces of angle, efflorescene
and other foreign matter by water or by brushing. Smooth surface shall be roughened
by wire brushing if it is not hard in case of concrete surface, it is chemical retard or has
been applied to the form work the surface shall be roughened by wire brushing and all
District Water & Sanitation Unit, Patan
- 100 -
the re-shutting dust and loose part holes cleaned off and care shall be taken that none
of the retarders left on the surface.
Racking of joints in case of masonry where necessary shall be allowed to dry out for sufficient
period before carrying out plasterwork.
The work shall not be soaked but only damped evenly before applying the plaster if the
surface becomes dry such area shall be maintained again.
Application of plaster
The plaster about 45cm shall be first applied horizontally and vertically at not more than 2
meters intervals over the entire surface to serve as guage. The surface of these
gauges shall be truly in plane of the finished plastered surface slightly more than the
specified thickness, then brought to a true surface by working a wooden float
according as a smooth or a sandy granular texture is required. Excessive thrilling or
over working the float shall be avoided. At corners, arises, angles and junctions shall
be truly vertical or horizontal as the case may be and shall be carefully finished.
Rounding or chamfering corners, arises junctions etc. shall be carried out with proper
templates to the size required.
Cement plaster shall be used within half an hour after addition of water. Any mortar or plaster
which is particularly set shall be rejected and removed from site.
In suspending the work at the end of the day the plaster shall be left out clean to the line both
horizontally and vertically, when recommending, the plaster the edges of the old work
shall be scrapped clean and wetted with cement putty before plaster is applied to the
adjustment areas to unable the two to properly join together. Plastering worked shall
be closed on the body of features such as plaster bends and cornices nor at the
corners or arines. Horizontal joints in plaster work shall not also occur on parapet tops
and copping as these invariable lead to leakage. No portion of the surface shall be left
out initially to be packed up later on.
Each coat shall be kept damp continuously till the next coat is applied or for a minimum
period of 7days. Moistening shall commence as soon as plaster is hardened
sufficiently. Soaking of walls shall be avoided and only as much water as can be
readily absorbed shall be used. Excessive evaporation of the sunny or windward side
of building in not air or dry weather shall be prevented by hanging matinees or gunny
bags on the outside of the plaster
13.0 APPLYING SNOWCEM PAINT :--
The work shall be carried out as per instruction of the Engineer in charge. The
snowcem paint shall be water proof cement paint and best quality shall be got
approved before use.
District Water & Sanitation Unit, Patan
- 101 -
The surface shall be prepared by removing all mortar dropping and foreign matter and
thoroughly cleaned, with wire or fiber Brush or any suitable means and washing the
surface. All looses pieces shall be scrapped out and hole shall be stopped with mortar.
After cleaning the surface the watering holes surface and applied snowcem paint in
three coats.
R.C.C. work of staircase should be of well finished condition if the same is not
satisfactory than contractor since have to finish the surface with 15 mm. thick plaster
C.M. 1:2 without any extra claim.
The contractor shall have to make arrangement for testing of steel bars brought on
site and concrete cubes, for different mix at different stages like foundation, shaft,
column, cube should be cast on site and tested on site and as well as and send to
Govt. approved laboratory for compressive strength 7 days and 28 days. Compressive
strength 7 days and 28 days. Results must be produced in office before taking
payment of work done. Testing charges and equipments must bear by contractor.
Water Level Indicator :
A wooden water level indicator of approved size and type shall be provided and fixed by the
contractor. It shall consist of wooden plamk 200mm x 40mm size. The division of water
level indicators shall show distancve of 10 cms. Clearly. A copper of PVC float of
5000mm diameter and 50 mm. Height shall be provided along with steel wires.
Pulleys, etc. The entire arrangement shall be first got approved by the engineer in
charge of work. Letter and making shall be painted with apptroved enamel paint..
Lighting Arrestor :
The Contractor shall be of standard materials and size provided on top and shall be fixed in
top slab in the center in vertical position. The rod shall be connected with copper strip
of size 50mm x 3 meter. Required length with copper plate 600mm x 600 mm x 6mm
and buied under ground with required qty. Of slab and scale as directed 1mt.below
ground and 1mt x 1mt distance shall be provided and fixed as directed without any
extra cost.
Signature of contractor Unit Manager CHAIRMAN, VWSC,
PATAN NAVIKUVAR
District Water & Sanitation Unit, Patan
- 102 -
Name of Work: New Construction CATTLE TROUGH Inside size 7.50
Mtr 1.20 Mtr.x 0.55 Mtr. No-1 as per wasmo Design & drawing at
Village : NAVIKUVAR , Ta: SHANKHESWAR, Dist: Patan Under
N.R.D.W.P. Programme. 2017-2018.
ITEM WISE DETAILED SPECIFICATION
SCHEDULE- B-2
ItemNo:-1
1.0. General
1.1. Any soil which generally yields to the application of pickaxes and shovels, phawaras rakes or any
such
ordinary excavating implement or organic soil, gravel silt, sand turf loam, clay, peat etc., fail under this
category
2.0. Clearing the site
2.1. The site on which the structure is to be built shall be cleared, and all obstructions loose stone,
materials and
rubbish of all kind bush wood and trees shall be remove! as directed The materials so obtained shall be
property of
the Government and shall be conveyed und stacked as directed within 50 m lead. The roots of the trees
coming in the
sides shall be cut and coated with a hot asphalt
2.2. The rate of side clearance is deemed to be included in the rate of earth work for which no extra will
be paid.
3.0. Setting out
After clearing the site the centre lines will be given, by the Engineer-in-charge. The contractor shall
assume full
responsibility for alignment, elevation and dimension of each and all 'parts of the work. Contractor shall
supply labours
materials, etc. required for setting out the reference marks and bench 'marks and shall maintain them
as long as
required and directed.
4.0. Excavation
The excavation in foundation shall be carried out in true line and level and shall have the width and
depth as shown in
the drawings or as directed. The contractor shall do the necessary shoring and shutting or providing
necessary slopes
to a safe angle, at his own cost. The payment for such precautionary measures shall be paid separately
it not
specified. The bottom of the excavated area shall be leveled both longitudinally and transversely as
directed by
removing and watering as required No. earth filling will be allowed for brining it to level If by mistake or
any
District Water & Sanitation Unit, Patan
- 103 -
excavation is made deeper or wider than, that shown on the plan or directed. The extra depth or width
shall be made
up with concrete of same proportion as specified for the foundation concrete at the cost of the
contractor. The
excavation up to 1.5 m depth shall be measured under this item.
5.0. Disposal of the excavated stuff
5.1. The excavated stuff of the selected type shall be used in filling the trenches and plinth or leveling
the ground
in layers including ramming and watering etc.
5.2. The balance of the excavated quantity shall be removed by the contractor from the site of work to a
place as
directed with lead up to 50 M. and all lift.
6.0. Mode of measurements & payment
6.1. The measurement of excavation in trenches for foundation shall be made according to the sections
of
trenches shown on the drawing or as per sections given by the Engineer-m-charge. No payment shall
be made for
surplus excavation made in excess of above requirements or due to stopping and sloping back as
found necessary on
account of conditions of soil and requirements of safety.
6.2. The rate shall be for a unit of one cubic meter
ItemNo:-2
Providing and laying cement concrete in C.C 1:4:8 in foundation including ramming,
curing etc. complete, with using black stone metal 40mm to 50mm size. (A) Foundation
and plinth (R & B SOR -2015-16,Chap-5,IT-4(5.3.3) P.No.-45)
1. The cement, sand and Brick bats of 40 mm size shall be in proportion of (1:4:8).
Contractor should bring the cement from open market. The cement shall be stacked
in dry place without extra cost. The cement shall be having ISI mark; standard made
ordinary port land cement and it shall be protected from damp without any extra cost
etc. as directed by the Engineer in charge.
2. The sand shall be free from dust and other injurious substances and shall be approved
by Engineer in charge. The sand shall be cleans and washed if necessary before
being used. The trap metal shall be hard and 12mm to 20mm size durable and
angular. The metal shall be got approved by Engineer in charge first and then shall
be used for the work. It shall be free from impurities before being used for the work.
It shall be free from impurities and shall be screened & washed if found necessary.
3. The concrete shall be thoroughly mixed in concrete mixture machine. The concrete shall be placed
and not thrown from height Of more than 2.0 mt. The concrete shall be used within twenty
minutes from the time of mixing. The concrete shall be property rammed watered and
consolidation and it shall be cured for 21 days.
4. The rate includes the dewatering by means of pumping and bailing out of water if necessary.
District Water & Sanitation Unit, Patan
- 104 -
5. Payment shall be made per cu. mt. basis on work done.
ItemNo:-3and4
Providing and casting in-situ C.C in grade M-200 (approximately corrosponds to
proportion 1:1.5:3) using granite, quartizite trap metal of size 12 mm to 20mm and or 6
mm to 12 mm inclunding scaffolding, centering, formwork, needle vibrated
consoilidation, curing and hydraulic testing etc. complete (excluding cost of
reinforcement up to 6 meter height/depth from G.L. for all structures with water proofing
compound for flat bottom slab without centering. (GWSSB SOR-2014-15,Sec-C,It.-
5(2),P.No.-44)
Providing and casting in-situ C.C in grade M-200 (approximately corrosponding to
proportion 1: 11/2 : 3) (Porportions as per mixdesign or as per table 9 of IS 456 2000 in
masses by weight batching ) using granite, quartizite trap metal of size 6 mm to 20mm
for RCC work, including scaffolding, centering, formwork, needle vibrated
consoilidation, curing and hydraulic testing etc. complete up to 6 meter depth or height
(excluding cost of reinforcement) structure other than water retaining. for 10 cm vertical
walls. (GWSSB SOR-2014-15,Sec-C,IT.-4(7),P.No.-43
1. For all RCC Work as specified in Schedule – B
2. Cement shall be brought by contractor having ISI mark standard make
ordinary Portland cement shall be brought to the work in supplier’s bag
and shall be stored and protected from moisture up to the completion of
the work. It shall be gauged by the weight or by bags.
3. Best river sand of approved quality shall be used. It shall be clean sharp,
and free from dust and dirt or other impurities. If necessary sand shall be
washed and shall be shored in such a way so as to prevent the dust
mixing.
4. Any cement that shall have been injuriously effected by moisture or other
caused shall be rejected and shall have to be removed by the contractor
without any claims for the extra cost.
5. The coarse aggregate shall be consist of 6mm to 20mm size broken hard
black trap metal approved by the in charge Engineer. It shall be well
graded and free from dust of dirt and shall have to be washed and
screened as directed.
6. Cement concrete shall consist of cement. Sand and course aggregate in the
proportion as specified on the respective items. The questions regarding
where the raft ends shall be added by the measuring water shall be as
directed.
7. In order to test the consistency of the mixed concrete slumps tests shall be
made by the contractor as and when required by the in charge of work
without any extra cost. The allowable slumps of concrete shall be not more
than permissible limit.
8. Before any concrete is placed in position loose pieces of timber loose
stones. Saw dust etc. shall be removed from the formwork proper water
cement ratio shall be observed concrete shall not be placed from height of
more than 1.5 mtr. At any account. All cement concrete shall be placed
carefully be manual or mechanical labors to require height in without any
District Water & Sanitation Unit, Patan
- 105 -
increased in the rates. The vibrator shall have to use for compactness of
concrete. The consolidations shall be allowed. The tank floor and inside of
the partition wall shall be plastered with of sick or water proof compound
approved by Executive Engineer. It shall be rubbed with corobranium
stone if found necessary as per instruction of Executive Engineer.
9. The concrete shall be carried out during the nighttime if insisted up to sufficient
number of labour without any claim for extra cost for, which necessary lighting
arrangement shall be provided by the contractor without any claim or extra cost,
concrete work shall be cured for full period of 24 hours of day
10. The water to be used shall be fit for drinking purpose and shall be obtained from
source approved by the Engineer in charge works. The contractor shall make
his own arrangement for water required for construction of work testing of the
container and during concrete work.
11. 30% amount of the bills shall be kept in deposit till the work is complete tested
for tightness test and hydraulic test of container and pipeline.
12. The cube test shall be carried out for specified designed strength of concrete.
The cube shall be of 15 cm x 15 cm size and have to take the above cube for
curing for specified days and same shall be tested at his own cost without any
extra. The concrete work of lesser strength shall be rejected out right and
contractor will be responsible for the same. No claim shall be submitted on this
work.
13. All the form works of suitable dimensions and centering of approved size and
contractor shall provide quality. The work of wall and the placing of steel in
position shall be checked well in advance from the Engineer in charge by the
contractor. If the formwork not passed by the competent authority shall be
removed without any claim for extra cost. In case of break down of formwork
etc. The same shall be done well without any claim for extra cost. The ultimate
responsibility for the safety and strength form work and liability of workman and
payment for accident for compensation shall always rest with the contractor
without any extra cost.
