Professional Documents
Culture Documents
Dy.E.E.
GOVERNMENT OF MAHARASHTRA
B-1
TENDER PAPERS
e-Tendering System
FORTH CALL
FOR THE WORK OF
CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI,
TALUKA AND DISTRICT RATNAGIRI.
Rs. 1,70,15,907/-
Rs. 1,28,000/-
http://pwd.maharashtra.etenders.in
EXECUTIVE ENGINEER
PUBLIC WORKS DIVISION, NORTH RATNAGIRI
Dy.E.E.
AT MALNAKA
INDEX
Sr.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
16.
17.
18.
19.
DESCRIPTION
General information of contract
Brief Tender Notice
Detailed Tender Notice
Scope of work
Agreement Form B-1 & Conditions of Contract.
Schedule A
Additional conditions for Materials to be brought by
Contractor.
Additional General Conditions.
Additional Specifications
Quality Assurance and Maintenance.
Price Variation Clause.
Schedule B Civil Works
Schedule C, Item wise Specifications.
Specifications for Anticorrosive Treatment of FBEC type.
and Additional Specification for Skywalk work.
Model Form of Bank Guarantee Bond for Security
Deposit., Guarantee Bond .
Declaration of Contractor
Bar Chart
Drawings, Tender Drawings
Contractor
No. of Corrections
PAGES
From
To
1
2
3
4(B)
5
34
35
36
37
70
71
72
73
78
79
117
129
131
135
163
191
116
128
130
134
162
190
240
241
242
243
245
247
244
246
251
Executive Engineer
Dy.E.E.
1
INFORMATION SHEET FOR B-1 AGREEMENT
1)
Name of Division
2)
Name of work
CONSTRUCTION OF SKYWALK
AT
MALNAKA
RATNAGIRI,
TALUKA
AND
DISTRICT
RATNAGIRI.
3)
Head of Account
4)
Agreement No.
5)
6)
Name of Contractor
7)
8)
9)
10)
11)
12)
1)
Rs. 1,70,15,907/-
2)
13)
14)
15)
taken
16)
Contractor
No. of Corrections
Pages 1 to 251
Executive Engineer
Dy.E.E.
DETAILS OF WORK
NAME OF WORK :- CONSTRUCTION OF SKYWALK
RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.
AT MALNAKA
Estimated Cost put to tender Rs. 1,70,15,907/Earnest Money Rs. 1,28,000/- only.
The EMD applicable amount shall be paid via Online mode only. In case of EMD
exemption, valid E.M.D. Exemption Certificate duly attested shall be uploaded at the time
of submission. Total Security Deposit 4% ( Four percent ) Rs. 6,82,000/- (50% in cash at
the time of Agreement and 50% from R.A. bills). Time stipulated for completion is 12
(Twelve) Calendar Months which includes the monsoon period.
TENDER SCHEDULE
Cost of Tender Form
: Rs. 5,000/-
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
3
] x
V xE v E =k (..) M, ixM.
nvx GE 02352/223505 C G. 02352/223505
Web-
www.mahapwd.com
1.
ES +nVi Ei
{ Ji
</ h
CE {
E {h EhS
Ev
xnS |E
< xn SS
Ei
xnh M
xE ixM l
1,70,15,907/{nS =dx {S vE
Eh. i.V. ixM.
1,28,000/-
12 x
{ vx . 5,000/-
M-3
i
<-xnS {jE
1.
2.
3.
4.
5.
6.
3.
4.
5.
V. G. Bx+b/B/]/2/2666
EE +i, S E,
=k ixM .. M, ixM.
ixM 415 612 (02352) 223505
nxE :- 15/4/2015
l |i E.+ S x V +.
Contractor
No. of Corrections
E EE +i
=k ixM .. M,
ixM Ei.
Executive Engineer
Dy.E.E.
4
GOVT.OF MAHARASHTRA
Sealed online B e-tenders for the following works are invited be the Executive
Engineer, North P.W. Division, Ratnagiri from the contractors registered with the Government
of Maharashtra in appropriate class.
etender
work
No.
Name of Work
1.
Construction of
Skywalk at
Malnaka, Ratnagiri
Tal & Dist.
Ratnagiri.
Estimated Cost
(Rs.) Lakhs
Earnest
Money (Rs.)
Class of
Contractor
1,70,15,907/-
1,28,000/-
12
Including
Monsoon
B
Rs. 5,000/-
Class- 3 &
Above
2.
3.
4.
5.
6.
Engineer, P.W.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
4(A)
] x
V xE v E =k (..) M, ixM.
<- E| h+i Mi <- xn S x G. 2 x-2015-2016 (Sl S x)
V xE v E =k (..) M, ixM (nvx G. (02352) 223505)
] xS V xE v E JiEb M i Mi xn hE i E j]nE bx
EEi "xE ixM l {nS =dx {S vE Eh. i.V. ixM.' (. 170.16 I.)
" " xx i xn
Contractor
No. of Corrections
EE +i
=k ixM .. M,
ixM Ei.
Executive Engineer
Dy.E.E.
4(B)
Government of Maharahstra
Public Work Department
Executive Engineer, P. W. North Division, Ratnagiri
E-TENDER NOTICE NO. 2 FOR 2015-2016 (Fourth Call)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS
AT MALNAKA
Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer,
North Ratnagiri (P.W.) Division, Ratnagiri for the following work from Contractors
registered in appropriate class of the Public Works Department and Irrigation Department
of Maharashtra State. The name of work, estimated cost, earnest money, security deposit,
time limit for completion etc. are as under.
Sr.
Name of work
No.
Estimated
Earnest
Security
Class of
Time limit
Cost
Money
Deposit
Contractor
in Tender
(Rupees)
(Rupees)
(Rupees)
(Calendar
Months)
CONSTRUCTION
1,70,15,907/-
1,28,000/-
6,82,000/-
OF SKYWALK
III And
12
above
(Twelve)
AT MALNAKA
Calendar
RATNAGIRI,
Months
TALUKA AND
(including
DISTRICT
monsoon)
RATNAGIRI.
Tender form, conditions of contract, specifications and contract drawings can be downloaded
from the eTendering portal of Public Works Department, Government of Maharashtra i.e.
https://pwd.maharashtra.etenders.in after entering the details payment of
Rs. 5,000/-
(Rupees Five thousand only.) should be paid online using payment gateway. The fees of
tender document will be non refundable. as per the Tender Schedule. Further information
regarding the work can be obtained from the above office.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
Bids will be opened in the office of the Superintending Engineer, P. W. Circle, Ratnagiri
as per the Tender Schedule in the presence of such intending Tenderers or his/ their
authorized representatives who may be present at that time.
TENDERING PROCEDURE.
1.1 A. Blank Tender Forms.
Tender Forms can be purchased from the eTendering portal of Public Works
Department, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in
after paying Tender Fees via online mode as per the Tender Schedule.
1.2 B PRE-TENDER CONFERENCE :
1.2.1
Tenderers
will
have an opportunity to obtain clarifications regarding the work and the Tender
Conditions.
1.2.2
The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to the same
will be given by the Chief Engineer / Superintending Engineer, and the same will
be made available on eTendering portal of Public Works Department, Government of
Maharashtra i.e. https://pwd.maharashtra.etenders.in and this clarification referred to
as common set of conditions/deviations (C.S.D.), shall form part of tender documents
and which will also be common and applicable to all tenderers. The point/points if
any, raised in writing and/or verbally by the contractor in pre-tender conference and
not finding place in C.S.D. issued after the pre- bid conference, is/are deemed
rejected. In such case the provision in NIT shall prevail. No individual
correspondence will be made thereafter with the contractor in this regards.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
1.2.3
The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders will be summarily REJECTED.
1.2.4
All tenderers are cautioned that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will
be treated as non responsive. The tenderer should clearly mention in forwarding letter
that his offer (in envelope No.1& 2) does not contain any condition, deviations from
terms and conditions stipulated in the tender.
1.2.5
Tenderers should have valid class II / III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested Bidders
should go to http://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the
procedure mentioned in the document Procedure for application of Digital
Certificate.
1.2.6
The Tenderers have to make a payment of Rs. 1038/- online as service charges for the
use of Electronic Tendering during Online Bid Data Decryption and Re-encryption
stage of the Tender.
1.2.7
For any assistance on the use of Electronic Tendering System, the Users may call the
below numbers :
Landline No. - 020 30187500
Email ID suppot.gom@nextenders.com
1.2.8
Tenderers should install the Mandatory Components available on the Home Page of
http://maharashtra.etenders.in under the section Mandatory Components and make
the necessary Browser Settings provided under section Internet Explorer Settings.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
1.3
A.
1.
2.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
9
The Digital Certificates are issued by an approved Certifying Authority Authorized by
the Controller of Certifying Authorities of Government of India through their
Authorized Representatives upon receipt of documents required to obtain a Digital
Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value
during the Bid Preparation and Hash Submission stage. In case during the process of
preparing and submitting a Bid for a particular Tender, the Contractor loses his/her
Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating
system problem); he / she may not be able to submit the Bid online. Hence, the Users
are advised to store his / her Digital Certificate securely and if possible, keep a backup
at safe place under adequate security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorized User of a
Partnership firm is used for signing and submitting a bid, it will be considered
equivalent to a no objection certificate / power of attorney to that User to submit the
bid on behalf of the partnership Firm. The Partnership Firm has to authorize a specific
individual via an authorization certificate signed by a partner of the firm (and in case
the applicant is a partner, another partner in the same form is required to authorize.) to
use the digital certificate as per Indian Information Technology Act. 2000.
Unless the Digital Certificate is revoked it will be assumed to represent adequate
authority of the Authority User to bid on behalf of the Firm for the Tenders processed
on the Electronic Tender Management System of Government of Maharashtra as per
Indian Information Technology Act 2000. The Digital Signature of this Authorized
user will be binding on the Firm. It shall be the responsibility of partners of the firm to
inform the certifying Authority or Sub Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Signature Certificate. The procedure for
application of a Digital Signature Certificate will remain the same for the new
Authorized User.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
10
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant.
For information of the Process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Certificate on the Home Page of the
Electronic Tendering System.
3.
4.
The utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the E-Tendering Toolkit for Bidders available
online on the Home Page to understand the process of setting up the system. Or
alternatively, contact the Helpdesk support Team on information / guidance on the
process of setting up the System.
5.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
11
B.
1.
2.
3.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
12
4.
The Hashes are the thumbprint of electronic data and are based on one way
The Bid hash values are digitally signed using valid class II or Class III
Digital Certificate issued any Certifying Authority. The Contractors are required to
obtain Digital Certificate in advance.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
13
d.
After the hash value of bid is generated, the Contractors cannot make any
change / addition in its bid data. The bidder may modify bids before the deadline for
Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender
documents.
e.
6.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
14
7.
8.
9.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
14(A)
This Privacy Policy describes Merchants treatment of personally identifiable
information that Merchant collects when the User is on the Merchants website. The
Merchant does not collect any unique information about the User (such as User's
name, email address, age, gender etc.) except when you specifically and knowingly
provide such information on the Website. Like any business interested in offering the
highest quality of service to clients, Merchant may, from time to time, send email to
the User and other communication to tell the User about the various services, features,
functionality and content offered by Merchant's website or seek voluntary information
from The User.
Please be aware, however, that Merchant will release specific personal information
about the User if required to do so in the following circumstances:
a) in order to comply with any valid legal process such as a search warrant, statute, or
unenforceable pursuant to applicable law including, but not limited to, the warranty
disclaimers and liability limitations set forth herein, then the invalid or unenforceable
provision will be deemed superseded by a valid, enforceable provision that most
closely matches the intent of the original provision and the remainder of these Terms
and Conditions shall continue in effect.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
14(B)
4. These Terms and Conditions constitute the entire agreement between the User and
kept in the ordinary course of business of Merchant and/or the Payment Gateway
Service Providers with regard to transactions covered under these Terms and
Conditions and matters therein appearing shall be binding on the User and shall be
conclusive proof of the genuineness and accuracy of the transaction.
6. Refund For Charge Back Transaction: In the event there is any claim for/ of charge
back by the User for any reason whatsoever, such User shall immediately approach
Merchant with his/ her claim details and claim refund from Merchant alone. Such
refund (if any) shall be effected only by Merchant via payment gateway or by means
of a demand draft or such other means as Merchant deems appropriate. No claims for
refund/ charge back shall be made by any User to the Payment Gateway Service
Provider(s) and in the event such claim is made it shall not be entertained.
7. In these Terms and Conditions, the term Charge Back shall mean, approved and
settled credit card or net banking purchase transaction(s) which are at any time
refused, debited or charged back to merchant account (and shall also include similar
debits to Payment Gateway Service Provider's accounts, if any) by the acquiring bank
or credit card company for any reason whatsoever, together with the bank fees,
penalties and other charges incidental thereto.
8. Refund for fraudulent/duplicate transaction(s):
Service Providers webpage, that is linked to the Website, is experiencing any server
related issues like slow down or failure or session timeout, the User shall, before
initiating the second payment,, check whether his/her Bank Account has been debited
or not and accordingly resort to one of the following options:
i.
In case the Bank Account appears to be debited, ensure that he/ she does not make the
payment twice and immediately thereafter contact Merchant via e-mail or any other
mode of contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to
make payment.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
14(C)
However, the User agrees that under no circumstances the Payment Gateway Service
Provider shall be held responsible for such fraudulent/duplicate transactions and hence
no claims should be raised to Payment Gateway Service Provider No communication
received by the Payment Gateway Service Provider(s) in this regard shall be
entertained by the Payment Gateway Service Provider.
Limitation of Liability
1. Merchant has made this Service available to the User as a matter of convenience.
Merchant expressly disclaims any claim or liability arising out of the provision of this
Service. The User agrees and acknowledges that he/ she shall be solely responsible for
his/ her conduct and that Merchant reserves the right to terminate the rights to use of
the Service immediately without giving any prior notice thereof.
2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or
(b) the transmission or delivery of any such data, information or message; or (c) any
loss or damage arising from or occasioned by any such inaccuracy, error, delay or
omission, non-performance or interruption in any such data, information or message.
Under no circumstances shall the Merchant and/or the Payment Gateway Service
Providers, its employees, directors, and its third party agents involved in processing,
delivering or managing the Services, be liable for any direct, indirect, incidental,
special or consequential damages, or any damages whatsoever, including punitive or
exemplary arising out of or in any way connected with the provision of or any
inadequacy or deficiency in the provision of the Services or resulting from
unauthorized access or alteration of transmissions of data or arising from suspension
or termination of the Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account of:
(I) the delay, failure, interruption, or corruption of any data or other information
transmitted in connection with use of the Payment Gateway or Services in
connection thereto; and/ or
(ii) any interruption or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service
Provider(s) and Merchant and their respective officers, directors, agents, and
employees, from any claim or demand, or actions arising out of or in connection with
the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User
for any loss or damages arising from your use of, or reliance upon the information
contained on the Website, or any failure to comply with these Terms and Conditions
where such failure is due to circumstance beyond Merchants reasonable control.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
14(D)
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions
without limitation details relating to debit card/ credit card transmitted over the
Internet may be susceptible to misuse, hacking, theft and/ or fraud and that Merchant
or the Payment Gateway Service Provider(s) have no control over such matters.
3. Although all reasonable care has been taken towards guarding against unauthorized
use of any information transmitted by the User, Merchant does not represent or
guarantee that the use of the Services provided by/ through it will not result in theft
and/or unauthorized use of data over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and
associates shall not be liable, at any time, for any failure of performance, error,
omission, interruption, deletion, defect, delay in operation or transmission, computer
virus, communications line failure, theft or destruction or unauthorized access to,
alteration of, or use of information contained on the Website.
5. The User may be required to create his/ her own User ID and Password in order to
register and/ or use the Services provided by Merchant on the Website. By accepting
these Terms and Conditions the User agrees that his/ her User ID and Password are
very important pieces of information and it shall be the Users own responsibility to
keep them secure and confidential. In furtherance hereof, the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID and
Password.
The User is hereby informed that Merchant will never ask the User for the Users
password in an unsolicited phone call or in an unsolicited email. The User is hereby
required to sign out of his/ her Merchant account on the Website and close the web
browser window when the transaction(s) have been completed. This is to ensure that
others cannot access the Users personal information and correspondence when the
User happens to share a computer with someone else or is using a computer in a
public place like a library or Internet caf.
aforesaid Service(s) must be correct and accurate and that the User shall not use a
debit/ credit card, that is not lawfully owned by him/ her or the use of which is not
authorized by the lawful owner thereof. The User further agrees and undertakes to
provide correct and valid debit/credit card details.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
15
2. The User may make his/ her payment(Tender Fee/Earnest Money deposit) to
Merchant by using a debit/credit card or through online banking account. The User
warrants, agrees and confirms that when he/ she initiates a payment transaction and/or
issues an online payment instruction and provides his/ her card / bank details:
i.
The User is fully and lawfully entitled to use such credit / debit card, bank
account for such transactions;
ii. The User is responsible to ensure that the card/ bank account details provided
nominated card/ bank account at the time of making the payment to permit the
payment of the dues payable or the bill(s) selected by the User inclusive of the
applicable Fee.
Personal Information
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the
Payment Gateway Service Provider(s) may also collect, use and disclose personal
information in connection with security related or law enforcement investigations or
in the course of cooperating with authorities or complying with legal requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
16
1.4
1.4.2
The EMD if applicable will be paid via online mode or if exemption certificate is
available then valid certificate of exemption from payment of earnest money should
be Scanned from original copy, (copy to be Submitted as per the tender Schedule).