14. All safety provision shall have to be made by the contractor if compensation to
be paid to the partly will be paid by the contractor for which department will not
be responsible.
15. Payment shall be made as per Schedule-B basis for each item. 30% payment
shall be with held for Hydraulic Testing.
Item No:- 5
Supplying, cutting, bending, binding and placing in position deformed bars steels or
steels confirming
to ISS 1139 or ISS 1789, as per plan and design and as per ISS 2502 including cost of
steel and binding
wire, for lift up to 6mt height. (GWSSB SOR-2014-15, Section -C, It. No.-9.1, Pg no-45)
1. For all lift as specified in Schedule – B
District Water & Sanitation Unit, Patan
- 106 -
The TMT steel shall be supplied by contractor and shall be got tested by contractor
in anyGovernment laboratory and test certificate shall be produced before
placing in position steel shall be free from greasy substances. All scaffolding
arrangement and binding wire etc. shall be provided and work shall be done
as per standard practice. The rate includes providing of TMT bar bending
and binding wire as per requirement placing reinforcement at required
height, stage and levels.
2. The TMT steel shall be brought by contractor having ISI mark standard and
approved vender list.
3. The TMT steel shall be free from erosion. Contractor shall be supply TMT
steel at site of work without any extra cost.
4. Over lapping should be minimum 50D (D- Dia of the bar)
5. Payment shall be made as per Kg basis as per Schedule-B
ItemNo:-6
C.C 1:2:4 with black stone crushed metal 12 to 20mm size for coping steps, sills etc.
including necessary formwork, finishing and curing etc. complete. (R & B. SOR-2015-
16,Chp.-5, It.-10(5.3.13(A)P.No.-46)
For all RCC Work as specified in Schedule – B
1 Cement shall be brought by contractor having ISI mark standard and approved
vendor list make ordinary Portland cement shall be brought to the work in
supplier’s bag and shall be stored and protected from moisture up to the
completion of the work. It shall be gauged by the weight or by bags.
2 Best river sand of approved quality shall be used. It shall be clean sharp, and
free from dust and dirt or other impurities. If necessary sand shall be
washed and shall be shored in such a way so as to prevent the dust
mixing.
3 Any cement that shall have been injuriously effected by moisture or other
caused shall be rejected and shall have to be removed by the contractor
without any claims for the extra cost.
4 The coarse aggregate shall be consist of 6mm to 20mm size broken hard black
trap metal approved by the in charge Engineer. It shall be well graded
and free from dust of dirt and shall have to be washed and screened as
directed.
5 Cement concrete shall consist of cement, Sand and course aggregate in the
proportion as specified on the respective items. The questions regarding
where the raft ends shall be added by the measuring water shall be as
directed.
6 In order to test the consistency of the mixed concrete slumps tests shall be
made by the contractor as and when required by the in charge of work
without any extra cost. The allowable slumps of concrete shall be not
more than permissible limit.
7 Before any concrete is placed in position loose pieces of timber loose stones.
Saw dust etc. shall be removed from the formwork proper water cement
ratio shall be observed concrete shall not be placed from height of more
District Water & Sanitation Unit, Patan
- 107 -
than 1.5 mtr. At any account. All cement concrete shall be placed
carefully be manual or mechanical labors to require height in without any
increased in the rates. The vibrator shall have to use for compactness of
concrete. The consolidations shall be allowed. The tank floor and inside
of the partition wall shall be plastered with of sick or water proof
compound approved by Executive Engineer. It shall be rubbed with
corobranium stone if found necessary as per instruction of Executive
Engineer.
8 The concrete shall be carried out during the nighttime if insisted up to sufficient
number of labour without any claim for extra cost for, which necessary
lighting arrangement shall be provided by the contractor without any
claim or extra cost, concrete work shall be cured for full period of 24
hours of day
9 The water to be used shall be fit for drinking purpose and shall be obtained
from source approved by the Engineer in charge works. The contractor
shall make his own arrangement for water required for construction of
work testing of the container and during concrete work.
1
0
30% amount of the bills shall be kept in deposit till the work is complete tested
for tightness test and hydraulic test of container and pipeline.
1
1
All the form works of suitable dimensions and centering of approved size and
contractor shall provide quality. The work of wall and the placing of steel
in position shall be checked well in advance from the Engineer in charge
by the contractor. If the formwork not passed by the competent authority
shall be removed without any claim for extra cost. In case of break down
of formwork etc. The same shall be done well without any claim for extra
cost. The ultimate responsibility for the safety and strength form work
and liability of workman and payment for accident for compensation
shall always rest with the contractor without any extra cost.
1
2
All safety provision shall have to be made by the contractor if compensation to
be paid to the partly will be paid by the contractor for which department
will not be responsible.
1
3
1. Payment shall be made as per Schedule-B basis for each item.
2. When Completion of the work, curing shall be started after one day.
Item No:-7
15mm thick Cement plastering in C.M 1:3 to stone or brick masonry including
racking out the
joints and niru or cement finishing etc. complete. (R&B SOR -2015-16,Chp-17,It.-
2(17.60(i),P.No.-
149)
1. The sand shall be washed before use if necessary.
District Water & Sanitation Unit, Patan
- 108 -
2. The mortar shall be prepared on watertight platform and shall be used within half an hour
after mixing.
3. Cement mortar shall consist of one part of cement to Three parts of clean coarse river
sand free from dust and other impurities.
4. The joints shall be racked up to about 20mm depth.
5. Surface to be plastered shall be cleaned properly with a brush and wetted before plaster is
applied.
6. Plaster shall be finished in neeru of cement as per instruction of Engineer-in-
charge.
7. Plaster shall be cured for 10 Days.
8. Payment shall be made on Smt Basis.
Item No:-8
15mm thick Waterproof Cement Plaster in C.M 1:3, to stone or brick masonry
including racking out
joints and using waterproofing compound of approved quality @ 1 Kg/Bag of
Cement, including
cement finishing etc. complete. (R&B SOR -2015-16,Chp-17,It.-2(17.60(i),+Chp-17,It.5,
17.70,(A)
P.No.-150)
1. The mortar shall consist of cement, sand in proportion of (1:3) and sikka or
other approved waterproof compound shall be added in the proportion of 1
Kg. per bag of cement.
2. The rate includes scaffolding and watering and neat finishing etc. The rate
also including, racking and chiseling if necessary curing shall be done
during the progress of the work and site completing, curing shall be done for
14 days. The thickness of cement plaster shall be 15 mm.
3. The contractor shall have to give water tightness test without any extra cost
30% payment shall be with held for such testing.
4. Payment shall be made on Sqm. Basis.
Item No:-9
Providing, supplying, lowering,laying in proper position, grade and
alignment and jointing ISI mark
(As per IS 1239/1990) Medium Duty G.I.Pipes of 50mm diameter including
necessary G.I.Specials
including all taxes insurance, transportation, freight charges, octroi,
inspection charges,
loading, unloading, conveyance, stacking, jointing materials, labour and
hydraulic testing etc.
complete.(GWSSB SOR-14-15,Sec-A,IT.-4(b).6,Pg.-16+Sec-B,IT.-5.3,Pg.-39)
(1)50 mm dia GI Medium duty Pipe
1. The required dia of pipes in required pieces shall be threaded on each and shall be provided by the contractor with necessary all specials such as bends, tee, reducer, flange union Rubber packing etc. comp.
2. Required specials shall be brought by contractor at his own cost for which no extra
District Water & Sanitation Unit, Patan
- 109 -
payment shall made by dept..
3. Pipe shall be laid & fixed as per instruction of Engineer in charge any leaking in joints is observed
during hydraulic testing it shall be rectified by the contractor without any extra cost.
4. Payment shall be made per Rmt. Basis as per specified in Schedule-B.
Item No:-10
Providing,supplying and fixing ISI mark 50mm dia. Brass Stop Valves including all
taxes insurance,
transportation, freight charges, octroi, inspection charges, loading, unloading,
conveyance to
departmental stores, stacking etc. complete. (GWSSB SOR-2014-15,Sec-A,IT-
11(a)(5),Pg,-24)
(1) 50 mm dia ISI mark Brass stop valve.
1. Brass stop valve check shall be 50 mm dia heavy duty.
2.
3.
4.
Item include all material and labour work which are necessary to fix gunmetal check.
Valve shall be of ISI marked
Payment shall be made on No basis.
Item No:-11
Providing soakpit of 2.00 Cum volume including excavating & filling brickbats with
drymasonary
work at top for 45 cm height including cover the top with stone including providing
vatas in C.M
1:3 with finishing ,curing etc. completed as directed.(R & B SOR-2014-15,Ch-24,IT.-
18.A.0, P.N.200)
The soak pit Excavation size square 1.00 Mtr Dia. 2.00 mtr Depth Or 1.00 Mtr.x1.00 Mtr x2.00 Mtr
Depth total Excavation Volume was 2.00 CMT. On direction of cattle trough platform water
out lat slop.
1. Filling Brick bat 20 mm to 50 mm size From bottom greeter size to top smaller size material
should better soaking water used. Filling up to 0.10 mtr below GL .
2. At Top cover filling with stone or precast C.C. work. With 1:3 CM work vata jointing.
3. 50 mm dia. PVC pile line joining with outlet of C.T. platform to soack pit connection with 50
mm dia. Pvc Elbow. 4. Payment shall be made on No. Basis as per complete above item of work Signature of contractor CHAIRMAN, VWSC, NAVIKUVAR
District Water & Sanitation Unit, Patan
- 110 -
Name of Work: Excavation,Lowering, Laying,Jointing & Refilling 75 MM/90
MM/110 MM/140MM dia PVC Pipes Line 6 Kg/cm2 And
65 mm/ 80mm /100 mm and 125 mm GI Pipes Medium duty for
Valve stand (BANSARY) as a water distribution at
Village : NAVIKUVAR, Ta: SHANKHESHVAR, Dist: Patan
Under N.R.D.W.P. Programme. 2018-2019.
ITEMWISE DETAILED SPECIFICATION
SCHEDULE-B-3
Item No.:-1 Provinding and Suplying ISI mark GI pipe tested pipe with coupling
of at store or site of work including work inclunding freight, loading
,unloading, stacking insurance & all taxes etc. complete galvenised
M.S. tubes, with coupling medium duty. (GWSSB SOR P 28 Item No
4(B).
1. The required dia of G.I. MEDIUM DUTY pipes in required pieces shall be
threaded on each and shall be provided by the contractor with necessary all
specials such as bends, tee, reducer, flange union Rubber packing etc. comp.
2. Required specials shall be brought by contractor at his own cost for which no
extra payment shall made by dept.
3. Pipe shall be laid & fixed as per instruction of Engineer in charge.
4. Any leaking in joints is observed during hydraulic testing it shall be rectified by
the contractor without any extra cost.
5 Payment shall be made per Rmt. Basis as per specified in Schedule-B.
Item No.:-2 Provinding and supplying ISI mark C.I. D/Fat store or site of work
inclunding loading unloading, insurance incl. All taxes etc.comp.
sluice valve class 1 tested to 20 Kg./cm2 for body 10 Kg/cm2 for
seal with hand wheel (GWSSB SOR 2014-15, Sec.-C, P-126\ Item No
8(A)(A1)
ISI Sluice valve /Butter Fly valves as per IS – 13095 with ISI Mark PN 1.6
1.00 No 65 mm dia.
2.00 No 80 mm dia.
1.00 No 100 mm dia.
0.00 No 25 mm dia. (Air Valve)
1.0 SUPPLY OF MATERIAL
1.1 Cast iron double-flanged sluice valve/butterfly valves with two tailpieces
suitable to pipe shall be supplied and carted by the contractor as per latest IS. The rate shall include loading, unloading and stacking at site.
1.2 The sluice valve/butterfly valves and tailpieces shall be examined before laying for cracks and other flows. They shall be undamaged in all respect.
1.3 The sluice valves/butterfly valves shall be operated before laying.
District Water & Sanitation Unit, Patan
- 111 -
1.4 All grits and foreign materials shall be removed from the inside of the valves before placing.
1.5 All the four faces shall be thoroughly cleaned and coated with a thin layer of mineral grease.
1.6 The tightening of gland shall be checked with a pair of inside-calipers. Clearance between the top of stuffing box and the underside of the gland shall be uniform all the sides.
2.0 JOINTING MATERIAL
2.1 The contractor shall provide all necessary jointing materials such as nuts bolts, rubber packing white zinc jute lead wool C. I. tailpiece etc.
2.2 All tools and plant required for installation of sluice valve shall be provided by the contractor.
2.3 All jointing materials shall be approved from the engineer-in-charge before use
2.4 The nut and bolts shall conform to Item No MSP-19 of specification of materials.
2.5 The rubber packing shall conform all specifications as narrated in Item No MSP-20 of specifications of materials.
3.0 INSTALLATION
3.1 The sluice valve/butterfly valve shall be lowered in to the trench carefully, so that no part is damaged during lowering operation.
3.2 If necessary tailpieces shall be fitted with sluice valve first outside the trench and then lowered in to the trench.
3. 3 The rubber packing shall be three ply and of approved thickness. The packing shall be of full diameter of the flange with necessary holes and the sluice/butterfly valve bore. It shall be even at both the inner and outer edges.
3.4 The flange faces thoroughly greased.
3.5 If flange faces are not free, the contractor shall use thin fibers of lead wool.
3.6 After placing the packing, nuts and bolts shall be inserted and tightened to make the joint.
3.7 The valve shall be tightly closed when being installed to prevent any foreign materials from getting in between the working parts of the valve.
3.8 Each flange bolt shall be tightened a little at a time taking care to tighten diametrically opposite bolts alternatively.
3.9 The sluice valve/butterfly valve shall be installed in such a way that its
Spindle shall remain in truly vertical position.
3.10 The other end of tailpiece shall be fitted with pipes so that continuous lines can work. 3.11 Extra excavation required for facility of lowering and fixing sluice valve shall not be
paid for.
4.0 TESTING
4.1 After installation of sluice valve/butterfly valve the same is tested to 11/2 times of its test pressure.
4.2 The joints sluice valve/butterfly valve shall withstand the test pressure of pipelines.
4.3 Defects noticed during test and operation of sluice valve shall be rectified by the contractor at his own cost without any extra claim to the entire satisfaction of the Engineer-in-charge.
District Water & Sanitation Unit, Patan
- 112 -
Item No.:-3 Excavation for pipeline trenches incl. all safety provision, using site
rails and stacking excavated stuff up to a lead of 90 mt. cleaning the site
etc. complete (a) in all sorts of soil and soft murrum upto 1.50 mtr Depth
5. The specification of the item shall be as per PWD hank book vol. II & I and as per the item
moreover.
6. The rates include the cost of excavation size in the length, width 0.60 mtr. And depth 1.00 mtr.
in all sorts of soil including shoring strutting watering ramming etc. and sides shall be
dressed properly as directed.
7. The excavation shall be done as per plan. The bottom shall be leveled and site shall be
dressed properly as directed.
8. The contractor shall have to set right the incoming pipeline telephone cable etc. without any
extra cost. The contractor shall be fully responsible for any damage any accident accrued
during excavation.
9. Excavated materials shall be stacked at a distance at 2 Mt. from the excavation pit and surplus
stuff shall be removed within lead of 90 Mt. as directed by the Engineer-in-charge.
10. The trenches shall be vertically excavated and bottom shall be dressed as per required
gradient. The extra excavation for joints shall be done without any extra cost.
11. The contractor have to provide night watchman, fencing, site rails and crossing by plank etc.
without any extra cost.
12. Using the excavated stuff of road surface shall rectify the road surface broken for excavation.
13. Surplus excavated stuff has to be removed and disposed as directed outside town limit.
14. Engineer shall take the decision regarding classification of strata in charge and his decision
shall be final and binding to the contractor.
15. Payment shall be made on Cmt. Basis.
Item No.:-4 Lowering laying & jointing PVC/G.I. pipes and specials of following
class and diameter including cost of conveyance from store to site of
works, including cost of labour, material, except cement solvent, giving
satisfactory hydraulic testic as per IS Code.
(1)75 mm dia PVC Pipe
(2) 90 mm dia PVC Pipe
(3) 110 mm dia PVC Pipe
(4) 140 mm dia PVC Pipe
5. The excavation for trenches shall be prepared before laying the pipe as per required width and
depth so that adequate space shall be made available for joints.
6. Pipe shall be lifted from store to site by any Agency at his own risk & cost. Damage if any during
transportation shall be recovered from the contractor.
7. Before laying the pipe it shall be brushed through out the length so that dust soil can be removed
from the pipe. Pipe shall be laid in the trench in straight line.
8. All the specials such tees, bends, reducers etc. shall be brought by the contractor at his own cost
and fixed as per instruction of Engineer in charge of work.
9. Pipeline shall be hydraulically tested after laying. The length of section shall not more than 300 mtr.
The section in test shall be subjected to pressure 1.5 times working pressure during testing
No leakage shall be observed to the joints. It shall be set right by the contractor at his own
cost as per instruction of Engineer in charge 30% of payment shall be with held for testing.
10. Payment shall be made on RMT basis.
Item No.:- :-Lowering laying & jointing in position following C.I./D/F Reflux
Valves, Butterfly Valve, Sluices Valves and Air Valves including cost of all
District Water & Sanitation Unit, Patan
- 113 -
labour jointing materials, incl. nut, bolts, and giving satisfactory hydraulic
testing etc. comp
a) Sluice Valve 65 mm dia
b) Sluice Valve 80 mm dia
c) Sluice Valve 100 mm dia.
1. All Contractor shall provide all necessary jointing materials such as nuts, bolts, and rubber
packing, white zinc lead wood. etc. The Contractor shall provide all tools and plant required for
installation of sluice valve.
2. All jointing material shall be got approved from the Engineer in charge before use. the nuts and
bolts shall be approved quality. The rubber packing shall be of approved lquality.
JOINTING MATERIALS:
The contractor shall provide all necessary jointing materials such as nuts, bolts, and
rubber packing, white zinc lead wood. Etc. The contractor shall provide all tools and plant
required for installation of sluice valve.
All jointing materials shall be got approved from the Engineer-in-charge before use.
The nuts and bolts shall be approved quality. The rubber packing shall be of approved
quality.
INSTALLATION:
The sluice valve shall be lowered into trench carefully so as no part is damaged during lowering
operation. If necessary tailpiece shall be fitted with sluice valve first outside the trench and
them lowered into trench. The rubber packing shall be of as plan and have approved
thickness. The packing shall be of full diameter of the Fla. with necessary hoes and the other
edges. The flange faces should be thoroughly greased. If flange faces are not free the
contractor shall use this fibbers of lead wood. After placing the pacing, nuts and bolts shall
be inserted and tightened to make joint. The valve shall be tightly closed water being
installed to prevent ant foreign materials from the gaping in between the working part of the
valve. Both flanges bolts shall be tightened a little at a time care to tight diameter opposite
bolts alternatively. The sluice valve shall be installed in such a way that its spindle shall
remain in truly vertical position. Extra excavation required for facility of lowering and fixing
sluice valve not be paid for.
TESTING:
After installation of sluice valves the same is to be tested to 1:1/2 time of its test pressure. The joints
of sluice valve shall with stand the test pressure of pipeline. The contractor at his own cost
shall rectify defects noticed during test operation of sluice valve without any extra cost to the
entire satisfaction of the Engineer in charge.
MODE OF MEASUREMENT AND PAYMENT:
Item shall be paid at the rate quoted as per sluice valve fixed & as per specification as per Schedule-
B. 30% payment will be made after satisfactory hydraulic testing of valves after installation
on pipeline.
Item No.:- 5 Refilling the pipeline trenches incl. Consolidating, disposal of
surplus stuff as directed within a radius of 3.00 km.
1. The refilling work shall be carried out with sufficient watering, ramming and without effecting
and damaging the structure of pipeline.
2. Refilling shall be carried out in 200mm thick layers.
3. In the event of excavated stuff being removed by rain or any other unforeseen
circumstances, the contractor without any extra cost shall provide the deficit quantity.
4. Payment shall be made per CMT of work done.
District Water & Sanitation Unit, Patan
- 114 -
Item No.:-6
Making job connection for old lines in connection with the existing pipe
line PVC, MS or GI pipes with including cost of specials excavation,
cutting, the cost of specials the pipes dewatering testing etc. comp. incl.
All jointing materials etc. comp. (BANSARI) .
1. Made a Job connection GI pipe line Rising From to Main PVC or GI
pipeline of ESR.
2. Made a job work of 125 MM dia. GI pipe 2.25 mtr in length BANSARI GI
nipple 0.15 mtr length Welding or coupling at equal distance of MAIN
HEAR G.I. PIPE 125 mm GI pipe for 65 mm dia. – 1 No/80 mm dia.-2
No./100 mm dia.-01 No. and 150 mm dia. -0 No. and as per valve
diameter jointing GI nipple as per required length to joining difference
area wise PVC pipeline As per site In charge Engineer Instruction.
3. Made a job work of 65 MM dia. To 150 mm dia. GI pipe joining with
Existing PVC,GI or MS area wise water distribution pipeline as per site
required and Instruction.
4. All jointing material shall be got approved from the Engineer in charge
before use. packing
materials shall be of approved quality.
5. payment shall be made job No. of valve line work completed with testing.
JOINTING MATERIALS:
The NAVIKUVAR Water AND Sanitation Committee shall provide all
necessary jointing materials as per required such as rubber packing,
white zinc lead wood. Etc. The contractor shall provide all tools and plant
required for installation of valve stand (BANSARI) as per site in charge
Engineer.
TESTING:
After installation of BANSARI valves stand line the same is to be tested to 1:1/2
time of its test pressure. The joints of sluice valve shall with stand the test
pressure of pipeline. The contractor at his own cost shall rectify defects
noticed during test operation of valve stand line without any extra cost to
the entire satisfaction of the Engineer in charge.
Item No.:-7
For valve stand Providing Burnt Second Class Brick masonry including Patta
in cement mortar 1:6 with Bricks of approved quality for super structure
including racking of joints watering etc. as directed.
1 Excavation Foundation length 2.25 width 0.60 Mtr. TOTAL From GL depth 0.75 mtr With
0.10 mtr depth BCCC in 1:4:8
2 Brick masonary in 1:6 cement mortar size length 2.25 mtr. width 0.60 Mtr. depth 1.50 mtr
with approved quality Brick and sand.
3 Super structure brick masonary racking Joint.
Brick masonary below GL 0.30 mtr depth to top of wall masonary Five side Cement
plastering with 12mm thick 1:3 cement mortar smooth finishing work. 4 For above work all completion work required materials and labour work providing by
contractor with materials
5 Detail work as per site in charge instruction.
District Water & Sanitation Unit, Patan
- 115 -
6 Payment shall be made on Cmt. Basis
Royalty: As per Provision Laid down in Govt. of Gujarat Circular No. GEN-2010-
595(6) MI Cell (K-1) det: 29th April 2011 the royalty will be deducted
from the bill of work.
Signature of contractor UNIT MANAGER CHAIRMAN, VWSC, NAVIKUVAR PATAN
District Water & Sanitation Unit, Patan
- 116 -
Name of Work:-Providing, Supplying and Fitting Pumping Machinery
For Proposed sump 700 LPM, 27.00 M. Head & 7.50 H.P.
Horizontal Mono Submersible Pump Set No-1 at Village:
NAVIKUVAR,Ta: SHANKHESHVAR, Dist: Patan Under
N.R.D.W.P Programme 2018-2019
ITEMWISE DETAILED SPECIFICATION
SCHEDULE-B-4
Item No- 1:- Providing and supplying three phase Horizontal mono set submersible pump having discharge and head as per given in the Schedule-B of the tender of approved make out of GWSSB vendor list given in the specification including cable of suitable size and panel board with all electrical equipment and required all other materials as per detailed specification etc. complete.
(I) 700 LPM discharge & 27.00 Mtr. Head 7.50 HP The pump set should be of sturdy construction to facilitate manual loading and unloading requirements. It should be repairable in workshop with minimum cost and should have fast wearing parts of replaceable. Feature and easy rewind ability of electric motors and of economy in repairs are over riding consideration after meeting the basic Hydraulic, Electrical and Mechanical performance needs, Pumps should generally confirm to IS-8034 and motors should confirm to IS-9283 revised up to date. The duly point of the set should be located at the optimum efficiency point of the pump rating curves and there should not be steep fall in efficiency in the range of + 10% and –25% in head variation. The verification of the pump sets performance will be as per relevant latest IS at rated voltage. The pump with lesser number of stages will be preferred. The minimum overall (Pump and motor combined) efficiency without any minus tolerance. Minimum motor House Power rating, cable size, starting system and delivery pipe size shall be as per technical requirement. The Gujarat Water Supply and Sewerage Board, Gandhinagar reserves the right to ask the tendering firm to give test check of the product ask tender consideration stage it self.