1.4.3
1.4.4
Scan copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided by
Maharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. The
Maharashtra Sales Tax on transfer of property in Goods involved in execution of
works contract (Re-enacted Act, 1989) from the Sales Tax Department of
Maharashtra State, (in original or a copy duly attested by a Gazetted Officer.)
OR
Scan copy of a valid VAT registration certificate and VAT clearance certificate from
Maharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer.
(Maharashtra Value Added Tax Act 2005)
1.4.5
Scan copy of Abstract of list of Machinery and plants immediately available with the
tenderer for use on this work and list of machinery proposed to be utilized on this
work, but not immediately available and the manner in which it is proposed to be
procured. (information to be given in Statement-II on page No. 27)
1.4.6
Scan copy of Valid Professional Tax Registration certificate in form PT/R/ under
section (I) of section 5 of Maharashtra Sales Tax on Profession, Trade, Callings and
employment Act,1975, rule 3(2) from the Professional Tax Officer of the concerned
District in Maharashtra. The Professional Tax Clearance Certificate with list of
Employees duly attested by Professional Tax Officer shall be enclosed.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
17
1.4.7 USE OF SPECIALISED MACHINERY :
For carrying out the work, use of specialized machinery as per list of
machineries shown in the format as given on Page No. 28. It is necessary for
the contractor to submit the abstract in Statement II-A, of such machinery in
Envelope No.1 in the format as given on Page 28.
1.4.8 Scan copy of details of work done during last three years with the value of
work unfinished. (Information to be given in Statement No. V on Page No.31)
1.4.9 Scan copy of Abstract of details of work of similar type and magnitude
carried out by the contractor. (Information to be given in proforma of
Statement No. III on Page No. 29)
The Certificates Sr. No. 1.4.8 and 1.4.9 should be signed by the Authority with
whom the contractor has executed the work.
1.4.10 Scan copy of Abstract of details of list of works in hand and works tendered
for. (information to be given in proforma of Statement No. I on Page No. 26)
1.4.11 Scan copy of Abstract of details of Technical Personnel on the rolls of the
tenderer.
(Information to be given in proforma of Statement No. IV on Page No. 30)
1.4.12 Scan copy of Undertaking of contractor that he had studied all tender
documents, conditions and especially work methodology.
1.4.13 Scan copy of Tentative program of work in the form of Bar Chart shall be
submitted.
1.4.14 Certified copy of Registration of Partnership Deed and Power of Attorney or
copy of Company Registration from the Competent Authority in case of a firm
tendering for work, Power of attorney shall be submitted. (True copy attested
by a Gazetted Officer.)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
18
To qualify for award of the contract, each tenderer in his name should have achieved
an average annual financial turnover (in all classes of civil engineering construction
works only.) of Rs. 128.00 lakhs (Rupees One crore Twenty eight lakhs only)
during last three years at the price level of 2014-2015.
(b)
(c)
Satisfactorily executed in any one year, the following minimum quantities of work
(Information to be given online in Envelope No.1 only in Statement No.VI enclosed
herewith on Page 32.
For Skywalk
I
II
III Steel
bar
Reinforcement 9.00 Metric tonne
(T.M.T. Steel)
Note 1 :
Note 3 :
Signature of the officer checking / issuing requisite certificate should bear the
name of the concerned officer.
Note 4 :
All these statements shall be filled in and signed properly. If these Statements are found
incomplete, incorrect, kept blank or wrongly filled, Contractors Envelope No.2 (financial
bid) will not be opened and his offer will be summarily rejected.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
19
Note 5 :
work done in all classes of civil engineering construction works during last three years) shall
be given in Statement VII in the proforma enclosed on page No.(34)
The abstracted Statement (VII on page No. 34) need to be signed by the tenderer or holder of
his power of attorney.
(d)
Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity will be
calculated as under :Assessed Available Bid Capacity
= [(A x N x 2) -B]
Where
A = maximum value of civil engineering works executed in any one year as a prime
contractor during the last three years (updated to 2014-2015) taking into account the
completed works as well as completed value of works in progress.
N = Number of years prescribed for completion of the work for which bids are invited.
B = Value as 2014-2015 price level of existing commitments and ongoing works to be
completed during next 12 months.
Note : The statement showing the value of existing commitments and ongoing work as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the officer not below the rank of the Executive Engineer. And Bid capacity
statement of the Contractor should be got certified from the Chartered Accountant.
Note -6 : In case of works pertaining to registered Co-operative Institutions and private
works, while working out annual turnover and value of work in hand, 50% of the cost for
value of work done in hand and the annual turnover shall be considered, if the certificate is
given in Statement No.V, page No.31, is certified and signed by the Licensed Architect /
Chartered Engineer and Chartered Accountant and registered Income Tax Practitioner only.
1.4.16 The contractor shall submit an affidavit in original (as per format given on Page
No.33) to the tender accepting authority on due date as per tender schedule regarding
completeness, correctness and truthfulness of documents shall be submitted and
scanned copy of the same shall be uploaded online in Envelope No.1. Separate
Affidavit shall be submitted for each work in original. Affidavit shall be
compulsorily Notarified. Affidavit not confirming to these conditions will not be
accepted and Envelope No.2 will not be opened.
1.4.17 The tenderer must have sufficient experience in the like flyovers, bridges, fobs,
skywalks.
1.4.18 Bids from joint ventures are not acceptable.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
20
All the documents from Sr. No. 1.4.1 to 1.4.17 shall be correctly and completely
submitted by contractor online, otherwise his Envelope No.2 will not be opened.
1.4.19 Even though the Bidder meet the above qualifying criteria, they are subject to be
disqualified if they have made.
Misleading or false representations in the Statements attachments submitted in proof
of the qualification requirements.
And / or
Record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigation history or financial failures
etc.
1.4.20 All corresponding paras pertaining to the tender related subject to Maharashtra P. W.
Manual shall be applicable to this tender.
1.5
1.6
1.7
OPENING OF TENDERS :
On the date, specified in the Tender Schedule, following procedure will be adopted
for opening of the Tender.
(A) ENVELOPE NO.1 :- ( Documents )
First of all Technical Documents submitted Online will be opened to verify its
contents as per requirements. If the various documents contained in this envelope do
not meet the requirements of the Department, a note will be recorded accordingly by
the tender opening authority and the said tenderers Envelope No.2 will not be
considered for further action and the same will be recorded.
The decision of the tender opening authority in this regard will be final and
binding on the contractors.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
21
No.1, only if contents of Envelope No.1 are found to be acceptable to the Department.
The tendered rates in Schedule B or percentage above/below the estimated rates
shall then be read out in the presence of bidders who remain present at the time of
opening of Envelope No.2.
1.8
EARNEST MONEY :
(i)
Earnest money of minimum Rs. 1,28,000/- shall be paid via online using
NEFT/RTGS or payment gateway mode.
After Tender opening, the EMD of the unsuccessful bidder will be returned to
account provided by the bidder during the bid preparation as given in challan
under Beneficiary Account Number.
(ii)
Scanned copy of earnest money exemption certificate will be accepted in lieu
Earnest Money Deposit from the Registered Contractors of Maharashtra State only.
Earnest Money in the form of cheques or any other form except above will not be
accepted.
(iii) The amount will be refunded to the unsuccessful tenderers on deciding about
the acceptance or otherwise of the tender. In case of successful tenderer, it will be
refunded on his paying initial Security Deposit and completing the tender documents
in form B-1.
Scanned copy of the above documents (as the case may be) shall be uploaded in
Envelope No.1 online.
1.9
SECURITY DEPOSIT :
The successful tenderer shall have to pay half the security deposit in approved
security form (preferably in the form of National Saving Certificate) or in cash or in
the form of Bank Guarantee (in the form as prescribed by Government) from any
Schedule Bank or Nationalized Bank and balance Security Deposit will be
recoverable through the bills at the percentage as shown in item(s) of the
Memorandum in printed B-1 form or as may be decided by the Executive Engineer
during course of execution of the work looking to the position and circumstances that
may prevail, whose orders will be final and binding on the contractor.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
22
The security deposit for the due performance of the contract shall be as detailed in the
Tender Documents elsewhere. Fifty percent of the security deposit will have to be
deposited within ten days (including Government holidays) of the acceptance of the
tender and the remaining fifty percent will be recovered from the Running Bills at the
rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the
time of acceptance of tender. Amount of total security deposit to be paid shall be 4%
of the cost of work, worked out as per D.S.R. 2014-2015 for the respective District.
Initial Security Deposit may be in Bank Guarantee form in format on Page 241 to 242
of tender document for full period of completion of work and it should be extendable
upto expiry of valid extension if any, as directed by Engineer-in-charge.
1.9.A. Condition for payment of additional security deposit, if offer quoted by the
tenderer is lesser than 15% below the cost put to tender.
The contractor shall deposit an additional security deposit along with the security
deposit as per clause 1.9 within 10 days of acceptance of tender in the form of Bank
guarantee, when the below percentage quoted is more than 15% of cost put to tender.
The amount of security deposit shall be worked out as per following formula.
Additional Security Deposit = Rs. % rate quoted by the contractor -15 x 50/100 x
100
cost put tender (i.e. Rs. 1,70,15,907/-)
If the contractor does not deposit this additional security deposit (if applicable) within
stipulated time then his earnest money deposit will be forfeited and his tender will not
be considered for acceptance.
This additional security deposit shall be extendable upto expiry of valid extensions if
any and it shall be refunded along with the final bill, after satisfactory completion of
work.
1.10
ISSUE OF FORMS:
Information regarding contract as well as blank tender forms can be
downloaded from the eTendering website upon providing the details of the
payment of cost as detailed in the N.I.T.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
23
1.11
TIME LIMIT :
The work is to be completed within time limit as specified in the N.I.T. which shall be
reckoned from the date of written order for commencing the work and shall be
inclusive of monsoon period.
1.12
TENDER RATE :
No alteration in the form of tender and the schedule of tender and no additions in the
scope of special stipulation will be permitted. Rates quoted for the tender shall be
taken as applicable for all leads and lifts.
1.13
TENDER UNITS :
The tenderers should particularly note the units mentioned in the Schedule B on
which the rates are based. No change in the units shall be allowed. In the case of
difference between the rates written in figures and in words, the correct rate will be
the one, which is lower of the two.
1.14
CORRECTION :
No corrections shall be made in the tender documents. Any corrections that are to be
made, shall be made by crossing the incorrect portion and writing the correct
portions above with the initials of tenderer.
1.15
TENDERS ACCEPTANCE :
Acceptance of tender will rest with the Chief Engineer, P.W. Region, Mumbai who
reserves the right to reject any or all tenders without assigning any reason therefore.
The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement
within 10 days of being notified to do so. In case of failure on the part of Tenderer to
sign the agreement within the stipulated time, the earnest money paid by him shall
stand forfeited to the Government and the offer of the tenderer shall be considered as
withdrawn by him.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
24
1.16
CONDITIONAL TENDER :
The tenders which do not fulfill the condition of the notification and the general rules
and directions for the guidance of contractor in the agreement form or are incomplete
in any respect are likely to be rejected without assigning any reason therefore.
1.17(a)
drawings, conditions and specifications of the work and have fully acquainted
themselves with all details of the site, the conditions of rock and its joints, pattern,
river, weather characteristics, labour conditions and in general with all the necessary
information and data pertaining to the work, prior to tendering for the work.
1.17(b)
The data whatsoever supplied by the Department along with the tender
documents are meant to serve only as guide for the tenderers while tendering and the
Department accepts no responsibility whatsoever either for the accuracy of data or for
their comprehensiveness.
1.17(c)
The quarries for extraction of metal, murum etc. provided in the sanctioned
estimate are as per survey conducted by the Department. The Contractor should
however examine these quarries and see whether full quantity of materials required
for execution of the work strictly as per specification are available in these sources
before quoting the rates. In case the materials are not available due to reasons
whatsoever, the contractor will have to bring the materials from any other sources
with no extra cost to Government. The rates quoted, should therefore be for all leads
and lifts from wherever the materials are brought at site of work and inclusive of
royalty to be paid to the Revenue Department by the Contractor.
1.18
POWER OF ATTORNEY :
If the tenderers are a firm or company, they should in their forwarding letter mention
the names of all the partners together with the name of the person who holds the
power of Attorney, authorizing him to conduct all transactions on behalf of the body,
along with the Tender as per scanned copy uploaded in Envelope No.1.
1.19
The tenderer may, in the forwarding letter, mention any points be may wish to make
clear but the right is reserved to reject the same or the whole of the tenders if the same
become conditional tender thereby.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
25
1.20
The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized Agent on the work.
1.21
No foreign exchange will be released by the Department for the purchase of plants
and machinery for the work by the Contractor.
1.22
Any dues arising out of contract will be recovered from the contractor as arrears of
Land Revenue, if not paid amicably. Moreover, recovery of Government dues from
the Contractors will be effected from the payment due to the Contractor from any
other Government works under execution with them.
1.23
1.24
The Income Tax at prevailing rate including surcharge or percentage in force from
time to time or at the rate as intimated by the competent Income Tax authority shall be
deducted from bill amount whether measured bill, advance payment or secured
advance.
1.25
The successful tenderer will be required to produce to the satisfaction of the specified
concerned authority a valid concurrent license issued in his favour under the
provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting
the work. On failure to do so, the acceptance of the tender shall be liable to be
withdrawn and also liable for forfeiture of the earnest money.
1.26
The tenderer shall submit the list of apprentices engaged by the Contractor under
Apprentice Act.
1.27
VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 120 days from the
Date of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn
by the contractor by notice in writing duly addressed to the authority opening the
tender and sent by Registered Post Acknowledgment due. (ref. to memorandum on
Page 42 of B-1 Form Chapter)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
26
STATEMENT NO.I
DETAILS OF WORKS IN HAND AND WORKS TENDERED
FOR AS ON ( DATE OF SUBMISSION OF BID)
NAME OF THE CONTRACTOR :
(I) WORKS IN HAND
Sr.
No
.
Name
of
work
Agree
ment
No.
Tendered
Amount.
(Rs.
in
lakhs)
Date
of
comm
encem
ent.
Stipulated
date
of
completio
n.
Value
of work
already
done.
(Rs. In
lakhs)
Value of
Balance
work to
be
executed
(Rs.
In
lakhs)
Probable
date of
completi
on.
Remarks
10
SAMPLE FORM
Name of
work
Name and
Address of
Client.
Tendered
Amount.
(Rs. In
lakhs)
4
Time
limit
Probable date
when decision is
expected
Other
relevant
details, if
any.
7
SAMPLE FORM
Note :
Contractor
1)
This is only a standard form. Details are to be furnished in
this
format in the form of type written statements which shall be enclosed in
Envelope No.1.
No. of Corrections
Executive Engineer
Dy.E.E.
27
STATEMENT NO. II
Name
of
Equipments
No. of
Units
Kind and
make
Capacity
Remarks
SAMPLE FORM
Note :
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
28
Owned/Hired
02
Owned/Hired
03
Owned/Hired
04
Owned/Hired
05
Owned/Hired
06
Owned/Hired
07
Owned/Hired
08
Owned/Hired
09
TRANSIT MIXER
Owned/Hired
10
Owned/Hired
11
Owned/Hired
12
Owned/Hired
12
Owned/Hired
14
VIBRATORS 10 /7 MIXER
Owned/Hired
15
Owned/Hired
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
29
Name
of
work
Name and
address of
the
organization
for
whom
the
work
was done.
Place
and
country
Agree
ment
No.
Date
of
comm
encem
ent
6
Tend
ered
cost.
(Rs.
In
lakhs)
7
Total
Cost of
work
done.
Actual
date of
comple
tion
(Principal
features
in brief.)
10
(Rs. In
lakhs)
SAMPLE FORM
Note :
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
30
STATEMENT NO. IV
STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH
TENDERER.
NAME OF THE CONTRACTOR :
Sr.
No
Designation
Name
of
person
Qualification
Whether
working in
field or in
office.
Experience of
execution of
similar works.
Period for
which the
person is
working
with the
tenderer.
Remarks
SAMPLE FORM
Note :
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
31
STATEMENT NO. V
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS.
Sr.
No
Name
of
work
2
Amount of
work still
remaining
to be
executed
Amount
put to
Tender /
Tendere
d cost.
Agree
ment
No.
Date
of
comm
encem
ent
2011-12
2012-13
2013-14
2014-2015.
(Rs. In
lakhs)
Remarks
10
SAMPLE FORM
Grand Total :-
Note :
Executive Engineer
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
32
STATEMENT NO. VI
STATEMENT SHOWING QUANTITIES OF WORK EXCUTED IN ANY ONE YEAR
DURING LAST THREE YEARS.
Remarks
(Indicate
Contract
Reference
Structural Steel
Cement concrete
in Cubic Metre
Tonne)
2011-2012
2012-2013
2013-2014
Executive Engineer
Note :
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
33
100 Rs.Bond
xx i|iY J
i|iY J (Affidavit)
1. Affidavit shall be Notarified.
2. Separate Affidavit shall be submitted for each work in original.
--------------------------------------------------- ------------h
----------------------------------------------------------------------------
Ej]nS
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
34
STATEMENT NO.VII
STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL
ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS
(ABSTRACT OF STATEMENT NO. V).
Sr.
No
Name
of
Divisi
on
2
Amount
put to
Tender /
Tendere
d cost.
(Rs. In
lakhs)
Total
No. of
Agree
ments
No.