PUMP : The pump should confirm to IS-8034. Bowls should be free from Blow holes, slage inclusion and other detrimental defects.
Bowls should be provided with renewable wearing rings except in radial flow pump set. Bowls provided with wearing rings should be suitable for lubricating by watering and shall be of superior quality.
IMPELLER : Impeller should be of closed type, ensuring required performance and free of cavitations. The material of impeller will be Cast iron.
SHAFT : The pump shall be guided by bush bearings provided in bowl wherever required.below the impeller shaft assembly. Shaft protection sleeve shall be
District Water & Sanitation Unit, Patan
- 117 -
provided. It shall have surface finishing of 0.75 Microns. The materials of shaft shall be stainless steel.
Bearing sleeve : The material for this will be as per technical requirement. The fitment of wearing ring with interface fit and locking compound is to be done. MOTOR :-
The motor shall confirm to IS-9283. It should be designed for 400+10% and-15% volts, 3 phase, 50 cycles. It should be totally enclosed squirrel cage induction type water cooled and water lubricated sealed against entry from outside water. The windings shall be of wet type. The thrust bearings should be of wet type water lubricated and provided with metal fitting thrust pads, designed to take all load at most unfavorable running conditions. The ball used in the thrust Assembly should be as per technical requirement. Upper and lower bearing housings and thrust bdaring housing should preferably by fixed separate replaceable bolts/studs and (not threaded connections) to the starter to facilitate easy dismentalling inspection Agency will open the motor base and check the thrust bearing & fitting pad type and mark the identification & the word GWSSB with hard punch or with indelible ink, if the fiber thrust bearing is provided then it shall be marked with indelible ink. Starter and motor should be impregnated with a superior varnish Class-B thermal insulation properties by vacuum pressure or epoxy paints on starter when cold rolled stamping used and rotor shall be painted with Polyurethane paint & backed for at least ½ hour under controlled temperature condition and not by manual or gravity flow to remove air pocket so that these are thoroughly filled up by varnish. Motor rotor should be preferably lead shot blasted. Subsequently, rotor body should be backed repeatedly under controlled conditions to ensure long life of paint and hard finish to the surface to avoid corrosion before powder coating. The rotor shall be as per technical requirement and provided with shelves having materials as per technical requirement in the bearing portion. The windings should be accessible to facilitate checking and locating any faults without disturbing all the coils and also to enable replacement of any defective coils. It should be possible to rewind the starter with readymade pre tested coils in order to save time during the repair. Kelvin bridge/digital resistance meter shall be treated preferable for measurement of hot and cold resistance of winding for evaluated temperature rise. Any deviation above should be indicated clearly. Full proof arrangement should be made for stopping the rotating of shifting of stampings inside the starter body due to operation of pump sets. Earth leakage current should not be more than 50 m.a. at rated voltage.
The quoted H.P. of motor should meet both the following conditions. 1. The minimum power margin over and above the duty points shall be 15% and
tendered has to supply motor of minimum HP mentioned in the technical requirement. However the motor shall not get overloaded during the specified range.
2. The motor should not get overloaded in the range of + 10% & (-) 25% of the specified pump head. The meaning of overload will be as per IS8034. The motor shall have the name plate giving following information’s.: a. name of the manufacturer in listing company Corrent GWSSB Vender
listing. b. Motor make/model..
District Water & Sanitation Unit, Patan
- 118 -
c. Mfg’s No and frame reference. d. Numbers of phase. e. Numbers of phase. f. Rated output in KW/HP and current in Amperes. g. Rated voltage. h. Winding connection i. Rated RPM. j. Year of manufacture.
Note :- Starting method : D.O.L. starter, vendors to submit cross sectional drawing of Pumping motor and non return valve with clear indication of material specification for the major components covered under specification. And standard ISI mark GWSSB Current Vender listing company made.
Item No- 2:- SPECIFICATION FOR CONTROL PANEL BOARD. The panel board should include the following equipment.
D.O.L. Starter. Switch. Volt Meter: 4” round projection type moving iron type 0 to 600 v.
A Meter: 4 “ round projection type moving iron type suitable range ammeter up to 20 H.P. direct operated.
Indication Lamp. 3. Nos. Button holder with 0 Watt lamp clear colour.
Single phasing preventor : Negative sequence voltage sensing type single phasing preventor with by pass switch.
Wooden Board : 12mm thick waterproof plywood with necessary painting should be provided of 600x450 mm size and size of power shall be 2.5 to 6.0 sq.m.
All the above items are fitted on wooden board duly wired and wooden board fitted on angle frame suitable for wall mounting with 2 Mt. incoming flat power cable. All component after fitting on wooden board, the top of the Nut and bolt or screw should be colored insuring that their should not be any scope of replacement after testing and before delivery.
testing and inspection : 1. Tests shall be carried out at manufacture’s works under his care and expenses. 2. Following tests as per applicable standard code shall be conducted during
inspection. 3. H.V. and I.R. ( all panels ) 2.5 K.V. for power circuit for 1 Min- 1.5 K.V. for control
circuit. 4. Megger (all panels) test as per relevant I.S. 5. Functional test (all panels.) 6. The payment shall be made on number basis.
Item No.:-3 Provinding and Suplying ISI mark GI pipe tested pipe with coupling
of at store or site of work including work inclunding freight, loading
,unloading, stacking insurance & all taxes etc. complete galvenised
M.S. tubes, with coupling mdium duty. (GWSSB SOR P 28 Item No
4(B).
District Water & Sanitation Unit, Patan
- 119 -
5. The required dia of pipes in required pieces shall be threaded on each and shall
be provided by the contractor with necessary all specials such as bends, tee,
reducer, flange union Rubber packing etc. comp.
6. Required specials shall be brought by contractor at his own cost for which no
extra payment shall made by dept.
7. Pipe shall be laid & fixed as per instruction of Engineer in charge.
8. Any leaking in joints is observed during hydraulic testing it shall be rectified by
the contractor without any extra cost.
5 Payment shall be made per Rmt. Basis as per specified in Schedule-B.
Item No- 4:- NON RETURN VALVE / C.I. REFLUX VALVE :-
Non return valve will be provided with the pump discharge casing NRV design shall be for instant closing of the NRV. No back pressure should develop which may adversely affect the pump set. It should have K-factor within the limits of IS-10805 NRV losses shall not be higher than 0.8 meter at rated flow, ISI standard As per Corrent GWSSB Vender listing company.
ISI NON RETURN VALVE valves as per IS – 13095 with ISI Mark PN 1.6
1.00 No 100 mm dia.
1.0 SUPPLY OF MATERIAL
1.1 Cast iron double-flanged Non return vlave valves with two
tailpieces suitable to pipe shall be supplied and carted by the contractor as per latest IS. The rate shall include loading, unloading and stacking at site.
1.2 The Non Return valves and tailpieces shall be examined before laying for cracks and other flows. They shall be undamaged in all respect.
1.3 The Non return valves shall be operated before laying.
1.4 All grits and foreign materials shall be removed from the inside of the valves before placing.
1.5 All the four faces shall be thoroughly cleaned and coated with a thin layer of mineral grease.
1.6 The tightening of gland shall be checked with a pair of inside-calipers. Clearance between the top of stuffing box and the underside of the gland shall be uniform all the sides.
2.0 JOINTING MATERIAL
2.1 The contractor shall provide all necessary jointing materials such as nuts bolts, rubber packing white zinc jute lead wool C. I. tailpiece etc.
2.2 All tools and plant required for installation of Non return valve shall be provided by the contractor.
2.3 All jointing materials shall be approved from the engineer-in-charge before use
2.4 The nut and bolts shall conform to Item No MSP-19 of specification of materials.
2.5 The rubber packing shall conform all specifications as narrated in Item No MSP-20 of specifications of materials.
District Water & Sanitation Unit, Patan
- 120 -
3.0 INSTALLATION
3.1 The Non return valve shall be lowered in to the trench carefully, so that no part is damaged during lowering operation.
3.2 If necessary tailpieces shall be fitted with sluice valve first outside the trench and then lowered in to the trench.
3. 3 The rubber packing shall be three ply and of approved thickness. The packing shall be of full diameter of the flange with necessary holes and the sluice/butterfly valve bore. It shall be even at both the inner and outer edges.
3.4 The flange faces thoroughly greased.
3.5 If flange faces are not free, the contractor shall use thin fibers of lead wool.
3.6 After placing the packing, nuts and bolts shall be inserted and tightened to make the joint.
3.7 The valve shall be tightly closed when being installed to prevent any foreign materials from getting in between the working parts of the valve.
3.8 Each flange bolt shall be tightened a little at a time taking care to tighten diametrically opposite bolts alternatively.
3.9 The Non return valve shall be installed in such a way that its
Spindle shall remain in truly vertical position.
3.11 The other end of tailpiece shall be fitted with pipes so that continuous lines can work.
3.11 Extra excavation required for facility of lowering and fixing sluice valve shall not be paid for.
4.0 TESTING
4.1 After installation of Non return valve valve the same is tested to 11/2 times of its test pressure.
4.2 The joints Non return valve shall withstand the test pressure of pipelines.
4.3 Defects noticed during test and operation of sluice valve shall be rectified by the contractor at his own cost without any extra claim to the entire satisfaction of the Engineer-in-charge.
Item No- 5:- G.I. Specials :-As per G.I. Pipeline section pipeline diameter for fitting with mono block requirement G.I. specials materials ISI standard company GI elbow,bend coupling, flanges. Nutbolt and rubber packing fittin marerials used as per site incharge instruction. Item No- 6:- CABLE :-
Motor shall be provided with three core flat PVC water proof and flexible copper cable of 250.00 Mt. length and suitable size. The cross sectional areas should be sufficient so as not to cause voltage drop of more than 2.5% of nominal voltage i.e. 10 volts at 400 volts through out the length of the cable size of the flat cable will be as per technical requirement as per GWSSB corrent vender listing company made ISI mark used cable.
Item No-7&8 :-Erection, testing, commissioning of three phase horizontal mono sets submersible pump having discharge and head as above including, fixing of panel board jointing material, electrical equipment, packing materials etc. complete including all tools and plants, required for the job including labour charge fixing suction pipe / delivery pipe / valves specials etc. complete.
District Water & Sanitation Unit, Patan
- 121 -
1. Horizontal mono set submersible pump set shall be lowered in the under ground sump at bottom with suction and delivery pipefitting.
2. Pump set should be in leveled and on well finished surface at bottom of the sump.
3. Top of suction pipe should be 100mm above body of the pump set i.e. pump set should be always be remain fully submerge in water and to be protected from jerk.
4. Water proof cable joint should be done. 5. Electrical control panel board shall be fixed on wooden board on 12mm thick
and fixed in the frame structure as details given in the item No.25. 6. All the Electrical works for the erection of the pump sets should be done with
the help of qualified electrician who hold the electrical license issued from electrical inspector of state Government.
7. Cable to be used for connection of panel board to pump set should be underground and well protected in PVC pips.
8. Proper earthing should be provided as per instruction of Engineer in charge. 9. All the G.I. Pipe connection should be watertight. 10. For passing G.I. pipe through RCC work hole should be done without any extra
cost and it should be filled with cement mortar 1:2. 11. Necessary test report shall have to be prepared and produced by the contractor
at his own cost. 12. All activities related for getting new power connection/ transferring the old
power connection etc. to be dealt with the G.E. board should be perform by the contractor including obtaining, application from the village panchayat etc.
13. For getting new power connection / transferring of the connection the GWSSB shall paid only the official charges of GEB.
14. Payment shall be made on number basis.
Signature of Contractor
Unit Manager
PATAN
CHAIRMAN VILLAGE PANI SHANKHESHVARTI,
NAVIKUVAR
TA:-SHANKHESHVAR, DIST. :-
PATAN
I
District Water & Sanitation Unit, Patan
- 122 -
Name of Work: - Providing and Making VAP & Water Quality Board & Wall slogan And Painting work at Village :- NAVIKUVAR,Ta:SHANKHESWAR, Dist:PATAN Under N.R.D.W.P.Programme.2018-2019.
ITEMWISE DETAILED SPECIFICATION
SCHEDULE-B-5
Item No- 1,/2/3/4 :- At site VAP sign Board and water Quality Board at public structure place of village and wall slogan at wall of public place in village claning wall remove the dirt and dust before painting Painting lines dashes, arrows two coats As per WASMO Rules And Regulation and details as per pari patra Back ground colour and In Rrighting font colour and size as per wasmo norms selected colour with Border size and colour and all above work to do as Per Site Inchage wasmo instruction.
UFDMDF\ 5FZNX"STF AM0"4 JM8Z SJM,L8L AM0" TYF EL\T;}+MGL ;F.h V[S ;ZBL ZC[ T[ DF8[
VF.P.P;LP lJEFU 5|DF6[ GLR[ D]HA SZJFG] ZC[X[[P
p5ZMST 5+SDF\ NXF"J[, lJUTDF\ EL\T;}+M ,BJFGL SFDULZL UFDGL J:TLG[ VFWFZ[
GLR[ D]HA SZJFGF ZC[X[P H[ GLR[ D]HA K[P
p5ZMST 5+SDF\ NXF"J[, SFDULZL ISI DFS"JF/F lOZMhL a<I] S,ZGF VM., 5[.g8 VG[ ;O[N
S,ZYL 5FZNX"STF AM0" 4 JM8Z SJM,L8L AM0" TYF EL\T;}+MGL SFDULZL SZJFGL ZC[X[P
VF AM0" VG[ EL\T;}+M UFDGF ,MSMGL VJZHJZ JW] ZC[TL CMI T[JF HFC[Z lJ:TFZ H[JFS[4 A;
:8[g0 5F;[4UFDGF D]bI ZM0 5Z45\RFIT45|FYlDS XF/F S[ VF\U6JF0L 5F;[ JU[Z[ H[JL HuIFV[ ,BJFGF
ZC[X[P VF HuIF DF8[ lH<,FGL SMZ8LD VG[ V[Hg;L FZF UFDGF ;Z5\RzL4 UFDGF VFU[JFG ;FY[ RRF"
SIF" AFN 5FZNX"STF AM0" 4 JM8Z SJM,L8L AM0" TYF EL\T;}+MG]\ ,BF6 SZJFG]\ ZC[X[4H[YL U|FdI S1FFV[
SM.56 lJJFNGL 5lZl:YlT pEL G YFI TYF SM.56 BFGUL HuIFV[ EL\T;}+MG]\ ,BF6 SZJ]\ GCLPH[GL
BF; GM\W ,[JLP
S|D lJUTM ;F.h sSNf
! 5FZNX"S AM0" & 2 & O]8
Z JM8Z SJM,L8L AM0" ZP5 2 ZP5 O]8
# EL\T ;]+M & 2 !P5 O]8
S|D lJUTM ;}+GL ;\bIF
! !___ SZTF\ VMKL J:TL WZFJTF UFD _5
Z !___ YL #___GL J:TL WZFJTF UFD !_
# #___ YL 5___GL J:TL WZFJTF UFD !5
$ 5___ YL JW] J:TL WZFJTF UFD Z_
District Water & Sanitation Unit, Patan
- 123 -
District Water & Sanitation Unit, Patan
- 124 -
District Water & Sanitation Unit, Patan
- 125 -
Signature of Contractor
Unit Manager CHAIRMAN
PATAN PANI SAMITI MNAVIKUVAR
Ta:- SHANKHESWAR, Dist:-
Patan
District Water & Sanitation Unit, Patan
- 126 -
U|FdI H/ VG[ HFC[Z :JrKTF ;lDlT4
,MSjIJ:YFl5T 5[IH/ VG[ :JrKTF SFI"S|D C[9/
:5[XLOLS[XG VG[ XZTM
;FDFgI
!P AWM DF, ;FDFG EFZTLI DFGS ;\:YFGF lGIT lJJZ6 5|DF6[GM CMJM HM.V[P
ZP HIF\ SMg8=FS8Z GL 5MTFGL 0LhF.G CMI tIF\ SMg8=FS8Z[ VF5[, 0LhF.G HFC[Z VFZMuI4 VF,[BG4 ;S", UF\WLGUZ
5F;[YL D\H]Z SZFJJFGL ZC[X[4 TYF T[DF\ EZJFGF YTF RFHL"; 56 SM\g8=FS8Z[ EZJFGF ZC[X[P
#P HIF\ HIF\ EFZTLI DFGS ;\:YFGF lJJZ6GM sVF.PV[;P GM f p<,[B CMI tIF\ H[ T[ lJJZ6GL K[<,FDF\ K[<,L
VFJ'lTGM VY¶ ;DHJFGM K[P
$PlJJZ6DF\ HIF\ NXF¶JJFDF\ VFJ[, CMI tIF\ 9[S[NFZ[ DF,GF 8[:8 :JBR[¶ SZFJJFGF K[P VF 8[:8 ;ZSFZL 5|IMU
XF/FDF\ VYJF ;ZSFZ S[ 5F6L 5]ZJ9F AM0¶ DFgI SZ[, 5|IMUXF/FDF\ SZFJJFGF K[P
5P SFDGL VF.8[DM DF8[ H~ZL DF, ;FDFG :Y/ p5Z 5CM\RTM SZJFDF\ R0F.4 pTZF.4 EF0]4 UM9J6L4 lJDM4
VMS8=M.4 ZMI<8L4 :YFlGS SZ JU[Z[ ;lCTGM ;DFJ[X YFI K[P
&P BF6 VG[ BGLH BFTFGF SFINFVM4 lGIDM S[ lGIDGM4 S[ VgI ;ZSFZL SFINFVM 5F/JF 9[S[NFZ HJFANFZ
K[PVG[ T[ D]HAGL ZMI<8L lJU[Z[GF RFHL"; 56 9[S[NFZ G[ H R]SJJFGF ZC[X[P
*P 5|R,LT 5wWlT VG];FZ 9[S[NFZ[ SFDGL ;F.8 5Z JS¶ VM0¶Z A]S lGEFJJFGL K[P :Y/ D],FSFT NZdIFG VlWSFZL
ãFZF VF5JFDF\ VFJ[, ;}RGFGL GM\W 9[S[NFZ[ ,[JFGL ZC[X[P VG[ T[GM VD, SZJFGM ZC[X[PSFD 5]6" YI[YL VF Z[S0"
5F6L ;lDlT G[ ;]5|T SZJFGM ZC[X[P
(P 9[S[NFZ[ ;F.8 p5Z J5ZFTF DF,;FDFGGM lC;FA ZHL:8ZDF\ ZFBJFGM ZC[X[P VG[ T[ ZHL:8Z DFUJFDF\ VFJ[
tIFZ[ ZH] SZJFG]\ ZC[X[P VF ZHL:8ZDF\ ,MB\04 ;LD[g84 S5RL4 Z[TL GM lC;FA BF; ZFBJFG]\ ZC[X[P
)P 5FIFDF\ S[ 5F.5 ,F.GMGL 8=[gRDF\ VFJT] 5F6L 9[S[NFZ[ SFD 5}6¶ YTF\ ;]WL :JBR[¶ p,[RJFG]\ ZC[X[P
!_P SFD V\U[ Z:TM A\W SZJFGM YFI tIFZ[ T[GL D\H}ZL D[/JL4 JFCG jIJCFZG[ VgI Z:T[ JF/JFGL jIJ:YF 9[S[NFZ[
SZJFGL ZC[X[P T[GF DF8[ R]SJJFGM TDFD BR" 9[S[NFZG[ EMUJJFGM ZC[X[P
!!P AF\WSFD NZdIFG GSXFDF\ ATFjIF D]HA 5F,B4 NFNZ4 %,Fg84 DXLGZL4 SFDNFZMGL ;,FDTL4 1FlT G]SXFG
;FD[ J/TZ4 ZF+L ,F.84 RMSLNFZL 4 HTG TYF 5X]VMGL ;,FDTL lJU[Z[ jIJ:YF SMg8=FS8ZzLV[ SZJFGL
ZC[X[P
!ZP H[ :Y/[ 8F\SL4;\54VJF0M45\d5 ~DG]\ AF\WSFD SZJFG]\ CMI T[ ;F.8 ;FO SZJF DF8[ hF0JF\ SF5JFGF YFI TM
District Water & Sanitation Unit, Patan
- 127 -
;\A\lWTMGL D\H}ZL D[/JLG[ T[ SFD 9[S[NFZ[ :JBR[¶ SZJFG]\ ZC[X[P NZ[S SFD DF8[ 5F6L ;lDlT4 VD,LSZ6 ;CFI
;\:YF4 JF:DMGF .HG[ZGL ;\DlTYL VG[ T[DGL VG]S]/TFV[ ;DI GSSL SZJFG]\ ZC[X[P ZFl+SF/ VYJF HFC[Z
ZHFVM NZdIFG SFDULZL SZJF N[JFDF\ VFJX[ GlCP
!#P SFDDF\ JF5ZJFGM l;D[g8 VF.PV[;PVF. DFS¶GM GLR[GF A|Fg0GM VM5L;L 5# U|[0GM ,FJJFGM ZC[X[P
s!f V\A]HF l;D[g8 s&f lNuJLHI l;D[g8
sZf V[, V[g0 8L l;D[g8 s*f H[PS[Pl;D[g8
s#f GD¶NF l;D[g8 s(fCFYL ;LD[g8
s$f ;F\WL l;D[g8 s)fALZ,F
s5f l;lwW l;D[g8
5F6L 5]ZJ9F AM0[" DFgI દરેક મટીરીયલ માટેન ુિેંડર લીસ્ટ આખરી ગણાશે.
CJF S[ E[HGF SFZ6[ G]SXFG YI[, l;D[g8 SFDDF\ JF5ZJF N[JFDF\ VFJX[ GlC\P
!$P p\RL 8F\SL TYF E}UE¶ 8F\SF TYF VJF0FGF SFDDF\ JF5ZJFGF YTF GLR[GF A|Fg0GF VF.PV[;P !*(&
D]HAGF 8LPV[DP8LP,MB\0 8[:8L\U ;8L¶OLS[8 ;FY[GF BZLNJFGF ZC[X[P VG[ T[H AF\WSFDDF\
JF5ZJFG]\ ZC[X[P
s!f :8L, VMYMZL8L VMO .g0LIF s&fHL Ò\NF,
sZf V[:;FZ s*f ;F\WL
s#f D<CM+F s(fGL,S\9
s$f 8F8F s)fU[,g8
s5f .:5FT
5F6L 5]ZJ9F AM0[" DFgI દરેક મટીરીયલ માટેન ુિેંડર લીસ્ટ આખરી ગણાશે.
,MB\0G]\ jIJl:YT S8L\U SZL 0=M\.UDF\ NXF¶jIF D]HA UM9JL SFI¶5F,S .HG[Z VYJF ;F.8GM .gRFH¶
V[lgHGLIZ 5F;[ R[S SZFJJFG]\ ZC[X[4 tIFZAFN SM\gS|L8 SFD SZJFG]\ ZC[X[P VF DF8[ VUFpYL HF6 SZJFGL ZC[X[P
H[YL SM\gS|L8 SFD X~ SZJFDF\ lJ,\A YFI GCL\PSMgS|LZL\U GF NZ[S TASS[ VFUMTZL HF6 SZJL ZC[X[ H[YL 5F6L
;lDlT ;\:YF VG[qVYJF JF:DM S[ ;\A\WLT H[ T[ ;eIq;eIM CFHZ ZCL4 U]6JTF4 DF, J5ZFXGL RMS;F. SZL XS[P
!5P V[S ;FY[ !_P__ 3G DL8Z G]\ S|MSL8 SFD CMI TM SMgS|L8 DL1FGF !5 ;[PDL 2 !5 ;[PDLP 2 !5 ;[PDLP GF SI}A
8[:8 AGFJL T[G[ ;ZSFZ DFgI4,[AMZ[8ZLDF\ DMS,L 8[:8L\U ;8L¶OLS[8 D[/JJFG]\ ZC[X[P VG[ 5F6L ;lDlT
;D1F ZH] SZJFG]\ ZC[X[PT[D KTF\ 8F\SL VG[ ;d5GF ZFO84 AM8D :,[A4 J8L",JM,GF SM\lS|8 SFD JBT GF
;[d5, BF; ,[JFGF ZC[X[4 E,[ SM\lS|8GM HyYM !_ 3PDLP SZTF VMK]\ CMI
!&P S|MlS8 SFDDF\ B}A H ;FZL HFTGL Z[TL TYF S5RL JF5ZJFGL ZC[X[P VG[ W]/ JF/L CMI TM T[G[ 5F6LYL WM.G[
JF5ZJFGL ZC[X[P
District Water & Sanitation Unit, Patan
- 128 -
!*P S|MSL8 SFD DF8[ 5[I 5F6L JF5ZJFG]\ K[ VG[ T[GL jIJ:YF TYF T[G[ ;F.8 5Z :8MZ SZJFGL jIJ:YF SMg8=FS8Z[
5MTFGL HFT[ SZJFGL ZC[X[P
!(P SMg8=FS8Z[ NZ[S SMgS|[84 R6TZ4 %,F:8Z lJU[Z[ SFD YIF AFN ALHF lNJ;YL ;TT !_ lNJ; ;]WL 5LJF,FIS
5F6LYL K\8SFJ sSIM\ZLUf SZJFGM ZC[X[P YI[, SFDG[ ;TT 5F6L D/T] ZC[ T[GL jIJ:YF ~5[ U]6LIF ,FJL
YI[, SFD p5Z 5FYZL T[G[ 5,F0L G[ SIMZL\U SZJFG]\ ZC[X[P
!)P SMgS|L8G]\ lDz6 SMgS|L8 DL1FZ DXLGYL H SZJFG]\ ZC[X[P
Z_P NZ[S SMgS|L8 SFDDF\ JFIA|[8ZGM p5IMU SZL 0[g; (Dense) SMgS|L8 SZJFG]\ ZC[X[P
Z!P 8F\SLDF\ 5F.5L\U jIJ:YF V\TU"T 5F.5MGL ,\AF. 8F\SLGL p\RF.G[ VG]~5 TYF T[G[ HDLGGL V\NZ !P__
DL8Z p0[4 8F\SLGL ACFZ 5P__ DL8Z ,\AF. ;]WL ,. HJF ;FY[GL ZC[X[P VF 5F.5 ,F.G, ;LVF. 0A,
O,[gH0 V[ S,F; GL ZC[[X[P HIFZ[ VFp8,[8 VG[ JMX VFp8 5F.5 V[SL ;FY[ SMDG CX[ VG[ GLR[ 5
DL8ZGL DIF"NF AFN 8L4 :,]7 JF<J GL 56 HMUJF. VF SFDGL ;FY[ K[P 5F.5L\U jIJ:YFGF\ 0SO]8 A[g0
VG[ T[GF SMS|L8 a,MS TYF p5Z Sg8[GZDF\ 5F.5MGL p5ZGF EFU DF\ A[, DFpY5L; ;DFlJx8 K[P0=M.U
DF\ VFp8 ,[8 VG[ JMXVFp8 5F.5 V,U NXF"jIF CMJFGF lS:;FDF\ 0=M.U D]HA RFZ V,UvV,U
5F.5JF/L jIJ:YF SZJFGL ZC[X[P
ZZP 8F\SLqE]UE¶ ;\5 VG[ VJF0FGF CF.0=M,LS 8[:8L\U DF8[ H~ZL jIJ:YF 9[S[NFZ[ HFT[ H SZJFGL ZC[X[P VG[ SM.