2011-12
2012-13
2013-14
Total
Amount of
work still
remaining
to be
executed
Remarks
(Rs. In
lakhs)
SAMPLE FORM
Signature
Name __________________
Executive Engineer
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
35
SCOPE OF WORK & SITE CONDITION
NAME OF WORK :- CONSTRUCTION OF SKYWALK
TALUKA AND DISTRICT RATNAGIRI.
AT MALNAKA RATNAGIRI,
The proposed work is for Construction of Skywalk at Malnaka, Ratnagiri The site is situated
in City Ratnagiri Taluka and District Ratnagiri.
Ratnagiri city comes under seismic zone IV and severe atmospheric conditions, hence
R.C.C. is considered of M-30 grade .All RCC items to be executed using either river sand or
crushed stone sand. The detailed estimate includes RCC framed Structure with following
provisions -
Foundations :The depth of foundation for piers shall be as per the drawings, minimum 3.0m below
ground level. The assumed SBC of soil for the pier foundation is 30 Ton/m2.
The depth of foundation for staircase columns shall be minimum 2.0m below ground. And
the assumed SBC of soil for staircase foundation is 20 Ton/m2.
Grade Of Concrete :The
grade
of
P.C.C
leveling
course
The grade of R.C.C structural concrete shall be M30.
shall
be
M20.
Structural Steel:The structural steel for the project for the Universal Sections (UB/UC) shall
conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming to IS:
2062.
The structural steel for the project for the Tubular Sections (SHS/RHS) shall
be as per IS: 1161.
Loading :The loading on the structure is based on IS: 875. Following loading is
assumed:
Dead load of screed is assumed as 120 kg/m2 on skywalk decking.
Live load of 500 kg/m2 on the decking slab. Additional incidental live
loading of 500 kg/m2 on the decking slab for Ganpati processions.
Accidental Impact load of 25 Ton at 750mm above road level.
Wind
load
on
roof
is
as
per
IS:
875
part
3.
Seismic load on the structure as per IS: 1893 (Zone IV).
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
36
Painting & Coloring :- Providing and applying approved quality coal tar epoxy paint in two coats
for surface of well, pier, and Providing and applying epoxy paint primer with middle coat and top
coat to superstructure.
Providing and fixing Interlocking cement concrete paving blocks.
Any other item not included above but included in Schedule 'B'.
Water and Labour :- Are available with in the vicinity of work, however contractor
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
37
FORM B-1
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS
DEPARTMENT
REGION
CIRCLE
DIVISION
AT MALNAKA
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
38
II)
In the event of his tender being accepted, subject to the provisions of subclause(iii) below, the said amount of earnest money shall be appropriated towards
the amount of security deposit payable by him under the General Conditions of
contract.
III)
If, after submitting the tender, the contractor withdraws his offer or modifies the
same, or if, after the acceptance of his tender the contractor fails or neglects to
furnish the balance of security deposit, within 10 days from receipt of acceptance
letter without prejudice to any other rights and powers of the Government,
hereunder, or in law, Government shall be entitled to forfeit the full amount of
the earnest money deposited by him.
IV)
In the event of this tender not being accepted, the amount of earnest money
deposited by the contractor shall, unless it is prior thereto forfeited under the
provisions of sub-clause (iii) above, be refunded to him online.
3.
Receipts for payments made on account of any work, when executed by a firm,
should also be signed by all the partners except where the contractors are
described in their tender as a firm, in which case the receipt shall be signed in the
name of the firm by one of the partners, or by some other person having authority
to give effectual receipts for the firm.
4.
Any person who submits a tender shall fill up the usual printed form stating at
what percentage above or below the rates specified in Schedule B (Memorandum
showing items of work to be carried out) he is willing to undertake the work.
Only one rate or such percentage on all the Estimated rates/Schedule rates shall
be stated. Tenders, which propose any alteration 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 will be liable for rejection. No printed form of
tender shall include a tender for more than one work, but if contractor wishes to
tender for two or more works, he shall submit a separate tender for each work.
Tender shall have the name and number of the work to which it refers written
outside the envelope.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
39
5.
6.
The officer competent to dispose of the tenders shall have the right of rejecting
all or any of the tenders.
7.
No receipt for any payment, alleged to have been made by a contractor in regard
to any matter relating to this tender or the contract, shall be valid and binding on
Government unless it is signed by the Executive Engineer.
8.
9.
All work shall be measured net by standard measures and according to the Rules
and customs of the Public Works Department and their rates shall be without
references to any local custom.
10.
11.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
40
12.
The measurements of work shall be taken according to the usual methods in use
in the Public Works Department and no proposals to adopt alternative methods
shall be accepted. The Executive Engineers decision as to what is the usual
method in use in the Public Works Department shall be final.
13.
14.
15.
The contractor shall have to construct shed for storing controlled and valuable
materials brought by the contractor at work site having double locking
arrangement at contractors cost. The materials shall then be taken for use in the
presence of the Departmental person. No material shall be allowed to be removed
from the site of works.
16.
The contractors shall also give a list of machinery in their possession, which they
propose to use on the work.
17.
18.
The contractor shall comply with the provisions of Apprentices Act,1961 and the
rules and orders issued thereunder from time to time. If he fails to do so, his
failure shall be breach of the contract and the Chief Engineer Superintending
Engineer, may in his discretion cancel the contract. The contractor shall also be
liable for any pecuniary liability arising on account of any violation by him of the
provisions of the said Act.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
41
TENDER FOR WORKS
I/We hereby tender for the execution, for the Governor of Maharashtra
( here-in-before and here-in after referred to as Government) of the
work specified in the under written memorandum within the time
specified in such memorandum at * _______________________
percent Below/above the estimated rates entered in Schedule B (
Memorandum showing items of work to be carried out ) and in
accordance in all respects with the specifications, designs, drawings,
and instructions in writing referred to in Rule 1 hereof and in Clause
12 of the annexed conditions of contract and agree that when
materials for the work are provided by the Government, such materials
and the rates to be paid for them shall be as provided in Schedule A
hereto.
* The tenderer
shall quote his
offer
through
online
bidding
process only.
MEMORANDUM
(a) NAME OF WORK :- CONSTRUCTION OF SKYWALK AT
MALNAKA RATNAGIRI, TALUKA
AND DISTRICT RATNAGIRI.
B) Estimated Cost
Rs.
1,70,15,907/-
C) Earnest Money.
Rs.
1,28,000/-
C) The amount of
earnest money to be
deposited shall be in
accordance with the
provisions of paras
206 & 207 of the
M.P.W. manual.
D) Security Deposit
:
I) Cash ( Not less than the amount Rs.
3,41,000/of earnest money.)
ii) To be deducted from
:
Rs.
3,41,000/current bills.
________________________
Total Rs.
6,82,000/-_____
A) If several sub
works are included
they
should
be
detailed in a separate
list.
12 Calendar months
(TWELVE months)
(including monsoon)
E) This percentage
where
necessary
deposit is taken will
vary from 5 percent
to
10
percent
according to the
requirements of the
case. Where security
deposit is taken see
note 1 to clause 1 of
conditions
of
contract.
F) Give schedule
where
necessary,
showing dates by
which the various
items are to be
completed.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
42
2.
I/We agree that the offer shall remain open for acceptance for a
minimum period of 120 days from the date fixed for opening of envelope
No.2 (Financial Bid) and thereafter until it is withdrawn by me/ us by
notice in writing duly addressed to the authority opening the tenders and
sent by registered post A.D. or otherwise delivered at the office of such
authority . Treasury Bank Challan No. and date or Deposit at Call Receipt
No.___ and date ________ in respect of the sum of Rs. 1,28,000/- (in
words Rupees One Lakh Twenty eight thousand only) representing the
earnest money is herewith forwarded. The amount of earnest money shall
not bear interest and shall be liable to be forfeited to the Government,
should I/We fail to (I) abide by the stipulation to keep the offer open for
the period mentioned above or (II) Sign and complete the contract
documents as required by the Engineer and furnish the security deposit as
specified in item (d) of the memorandum contained in paragraph (1) above
within the time limit laid down in clause (1) of the annexed General
Conditions of contract. The amount of earnest money may be adjusted
towards the security deposit or refunded to me/us if so, desired by me/ us
in writing,
aforesaid.
3.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
43
4.
and fulfill all the terms, and provisions of the conditions of contract
annexed hereto so far as applicable, and in default thereof to forfeit and
pay to Government the sums of money mentioned in the said
conditions.
Contractor
Address
Signature of Contractor
before submission of
the tender
(Witness) $ ____________________________
$ Signature of witness to
contractors signature
Address _______________________________
_______________________________
(Occupation) ___________________________
The above tender is hereby accepted by me for and on behalf of the
Governor of Maharashtra.
Dated
day of
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
44
CONDITIONS OF CONTRACT
Security deposit
Clause 1 -
No.CAT/1087/
CR-94 Bldg 2
dt. 14-6-89.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
45
If the amount of the security deposit be paid in a lump sum within the
period specified at (A) above is not paid the tender/contract already
accepted shall be considered as cancelled and legal steps taken against
the Contractor for recovery of the amounts. The amount of the security
deposit lodged by a Contractor shall be refunded alongwith the
payment of the final bill, if the date up to which the Contractor has
agreed to maintain the work in good order is over. If such date is not
over, only 50% amount of security deposit shall be refunded alongwith
the payment of the final bill. The amount of security deposit retained
by the Government shall be released after expiry of period up to which
the Contractor has agreed to
maintain
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
46
Compensation for
delay
Clause 2 - The time allowed for carrying out the work as entered in
the tender shall be strictly observed by the Contractor and shall be
reckoned from the date on which the order to commence the work is
given to the Contractor. The work shall through the stipulated period
of the contract be proceeded with, with all due diligence (time being
deemed to be the essence of the contract on the part of the
Contractor) and Contractor shall pay as compensation an amount
equal to one percent or such smaller amount as the Superintending
Engineer ( whose decision in writing shall be final ) may decide , of
the amount of the estimated cost of the whole work as shown by the
tender for every day that the work remains uncommenced , or
unfinished after the proposed dates . And further to ensure good
progress during execution of the work , the contractor shall be bound
in all cases in which the time allowed for any work exceeds one
month to complete.
25 % of the work in
**
As
indicated
50 %
do
100 %
do
(12 Months)
in bar
chart on
Page 245.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
47
Action when
whole of security
deposit is
forfeited.
Clause 3 :- In any case in which under any clause of this contract the
contractor shall have rendered himself liable to pay compensation
amounting to the whole of this security deposit (whether paid in one
sum or deducted by installments) or in the case of abandonment of
the work owing to serious illness or death of the contractor or any
other cause, the Engineer, on behalf of the Governor of Maharashtra,
shall have power to adopt any of the following courses, as he may
deem best suited to the interest of Government :(A) To rescind the contract (for which rescission notice in writing to
the contractor under the hand of Executive Engineer shall be
conclusive evidence) and in that case the security deposit of the
contractor shall stand forfeited and be absolutely at the disposal of
Government.
(B) To carry out the work or any part of the work departmentally
debiting the contractor with the cost of the work, expenditure
incurred on tools and plant, and charges on additional supervisory
staff including the cost of work-charged establishment employed for
getting unexecuted part of the work completed and crediting him with
the value of the work done departmentally in all respects in the same
manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the
Executive Engineer as to the costs and other allied expenses so
incurred and as to the value of the work so done departmentally shall
be final and conclusive against the contractor.
(C) To order that the work of the contractor be measured up to and
take such part thereof as shall be unexecuted out of his hands, and to
give it to another contractor to complete, in which case all expenses
incurred on advertisement for fixing a new contracting agency,
additional supervisory staff including the cost of work-charged
establishment and the cost of the work executed by the new contract
agency will be debited to the contractor and at the value of the work
done or executed through the new contractor shall be credited to
the contractor in all respects and in the same manner and at the same
rates as if it had been carried out by the contractor under the terms of
his contract. The certificate of the Executive Engineer as to all the
cost of the work and other expenses incurred as aforesaid for or in
getting the unexecuted work done by the new contractor and as to the
value of the work so done shall be final and conclusive against the
contractor.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
48
In case the contract shall be rescinded under clause (a) above the
Contractor shall not be entitled to recover or be paid, any sum for any
work therefor actually performed by him under this contract unless
and until the Executive Engineer shall have certified in writing the
performance of such work and the amount payable to him in respect
thereof and he shall only be entitled to be paid the amount so certified.
In the event of either of the courses referred to in clause (b) or (c)
being adopted and the cost of work executed departmentally or
through a new contractor and other allied expenses exceeding the
value of such work credited to the Contractors, the amount of excess
shall be deducted from any money due to the Contractor, by
Government under the contract or otherwise howsoever or from his
security deposit or the sale proceeds thereof provided, however that
the Contractor shall have no claim against Government even if the
certified value of the work done departmentally or through a new
contractor exceeds the certified cost of such work and allied expenses,
provided always that whichever of the three courses mentioned in
clauses (a) , (b) or (c) is adopted by the Executive Engineer, the
Contractor shall have no claim to compensation for any loss sustained
by him by reason of his having purchased, or procured any materials,
or entered into any engagements or made any advances on account of,
or with a view to the execution of the work or the performance of the
contract.
Clause 4 - If the progress of any particular portion of the work is
Action when the
progress
unsatisfactory, the Executive Engineer shall notwithstanding that the
of any particular
general progress of the work is in accordance with the conditions
portion
of the work is
mentioned in clause 2, be entitled to take action under clause 3(b)
unsatisfactory.
after giving the Contractor 10 days notice in writing. The Contractor
will have no claim for compensation, for any loss sustained by him
owing to such action.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
49
Contractor
remains liable
to pay compensation
if
Power to take
possession
of or require
removal of
or sell
contractors
plant.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
50
Final Certificate
Payment on
intermediate
certificate to be
regarded as
advances.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
51
Payment at
reduced rates on
account of items
of work not
accepted as
completed to be
at the desecration
of the Engineer in
charge.
Clause 9 :-The rates for several items of works estimated to cost more
than Rs.1000/- agreed to within shall be valid only when the item
concerned is accepted as having been completed fully in accordance
with the sanctioned specifications. In cases where the items of work
are not accepted as so completed, the Engineer-in-charge may make
payment on account of such items at such reduced rates as he may
consider reasonable in the preparation of final or on-account bills.
Bill to be
submitted
monthly.
Clause 11 - The Contractor shall submit all bills on the printed forms
Bills to be on
printed form.
to be had on application at the office of the Engineer-in-charge. The
charges to be made in the bills shall always be entered at the rates
specified in the tender or in the case of any extra work ordered in
pursuance of these conditions and not mentioned or provided for in
the tender, at the rates hereinafter provided for such work.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
52
Stores supplied
by Government.
Works to be
executed in
accordance with
specifications
drawings,
orders, etc.
Contractor
Clause 13 :- The contractor, shall execute the whole and every part
of the work in the most substantial and workman like manner, and
both as regards materials and every other respect in strict accordance
with specifications. The contractors shall also conform exactly, fully
and faithfully to the designs, drawings and instructions in writing
relating to the work signed by the Engineer-in-charge and lodged in
his office and to which the contractor shall be entitled to have access
for the purpose of inspection at such office, or on the site of the work
during office hours. The contractor will be entitled to receive three
sets of contract drawings and working drawings as well as one
certified copy of the accepted tender along with the work order free
of cost. Further copies of the contract drawings and working
drawings if required by him, shall be supplied at the rate of
Rs.300/- per set of contract drawings and Rs.150/- per working
drawing except where otherwise specified.
No. of Corrections
Executive Engineer
Dy.E.E.
53
Alterations in
specifications in
designs not to
invalidate
contracts.
Extensions of time
in consequence of
additions or
alterations.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
54
No claim to any
payment or
compensation for
alteration in or
restriction of
work.
CAT-1268/59382Q
DT.14-3-74.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
55
CAT-1268/59382
Dsk-II dt.22-2-78.
4. In the event of i)
ii)
iii)
Curtailment in the quantity of item or items originally
tendered on account of any alteration, omission or substitutions in the
specifications drawing, designs, or instructions under clause 14(1)
where such curtailment exceeds 25% in quantity and the value of the
quantity curtailed beyond 25 percent
at the rates for the item
specified in the tender is more than Rs. 5,000/-.
It shall be open to the Contractor, within 90 days from the service
of (i) the notice of stoppage of work or (ii) the notice of withdrawal
from the contractual obligations under the contract on account
of the continued suspension of work or (iii) notice under clause 15(1)
resulting in such curtailment, to produce to the Engineer satisfactory
documentary evidence that he had purchased for agreed to purchase
material for use in the contract work, before receipt by him of the
notice of stoppage, suspension or curtailment and require the
Government to take over on payment such material at the rates
determined by the Engineer, provided, however such rates shall in no
case exceeds the rates at which the same were acquired by the
Contractor. The Government shall thereafter take over the material so
offered, provided the quantities offered, are not in excess of the
requirements of the unexecuted work as specified in the accepted
tender and are of quality and specifications approved by the Engineer.
No claim to any
payment or
compensation for
alteration in or
restriction of
work.
Contractor
ii)
Force majeure.
iii)
Act of God.
iv)
No. of Corrections
Executive Engineer
Dy.E.E.
56
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 Executive Engineer to be reasonable in accordance
with the circumstances of the case. The decision of the Executive
Engineer as to the extension of time shall be accepted as final by the
Contractor.
Time limit for
unforeseen
claims.
Action and
compensation
payable in case
of bad work.
P.W.D. Resolution
No. CAT-1087/
CR-94/
Bldg.2 dt.14-6-89.
Works to be
opened to
inspection.
Contractor or
responsible
agent to be
present.
Contractor
Executive Engineer
Dy.E.E.
57
Notice to be
given before
work is covered
up.