56 HFTGM R]JFS S[ E[H DFgI ZFBJFDF\ VFJX[ GlC\P 8[:8L\U DF8[ H~ZL 5F6LGL jIJ:YF 9[S[NFZzLV[
JWFZFGF BR¶ lJGF SZJFGL ZC[X[P
Z#P VFBF SFDG]\ R}SJ6]\ VF ;FY[ ;FD[, ZFB[, XL0I], 5|DF6[ SZJFDF\ VFJX[P
Z$P VF SFDULZL !Z_ lNJ;GL ;DI DIF¶NFDF\ 5}6¶ SZJFGL ZC[X[P H[GL ;DI DIF¶NF #s+6f DF; K[PVF ;DI
DIF¶NFDF\ SFDULZL 5}6¶ GCL YJFGF lS:;FDF\ 9[S[NFZzL 5F;[YL 8[g0Z lS\DTGF V[S lNJ;GF _P! 8SF ,[B[
ZSD N\0 TZLS[ J;], SZJFDF\ VFJX[P H[ SFD GL S], lS\DTGF JW]DF\ JW] !_@ S5FT Y. XSX[P K[Pp5ZMST
;DI DIF"NF 5KLGF !5 lNJ; DF\ 56 SFDULZL 5]6" GCL YJFGF lS:;FDF\ 9[S[NFZzL 5F;[ YL 8[g0Z lS\DT
GF\ V[S lNJ; GF V[S 8SF ,[B[ ZSD N\0 TZLS[ J;], SZJFDF\ VFJX[P
Z5P GD"NF4 H/;\5lT VG[ 5F6L 5]ZJ9F TYF S<5;Z lJEFU GF 5+ G\P JL0A<I]V[;q!_Z__5qZ5_&
TFP!*q!ZqZ__5 YL AF\WFD ;FY[ ;\S/FI[, SFDNFZM VYJF DH]ZM DF8[ ZC[JFGL VG[ VgI ;UJ0M H[JL
VFJxIS AWL H HMUJF.VM V\U[ GM R]:T56[ VD, SZJFGM ZC[X[P
District Water & Sanitation Unit, Patan
- 129 -
Z&P SFDGF SF[.56 TASS[ SF[.56 HFTGF VS:DFT VYJF S]NZTL VFOTYL YI[, G]SXFGLGL HJFANFZL
.HFZFNFZGL ZC[X[4 VF DF8[GF[ HZ]ZL JLDF[ .HFZNFZ[ :JBR[" ,[JFGF[ ZC[X[P
VF.8DJFZ lJUTJFZ ;DH]lTVM {pieplienn) kimg)r) miT[}[
5F.5,F.GF HM0F6 SZJFGF SFDG[ VF VF.8DG[ GLR[ D]HA 4 EFUDF\ JC[\RJFYL VF AFAT ;C[,F.YL ;DHLÒ XSFX[P
S o BF.VMG]\ BMNF6SFD
B o 5F.5 ,F.G TYF T[G[ ,UTF :5[XLI, T[DH JF<JG[ HM0JFG]\ SFD
U o BF.VMDF\ HM0JFDF\ VFJ[, 5F.5G]\ CF.0=M,LS 8[:8L\UP
3 o BF.VM 5]ZJFG]\ SFDP
VF NZ[S AFATG[ lJUTJFZ ;DHLV[P
s S f 5F.5,F.GGL GF/LG]\ BMNF6 SZJFG]\ TYF %,dAL\UG]\ SFD
;DI DIF"NFDF\ SFD 5}6" YFI T[G[ VG]~5 BMNF6 SFDG]\ VFIMHG T{IFZ SZL VG[ T[ D]HA SFDGL 5|UlT HF/JL ZFBJLP
;}RGF D]HA BMNF6GL ,F.G NMZLGL lGXFGL SZJFGL ZC[X[P ,F.GNMZLGL VFWFZ ~5 lGXFGLVM4 5|:YFl5T ,[J, lJU[Z[GL ;\5}6" HF/J6L SFD 5}6" YFI tIF\ ;]WL SZJLP 5F.5,F.GGF -F/ GSSL SZJF H~ZL ,[J,L\U SFDGL jIJ:YF SZJLP
XSI CMI tIF\ BMNF6SFD IF\l+S ZLT[ SZJ]\P H[YL SFDGL UlT H/JF. ZC[P 5F.5 DF8[ GF/LGF BMNF6GL 5CM/F.&_ ;[PDL[P VG[ S], ! DL8Z VFJ[ T[8,L4 ,F.G NMZL 5|dFF6[ T/LI[ ;ZB]\ ,[J, ZFBL SFD SZJFG]\ ZC[X[P 5F.5 v :5[xI,GM ;F\WM HIF\ VFJ[ tIF\ H~ZLIFT D]HA JW] BMNF6 SZJ]\P
H[ HuIFDF\ 5F.5 GF\BJFGL CMI T[ HuIF AZFAZ ;FO SZJLP AWL HFTGM SRZM4 5yYZ4 GSFDF pUL GLS/[,F KM0 lJU[Z[ N}Z SZJFP
5F.5 ,F.GGF BMNF6GL ;[g8Z ,F.G .HG[Z äFZF VF5JFDF\ VFJX[P BMNF6G]\ DF5 5CM/F. DF\ _P& DLP VG[ p\0F.DF\ !P _ DLP AZFAZ YJ]\ HM.V[P
3;L 50[ T[JF :TZMGF BMNF6DF\ 8[SF D]SLG[ NZ[S 5|SFZGL ;,FDTL ZC[4 SM. HFGCFlG v .HF G YFI T[GL TS[NFZL ZFBJLP
lGIT DF5 SZTF JW] BMNF6 Y. UI]\ CMI TM T[G] H~ZL 8L5LG[ 3GLSZ6 SZJ]\P
BMNF6DF\ VFJTF :TZMGF JUL"SZ6GM lG6"I 5F6L ;lDTL SZX[P H~Z H6FI[ VD,LSZ6 ;\:YFGF .HG[Zq 0LP0a<I]PV[;PI]P GL ;CFI ,. XSX[P
BMNF6 SZ[, ãjIDF\YL p5IMUL YFI T[J]\ ãjI V,U TFZJLG[ SFDG]\ :Y/ RMbB]\ SZJ]\P
District Water & Sanitation Unit, Patan
- 130 -
;BT 5yYZ a,F:8L\U SZTF 5C[,F GHFSDF\ DSFGM S[ SM.DF, lD,STG[ a,F:8L\UYL G]SXFG G YFI T[D TS[NFZL ZFBJLPÒ
H~Z 50[ tIF\ 5F.5 ;OF. 5}J"S 5F.5GL WZLG[ SF8B}6[ C[S;M a,[0 J0[ SF5JFGM ZC[X[P ;MS[8GF V\NZGF EFU[ VG[ :5LUM8v5F.5GF K[0FGF ACFZGF EFU[ RM\8[, SM. 56 5NFY" CMI T[G[ ;FO SZL4 ;MS[8DF\ :5LUM8GL S[8,L ,\AF. NFB, Y. XS[ K[ T[G]\ DF5 SZL4 lGXFG SZL4 ;MS[8GL V\NZ TYF :5LUM8GL ACFZ ;M<Jg8 l;D[g8G]\ V[S ;ZB] 50vVFJZ6 R0FJL4 ;MS[8DF\ :5LUM8G[ WSSM DFZL lGXFG ;]WL K[0M V\NZ HJF N.4 5F\R DLGL8 ;]WL ;F\WM C,[ GlC T[D ZFBLG[ ;F\WF SZJFGF ZC[X[P BMNF6DF\ ;\EF/5}J"S 5F.5 pTFZJFP
5F.5 SF5LG[ JF5ZJFGM CMI TM SF5[,L WFZG[ #__ GF B}6[ 3;LG[ R[dOZL\\U SZJFG]\ ZC[X[P
5lZ1F6 JBT[ 5F.5,F.GDF\ SIF\I CJF EZF. G ZC[ T[JL ZLT[ T[DF\ 5F6L EZLG[4 WLD[ WLD[ 5|[XZ JWFZTF H.4 lGIT 8[:8 5|[XZ VFJ[ tIF\ ;]WL 5|[XZ VF5LG[4 lGIT 8[:8 8F.D V[8,[ S[ ! S,FS JLTL UIF 5KL 5|[XZ 38L UI]\ CMI TM4 DF5 SZ[, 5F6L ,F.GDF\ 5\5 SZLG[4 D]/ 8[:8 5|[XZ H/JF. ZC[ T[D ,F.GDF\ $ S,FS ;]WL 5\5 SZTF ZC[J]P HM V[S lSPDLP ,\AF.GL ,F.GDF\ 5F.5GF 5|lT ;[DL jIF; NL9 !P5 ,LPYL JW] 5F6L 5\5 G SZJ]\ 50I]\ CMI TM 5lZ1F6 ;\TMQFSFZS U6FX[
NZ[S R]SJ6FDFYL CF.0=M,LS 8[:8LU G YI[, 5F.5GF #_ @ ,[B[ S5FT SZL ,[JFGL ZC[X[P H[G] R]SJ6] CF.0=M,LS 8[:8LU YIF AFN TYF 5F6L 5]ZJ9M 5F.5,F.G DFZOT[ RF,] YIF AFN H SZJFG] ZC[X[P
5F.5,F.G GLR[ UFNL 5FYZJFG]\ SFD
5yYZF/ T/LIF p5Z 5}ZL ,\AF.DF\ BMNF6DF\YL GLS/[, VG[ 5;\N SZ[, VUZ ACFZYL ,FJ[, D]ZDvZ[TL 5FYZLG[ ;FZL ZLT[ 5F6L GFBLG[ 8L56LYL 8L5LG[ 3GLSZ6 SZL T/LI]\ IMuI ,[J,v -F/DF\ ;}RGF 5|dFF6[ D[/JJ]\P
s B f 5F.5M HM0JFG]\ SFD
VF56[ VCL\ OST 5LJL;L 5F.5 HM0JF DF8[GL RRF" SZLX]\4 SFZ6 S[ U|FdI lJ:TFZMDF\ )_ @ YL JW] UFDMDF\ 5LJL;L 5F.5M GFBJFGL YFI K[P 5F.5M HM0F6 SFD G[ VF56[ +6 EFUDF\ JC[\RLX]P
s ! f 5F.5M TYF :5[lXI, HM0JFG]\ SFD
DF, ;FDFG V\U[GL 8]\SDF\ ;DH]TL
HM0F6 DF8[GL ;DH]TLVM
ગ્રામ પચંાયતના સ્ટોર સ ધંી પી.વી. સી. સ્પેશીયલ સપ્લાય કરવાન ં કામ જર રી તમામ ટેક્ષ તથા
ચઢાવવા ઉતારવાની મજ રી સહીત. જેમા ં પીવીસી કપલર, પીવીસી એન્ડ કેપ, પીવીસી ટી,
પીવીસી એલ્બો, પીવીસી બેન્ડ, પીવીસી સોલવન્ટ નસમેન્ટ, પીવીસી રીડય સર અને સવીસ સેડલ
જેવા સ્પેશીયલ્સ ન ંસમાવેશ થાય છે. તથા સદર માન્ય ઓથોરાઈઝડ સપ્લાયસગ તથા એજન્સી
District Water & Sanitation Unit, Patan
- 131 -
દ્વારા ભાવો મરં્ાવવામા ંઆવશે. 5F6L 5]ZJ9F AM0[" DFgI દરેક મટીરીયલ માટેન ુિેંડર લીસ્ટ આખરી
ગણાશે.
s Z f A8Z O,F. TYF V[Z JF<J OL8 SZJFG]\ SFD
sV[ f A8Z O,F. JF<J
બટર ફ્લાય વાલ્વ સપ્લાયની કામર્ીરી જેમા ં તમામ પ્રકારના ટેક્સ તમામ પ્રકારના ભાડા
સાથે ર્ામના સ્ટોર સ ધી પહોંચાડવાની કામર્ીરી. 5F6L 5]ZJ9F AM0[" DFgI દરેક મટીરીયલ માટેન ુિેંડર
લીસ્ટ આખરી ગણાશે.