Clause 19 :- The Contractor shall give not less than five days notice
in writing to the Engineer-in-charge or his subordinate in charge of
the work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and
correct dimension thereof taken before the same is so covered up or
placed beyond the reach of measurement and shall not cover up or
place beyond the reach of measurement any work without the
consent in writing of the Engineer-in-charge or his subordinate in
charge of the work, and if any work shall be covered up or placed
beyond the reach of measurement, without such notice having been
given or consent obtained the same shall be uncovered at the
Contractors expense, and in default thereof no payment or allowance
shall be made for such work or for the materials with which the same
was executed.
Contractor liable
for damage done,
and for
imperfections.
P.W.D. Resolution
No.CAT-1087/CR94/Bldg.2.dt.14-689.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
58
Contractor to
supply plant,
ladders
scaffoldings,
etc.
Clause 21 :- The Contractor shall supply at his own cost all material
(except such special materials, if any as may, in accordance with the
contract, be supplied from the P.W. Departmental stores), plant, tools
appliances, implements, ladders, cordage, tackles, scaffolding and
temporary works requisite or proper for the proper execution of the
work, whether in the original, altered or substituted from, and whether
included in the specification or other documents forming part of the
contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the
requirements of the Engineer-in-charge as to any matter as to which
under these conditions he is entitled to be satisfied, or which he is
entitled to require together with the carriage therefor 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, weighing and assisting in
the measurement or examination at any time and from time to time of
the work or the materials, failing which the same may be provided by
the Engineer-in-charge at the expense of the contractor and the
expenses may be deducted from any money due to the Contractor
under the contract or from his security deposit or the proceeds of sale
thereof, or of sufficient portion thereof. The Contractor shall provide
all necessary fencing and lights required to protect the public from
accident, and shall also be bound to bear the expenses of defence of
every suit, action or other legal proceeding, that may be brought by
any person for injury sustained owing to neglect of the above
precautions, and to pay any damages and cost which may be awarded
in any such suit, action or proceedings to any such person, or which
may with the consent of the Contractor be paid for compromising any
claim by any such person.
Clause 21 (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)
c)
iii)
Contractor
be of sound material.
be of adequate strength having regard to the loads and strains
to which they will be subjected, and
be maintained in proper condition.
No. of Corrections
Executive Engineer
Dy.E.E.
59
d)
e)
f)
g)
h)
i)
j)
k)
Contractor
i)
ii)
iii)
ii)
iii)
No. of Corrections
Executive Engineer
Dy.E.E.
60
l)
m)
n)
o)
and
ii) be kept in good repair and in good working order.
b)
Every rope used in hoisting or lowering materials or as a
means of suspension shall be of suitable quality and adequate strength
and free from patent defect.
c)
Hoisting machines and tackles shall be examine and
adequately tested after erection on the site and before use and be reexamined in position at intervals to be prescribed by the Government .
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 the age of 18 years shall be in
control of any hoisting machine, including any scaffold, or give
signals to the operator.
g)
In 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.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
61
h)
Every hoisting machine and all gear referred to in preceding
regulation shall be plainly marked with the safe working load.
i)
In the case of a hoisting machine having a variable safe
working load each safe working load and the conditions under which
it is applicable shall be clearly indicated.
j)
No part of any hoisting machine or any gear referred to in
regulation (h) above shall be loaded beyond the safe working load
except for the purpose of testing.
k)
Motors, gearing transmissions, electric wiring and other
dangerous parts of hoisting appliances shall be provided with efficient
safeguards.
l)
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 precaution shall be taken to reduce to a minimum
the risk of any part of a suspended load becoming accidentally
displaced.
Measure for
Clause 22 :- The Contractor shall not set fire to any standing jungle,
prevention of fire. trees, brushwood or grass without a written permit from the Executive
Engineer. When such permit is given, and also in all cases when
destroying, cut or dug up trees, brushwood, grass etc. by fire, the
Contractor shall take necessary measures to prevent such fire
spreading to or otherwise damaging surrounding property.
The Contractor shall make his own arrangements for drinking water
for the labour employed by him and provide sanitary and other
arrangements.
Liability of
contractor for
any damage done
in or outside
work area.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
62
Employment of
female labour
Work on Sunday
Work not to be Clause 26 :- The contract shall not be assigned or sublet without the
sublet
written approval of the Engineer-in-charge. And if the Contractor
shall assign or sublet his contract, or attempt to do so, or become
insolvent or commence any proceedings to get himself adjudicated
Contract may be and insolvent or make any composition with his creditors, or attempt
rescinded and
so to do or if bribe, gratuity, gift loan, perquisite, reward or
security deposit
advantage, pecuniary or otherwise shall either directly or indirectly be
forfeited for
given, promised or offered by the Contractor or any of his servants or
subletting it
agents to any public officer or person in the employ of Government in
without approval any way relating to his office or employment, or if any such officer
or for bribing a
or person shall become in any way directly or indirectly interested in
public officer or the contract, the Engineer-in-charge may thereupon by notice in
if contractor
writing rescind the contract, and the security deposit of the Contractor
becomes
shall thereupon stand forfeited and be absolutely at the disposal of
insolvent.
Government, and the same consequences shall ensure as if the
contract had been rescinded under Clause 3 thereof and in addition the
Contractor shall not be entitled to recover or be paid for any work
therefor actually performed under the contract.
Sum payable by
way of
compensation to be
considered as
reasonable
compensation
without reference
to actual loss.
Change in the
constitution of
firm to be
notified.
Direction
and
control of the
Superintending
Engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
63
Direction
and
control of the
Superintending
Engineer.
Stores of
European or
American
manufacture to
be obtained from
Government
Contractor
Dy.E.E.
64
Lump-sum in
estimates.
Action where no Clause 33 :- In the case of any class of work for which there is no
specifications.
such specification as is mentioned in Rule 1 of Form B-1 such work
shall be carried out in accordance with the Divisional specifications,
and in the event of there being no Divisional specification, then in
such case the work shall be carried out in all respects in accordance
with all instructions and requirements of the Engineer-in-charge .
Definition of
work.
Contractors
Clause 35 :- The percentage referred to in the tender shall be
percentage
deducted from/added to the gross amount of the bill before deducting
whether applied the value of any stock issued.
to net or gross
amount of bill.
Quarry fees and
royalties.
Clause 36 :- All quarry fees, royalties, octroi dues and ground rent
for stacking materials, if any, should be paid by the contractor.
Compensation
under workmen's
Compensation
Act.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
65
Clause 37 (A) :- The Contractor shall be responsible for and shall pay
the expenses of providing medical aid to any workmen who may
suffer a bodily injury as a result of an accident. If such expenses are
incurred by Government the same shall be recoverable from the
Contractor forthwith and be deducted without prejudice to any other
remedy of the Government from any amount due or that may become
due to the Contractor .
Clause 37 (B) :- The Contractor shall provide all necessary personal
safety equipment and first aid apparatus available for the use of the
persons employed on the site and shall maintain the same in condition
suitable for immediate use at any time and shall comply with the
following regulations in connection therewith :a) The workers shall be required to use the equipments so
provided by the Contractor and the Contractor shall take adequate
steps to ensure proper use of the equipment by those concerned.
b) When work is carried on in proximity to any place where there is a
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 for prompt first aid treatment of
all injuries likely to be sustained during the course of the work.
Clause 37 (C) :- The Contractor shall duly comply with the
provisions of "The Apprentices Act. 1961" (III of 1961) the rules
made thereunder and the orders that may be issued from time to time
under the said Act and the said Rules and on his failure or neglect to
do so he shall be subjected to all the liabilities and penalties provided
by the said Act and said Rules.
(Govt. Circular No. CAT-6076/3336/(400)/Bldg.2 dt. 16-8-1985.)
Claim for
quantities of
work entered in
the tender or
estimates.
(2) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rates shall be permitted
in respect of any of the items so long as, subject to any special
provision contained in the specifications prescribing a different
percentage of permissible variation in the quantity of the item does
not exceed the tender quantity by more than 25 percent and so long as
the value of the excess quantity beyond this limit at the rate of the
items specified in the tender, is not more than Rs.5,000/-
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
66
(3) The contractor shall if ordered in writing by the Engineer so to
do, also carry out any quantities in excess of the limit mentioned in
sub-clause (i) hereof on the same conditions as and in accordance
with the specifications in the tender and at the rates (i) derived from
the rates entered in the current schedule of rates and in the absence of
such rates (ii) at the rates prevailing in the market. The said rates
increased or decreased as the case may be, by the percentage which
the total tendered amount bears to the estimated cost of the work as
put to tender based upon the schedule of rates applicable to the year
in which the tenders were accepted (For the purpose of operation
of this clause, this cost shall be as worked out from D.S.R.
prevailing at the time of acceptance of tender.)
(4) Claims arising out of reduction in the tendered quantity of any
item beyond 25 percent will be governed by the provision of clause
15 only when the amount of such reduction beyond 25 percent at the
rate of the item specified in the tender is more than Rs.5,000/- (This
clause is not applicable to extra items)
Employment of
famine labour
etc.
Claim for
compensation for
delay in starting
of work.
Claim for
compensation for
delay in
execution of
work.
Entering upon or
commencing any
portion of work.
Minimum age of
persons
employed, the
employment of
donkeys and / or
other animals
and the payment
of fair wages.
Contractor
Executive Engineer
Dy.E.E.
67
(iv)
The Engineer-in-charge or his Agent is authorized 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 of the work by such removal.
(v)
The contractor shall pay fair and reasonable wages to the
workmen 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
Executive Engineer 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.
(vi)
Contractor shall provide drinking water facilities to the
workers. Similar amenities shall be provided to the workers
engaged on large work in urban areas.
(vii) All facilities provided in the contract labour (Regulation
and Abolition Act 1971), The Maharashtra Contract Labour
Regulation and Abolition Rule 1971 should be provided.
Method of
payment.
Acceptance of
Clause 45 :- Any contractor who does not accept these conditions
conditions
shall not be allowed to tender for works.
compulsory before
tendering for work.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
68
Clause 47 :- The price quoted by the Contractor shall not in any case
exceed the control price, if any, fixed by Government or reasonable
price which it is permissible for him to charge a private purchaser for
the same class and description of goods under the provision of
Hoarding and Profiteering Prevention Ordinance, 1948 as amended
from time to time. If the price quoted exceeds the controlled price or
the price permissible under Hoarding and Profiteering Prevention
Ordinance the Contractor will specifically mention this fact in his
tender alongwith the reasons for quoting such higher prices. The
purchaser at his discretion will in such case exercise the right of
revising the price at any stage so as to conform with the controlled
price on the permissible under the Hoarding and Profiteering
Prevention Ordinance. This discretion will be exercised without
prejudice to any other action that may be taken against the Contractor.
Clause 47 (A) :- The tender rates are inclusive of all taxes, rates,
cesses and are also inclusive of leviable tax in respect of sale by
transfer of property in goods involved in the execution of a work
contract under the provision of Rule -58 of Maharashtra Value Added
Tax Act- 2005, for the purpose of levy of Tax.
(As per GR.No. BDG-2005/CR-324/Bldg-2 Dt.3/3/2006)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
69
Clause 51 :- The contractor shall pay the labourers (skilled and
unskilled) according to the wages prescribed by the Minimum Wages
Act of 1948 applicable to the area in which the work of the contract
is located. The contractor shall comply with the provision of the
Apprentices Act, 1961, and the rules and orders issued thereunder
from time to time, if he fails to do so his failure will be a breach of
the contract and the Superintending Engineer, may in his discretion
may cancel the contract. The Contractor shall also be liable, for any
precautionary liability, arising on account of any violation by him of
the provision of Act.
The contractor shall pay labourers skilled and unskilled
according to the wages prescribed by the Minimum Wages Act, of
1948 applicable to the area in which work lies.
The contractor to take precautions against accidents which take
place on account of labour using loose garments while working
machinery.
Clause 52 :- All amounts whatsoever which the contractor is liable
to pay to the Government in connection with the execution of the
work including the amount payable in respect of (i) materials and / or
stores supplied/ issued hereunder by the Government to the
contractor. (ii) hire charges in respect of heavy plant, machinery and
equipment given on hire, by the Government to the contractor for
execution by him of the work and/or on which advances have been
given by the Government to the contractor shall be deemed to be
arrears of Land Revenue and the Government may without prejudice
to any other rights and remedies of the Government recover the same
from the contractor as arrears of land revenue.
(CAT-1274/40364/Desk-2 dt. 7-12-76)
Government
Circular No. CAT1284/(120) /Bldg.2
dt. 14.8.85.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
70
Clause 54 :- The contractor shall engage apprentice such as brick
layer, carpenter, wiremen, plumber, as well as blacksmith by
recommended by the State Apprenticeship Advisor Director of
Technical Education, Dhobi Talaw, Mumbai :400 001. In the
construction work (as per Government of Maharashtra, Education
Government No.TSA/5170/T5689, dated 7.7.1972).
Conditions for
malaria
eradication anti
malaria and
other health
measures
B.
C.
D.
E.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
71
SCHEDULE 'A'
NAME OF WORK :- CONSTRUCTION OF SKYWALK AT
MALNAKA RATNAGIRI,
TALUKA AND
DISTRICT
RATNAGIRI.
Particulars
Quantity
Rate in
In figure
Place of
Delivery
In words
N I L
NOTE :1)
The other material like asphalt, cement, steel are to be supplied by
the Contractor. The conditions of Schedule 'A' attached separately.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
72
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
73
BROUGHT BY CONTRACTOR.
1)
All the materials such as cement, MILD/T.M.T. steel bars, Structural steel,
Vitrified tiles, Ceramic Tiles, Paving blocks etc. required for execution of work shall
be brought by the contractor at his own cost.
2)
The contractor shall maintain the record of these materials (cement, steel etc.) in the
prescribed proforma and registers as directed by Engineer-in-charge. The sample of
prescribed proforma is attached at the end ( Page No. 75 to 78). These registers shall
be signed by both, the contractors and representative of the Engineer-in-charge. These
registers shall be made available for inspection, verification for the Department as and
when required. These registers shall be in the custody of Department, and shall be
maintained by the Department.
The Contractor shall submit periodically as well as on completion of work, an account
of all materials used by him on the work. In addition, a separate register shall be
maintained on site for recording daily item wise asphalt, cement consumption and
also item wise consumption of other materials. This shall be signed daily by
Contractor or his representative and representative of Engineer-in-charge.
3)
The material required only for this work shall be kept in the godown at site. No
material shall be shifted outside of the godown site except for the work for which this
agreement is entered, without prior approval of the Engineer-in-charge.
4)
The materials i.e. Cement, Steel, Structural steel, Vitrified tiles, Ceramic tiles, Paving
blocks etc. brought on the work site shall be accompanied with necessary Company /
Manufacturing firms test certificates. In addition these materials shall be tested as per
frequency prescribed by the department and the cost of such testing shall be borne by
the contractor. If the test results are satisfactory, then and then only the material shall
be allowed to be used on the work. If the test results are not as per standards
prescribed, these materials shall be immediately removed from the work site at
contractors cost. In case of cement, if so requested by the contractor in writing,
material shall be allowed to be used before receipt of test results but this will be
entirely at the risk and cost of the contractor.
5)
The contractor shall produce sufficient documentary evidence i.e. bill for the
purchase, Octroi receipts etc., bill for the purchase of materials brought on the work
site at once if so requested by the Department.
6)
All these materials i.e. cement, steel, etc. shall be protected from any damages, rains
etc. by the contractor at his own cost.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
74
7)
The Contractor will have to erect temporary shed of approved specifications for
storing of above materials at work site at contractors cost having double locking
arrangements (By double lock it is meant that godown shall always be locked by two
locks, one lock being owned and operated by Contractor and other by Engineer-incharge or his authorized representative ) and the door shall be openable only after
both locks are opened.
8)
If required, the weighment of cement bags, steel etc. brought by the contractor shall
be carried out by the contractor at his own cost.
9)
The contractor shall not use cement and other material for the item to be executed
outside the scope of this contract except for such ancillary small items as are
connected and absolutely necessary for this work as may be decided by the Engineerin-charge.
10)
The Government shall not be responsible for the loss in cement, steel, granite,
marble, tiles etc. during transit to work site.
The cement brought by the contractor at the work site store shall mean 50 Kg.,
equivalent to 0.0347 cubic metre per bag by weight. The rate quoted should
correspond to this method of reckoning. In case of ordinary/controlled concrete, if
cement is found short, the shortage / shortages will be made good by the contractor at
his cost.
11)
INDEMNITY
The condition regarding indemnity as defined on Page No. 97 at Sr. No. 8.6 will
apply mutatis mutandis in case of materials brought by contractor at the site for the
execution of the work being executed under this contract.
12)
In case the materials brought by the contractor become surplus owing to the change in
the design of the work, the materials should be taken back by the contractor at his
own cost after prior permission of Engineer-in-charge.
13)
All empty bags or empty asphalt drums shall be the property of contractor and the
same shall be removed immediately after completion of work.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
75
]S +E J{
S nh xn G.1
ES x :-
M {i{x ES `Eh + E
+E +h J{ S
nxE
Mb
GE
|{i ] S
Vx
{
]S Vx
Ej]nS
nS +J
E ]S Vx
+IES
xn G.2
xx +`bv ={Mi +hh +E + {h S ix
nJh E]E
+`bv E ES BEh +nV {h
1.
2.
3.
4.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
76
S
x
E ES
+nV {h
{h BEx
{h +E
+ ]S
{h
({iv)
({iS |iE
Ji) .]x
5
Ej]nS
Contractor
{
|iI
+
{
]S BEh
]S
{h
{h .]x
.]x
6
+IES
No. of Corrections
Executive Engineer
Dy.E.E.