JF<J RSF;6L SZL ;OF. SZL TYF u,[g0 NMZL TYF XFO8L\U AM1F S[,[5Z äFZF RSF;6L SZL
HM0JFG]\ SFD SZJ]\P HM0JFGM DF, ;FDFG G8 AM<8 ZAZ 5[SL\U # 50G]\ JF5ZLG[ JF<JG]\ :5Lg0,VM/\E[ ZFBL A\G[ AFH] 8[., 5L;YL HM0JLP HM0F6 SFDDF\ BMNF6 H~Z 50[ TM SZJ]\
HM0F6 Y. UIF 5KL 5|[XZ !P5 36F 5|[XZ DF8[ 5lZ1F6 SZJ]P ,LS[H H6FI TM ;\TMQFSFZS ZLT[
ZL5[Z SZJ]P
sALf V[Z v JF<J O,[gH l;\U, AM,
O,[gH V[Z JF<J ;LWF H 5F.5 p5ZGF O,[gH ;FY[ p5Z sV[f D]HA HM0JFP O,[gH JUZGF JF<J
O[~,YL 5F.5 ;FY[ HM0JFP O[~, 5F.5DF\ VF5, SF6FDF\ VG[ SF6]\ G VF5[, CMI TM SF6]\ 5F0LG[ S,[d5 D]SL C[d5 IFG" TYF VF8FDF\ ;O[NM ,BFJL OL8 SZJFP
s # f JF<J DF8[GL :8[g0 AF\WJFG]\ SFDP
ડ્રોઈંગમાાં દશાાવ્યા મજુબ અથિા તો ટેકવનલના જણાવ્યા મજુબના વ્યાસની એમ. એસ. િડેર પાઇપ તથા ડીલીિરી પાઇપનુાં િાલ્િ સ્ટેંડ ત યાર કરી બટર ફ્લાય િાલ્િ ફીટ કરિા માટે જરુરી એમ. એસ. સ્પેશ્યલ્સ જેિા કે બેંડ4 ટૈલ પીસ O,FgH િગેરેનો ઉપયોગ કરી તેન ેિેલ્ડીગ કરી માલ સમાન મજુરી સિીત ત યાર કરિાનુાં કામ તેના િાઇડ્રોલીક ટેસ્ટીંગ સિીત.
s U f 5F.5,F.GG]= CF.0=M,LS 8[:8L\U ov
CF.0=M,LS 8[:8L\U 5F.5,F.G !qZ lSPDLP GL ,\AF. GF 8]S0FVMDF\ SZJ] ;]UD ZC[X[P 8[:8L\U ,[JF
DF8[ GHFSGF 5F6LGF :+MTDF\YL 5F.5,F.GG[ HM0L WLZ[ WLZ[ ;DU| ,F.G 5F6LYL EZJFGL
ZC[ K[P 5F6L EZTL JBT[ VF AFATGM wIFG ZC[ S[ AWF H V[Z JF<J HM0L N[JFDF\ VFJ[, K[4 VG[ AWF V[Z JF<J ;\TMQFSFZS ZLT[ SFD SZ[ K[P H[D H[D 5F.5,F.GDF\ 5F6L EZFX[ T[D
T[D V[Z JF<J DF\YL 5F.5GL V\NZ EZFI[, CJF AFCZ GLS/X[P CJF AFCZ GLS/[ T[DF\ H[
;DI ,FU[ VG[ V\8JFDF\ H 5F.5GF\ 5F6L EZJFGL 5|lS|IF X~VFTGF TASSFDF\ WLDL UlTV[ SZJFGL ZC[ K[P V[Z JF<JDF\YL V[Z GLS/JFGL A\W YFI tIFZ[ V[Z JF<JGM N0M RM\8L
HFI K[P H[ 5F6L G[ AFCZ GLS/JF N[TM GYL VFJL l:YlT YFI tIFZ[ ;DHJ] S[ ;DU| ,F.G
District Water & Sanitation Unit, Patan
- 132 -
5F6LYL EZF. UI[, K[P 5F.5,F.G 5F6LYL EZF. HFI tIFZ[ WLZ[ WLZ[ 5d5 VYJF 0\SL YL EZ[, 5F6LG[ WSSM DFZJFDF\ VFJ[ K[P VF WSSFG[ 5|[XZ SC[JFI K[P H[D H[D JW] WSSM
DFZJFDF\ VFJ[4 T[D T[D 5F.5M p5Z 5|[XZ JWTM HX[P VF 5|[XZ HMX DF8[ 5F.5DF\ UD[ T[
V[S :Y/[ 5|[XZ U[H D]SJFDF\ VFJ[ K[P H[GF p5Z 5F.5 p5Z BZ[BZ S[8,M 5|[XZ K[ T[ HF6L XSFX[P VF56[ ;FDFgI ZLT[ & lSPU|FP q ;[DL Z JF/F 5F.5M JF5ZLV[ KLV[ V[8,[ VF 5|[XZ &
lSPU|FP ;]WL YJM HM.V[P VF 5|[XZ p5Z 5F.5MDF\ ,LS[H YT] CMI TM ;DHJ] S[ 5F.5M TYF T[G]\ HM0F6 SFD ;\TMQFSFZS ZLT[ YIM K[P 5|[XZ JWFZTF4 HM 5F.5M OF8[ VYJF T[GF
;F\WFVMDF\YL ,LS[H YFI TM T[ 5F.5M AN,JFGL ZC[ T[DH ;F\WFDF\ OZLYL SZJFGF ZC[P VF
AW] ZL5ZL\U SFD SIF" 5KL4 5F.5MDF\ OZLYL 5F6L EZJFDF\ VFJ[ VG[ T[G]\ 5|[XZ JWFZL .lrKT 5|[XZ ;]WL 5F.5MG]\ 8[:8L\U SZJFG]\ ZC[ K[P ;\TMQFSFZS 8[:8L\U VG[ ZL5[ZL\U YIF
5KL4 5F.5,F.G G[ J5ZFXDF\ D]SL XSFX[P
s 3 f 5F.5,F.GGL GF/LG]\ 5]ZF6 SFD4 5F6L KF\8JF4 NAFJJF VG[ JWFZFGF UF/GM
lGSF, SZJFG]\ SFD
5F.5,F.G GBF. UIF 5KL ;F\WF B]<,F ZFBLG[ AFSLGL 5F.5,F.G p5Z #_ ;[PDL[P H[8,]\
5]ZF6 CJF,M SZL XSFX[P VG[ AFSLG]\ 5]ZF6 ;\TMQFSFZS CF.0=M,LS 5lZ1F6 AFN SZJFG]\ ZC[X[P 5]ZF6 SFD !5 ;[PDL[P HF0F YZMDF\4 ;FZL ZLT[ 5F6L GFBL4 3GLSZ6 SZL4 V[S p5Z ALHM YZ R-
JTF H. HDLG ,[J, p5Z Z5_DLDL R-FJM ZFBLG[4 5F.5G[ G]SXFG G YFI T[JL ZLT[ SZJ]P 5F.5G[ G]SXFG YFI S[ DF8L RMDF;FG[ SFZ6[ S[ VgI SM. SFZ6[ A[;L HFI T[GL TS[NFZL ZFBJLP
BMNF6SFDGL 5}Z6LG]\ SFD
EZTL SZTF 5C[,F T/ 3F\;vJG:5lT K}8 5NFYM" lJU[Z[YL ;FO SZJ]P
5FIFGF BMNF6G]\ 5]ZF6 5;\N SZ[, ãjI VG[ VYJF ! SLPDLP ;]WLGL N}ZLGL lJ:TFZDF\YL 5;\N SZLG[ D[/J[, DFGI ãjIYL SZJ]P
5}ZF6SFD X~ SZTF 5C[,F T/ ;FZL ZLT[ 5F6LYL EL\HFJJ]P 5}ZF6GF YZ !5 YL Z_ ;[DL HF0F
ZFBL4 5F6L GFBL 8L56L J0[ 8L5LG[ ;BT SZL4 %,LgYGF DYF/F ;]WL 5]ZF6 SZJ]P
YI[, SFDULZLG]\\ R]SJ6]\o
YI[, SFDULZLGF HyYF D]\HA 5F6L ;DLTLGFqJF:DMGF .HG[Z[ ,B[, DF5MGF\ VFWFZ[
VF.8DDF\ NXF"J[, V[SD D]HA SZJFDF\ VFJX[P
NZ[S R]SJ6FDFYL CF.0=M,LS 8[:8LU G YI[, 5F.5GF #_% ,[B[ S5FT SZL ,[JFGL ZC[X[P
H[G] R]SJ6] CF.0=M,LS 8[:8LU YIF AFN TYF 5F6L 5]ZJ9M 5F.5,F.G DFZOT[ RF,] YIF
AFN H SZJFG] ZC[X[P
9[S[NFZzLGL ;CL VwI1F 5F6L ;lDlT
District Water & Sanitation Unit, Patan
- 133 -
DF,;FDFG
!P l;D[g8P
5M8",[g0 l;D[g8 DF8[GF EFZTLI DFGS ;\:YFGF ;A\lWT lJJZ6 VG];FZGL VG[ :5[XLOLS[XG
T[DH XZTMDF\ NXF"J[, HuIFV[ ;<O[8 Z[Ò:8g8 l;D[g8 SFDMDF\ JF5ZJFGL K[P CJF S[
E[HG[ SFZ6[ l;D[g8G[ G]SXFG G YFI T[ DF8[GL ;W/L SF/Ò ,[JFGL K[P G]SXFG 5FD[,
l;D[g8 SFDDF\ JF5ZJFGL GYL VG[ ;F.8 p5ZYL N}ZSZJFGL K[P GSSL SZ[, pt5FNSGL
VMP5LP;LP A|Fg0GM U|[0 v 5# GL l;D[g8 SFDDF\ JF5ZJFGL K[P;F.8 5Z l;D[g8GL
Y[,LVM GL UM9J6L J{7FlGS -A[ SZJFGL K[P H[YL T[G[ SM. G]SXFG G YFIP
ZP Z[TLP
DLS; 0LhF.G VFWFZLT SFDULZL CM. GlSS YI[, :Y/[YL VF.PV[;P #(# v !)*_DF\
VF5[, lJJZ6 5|DF6[GL Z[TL AF\WSFDDF\ JF5ZJFGL K[4 H[ GM8LOF.0 GNL S[ GF/FDF\YL
,FJJLP T[ :JrK4 DF8LYL S[ VgI ACFZGF TtJMYL D]ST4 RF/[,L CMJL HM.V[P Z[TLGM
GD}GM 5F6L EZ[, u,F;DF\ C,FJLG[ EZTF\ UF/ & 8SFYL JWFZ[ G CMJM HM.V[P JWFZ[
CMI TM T[ Z[TL WM.G[ JF5ZJLP
#P Ò6L S5RLP
DLS; l0hF.G VFWFZLT SFDULZL CM. GSSL YI[, SJMZLDF\YL ;BT4 DHA}T VG[ 8SFp
5tYZGL S5RL W}/4 DF8L4 GZD S6MJF/L T[DH VF<S,L VG[ SFA"lGS S6M JF/L G
CMJL HM.V[P & DL,L DL8ZGL HF/LDF\YL 5;FZ YFI T[JF NF6FJF/L S5RL CMIP
$P HF0L S5RLP
DLS; l0hF.G VFWFZLT SFDULZL CM. GlSS YI[, SJMZLDF\YL 5tYZ S[ U|[J,GL EZ0[, S5RL
:JrK4 ;BT4 DHA}T VG[ 8SFp CMJL HM.V[P 5FT/L S[ GZD S5RL G CMJL HM. VG[
T[ VF<S,L VG[ SFA"lGS S6MYL D]ST CMJL HM.V[P T[ V[S ;ZBL CMJL HM.V[P