77
{nS +E +h J{
S nh xn G.1
ES x:
M {i{x ES `Eh + E
+E +h J{ S
nxE
Mb GE
|{i {nS
{ {nS
nS +J
Vx
Vx
E {nS Vx
BEh
Ej]nS
+iS
xn G.2
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
78
xn GE 3
....................................... V {h- +`b` M.
+.G.
E ES +nV
{h
{h
BEx
{h
+E
{h .
{h
.
|iI
BEh
{h
.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
79
COMPETANCY OF TENDER :
The work will be awarded only to those contractors who are considered to be
substantially responsive bidders, capable of performing the class of work to be
completed. Before passing the final award any or all bidders may have to show that
they have the necessary experience, facilities, ability and financial resources to
execute the work in satisfactory manner and also within the stipulated time.
2.
PAYMENTS :
The tenderers must understand clearly that the rates quoted are for completed work
and include all costs due to labour, all leads and lifts involved and if further
necessitated, scaffolding plant, supervision, service works, power, royalties, octroi
taxes etc. and to include all to cover the cost of lighting on night work if any and
round the clock work as and when required and no claim for additional payment
beyond the prices or rates quoted will be entertained and the tenderers shall not be
entitled subsequently to make any claim on the ground of any representation or on any
promise by any person (whether member in the employment of any Public Works
Department or not ) or on the ground of any failure on his part to obtain all necessary
information for the purpose of making his tender and fixing the several prices and
rates therein relieve him from any risks or liabilities arising out of the tender.
a) RUNNING BILLS :
Two payments in a month will be granted by the Engineer-in-charge if the
progress is satisfactory. Contractor should submit bills to the Engineer-in charge
in appropriate forms.
b) FINAL BILL :
The contractor should submit final bill within one month after completion of the
work and the bill will be paid within 5 months if it is in order. Disputed item and
claims if any shall be executed from the final bill and settled separately later on.
c) ADDITIONAL CONDITION ABOUT AVAILABILITY OF FUNDS
The budget provision for this work is less at present. The payment of bills will be made
as per the availability of funds. No claims will be entertained for delayed payments
if situation arises, the work will be stopped at safe stage and will be withdrawn
under Clause 15 for which no compensation will be allowed.
3.
ERASER :
Persons tendering are informed that no erasers of any alterations by them in the text of
the documents set herewith will be allowed and any such eraser or an alteration will
be disregarded. If there is any error in writing, no overwriting should be done but the
wrong words or figures should be struck out and the correct one written above or near
it in an unambiguous way. Such correction should be initialed and dated.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
80
4.
ACCEPTANCE :
Intimation of acceptance of tender will be given by a telegram or a letter sent by
Registered Post to the address given below the signature of the tenderer in the tenders.
The tenders which do not fulfill any of the above conditions or those in the form and
which are incomplete in any respect shall be liable for rejection.
5.
i)
No live electric lines should be allowed to run along the ground in the blasting zone
and they should be at least about 10 ft. above ground if not more.
ii)
The wiring cable should not be taken near the live electric line and it should be
preferably shot firing cable as supplied by the supplier of explosives. If such a cable
is not available a substitute cable recommended by the explosive suppliers should
only be used. Under no circumstances should cable made up of several pieces jointed
and tapped be used.
iii)
The blasting shed from where the exploder is to finally operated should be at least 150
metre away from the area to be blasted. It should have a strong roof which can with
stand the impact of flying stones at this range.
iv)
Only trained hands should be allowed to handle explosives, cable detonators etc.
6.1
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
81
6.2
(A)
In case of errors, omissions and /or disagreement between written and scaled
dimensions in the drawing or between the drawings and specifications etc., The
following order of preference shall apply.
(I)
(II)
(III)
(B)
6.3
(a)
The Contractor shall submit within the time stipulated by the Engineer-in-charge in
writing the details of actual methods that would be adopted by the Contractor for the
execution of any item as required by Engineer at each of the location, supported by
necessary detailed drawing and sketches including those of the plant and machinery
that would be used, their locations, arrangement for conveying and handling materials
etc. and obtain prior approval of the Engineer-in-charge well in advance of starting of
such item of work. The Engineer-in-charge reserves the right to suggest modifications
or make corrections in the method proposed by the contractor, whether accepted
previously or not, at any stage of the work to obtain the desired accuracy, quality and
progress which shall be binding on the contractor. No claim on account of such
change in method of execution will be entertained by Government so long as
specifications of the item remain unaltered. The full responsibility for the safety and
adequacy of the methods adopted by the contractor shall however, rest on the
contractor, irrespective of any approved given by the Engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
82
In case of slippage from the approved work programme at any stage, the contractor
shall furnish revised programme to make up the slippage within the stipulated time
schedule and obtain the approval of the Engineer to the revised programme.
PROGRESS SCHEDULE
(b)
The Contractor shall furnish within the period stipulated in writing by the Engineerin-charge of the order to start the work, progress schedule using PERT/CPM
technique in quadruplicate indicating the date of actual start, the monthly progress
expected to be achieved and anticipated completion date of each major item of work
to be done by him, also indicating and setting up materials, plants and machinery. The
schedule is to be such as is practicable of achievement towards the completion of the
whole work in the time limit and of the particular items, if any on the due date
specified in the contract and shall have the approval of the Engineer-in-charge. No
revised schedule shall be operative without such acceptance in writing. The Engineer
is further empowered to ask for more detailed schedule or schedules in weekly form,
for any item or items, in any case of urgency of work as will be directed by him and
the contractor shall supply the same as and when asked for.
(c)
The Contractor shall employ sufficient plant, equipment and labour as may be
necessary to maintain the progress schedule. The working and shift hours restricted to
one shift a day for operations to be done under the Government supervision shall be
such as may be approved by the Engineer-in-charge. They shall not be varied without
the prior approval of the Engineer. Night work requiring supervision shall not be
permitted expect when specifically allowed by Engineer on each item, if requested by
Contractor. The Contractor shall provide necessary lighting arrangements etc. for
night work as directed by the Engineer without extra cost to Government.
Further, the contractor shall submit the progress of work in prescribed forms and
charts etc. at periodical intervals, as may be specified by the Engineer-in-charge.
Schedule shall be in the form of progress charts, forms, progress statement and/or
reports as may be approved by the Engineer. The contractor shall maintain proforma,
charts, details regarding machinery, equipment, labour, materials, personnel etc. as
may be specified by the Engineer and submit periodical returns thereof as may be
specified by the Engineer-in-charge.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
83
(d)
All equipment
provided shall be of proven efficiency and shall be operated and maintained at all
times, in a manner acceptable to the Engineer and no equipment or personnel will be
removed from site without permission of the Engineer .
The Contractor shall provide bar cutting and bar bending machine at site for
diameter of steel up to 32 millimeter.
6.4
TREASURE TROVE :
In the event of discovery by the Contractor or his employees, during the progress of
the works of any treasure, fossils, minerals or any other articles or value of interest,
the Contractor shall give immediate intimation thereof to the Engineer such treasure
of things which shall be the property of the Government.
6.5
QUARRIES :
6.5.1
The Contractor (s) shall have to arrange himself / themselves to procure the quarry.
However necessary assistance without any extra cost to Government will be rendered
by the Department for procuring the quarries if required by the Contractor.
6.5.2
The quarrying operation shall be carried out by the Contractor with proper equipment
such as compressor, jack-hammers, drill bits, explosives etc. and sufficient numbers
of workmen shall be employed so as to get the required out-turn.
6.5.3
The Contractor shall carry out the works in the quarries in conformity with all the
rules and regulations already laid down or that may be laid down from time to time by
the Government. Any cost incurred by the Government due to noncompliance of any
rules or regulations or due to damages by the Contractor shall be the responsibility of
the Contractor.
facility by the Contractor for inspection at all times of the working of the quarry,
records maintained, the stocks of the explosives and detonators etc. So as to enable
him to check that the working records and storage are all in accordance with the
relevant rules. The Engineer-in-charge or his representative shall at any times be
allowed to inspect the work, building and equipment at the quarters.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
84
6.5.4
The Contractor shall maintain at his own cost the books, registers etc. required to be
maintained under the relevant rules and regulations and as directed by the Engineerin-charge. These books shall be open for inspection at all times by the Engineer-incharge or his representative and the Contractor shall furnish the copies or extract of
books or registers as and when required.
6.5.5
All quarrying operations shall be carried out by the Contractor in organized and
expeditious manner, systematically and with proper planning. The Contractor shall
engage licensed blasters and adopt electric blasting and / or any other approved
method which would ensure complete safety to all the men engaged in the quarry and
its surroundings. The Contractor shall himself provide suitable magazines and arrange
to procure and store explosives etc. as required under the rules at his own cost. The
designs and the location of the magazine shall be got approved in advance from the
Chief Inspector of Explosives and the Rules and Regulations in this connection as laid
down by the Chief Inspector of Explosives from time to time shall be strictly adhered
to by the Contractor. It is generally experienced that it takes time to obtain the
necessary license for blasting and license for storage of materials from the concerned
authorities. The Contractor must therefore, take timely advance action for procuring
all such licenses so that the work progress may not be hampered.
6.5.6
The approaches to the quarrying place from the existing public roads shall have to be
arranged by the Contractor at his own cost and the approaches shall be maintained by
the Contractor at his own cost till the work is over.
6.5.7
The Quarrying operations shall be carried out by the Contractor to the entire
satisfaction of the Engineer-in-charge and the development of the quarry shall be
made efficiently so as to avoid wastage of stones. Only such stones as are of the
required quality shall be used on the work. Any stone which is in the opinion of the
Engineer-in-charge , not in accordance with the specifications or of required quality
will be rejected at any time, at the quarry or at the site of work. The rejected stones
shall not be used on the work and such rejected materials shall be removed to the
place shown at the Contractor's cost.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
85
6.5.8
Since all stones quarried from Government quarry (if made available) by the
Contractor including the excavated over burden are the property of the Government ,
no stones or earth shall be supplied by Contractor to any other agencies or works and
are not allowed to be taken away for any other works. All such surplus quarried
materials not required for work under this contract shall be the property of the
Government and shall be handed over by the Contractor to the Government free of
cost at the quarry site duly heaped at the spots indicated by the Engineer-in-charge .
6.5.9
Quarrying permission will have to be directly obtained by the Contractor, from the
Collector of the District concerned for which purpose the Department will render
necessary assistance. All quarry fees, royalty charges, Octroi duties, ground rent for
staking material etc. if any to be paid, shall be paid directly by the contractor as per
prevailing rules in force.
6.5.10 The Contractor will be permitted to erect structures such as stores, office, huts for the
labours at his own risk and cost at the quarry site, if suitable vacant space in
Government area is available for the purpose at places approved by the Engineer-incharge . On completion of the work the Contractor shall remove all the structures
erected by him and restore the site to its original condition.
6.5.11 The Contractor shall not use any land in the quarry for cultivation or for any other
purpose except, that required for breaking or stacking or transporting stones.
6.6
COLLECTION OF MATERIALS :-
(I)
Where suitable and approved P.W. Department's quarries exist the Contractor or piece
worker will be allowed if otherwise there is no objection to obtain the materials to the
extent required for the work from the quarry. He will be, however, liable to pay
compensation, if any damage caused to the quarry either deliberately or through
negligence or for wastage of materials by himself or his staff or labour. The
Contractor shall pay necessary royalty in advance and claim refund according to rules,
if admissible and shall submit detailed accounts of materials quarried as directed.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
86
(II)
Where no suitable P.W. Department's quarries exist or when the quantity of the
material required cannot be obtained from a P.W. Department quarry, the Contractor
or piece worker shall make his own arrangements to obtain the material from existing
or a new quarry in Government waste land, private land or land belonging to other
States or Talukas etc. After opening the quarry but before starting collection, the
quarry shall be got approved from the Engineer-in-charge or his representatives. The
Contractor or piece worker shall pay all royally charges, compensation etc. No claims
or responsibility on account of any of obstructions caused to execution of the work by
difficulties arising out of private owners of the land will be entertained.
(III)
The rates in the tender, include all incidental charges such as opening of a new quarry,
opening out a new portion in an existing quarry, removing top soil and the unsuitable
material, dewatering, quarry, cost of blasting powder and fuse, lift and lead, repairs to
existing cart tracks, making new cart tracks, control charges, Central/State
Government or Municipal Taxes, etc.
(IV)
The rates in the tender are for the delivery of the approved material on road side,
properly stacked at the places specified by the Engineer-in-charge and are inclusive of
conveyance charges in respect of the leads and lifts. No claims on account of changes
in lead will be entertained.
(V)
No material shall be removed from the land within the road boundary or from the land
touching it without the written permission of the Engineer-in-charge or his authorized
agent. If any material is un authorize obtained from such places, the Contractor or
piece worker shall have to make good the damages and pay such compensation, in
addition as may be decided by the Executive Engineer and will have to stop further
collection.
(VI)
Any material that falls on any P.W.D. Road from the cart etc. during conveyance shall
be immediately picked up and removed by the Contractor or piece worker, failing
which it will be got removed departmentally at his cost. No heap shall be left prior to
stacking even temporarily on the road surface or in any way so as to cause any
obstruction or danger to the traffic. The Contractor or the piece worker shall be liable
to pay for any claims of compensation etc. arising out of any accident, etc. Any such
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
87
materials causing obstruction or danger etc. will be got removed departmentally at his
cost and no claim for any loss or damage to the material, thus removed will be
entertained. The Contractor shall also be responsible for the damage or accident etc.
arising out of any material that falls on the road or track, not in charge of the
Department and shall attend to any complaints which may be received.
(VII) The materials shall not be stacked in place where it is liable to be damaged or lost due
to traffic passing over it, to be washed away by rain or floods, to be buried under the
land slides etc. or the slip down an embankment or hill side etc. No claims for any
loss due to these and similar causes will be entertained.
(VIII) Before stacking, the materials shall be free from all earth, rubbish, vegetable matter
and other extraneous substance and in the case of metal, screened to gauge if so
directed when ready. It shall be stacked entirely clear of the road way on ground
which has been cleaned of vegetation and leveled. On high banks, ghat roads etc.
where it may not be practicable to stack it entirely clear of the roadway, it may be
stacked with the permission of the Engineer-in-charge on terms in such a way as to
cause minimum danger and obstruction to the traffic or as may be directed by him.
(IX)
The size of the stack of the materials other than rubble shall be 3 x 1.5 x 0.60
metre or such other size as may be directed by the Engineer-in-charge and all
but one stack in 200 metres shall be of the same uniform size and shall be
uniformly distributed over whole lengths. One stack (at the end) in each 200
metres may be of length different from the rest in order to adjust total quantity
to be required but its width and height will be the same as those of the rest.
(X)
Any excess
No. of Corrections
Executive Engineer
Dy.E.E.
88
(XI)
All materials shall be examined and measured before it is spread. The labour
for measurements ( and check measurements wherever carried out ) shall be
supplied by the Contractor or piece worker. Immediately after the
measurements are recorded, the stacks shall be marked by the contractor or
piece worker by white wash or otherwise as may be directed by the Executive
Engineer to prevent from any possibility of the same material being measured
and recorded over again and to prevent any unauthorized tampering with the
stacks. If the contractor or the piece worker fails to attend the measurements of
materials after receiving the notice from the Sub Divisional Officer or his
subordinate stating date and time of the intention to measure the work, the
same shall be measured nevertheless and no complaint in this respect will be
entertained later-on. If the contractor or piece worker fails to supply sufficient
labour or the materials required at the time measurements or check
measurements, after due notice has been given to him, the expenses incurred on
account of employing departmental labour or material etc. shall be charged
against his account.
6.7
AGENT AND WORK ORDER BOOKS :The contractor shall himself engaged an authorized all time agent on the work capable
of managing and guiding the work and understand the specifications and contract
condition. A qualified and experienced, Engineer shall be employed by the contractor
as his agent for technical matters in case the Engineer-in-charge considers this as
essential for the work and so directs contractors. He will take orders as will be given
by the Executive Engineer or his representative and shall be responsible for carrying
them out.
This agent shall not be changed without prior intimation to the Executive Engineer
and his representative on the work site. The Engineer-in-charge have the
unquestionable right to ask for change in the quality and strength of contractors
supervisory staff and to order removal from work of any of such staff. The contractor
shall comply with such orders and effect replacements to the satisfaction of the
Engineer-in-charge.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
89
A work order book shall be maintained on site and it shall be the property of the
Government and the contractor shall promptly sign orders given therein by the
Executive Engineer or his representative and his superior officers and comply with
them. The compliance shall be reported by the Contractor to the Engineer in good
time so that it can be checked. The blank work order with machine numbered pages
will be provided by the Department free of charge for this purpose. The contractor
will be allowed to copy out instructions therein from time to time. The order issued by
the Government in P.W. Department from time to time regarding Construction
procedure shall be binding on the contractor in addition to the specifications contained
in P.W.D. hand book Volume I and II and book of standard specification of P.W.
Department and the specifications enumerated above.
6.8
INITIAL MEASUREMENTS FOR RECORD:Where for proper measurement of work, it is necessary to have initial set of levels or
other measurements taken, the same as recorded in the authorized field book or
measurement book of Government by the Engineer or his authorized representative
will be signed by the Contractor who will be entitled to have a true copy of the same
made at his cost. Any failure on the part of the Contractor to get such levels etc.
recorded before starting the work will render him liable to accept the decision of the
Engineer as to the basis of taking measurements. Like-wise the Contractor will not
cover any work which will render its subsequent measurements difficult or impossible
without first getting the same jointly measured by himself and the authorized
representative of the Executive Engineer. The record of such measurements on the
Government side will be signed by the Contractor and he will be entitled to have a
true copy of the same made at his cost.
6.9
HANDING OVER OF WORK :All the works and materials before finally taken over by Government it will be the
entire liability of the Contractor to guard, maintain and make good any damage of any
magnitude. Interim payments made for such work will not alter this position. The
handing over by the Contractor and taking over by the Executive Engineer or his
authorized representative will be always in writing copies of which will go to the
Executive Engineer or his authorized representative and the Contractor. It is however,
understood that before taking over such work, Government will not put it into regular
use as distinct from casual or incidental one, expect as specifically mentioned
elsewhere in this contract, or as mutually agreed to.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
90
6.10
The Contractor shall have to make his own arrangement for machinery required for
the work. However if the same is conveniently available with the Department it may
be spared as per the rules in force on recovery of necessary Security Deposit and rent
at the rate approved from time to time by the independent agreement to this contract
and the supply or non supply of machinery shall not form a ground for any claim or
extension of time for this work.
7.
i)
All materials to be used on work, such as cement, lime, aggregates, stone, asphalt, etc.
shall be got approved in advance from the Engineer-in-charge and shall pass the tests
and analysis required by him, which will be :
a) as specified in the specifications of the items concerned and / or
b) Red book
c) as specified by the Indian Road Congress Standard Specification and code of
practice for Road and Bridges or
d) I.S.I. Specifications (whichever and wherever applicable ) or
e) As per M.O.R.T. & H specifications for Roads and Bridges latest edition Section
900 quality control for road work.
f) Such recognized specifications acceptable to the Engineer-in-charge as equivalent
there to or in the absence of such authorised specifications
g) Such requirements test and/or analysis as may be specified by the Engineer-incharge in the order of procedure given above.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
91
ii)
The Contractor shall at his risk and cost make all arrangement and/or shall provide for
all such facilities as the Engineer-in-charge may require for collecting, preparing
required number of samples for test or analysis at such time and to such places as may
be directed by Engineer and bear all such charges, such samples shall also be
deposited with Engineer-in-charge .
iii)
The Contractor shall as and when required submit at his cost the samples of materials
to be tested or analyzed and if, so directed, shall not make use of or incorporate in the
work any material represented by the samples until the required test or analysis have
been made and after the test of the materials, finally accepted by the Engineer-incharge
iv)
The contractor shall not be eligible for any claim or compensation either rising out of
any delay in the work or due to any corrective measure required to be taken on
account of and as a result of testing of the materials.
v)
vi)
Quality Control Tests :- The contractor shall at his own cost set up Laboratory at site
of work to carry out the testing of materials which are to be used for the work. This
laboratory shall be approved by the Engineer-in-charge. The testing shall be done as
per frequencies mentioned in the specification/additional specification of each item of
Schedule 'B'. The 30% of the test included in Annexure 'A' (On Page No. 113 to 114)
shall be carried out in Vigilance and Quality Control Laboratory at the cost of
contractor and balance 70% in the site laboratory. The test which are not included in
Annexure 'A' 50% test shall be carried out each in Vigilance and Quality Control
laboratory and site laboratory. The frequency of testing of construction materials is
mentioned in Annexure-B on Page No. 115 to 116.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
92
vii)
In case of material procured by the contractor, testing as required by the Codes and
Specifications shall be arranged by him at his own cost. Testing shall be done in the
presence of authorized representative of the Engineer in charge, at the nearest
approved laboratory. If additional testing other than as required by specification is
ordered, the testing charges, shall be borne by the Department, in case the test results
are satisfactory and by the contractor if the same are not satisfactory.
viii)
ix)
7.1
CO-ORDINATION :
When several agencies for different sub-works of the project are to work
simultaneously on the project site, there must be full coordination between the
contractors to ensure timely completion of the whole project smoothly. The scheduled
dates for completion specified in each contract shall therefore, be strictly adhered to.
Each contractor may make his independent arrangements for water, power, housing
etc. if they so desire. On the other hand the Contractor are at liberty to come to mutual
agreement in this behalf and make joint arrangements with the approval of the
Engineer . No Contractor shall take or cause to be taken any steps or action that may
cause, disruption, discontent, or disturbance of work, labour or arrangement etc. of
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
93
the contractor in the project localities. Any action by any Contractor which the
Engineer in his unquestioned discretion may consider as infringement of the above
code, would be considered as a breach of the contract conditions and shall be dealtwith accordingly.
In case of any dispute of disagreement between the Contractors, the Engineers
decision regarding the co-ordination, co-operation and facilities to be provided by any
of the Contractor shall be final and binding on the contractors concerned and such a
decision shall not vitiate any contract nor absolve the Contractor of his obligations
under the contract nor consider from the grounds for any claim or compensation.
7.3
I)
The Contractor shall at his own expense maintain sufficient experienced supervisory
staff etc. required for the work and shall make his own arrangements for housing such
staff with all necessary amenities. General layout plan for such structures shall be got
approved from the Engineer-in-charge. It will be the responsibility of the Contractor
to get his lay out plan of temporary structure approved from the local competent
authority.
II)
The contractor shall provide furnish, maintain and remove on completion of the work;
a suitable office on the work site for the use of Executive Engineer or his
representative. The covered area exclusive of verandah should not be less than 40.00
sqm. It may have brick walls and asbestos or corrugated iron roof, paved floor should
be 45 cm. above ground level. He should provide latrines, urinals and keep them clean
daily. This will be supposed to be included in his offer.
7.4
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
94
7.5
WATER SUPPLY :
Availability of adequate water for works and sources thereof shall be confirmed by
the Contractor before submitting the tender.
The Contractor shall make his own arrangements at his own cost for entering into
contract with concerned authorities for obtaining the connection and carry the water
up to the work site as required by him. The location of the pipe line with respect to
the road shall be decided by Engineer-in-charge and shall be binding on the
Contractor.
The Contractor is advised to provide water storage tank of adequate capacity to take
care of possible shutdown of water supply system.
The Contractor shall have to supply water required by the Department for its
establishment at work site. The water consumed by the Department will be metered.
For providing the meter permission, if necessary will be arranged by the Department.
Charges for the water consumed by the Department will be paid to the Contractor at
the rates of 125% of the recurring costs or actually charged to him by concerned
authorities and no other charges would be payable by the Department.
7.6
ELECTRICITY :
The Contractor will have to make his own arrangement at his own cost for obtaining
or providing electric supply at work site.
Electrical supply for the Departments use at work site shall be provided by the
contractor. No charges would be payable by the Department.
8.
8.1
SAFETY MEASURES :
The Contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working on such job as require special protection and
precautions wherever required. The following are some of the requirements listed,
through not exhaustive. The contractor shall also comply with the directions issued by
the Engineer in this behalf from time to time and at all times.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
95
(i)
(ii)
Providing protective head wear to workers, working in quarries etc. to protect them
against accidental fall of materials from above.
(iii)
Taking such normal precautions like providing hand rails to the edges of the floating
platform or barges, not allowing nails or metal parts or useless timber to spread
around etc.
8.2
AMENITIES :
(I)
Supporting workmen with proper belts, ropes etc. when working on any masts, cranes,
grabs, hoist, dredger etc.
(ii)
Taking necessary steps towards training the workers concerned of the use of
machinery before they are allowed to handle it independently and taking all necessary
precautions in and around the areas where machines, hoists and similar units are
working.
(iii)
(iv)
Making all platforms, stagings and temporary structures sufficiently strong and not
causing the workmen and supervisory staff to take undue risks.
(v)
Providing sufficient first aid trained staff and equipment to be available quickly at the
work site to render immediate first aid treatment in case of accidents due to
suffocation, drowning and other injuries.
(vi)
Providing full length gum boots, leather hand gloves, leather jackets with fireproof
aprons to cover the chest and black reaching up to knees plain goggles for the eyes to
the labour working with hot asphalt handling vibrators in cement concrete and also
where use of any or all these items is, essential in the interest of health and well being
of the labourers in the opinion of the Engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
96
8.3
EXPLOSIVE :
The Contractor shall at his own expense construct and maintain proper magazines, if
such are required for the storage of explosives for use in connection with the work
and such magazines, being situated constructed and maintained in accordance with the
Government Rules applicable in that behalf. The Contractor shall at his own expenses
obtain such license or licenses as may be necessary for storing and using explosives.
Notwithstanding that the location etc. or storage of explosives are approved by the
Engineer , the Government , shall not bear any responsibility whatsoever in
connection with the storage and use of explosives on the site or any accident or
occurrence what -so-ever in connection, therewith, all operations of the Contractor in
or for which explosives employed being at the risk of contractor and upon his sole
responsibility and the Contractor hereby gives to Government an absolute indemnity
in respect thereof.
8.4
DAMAGE BY FLOODS OR ACCIDENTS :The contractor shall take all precautions against damage by floods or from accident
etc. No compensation will be allowed to the Contractor on this account or for
correcting and repairing any such damage to the work during construction The
Contractor shall be liable to make good at his cost any plant or materials belonging to
the Government lost or damaged by floods or from any other cause while is in his
charge.
8.5
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
97
8.6
INDEMNITY:
The Contractor shall indemnify the Government against all actions, suits, claims and
demands brought or made against it in respect of anything done of committed to be
done by the contractor in execution of or in connection with the work of this contract
and against any loss or damage to the Government in consequence to any action or
suit being brought against the Contractor for anything done or committed to be done
during the execution of this contract.
The Government may at its discretion and entirely at the cost of the contractor defend
such suit, either jointly with the Contractor or single in case the latter chooses not to
defend the case.
8.7
a)
The Contractor shall provide an adequate supply of pure and wholesome water for the
use of labourers on work and in camps.
b)
The Contractor shall construct trench or semi permanent latrines for the use of the
Labours. Separate latrines shall be provided for men and women.
c)
The Contractor shall build sufficient number of huts on a suitable plot of land for use
of the labourers according to the following specifications :1. Huts with Bamboos and Grass may be constructed.
2. A good site not liable to submergence shall be selected on high ground remote
from jungle but well provided with tress, shall be chosen wherever it is available. The
neighborhood of tank, jungle, trees or wood should be particularly avoided, Camps
should not be established close to large cutting of earth work.
3. The lines of huts shall have open space of at least ten metres 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 3 Sq. metre per head
shall be provided. Care should be taken to see that the huts are kept clean and in good
order.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
98
5. The Contractor must find his own land and if he wants Government land, he
should apply for it. Assessment for it, if demanded will be payable by Contractor.
However the Department does not bind itself for making available the required land.
a)
The Contractor shall engage a Medical Officer with a traveling dispensary for
The Contractor shall provide the necessary staff for effecting satisfactory
labour camp and his instruction on matters such as water supply, sanitary
conveniences, the camp site accommodation and food supply shall be followed by the
Contractor.
e)
The Contractor shall make arrangements for all ant malarial measures to
provided for the labours employed on the work. The ant malarial measures shall be
provided as directed by the Assistant Director of Public Health.
f)
The anti-malaria and other health measures shall be as directed by the Joint-
Contractor shall see that mosquitogenic condition are not created so as to keep
Contractor shall carry out anti-malaria measures in the area as per guidelines
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
99
i)
The Contractor shall make sufficient arrangements for draining away the
surface and sullage water as well as water coming from the bathing and washing
places and shall dispose off this waste water in such way as not to cause any
nuisance. He shall also keep the premise clean by employing sufficient number of
sweepers.
k)
The Contractor shall comply with all rules, regulation bye-law and directions
given from time to time by any local or public authority in connection with this work
and shall pay fees or charges which are leviable on him without any extra cost to
Government.
l)
In addition to above all provisions of the relevant labour act pertaining to basic
9.
MISCELLANEOUS :
9.1
For providing electric wiring or water lines ete. recesses shall be provided if necessary
through walls, slabs, beams etc. and later on refilled it with bricks or stones, chipping
cement mortar without any extra cost.
9.2
In case it becomes necessary for the due fulfillment of contract for the Contractor to
occupy land outside the Department limits, the Contractor will have to make his own
arrangements with the land owners and pay such rents, if any, are payable as mutually
agreed between them.
9.3
The Contractor shall duly comply with the provision of the Apprentices Act 1961 (iii
of 1961) and the rules and orders made there under from time to time under the said
Rules and on his failure or neglect to do so he shall be subject to all the liabilities and
penalties provided by the said Act and Rules.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
100
9.4
It is presumed that the Contractor has gone carefully through the Standard
Specification (Vol. I & II 1981 Edition) M.O.R.T. & H specifications (edition 2001)
and Schedule of Rate of the division, and studied the site conditions before arriving at
rates quoted by him. The special provisions and detailed specification of wording of
any item shall gain precedence over the corresponding contrary provisions (if any) in
the standard specification given without reproducing the details in contract. Decision
of Engineer-in-charge shall be final in case of interpretation of specification.
9.5
If the standard specifications fall short for the items quoted in the schedule of this
contract reference shall be made to the latest Indian Standard specifications, I.R.C.
codes. If any of items of this contract do not fall in reference quoted above, the
decision and specifications as directed by the Engineer-in-charge shall be final.
9.6
The stacking and storage of building materials at site shall be in such a manner as to
prevent deterioration or inclusion of foreign materials and to ensure the preservation
of the quantity, properties and fitness of the work. Suitable precautions shall be taken
by Contractor to protect the materials against atmospheric action fire and other
hazards. The materials likely to be carried away by wind shall be stored in suitable
stores or with suitable barricades and where there is likelihood of subsidence of soil,
heavy materials shall be stored on paved platforms. Suitable separating barricades
and enclosure as directed shall be provided to separate materials brought by contractor
and from different sources of supply.
10.
DEFINITIONS :
Unless excluding by or repugnant to the context :a)
The expression "Government" as used in the tender documents shall mean the
The expression "The Chief Engineer" as used anywhere in the tender papers
shall mean officer for the time being of the Government of Maharashtra who is
designated as such.
c)
mean the officer of Superintending Engineer rank (by whatever designation he may be
known) under whose control the work lies for the time being.
d)
Dy.E.E.
101
e)
The expression "Contractor" as used in the tender papers shall mean the
successful tenderer that is the tenderer whose tender has been accepted, and who has
been authorized to proceed with the work.
f)
The expression "Contract" as used in the tender papers shall mean the deed of
contract together with or its original accompaniment and those later incorporated in it
by mutual consent.
g)
The expression "Plant" as used in the tender papers shall mean very temporary
The expression Department as used in the tender papers shall means Public
The Accepting authority shall mean the officer competent to accept the
tender.
j)
The Site shall mean the land and/or other places where the work is to be
executed under the contract including any other land or places which may be allotted
by the Government or use for the purpose of contract.
11.
TESTING ETC. :
The Contractor shall be responsible for the quality of the work in the entire
construction work within the contract. He shall, therefore, have his own independent
and adequate setup for ensuring the same. This shall include establishing field
laboratory for testing required for concrete works.
12.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
102
The Engineer in charge shall decide all questions which may arise as to quality and
acceptability of materials furnished and work executed, manner of execution, rate of
progress of the works, interpretation of the plans and specifications and acceptability
of fulfillment of the contract on the part of the Contractor . He shall determine the
amount and quantity of work performed and materials furnished and his decision shall
be final. In all such matters, and in any technical questions which may arise touching
the contract, his decision shall be binding on the Contractor.
The Engineer in charge shall have the power to enforce such decisions and orders if
the Contractor fails to carry them out promptly. If the Contractor fails to execute the
work ordered by the Engineer-in-charge . The Engineer in charge may give notice to
Contractor specifying a reasonable period therein and on the expiry of that period
proceed to execute such work as may be deemed necessary and recover the cost there
of from the Contractor.
12.1
12.2
a)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
103
b)
13.
Layout of the work will be done by the Contractor in consultation with the Executive
Engineer of the Department or his representative, some permanent marks should
however be established to indicate the demarcation of the structure or any component
there of made to this permanent marks in measurement books and drawing signed by
the contractor and the departmental officer, Responsibility regarding layout will be
joint.
14.
SETTING OUT
14.1
BUILDING WORKS :The Engineer-in-charge shall furnish the contractor with only the four corners of the
works site and a level bench mark and the contractor shall set out the works and shall
provide an efficient staff for the purpose and shall be solely responsible for the
accuracy of such setting out.
The contractor shall provide, fix and be responsible for the maintenance of all stacks,
templates, level marks, profile and other similar things and shall take all necessary
precautions to prevent their removal or disturbance and shall be responsible for the
consequence of such removal or disturbance, should the same take place and for their
efficient and timely reinstatement. The contractor shall also be responsible for the
maintenance of all existing survey marks, boundary marks distance marks and center
line marks, either existing or supplied and fixed by the contractor. The work shall be
set out to the satisfaction of the Engineer-in-charge. The approval thereof or joining
with the contractor by the Engineer-in-charge in setting out the work, shall not relive
the contractor of any of his responsibilities.
Before beginning the work, the contractor shall at his own cost provide all necessary
reference and level posts, pegs, bamboos, flags, ranging rods, strings and other
materials for proper layout of the work in accordance with the scheme for bearing
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
104
marks acceptable to the Engineer-in-charge. The center, longitudinal or face lines and
cross lines shall be marked by means of small masonry pillars. Each pillar shall have
distinct mark at the center to enable the theodolite to be set over it. No work shall be
started until all these points are checked and approved by the Engineer-in-charge in
writing but such approval shall not relieve the contractor of any of his responsibilities.