V[gÒGLIZ[ DFgI SZ[, BF6GF 5tYZ JF5ZJFP T[ ;BT4 8SFp4 ;DFG Z\UGF VG[ ;DFG 5MT
S[ S6ZRGF JF/F CMJF HM.V[P BF6GF S]NZTL 5FIF p5Z R6TZDF\ J5ZFIP DF8LGF
EFUJF/F 4 Z\U p0L UI[, VG[ V51FI6 JUZGF CMJF HM.V[P
&P 5tYZG]\ R6TZP
District Water & Sanitation Unit, Patan
- 134 -
R6TZ SFD RF,] CMI tIFZ[ VG[ l;D[g8 5FSTF ;]WL 5F6L KF\8JFG]\ RF,] ZFBJ]\ l;D[g8 DM8"Z
5F6L KF\8TL JBT[ WMJF. G HFI T[GL SF/Ò ZFBJLP AWF YZ V[S ,[J,[ ;/\U
ZFBJF SFD VW]~ D]SJ]\ VFJxIS CMI tIFZ[ H}GF VG[ GJF R6TZ JrR[ ,F\AF 5UYLIF
5F0LG[ ;F\WF D}SJFP
*P .\8P
VF.PV[;P !_*& v !)** S[ T[GL K[<,L VFJ°lT 5|DF6[GL ;FDFgI 5FS[,L .\8M JF5ZJLP
5|YD S1FFGL .\8
V[S ;DFG R6TZGF :TZ D]SL XSFI T[JL ;ZBF DF5GL .\8M CFY AGFJ8GL S[ DXLG
AGFJ8GL IMuI DF8LDF\YL AG[, CMI VG[ IMuI E9LDF\ 5FS[, CMI T[JL JF5ZJL P
.\8MDF\ TLZF0M S[ BF0F B0LIF G CMI S[ T[DF\ R}GFGF U9F G CMI T[GL ;5F8L lGIDLT
VG[ ,L;L CMI VG[ B}6F WFZJF/F CMI4 Z\U ;DFG CMI VG[ T[GF p5Z AMg0 DF8[ !_
YL Z_ DL,L DL8Z p\0L KF5 CMI T[ VF.PV[;P !_**DF\ VF5[, lJJZ6G[ VG]~5
CMI V[S SFD p5Z V[S H DF5GL .\8 JF5ZJL T[GL E\HG XlST V[S RMZ; ;[g8L DL8Z
NL9 #5 lS,MU|FD H[8,L CMIP T[GL 5F6L XMQFJFGL XlST JHGDF\ Z_ 8SFYL JWFZ[ G
CMIP
(P l;D[g8 DM8"Z sSM,fP
SM,DF\ JF5ZTL l;D[g8 VG[ Z[TL T[GF ;A\lWT lJJZ6 5|DF6[GF CMIP VF.8DGF J6"GDF\
VF5[, lGIT 5|DF6V[ SNG]\ K[P SNYL V[S EFU l;D[g8 ;FD[ A[ EFU4 +6 EFU S[
5F\R EFU Z[TL U6FIP V[S Y[,L l;D[g8 V[8,[ _P_#$Z 3G DL8Z AZFAZ #5 ,L8Z
l;D[g8 U6FIP SM, CFY[YL S[ DXLGYL AGFJL XSFIP lGIT 5|DF6DF\ l;D[g8 VG[
Z[TLG[ 5F6L GFBTF 5C[,F V[S Z\U VFJ[ tIF\ ;]WL D[/JJF D[/J6L DF8[GL A[9S ;5F8
VG[ E[H G XMQF[ T[JL CMJL HM.V[P 5F6L WLD[ WLD[ Z[0TF H.G[ D[/JJ]\ +6 JBT
pY,FJJ]\ Z[TLGM NZ[S S6 ELGL l;D[g8YL -\SF. HJM HM.V[P #_ DLGL8DF\ J5ZF.
HFI T[ ZLT[ H SM, V[SL ;FY[ AGFJJM HFDL UI[, DF, JF5ZJM GlC\P
)P 5F6LP
AF\WSFDGF ;W/F SFD C[T] DF8[ JF5ZJFG]\ 5F6L RMbB]\4 DF8LGM EFU4 SFA"lGS EFU4 T[HFA4
1FFZ4 T{,L 5NFY" H[JL VX]lwãVMYL D]ST CMJ]\ HM.V[P 5LJF ,FIS 5F6L ;FDFgI ZLT[
l:JSFI" CMI K[P SM, S[ SMgS|L8GF H]NF H]NF lDz6DF\ 5F6L VG[ l;D[g8G]\ 5|DF6 lGIT
YT] CMI K[P :Y/4 ;\HMUM VG[ kT] H[JF 5lZA/MG[ VG];ZLG[ VF 5|DF6 H/JFJ]\
District Water & Sanitation Unit, Patan
- 135 -
HM.V[P VgI 5lZA/MDF\ H[ T[ W8SMDF\ HM.TL TFSFT4 DF,GL 5F6L XMQFJFGL XlST4
SFI"UTTF VG[ VJ5FT v JS["AL,L8L VG[ <;d54 ;\UTTF v S\;L:8g;L4 SFD 5}6"
SZJFGL 5wãTL JU[Z[GM ;DFJ[X YFI K[P
!_P l;D[g8 SMgS|L8P
,MB\0 ;FY[GF S[ l;JFIGF SM.56 SMgS|L8GL S1FFVM GlSS YI[, CMI K[ H[ U|[0 V[D !__4 U|0
V[D !5_4 U|[0 V[D Z__ U|[0 V[D Z5_ U|[0 V[D #__ JU[Z[ SC[JFI K[P V[D V[8,[
lDz6 VG[ VF\S0F 5|tI[S RMZ; ;[g8L DL8Z[ lS,MU|FDG]\ NAF6 NXF"J[ K[P VF TFSFT
SMgS|L8GL Z( lNJ; SIMZLU 5KLGL VG[ SI]A 8[:8GL CMI K[P
;FDFgI ZLT[ H[ SMgS|L8GL TFSFT V[D !__4 V[D !5_ VG[ V[D Z__4 V[D Z5_ 4 V[D
#__ NXF"J[, CMI T[ VG]S|D[ !o#o&4 !oZo$4 !o!P5o# VG[ !o!oZ T[DH DL1F
0LhF.G D]HAGL ;DS1F CMI K[P SMgS|L8GL NFA XlSTG]\ 5lZ1F6 VF.PV[;P 5!&
5|DF6[ !5 ;[g8L DL8Z WGG[ Z( lNJ;GF SIMZLU 5KL SZFJJ]\P pTFJ/ CMI T[JF
lS:;FDF\ Z( lNJ; p5ZF\T * lNJ;GF SIMZLU 5KL 5lZ1F6 SZFJL XSFI T[GF
5lZ6FDM VFXZ[ *_ 8SF VFJ[P l;D[g8 HIF\ ZFBJFDF\ VFJ[ tIF\ E[H ,FU[ GCL T[
5|DF6[ VG[ ;C[,F.YL U6L XSFI T[ ZLT[ Y[,LVM ZFBJLP ,MB\0G[ SMgS|L8G]\ 5]ZT]\
VFJZ6 5]~ 5F0JF ;[g8ZL\U VG[ ,MB\0 JrR[ SMgS|L8GF IMuI DF5GF 5|LSF:8 a,MS
D]SJFP SMgS|L8G]\ lDz6 SMgS|L8 lDS;ZYL SZJ]\ DF6;M lDz6 SZ[ TM T[G]\ %,[8OMD" 5F6L
R}:T CMJ]\ HM.V[P 5|YD ;]S] lDz6 V[S Z\U VFJ[ tIF\ ;]WL SZJ]\ VG[ 5KL WLD[ WLD[
5F6L Z[0LG[ OZLYL lDz6 SZJ]\ DXLG l;JFI SZ[, lDz6DF\ !_ 8SF l;D[g8 JWFZ[
JF5ZJL SMgS|L8 T[GL HuIFV[ GFBTF 5C[,F T[G[ ELHJJLP SMgS|L8 T{IFZ YIF 5KL Z_
DLGL8DF\ J5ZF. HFI T[ HMJ]\ T[G[ p\RF.YL O[SJ]\ GlC\P SMgS|L8G[ JF.A|[8ZYL BF\RJ]\
VG[ NAFJJ]\ Z_ lNJ; ;]WL SIMZLU SZJ]\ OMD"JS" N}Z SZJFGF lNJ;M VF 5|DF6[ CMI
ALDGF 50BF $ lNJ; VG[ T/LIFG]\ Z! lNJ; 5KL4 :,[AG]\ T/LI]\ !$ lNJ; 5KL4
SM,D S[ pEL lNJF,GF 50BF $ 5KL BM,JF .HG[Z S[ VlWSFZLVM SFDGL T5F;
SZJF VFJ[ T[G[ H~ZL ;]lJWF 5]ZL 5F0JLP
!!P ,MB\0
SFD DF8[ ,FJJFDF\ VFJT]\ ,MB\0s8LPV[DP8Lf V[RPJFIPV[;P;LPqD\H}Z YI[, 9[S[NFZGL
5MTFGL 0LhF.G D]HAG]\ EFZTLI DFGS ;\:YFGF ;A\lWT lJJZ6 D]HAG]\ CMJ]\
HM.V[P ;F.8 5Z VFJ[, ,MB\0G]\ ;ZSFZ DFgI 5|IMUXF/FDF\ 8[:8L\U SZFJJFG]\
District Water & Sanitation Unit, Patan
- 136 -
ZC[X[P;F.8 p5Z T[ SF8 G ,FU[ T[ ZLT[ UM9JJ]\P VFJS HFJSGM lC;FA ZFBJMP HIF\
l0hF.G 5|DF6[ UM9JJFG]\ CMI tIF\ :JrK4 W]/ SRZF JUZG]\ 4 T{,L 5NFY" RM8[\, G
CMI T[J]\ T[DH SMgS|L8 ;FY[ A\WGDF\ VFJTF G0[ T[JF SM. 5NFY" JUZG]\ CMJ]\ HM.V[P
AW]\ H ,MB\0 SMgS|L8GF VFJZ6YL NAF. HFI tIF\ ;]WL T[ :JrK ZC[J]\ HM.V[P
GSXFDF\ NXF"jIF 5|DF6[GM VFSFZ VFJ[ T[ ZLT[ ,MB\0GF ;/LIFG[ 9\0F JF/JF DF,G[ G]SXFG
YFI T[ ZLT[ JF/JF GlC\P WM0L4 C]S4 O|[gS JU[Z[ V[JL ZLT[ JF/JF S[ ;/LIFG[ J/ R0[
GCLP S0S S[ TZ0F. HFI T[J]\ ,MB\0 VDFgI U6JFDF\ VFJX[P AWF ;/LIF 0=M.UDF\
NX"jIF 5|DF6[ VG[ .HG[ZGL ;}RGF 5|DF6[ IMuI HuIFV[ VG[ RMSS; DF5 5|DF6[
UM9JJF4 C,L G HFI T[ ZLT[ !& U[HGF AF.g0LU JFIZYL AF\3JF VG[ SMgS|L8GF
VFJZL ,[JFI T[ ZLT[ ;[g8ZLUYL N}Z ZC[ T[D SMgS|L8 S[ SM,GF 3GYL N}Z ZFBJFP
;/LIFG[ T[GL lGl`RT HUFV[ ZFBJF :5M8 J[<0L\U SZL XSFX[P
,MB\0GF ;/LIF l0hF.G 5|DF6[ A\WF. HFI tIFZ[ T[GL T5F; .HG[Z 5F;[ SZFJL ,[JLP SMgS|L8
tIFZ AFN H SZJ]\P
9[S[NFZzLGL ;CL VwI1F 5F6L ;lDlT
VwI1F 5F6L ;lDlT