The contractor shall also provide all labour, material and other facilities, as necessary,
for the proper checking of layout and inspection of the points during construction.
Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the contractor.
On completion of works, the contractor must submit the geodetic documents
according to which the work was carried out.
14.2
ROAD WORKS :-
a)
The contractor shall establish working bench marks in the area soon after taking
possession of the site. The working bench marks shall be at the rate of four per Km.
and also at or near all drainage structures, over bridges and underpasses. The working
bench marks shall be got approved from the Engineer. Checks must be made on these
bench marks once every month and adjustments if any got agreed with the Engineer
and recorded. An up to date record of all bench marks including approved adjustment,
if any shall be maintained by the contractor and also a copy supplied to the Engineer
for his record.
b)
The lines and levels of formation, side slopes, drainage, carriageways and shoulders
shall be carefully set and frequently checked, care being taken to ensure that correct
gradients and cross sections are every where obtained.
c)
In order to facilitate the setting out of the works, the center line of the carriageway or
highway must be accurately established by the contractor and approved by the
Engineer. It must then be accurately referenced in a manner satisfactory to the
Engineer, every 50 m. intervals in plain and rolling terrain and 20 m. intervals in hilly
terrain and in all curve points as directed by the Engineer, with marker pegs and
change boards set in or near the fence line, and a schedule of reference dimensions
shall be prepared and supplied by the contractor to the Engineer. These markers shall
be maintained until the works reach finished formation level and are accepted by the
Engineer.
d)
On construction, reaching the formation level stage, the center line shall again be set
out by the contractor and when approved by the Engineer, shall be accurately
referenced in a manner satisfactory to the Engineer by marker pegs set at the outer
limits of the formation.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
105
14.3
RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :The contractor shall be entirely and exclusively responsible for the horizontal and
vertical alignment, the levels and correctness of every part of the work and shall
rectify effectually any errors or imperfections therein, such rectifications shall be
carried out by the contractor, at his own cost, when instructions are issued to that
effect by the Engineer in charge.
15.
LEVELING INSTRUMENTS :If measurements of items of the work are based on volumetric measurements
calculated from levels taken before and after the construction of the item, a large
number of leveling staves, tapes etc. will have to be kept available by the contractor at
the site of the work for this purpose. Lack of the such leveling staves, tapes etc. in
required numbers may case delay in measurements and the work. The contractor will
have therefore to keep sufficient numbers of these instruments readily available at site
and in good working condition.
16.
16.1
The stacking and storage of material at site shall be in such a manner as to prevent
deterioration or intrusion of foreign matter and to ensure the preservation of their
quality, properties and fitness for the work. Suitable precautions shall be taken by the
Contractor to protect the materials against atmospheric action, fire and other hazards.
The materials likely to be carried away by wind shall be stored in suitable stores or
with suitable barricades and where there is likely hood of subsidence of soil, heavy
materials shall be stored on paved platforms.
Suitable separating barricades and enclosures as directed shall be provided to separate
materials brought by Contractor and materials issued by Government to Contractor
under Schedule "A" Same applies for the material obtained from different sources of
supply.
16.2
The Contractor shall at his own expense engage watchman for guarding the materials
and plant and machinery and the work during day and night against any pilferage or
damage and also for prohibiting trespassers.
16.3
No materials brought to the site shall be removed from the site without the prior
approval of the Engineer-in-charge.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
106
17.
INSPECTION OF WORKS
17.1
The Contractor shall inform the Engineer-in-charge in writing when any portion of the
work is ready for inspection giving him sufficient notice to enable him to inspect the
same without affecting the further progress of the work.
17.2
The Contractor shall provide at his cost necessary ladders and such arrangements as
are considered safe by the Engineer-in-charge for proper inspection of all parts of the
work.
17.3
Contractor shall extend his full co-operation and make all necessary arrangements
when needed for carrying out inspection of the work or any part of the work by the
local representatives, M.L.As, M.Ps and officers and dignitaries / delegates of various
Government departments, local bodies, private sectors etc. No compensation shall be
paid to the contractor on this account.
17.4
The work shall be carried out by the Contractor without causing damage to the
existing Government property and / or private property. If any such damage are
caused, the Contractor shall pay for restoration of the property to the original
conditions, and any other consequent damages.
17.5
In the event of the occurrence of an accident involving serious injuries or death of any
person, at site of work or quarry or at any place in connection with the work the same
shall be reported in writing within twenty four hours of the occurrence to the
Engineer-in-charge and Commissioner of Workmen's compensation.
17.6
The Contractor after completion of work shall clean the site of all debris and remove
all unused materials other than those supplied by the department and all plant and
machinery, equipment, tools etc. belonging to him within one month form the date of
completion of the work, or otherwise the same will be removed by the department at
his cost or disposed off as per departmental procedure. In case the material is disposed
off by the department, the sale proceeds will be credited to the Contractors account
after deducting the cost of sale incurred. However, no claim of Contractor regarding
the price or amount credited will entertained afterwards.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
107
17.7
All constructional plant, provided by the Contractor shall when brought on to the site
be deemed to be exclusively intended for the construction and the contractor shall not
remove the same or any part thereof (save for the purpose of moving it from one part
of the site to another) without the consent in writing of the Engineer-in-charge who
shall record the reasons for withholding the consent.
18.
19.
COMPLETION CERTIFICATE :
19.1
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 to that
effect. No approval of material or workmanship or approval of part of work during
the progress of execution shall bind the Engineer-in-charge or in any way prevent him
from even rejecting the work which is claimed to be complete and to suspend the
issue of his certificate of completion until such alteration and modifications or
reconstruction have been effected at the cost of the Contractor as shall enable him to
certify that the work has been completed to his satisfaction.
19.2
After the work is completed the Contractor shall give notice of such completion to the
Engineer-in-charge and within 30 days of receipt of such a notice the Engineer-incharge shall inspect the work and if there is no defect in the work shall furnish the
Contractor with a certificate indicating the date of completion. However, if there are
any defects which in the opinion of the Engineer-in-charge are rectifiable he shall
inform the Contractor the defects noticed. The Contractor after rectification of such
defects shall then inform the Engineer-in-charge and Engineer-in-charge on his part
shall inspect the work and issue the necessary completion certificate within 30 days if
, the defects are rectified to his satisfaction, and if not, he shall inform the Contractor
indicating defects yet to be rectified. The time cycle as above, shall continue.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
108
19.3
In case defects noticed by the Engineer-in-charge which in his opinion are not
rectifiable but otherwise work is acceptable at reduced payment, work shall be treated
as completed. In such cases completion certificate shall be issued by the Engineer-incharge within 30 days indicating the un-rectifiable defects for which reduction in
payment is being made by him.
19.4
The issued of completion certificate shall not be linked up with the site clearance on
completion of the work.
20.
ANCILLARY WORK :
The Contractor shall submit to Engineer-in-charge in writing the details of all
ancillary works including layout and specifications to be followed for its construction.
Ancillary work shall not be taken up in hand unless approved by Engineer-in-charge .
The Engineer-in-charge reserves the right to suggest modifications or make complete
changes in the layout and specifications proposed by the Contractor at any stage to
ensure the safety on the work site. The Contractor shall carry out all such
modifications to the ancillary works at his own expenses as ordered by Engineer-incharge.
21
SPECIAL CONDITIONS:
21.1
The Contractor should ensure that all safety precautions are observed by their
laboures, working closed to the State Highway and while closing the State Highway
precautions are taken including insurance etc., for their labour at the cost of the
contractor and the contractor will bear all the expenses, compensation etc. if any
accident occurs to the labour etc. No claim in this regard on whatsoever account shall
be entertained and this decision of the Department will be final and conclusive.
21.2
The Contractor shall observe the rules and regulation imposed by traffic police for
smooth flow of traffic on the diversion road and shall not be entitled for claims any
compensation arising thereof.
21.3
In case of delay in handing over the land required for the work, due to unforeseen
cause, the Contractor shall not be entitled for any compensation what-so-ever form
the Government on ground that the machinery or labour was idle for certain period.
Contractor may, however apply for extension of time limit which may be granted on
the merit of the case.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
109
22.
Any stock or batch of material(s) of which sample(s) does not conform to the
prescribed test and quality, shall be rejected by the Engineer or his representative and
such materials shall be removed from site by the Contractor at his own cost. Such
rejected materials shall not be made acceptable by any modifications.
Materials not corresponding in character and Quality with approved samples will be
rejected by the Engineer or his representative and shall be removed from site at the
Contractors own cost.
23.
INSPECTION OF OPERATIONS :
The Engineer and any person authorized by him shall at all times have access to the
works and to all workshops and places (including required documents) where work is
being prepared or from where materials, manufactured articles or machinery are being
obtained for the works and the Contractor shall afford every facility for & every
assistance in or in obtaining the right to such access.
24.
FIELD LABORATORY :
The Contractor shall arrange to provide a well furnished and fully equipped field
laboratory which shall be manned by adequately qualified technical staff.
The
laboratory shall preferably be located adjacent to the plant site and shall be provided
with amenities like water supply, electric supply, toilet block etc. The list of
equipment The list of equipment for building work is enclosed on Page No. 126.
And for Road work the laboratory equipment shall conform to clause 121.3 of
M.O.R.T. and H Specifications for Road and Bridges. The list of equipment is
enclosed on Page 127 This shall be considered as incidental to work and no separate
payment whatsoever will be made for the same.
25.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
110
It shall contain narration of the various activities in English/Marathi by a competent
narrator. The cassette shall be of acceptable quality and the film shall be capable of
producing color pictures. This shall be considered as incidental to the work and no
additional payment whatsoever will be made for the same.
26.
As a safety measure during the execution of work all labours, construction and
supervisory staff shall be provided with an orange colour jacket in fluorescent blue so
as to make them starkly visible from a distance even during evening hours.
27.
28.
Contractor shall take out necessary Insurance Policy/ (viz. Contractors All Risks
Insurance Policy, Erection All Risks Insurance Policy etc. as decided by the Directorate of
Insurance) so as to provide adequate insurance cover for execution of the awarded contract
work for total contract value and complete contract period compulsorily from the
Directorate of Insurance, Maharashtra State, Mumbai only its postal address for
Correspondence is 264, MHADA, First Floor, Opp. Kalanagar, Bandra (East) Mumbai
400051 ( Telephone Nos. 26590403/26590690 and Fax No. 26592461/26590403)
Similarly, all workmens appointed to complete the contract work are required to insure
under workmens compensation insurance policy. Insurance policy/policies taken out from
any other Company will not be accepted. If any contractor has effected Insurance with any
insurance company the same will not be accepted and the amount of premium calculated by
the Government Insurance Fund will be recovered directly from the amount payable to the
Contractor for the executed contract work and paid to the Directorate of Insurance Fund,
Maharashtra State, Mumbai, The Director of Insurance reserves the right to distribute the
risks of insurance among the other insurers.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
111
29.
30.
31.
Value Added Tax @ 2% of the contract amount will be recovered from the bill of
contractor who are registered under Maharashtra Value Added Tax Act 2005 and 4%
of the contract amount will be recovered from contractor's bill amount those who are
not registered under Maharashtra Value Added Tax Act 2005.
DIARY :
Contractor shall maintain, throughout the construction period, a diary in the from of a
register regarding the following :i) Daily presence of all categories of labours. ii) Daily availability and use of
machinery and equipments on work. iii) Daily procurement, Consumption and balance of
materials on site. iv) Daily record of various visiting authorities alongwith name of the
officers visited and timing. v) Details of work executed per day. The register shall be closed
on daily basis and signature of Engineers in charge or his representative should be taken over
it.
32.
32.1
The work shall be carried out in the best workmanship like manner and in strict
accordance with P.W.D. hand book Volume I & II 1960. Edition supplemented by
specification attached and as per Standard Specifications Book of Government of
Maharashtra of 1979 and as per specific order of the Executive Engineer or his
representative from time to time.
32.2
The orders issued by the Government in P.W. Department and the Superintending
Engineer, Ratnagiri (P.W.) Circle, Ratnagiri from time to time regarding construction
procedure shall be binding on the contractor in addition to the specification contained
in P.W.D. hand book Volume I & II and book of standard specification of P.W.
Department and the specifications enumerated above.
32.3
The contractor shall submit day to day account of the materials issued to him and its
use and also monthly progress and programme of work.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
112
32.4
a)
The concrete mix design shall be got approved from Engineer in charge and
the mix design shall give preliminary strength of 1.33 times working strength.
b)
32.5
The items provided with watering for curing include continuous watering operations
through out the day including lunch hours and also during holidays. For this purpose
contractor shall have to construct tank of appro. 5000 liters capacity near each
building and provide necessary Booster Pumps etc. to ensure adequate curing and
wetting. Hold fasts coming in contact with R.C.C. columns shall be of sizes 30 cm x 4
cm to be fitted with two rows, nails fixed properly in concrete.
32.6
For all sand covering items, use of washed mixer sand (with sand washing machine)
is obligatory. No separate claim in this regard will be entertained.
32.7
32.8
For R.C.C. centering plywood and M.S. sheet of approved quality shall be used and
adjustable props and fasteners shall be used.
32.9
The execution of any work from external side of the building 'H' frame steel
scaffolding shall be used. No separate payment for claims in this regard shall be
entertained.
32.10 The scaffolding shall not be supported on existing external walls of the building by
making holes in it and also the scaffolds shall not rest on any part of the building.
32.11 Quality Assurance Manual : Contractor shall prepare the quality assurance manual
booklet in consultation with the Executive Engineer. Quality assurance manual shall
be comprehensive document covering every aspect of the work. Superintending
Engineer shall approve this document. The quality manual document shall be used
only after approval from Superintending Engineer. Provision of the quality manual be
binding on the contractor. Quality manual shall be treated as a legal document as per
with this contract document. It shall be used till the work is completed in full respect.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
113
Annexure 'A'
QUALITY CONTROL TESTS
(Refer Condition No.7 (vi) on Page No.91)
Sr.No.
Material
1
Laterite Stone
Test
i) Compressive Strength.
ii) Water Absorption
Trap Metal
Bricks
Flooring Tiles
i) Flexural strength
ii) Water Absorption
5
6
Glazed Tiles
Cement
i) Water Absorption
i) Compressive Strength
ii) Initial setting time.
iii) Final setting time.
iv) Specific Gravity
v) Soundness
vi) Fineness
vii) Std. Consistency
Steel
i) Compressive Strength
ii) Fexural Test
iii) Resistance to wear
10
Cement Concrete
i) Mix design
ii) Compressive strength
11
Structural steel
i) Weight/Running metre
12
Contractor
i) Crushing value.
ii) Impact value.
iii) Abrasion value.
iv) Water Absorption.
v) Flakiness Index & Elongation index
vi) Gradation
i) Crushing Strength.
ii) Water Absorption.
No. of Corrections
Executive Engineer
Dy.E.E.
114
13
i) Quality of Binder
14
15
Murum
16
i) Quality of Binder
ii) Impact value/ Los Angle's Abrasion value
iii) Flakiness & Elongation Index
iv) Water Absorption.
i) Optimum Dry Density
ii) C.B.R.
iii) Liquid & Plastic Limit/Plasticity Index
iv) Filed Density 100% P.D.
v) Filed Moisture Content
i) Quality of Binder
ii) Impact/ Abrasion value
iii) Flakiness & Elongation Index
iv) Water Absorption
17
Sand
18
Water
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
115
Annexure 'B'
Construction Material Testing & its frequency
(Refer Condition No.7 (vi) on Page No.91)
Sr.
1
2
a
b
c
d
e
f
g
3
6
7
Material
CEMENT
1) Consistency
2) Initial & Final Setting time
3) Fineness
4) Specific Gravity
5) Soundness
6) Compressive Strength
METAL
1) Sieve Analysis (Gradation)
(Concrete work)
2) Sieve Analysis Red Book
Specification
3) Sieve Analysis
Granular Sub Base (N.H.Work) MOST
Water Absorption
Impact (Concrete WBM/BT)
Crushing
Abrasion
Flakiness & Elongation Index
Plasticity Index for blindage used for
WBM
SAND
1) Water Absorption & Specific Gravity
2) Fineness Modulus
3) Slit Content
4) Bulkage
BRICKS
1) Water Absorption
2) Comp Strength
3) Effloresce
Flooring Tiles
1) Flexural Strength
2) Water Absorption
3) Abrasion
Glazed Tiles
1) Water Absorption
Concrete Mix Design
Compressive strength C.C. Cubes for
Qty
Qty. utpo 5 m3
6-15 m3
16-30 m3
31-50 m3
Quantity above 51 m3
Contractor
No. of Corrections
Rate
Frequency
Dy.E.E.
116
8
10
11
12
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
117
ADDITIONAL SPECIFICATIONS
The contractor shall achieve that following requirements in respect of quantity of work
and his contract rate shall provided for the same.
1.1
ADMIXTURES :Whenever necessary the admixture should be used to achieved the required
workability. The type of admixture should be got approved from Engineer-in-charge.
The rate is inclusive of all admixtures etc. if found necessary.
1.2
CEMENT IN CONCRETE :
For this purpose the conditions mentioned in additional specifications on Page 117 to
125 shall be applicable.
1.3
1.4
1.5
The cover concrete must be of the same quality, impermeability and strength
as the rest of the concrete. Special mix design should be carried out for the
concrete to be used for making concrete cover blocks.
(ii)
The concrete cover must develop sufficient alkalinity, and protect the steel.
The alkalinity developed shall not be less than 0.04 N and shall not more than
0.08 N.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
118
(iii)
The cover must be uniform throughout and it's thickness shall be exclusive of
plaster or other decorative finishes.
(iv)
The concrete cover shall be as per the relevant clause of IS codes. In the case
of poles the cover thickness shall be separately decided by the Engineer in
charge.
1.6
1.7
BAR SPACING : As per relevant I.S. codes and as detailed design drawing or as
directed by Engineer-in-charge.
1.8
FORMWORK :-
1.1
Formwork :- Formwork shall include all temporary forms of moulds required for
forming the concrete which is cast-in-situ, together with all temporary construction
required for their support. Unless otherwise stated all formwork shall conform to I.S.
Specification.
1.2
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
119
1.3
The contractor shall entirely be responsible for the adequacy and safety for false work
not-withstanding any approval or review by the Engineer of his drawing and design.
Proprietary system of formwork if used a detailed information shall be furnished to
the Engineer for approval.
2.
QUALITY OF SHUTTERING : The shuttering shall have smooth and even surface
and its joints shall not permit leakage of cement slurry.
2.1
2.2
The timber shall be accurately spawned planed on the sides and the surface coming in
contact with concrete.
2.3
So far as practicable, clamps shall be used to hold the forms together. Where use of
nails is unavoidable minimum number of nails shall be used and these shall be left
projecting so that they can be easily with drawn. use of double headed nails shall be
preferred.
3.
TOLERANCE :-
3.1
The formwork shall be made so as to produce finished concrete true to shape, lines,
levels plumb and dimensions as shown on the drawings, subject to the following
tolerance unless otherwise specified in these documents or drawings or as directed by
the Engineer :
3.2
a)
Section dimension
5 mm
b)
Plumb
1 in 1000 of height
c)
Levels
Tolerance given above are specified for local aberrations in the finished concrete
surface and should not be taken as tolerance for the entire structure taken as a whole
or for the setting and alignment of formwork which should be as accurate as possible
to the entire satisfaction of the Engineer, Errors if noticed in any lift/ tilt of the
structure after stripping of forms, shall be corrected in the subsequent work to bring
Executive Engineer
Dy.E.E.
120
4.
5.
II)
STEEL CENTERING :-
1.
2.
For R.C.C. works formwork shall be of marine plywood of adequate thickness and
grade only. The centering and supporting arrangement such as standard steel trusses/
joists/ spans standards adjustable/ fixed props. H type frames etc shall be designed by
the Contractor and approved from the Engineer before commencement of its erection.
The Contractor with the prior approval of the Engineer shall use standard steel
centering arrangement which may be manufactured by the reputed firm.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
121
3.
The supporting arrangement designed by the contractor shall conform to the relevant
I.S. code and Standard practice adopted in this type of work. The centering
arrangement shall be adequately braced and properly secured by using appropriate
type of fastenings and fixtures to ensure stability and rigidity of the centering to
withstand all loads coming on it. The entire responsibility for design, erection,
maintenance and safety etc. will exclusively rest with the contractor. The Engineer
reserves right to call detailed design calculations of the entire centering or part there
of to verify its stability and also reserve tight to reject entire centering arrangement or
part there of and any material used for the centering in the event of which the
contractor shall have to arrange for its replacement at his own cost.
a)
All the cement concrete of grade M-15 and higher strength shall be done with proper
mix design as per IS : 10262 - 1982 and shall confirm to the durability and other
requirements of IS 456 2000. The mix design shall be got approved from the
Executive Engineer from time to time whenever there is change in the source and type
of cement and aggregates and change in the gradation of aggregates.
b)
The design of concrete mixes for various concrete items in the work shall be obtained
by the contractor at his cost from and approved laboratory. The contractor shall
submit in advance details of such design to the Engineer-in-charge for his prior
approval.
c)
d)
The concrete mix design shall give target strength of 1.33 times the working strength.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
122
e)
The minimum size of aggregate permissible shall be as per para A-7 of Page - 8 f of
standard specification book of 1979 Edition Vol. 1.
f)
The provision of the specification No. B-7 at page - 38 to 40 of Vol. 1 1979 Edition of
standard specification book for controlled concrete shall be applicable for all the
structural concrete items. The maximum water cement ratio shall be 0.45. The mix
design shall be done accordingly.
g)
All the expenses of preliminary mix design, subsequent field/ laboratory mix design,
work tests, shall be borne by the contractor.
2.
3.
4.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
123
Unless otherwise agreed by the Engineer concrete shall be mixed in a batch type
mixer of such other type of mixer as the Engineer my approve.
During hot weather the Contractor shall ensure that the constituent materials are
sufficiently cool to prevent the concrete from stiffening in the intervals between its
discharge from the mixer and its final position.
5.
6.
7.
8.
The work that has sagged or contains honey combing to an extent detrimental
No. of Corrections
Executive Engineer
Dy.E.E.
124
b)
Surface defects which require rectification when forms are removed usually
consist of bulges due to movement of forms, ridges at form joints,
honeycombed areas, damage resulting from the stripping of forms and bolt
hole. Bulges and ridges shall be removed by careful chipping or tooling and
the surface is then rubbed with a grinding stone. Honey combed and other
areas shall be chipped out, the edges being cut as straight as possible and
perpendicular to the surface, or preferably slightly under cut to provide a key
at the edge, of the patch. Bolt holes shall be closed by cement mortar to ensure
thorough filling.
ii)
Shallow patches shall be treated with a coat of thin grout composed of one part
of cement and one part of sand and then filled with mortar similar to that used
in concrete. The mortar is placed in layers not more than 10 mm thick and
each layer shall be given a scratch finish to secure bond with the succeeding
layer. The last layer shall be finished to match the surrounding concrete by
floating, rubbing or tooling on formed surfaces by pressing the form material
against the patch while the mortar is still plastic.
iii)
Large and deep patches requires filling up with concrete held in place by
forms. Such patches shall be reinforced and carefully dowelled to the hardened
concrete.
iv)
The same amount of care to cure the material in the patches shall be taken for
the whole structure. Curing shall be started, as soon as possible after the patch
is finished to prevent early drying. Damp Hessian cloth may be used. But in
some locations it may be difficult to hold it in place, a membrane curing
compound in these cases will be most convenient.
9.
10.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
125
11.
11.1
Tests and Standard of acceptance criteria of design mix concrete and nominal mix
concrete shall be as follows:
Sampling and testing of Concrete shall be done as per provision of section B.6.12 of
Standard Specifications. Acceptance criteria for strength of concrete shall be as per IS
456-2000.
Case falling outside the above limit shall be examined by the Engineer on Merits in
each case.
11.2
12
KEEPING RECORDS : The record of mix design, mixing, slum, testing of C.C.
cubes etc. shall be maintained in accordance with Section B-6.13 of the Standard
Specification.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
126
LIST OF APPARTUS REQUIRED FOR BUILDING WORK
(Ref. Page No.92 Clause 7.1, Page No.109 Clause 24)
Sr.
Name of Apparatus
Nos ( min )
required
2 Nos
1.
2.
2 Nos.
Vernier calipers
1 No.
4.
6 Sets
5.
4 Sets
6.
1 No.
7.
8.
1 No.
9.
2 Nos
10.
1 No.
12.
13.
11.
4 Nos.
1 No.
450 mm diameter
63 mm, 53 mm, 37.50 mm, 26.50 mm, 13.20 mm,
9.50 mm, 6.70 mm, and 4.75 mm size
1 Sets
200 mm diameter
14.
15.
16.
17.
18.
19.
20.
21.
22.
2.36 mm, 2.0 mm, 1.18 mm, 600 micron, 425 micron,
300 micron, 150 micron, and 75 micron
Water testing Kit
Atterbergs Limits (liquid and plastic limits) Determination
apparatus
Dry Bulk Density Test apparatus (sand pouring cylinder, tray, can
etc.).
Speedy Moisture Meter complete with chemicals
Aggregate Impact Value Test apparatus/
Los Angles Abrasion Test apparatus.
Flakiness and Elongation Test Gauges
Vicat apparatus for testing setting times
Slump testing apparatus
Compression and Flexural strength testing machine, 200 tonne
capacity with additional dial for flexural testing.
Contractor
No. of Corrections
2 Sets
1 Set
1 Set
1 Set
1 Set
1 Set
1 Set
1 Set
4 Sets
1 No.
Executive Engineer
Dy.E.E.
127
(Whichever is applicable)
Sr.
Name of Apparatus
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
Contractor
No. of Corrections
Nos. (Min)
Required
3
1
1
1
1
1
1 No. each
1 No.
1 No.
12
1
1
1 Set.
250 Lits.
500/season
1
1
1 No. each
2
1
1
1
1
1 Set.
1
1 Set.
1
1
1
1
1
Executive Engineer
Dy.E.E.
128
Accompaniment to Superintending Engineer (P.W.) Circle,
Ratnagiri's Circular No. RCR/ DB 1861, dated 16th March,1985
Laterite Metals
RD-21 (b) :- Supplying laterite stone metal at the road side including conveying and Stacking
complete.
RD-21 (b-1) ;- The item provides for the supply of specified type stone metal of specified size at the road
side including obtaining The metal from approved sources, conveying to the road-side with all leads &
lifts, stacking in regular heaps as specified hereafter uniformly along the road side.
RD-21 (b-2) Quarries:- Rubble for breaking metal shall be obtained from quarries as per Specification
No. Rd-19-2.
RD-21 (b-3) Metal
RD - 21 (b3-1) Quality :- The stones for breaking metal shall be of the type mentioned in the item
preferably from large field boulders and shall be hard, tough, durable, sound clean dense and free from
soft decayed portions. The stone shall successfully resist abrasion and fracture under traffic. The water
absorption of the stones shall be as low as possible but not more than 15%. The metal should be seasoned
for at least one month and should have abrasion value not more than 60%. However the Engineer - in charge of work may allow the metal having abrasion value not more than 70% depending upon availability
of stones in the nearby vicinity.
The stones for breaking metal shall have compact texture and metalled and streaked colours
prevailing in it should not very unevenly distributed.
Those stones in which white clay occurs should not be used.
Rd-21b-3.2
Size
Rd-21b-3.3
Conveyance
Same as that for
Rd-21b-3.4
Stacking
trap metal
Rd-21b-4
Special points
according to
Rd-21b-5
Item to include
Rd-21-3.2,
Rd-21b-6
Mode of measurements
21-3.3, 21-3.4,
& payments
21.4, 21.5 & 21.6
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
129
To ensure the specified quality of work which shall also include necessary surveys,
temporary works etc., the contractor shall prepare a quality assurance plan and get the same
approved from the Engineer in charge within eight days from the date of work order. For
this, contractor shall submit an organization chart of his technical personnel to be deployed
on the work along with their qualification, job descriptions defining the functions of
reporting, supervising inspecting and approving. The contractor shall also submit a list of
tools, equipments and the machinery and instrumentation which he proposes to use for the
construction and for testing in the field and/or in the laboratory and monitoring. The
contractor shall modify/supplement the organization chart and the list of machinery,
equipment etc. as per the direction of the Superintending Engineer and shall deploy the
personnel and equipment on the field as per the approved chart and list respectively. The
contractor shall submit written method statements detailing his exact proposals of execution
of the work in accordance with the specifications. He shall get these approved from the
Engineer in charge. The quality of the work shall be properly documented through
certificates, records, check-lists and logbooks of results etc. Such records shall be complied
from the beginning of the work and be continuously updated and supplemented and this shall
be the responsibility of the contractor. The forms should be got approved from the Executive
Engineer-in-charge.
The contractor shall prepare detailed completion drawings after completion of the
work. He shall also prepare and submit a maintenance manual giving procedure for
maintenance, with the period of maintenance works including inspections, tools and
equipment to be used, means of accessibility for all parts of the structure. He shall also
include in the manual, the specifications for maintenance work that would be appropriate for
his design and technique of construction. This manual shall be submitted within the contract
period.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
130
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
131
PRICE VARIATION CLAUSE
If during the Operative Period of the Contract as defined in condition (i) below, there
shall be any variation in the Consumer Price Index (New Series) for Industrial workers for Mumbai
Centre as per the Labour Gazette published by the Commissioner of Labour, Government of
Maharashtra and/or in the whole sale Price Index for all commodities prepared by the Office of
Economic Advise, Ministry of Industry Government of India, or in the price of Petrol/Oil and
lubricants and major construction materials like bitumen, cement, steel, various types of metal
pipes etc., then subject to the other conditions mentioned below, price adjustment on account of
1.
2.
3.
4.
5.
6.
7.
Labour Component
Material Component
Petrol, Oil and Lubricants Component
Bitumen Component
TMT, HYSD & Mild Steel Component
Cement Component
C.I. and D.I. Pipes Component
Calculated as per the formula hereinafter appearing, shall be made, Apart from these, no
other adjustment shall be made to the contract price for any reasons whatsoever, Component
percentage as given below are as of the total cost of work put to tender. Total Labour, material &
POL Components shall be 100 and other components shall be as per actual.
1.
Labour Component -K1
14%
2.
Material Component K2
85%
3.
POL Component - K3
01%
4.
Bitumen Component
Actual
5.
TMT, HYSD & Mild Steel Component
Actual
6.
Cement Component
Actual
7.
C.I. and D.I. Pipes Component
Actual
Note :- If cement, TMT, HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes are Supplied on
Schedule "A" then respective component shall not be considered. Also particular component is not
relevant same shall be deleted.
(A) Formula for Labour Component :
V1 = 0.85
K1
100
Where V1 =
P=
K1 =
L0 =
L1 =
Contractor
L1-L0
L0
No. of Corrections
Executive Engineer
Dy.E.E.
132
(B) Formula for Materials Component :
V2 = 0.85
K2
100
Where V2 =
P=
M1-M0
M0
K2 =
M0 =
M1 =
V3 = 0.85
K3
100
Where V3 =
P=
P1-P0
P0
K3 =
P0 =
P1 =
QB ( B1 - B0)
Where V4 =
QB =
B1 =
Current, average ex-refinery price per metric tonne of Bitumen (Grade 30/40 & Grade
60/70) under consideration including taxes (octroi, excise, sales tax) during the quarter
under consideration.
Basic rate of Bitumen in rupees per metric tonne as considered for working out value of
P. or average ex-refinery price in rupees per metric ton including taxes (octroi, excise
sales tax) of Bitumen for the grade of bitumen under consideration prevailing quarter
preceding the month in which the last date prescribe for receipt of tender; falls,
whichever is higher.
B0 =
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
133
(E) Formula for T.M.T./HYSD & Mild Steel Component :
V5 =
WhereV5 =
S0 (Sl1 - Sl0)
Sl0
Amount of price variation in Rupees to be allowed for T.M.T./HYSD & Mild Steel
component.
S0 =
Basic rate of T.M.T./HYSD and Mild Steel in rupees per metric tonne as considered
for working out value of P
Sl1 =
Average Steel Index as per RBI Bulletin during the quarter under consideration.
Sl0 =
Average of Steel Index as per RBI Bulletin for the quarter preceding the month in
which the last date prescribed for receipt of tender falls.
T=
Tonnage of T.M.T./HYSD & Mild steel used in the permanent works for the
quarter under consideration.
C0 (Cl1 - Cl0)
Cl0
C0 =
Basic rate of cement in rupees per metric ton as considered for working out value of
P
Cl1 =
Average cement Index published in the RBI Bulletin for the quarter under
consideration.
Cl0 =
Average of Cement Index published in the RBI Bulletin for the quarter preceding
the month in which the last date prescribed for receipt of tender falls.
T=
Tonnage of Cement used in the permanent works for the quarter under
consideration.
Qd ( D1 - D0)
Amount of price escalation in Rupees to be allowed for C.I./D.I. pipe component.
Pig Iron basic price in rupees per tonne considered for working out value of P.
D1 =
Average Pig iron price in rupees per tonne during the quarter under consideration.
(Published by IISCO)
Qd =
Tonnage of C.I./D.I pipes used in the works during the quarter under consideration.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
134
The following conditions shall prevails
:i)
The operative period of the Contract shall mean the period commencing from the date of
the work order issued to the Contractor and ending on the date on which the time allowed
for the completion of the works specified in the Contract for work expires, taking into
consideration the extension of time, if any, for completion of the work granted by the
Engineer, under the relevant clause of the Conditions of Contract in cases other than
those where such extension is necessitated on account of default of the Contractor. The
decision of the Engineer as regards the Operative Period of the contract shall be final and
binding on the Contractor. Where any compensation for liquidated damages is levied on
the Contractor on account of delay in completion or inadequate progress under the
relevant Contract provisions, the price adjustment amount for the balance of work from
the date of levy of such compensation shall be worked out by pegging the indices
L1, M1, C1, P1, B1, Sl1, & Cl1 to the levels corresponding to the date from which such
compensation is levied.
ii)
The price variation shall be applicable to all contracts in B1/B2 & C from but shall not
apply to piece works. The price variation shall be determined during each quarter as per
formula given above in this clause.
iii)
The Price Variation under this Clause shall not be payable for the extra items required to
be executed during the completion of the work and also on the excess quantities of items
payable under the provisions of Clause 38/37 of the contract form B1 / B2 respectively.
Since the rates payable for the extra items or the extra quantities under Clause 38/37 are
to be fixed as per current DSR or as mutually agreed to yearly revision till completion of
such work. In other words, when the completion/execution of extra items as well as extra
quantities under Clause 38/37 of the contract form B1 / B2 extends beyond the operative
date of the DSR then rates payable for the same beyond the date shall be revised with
reference to the current DSR prevalent at that time on year to year basis or revised in
accordance with mutual agreement thereon, as provided for in the Contract, whichever is
less.
iv)
This clause is operative both ways, i.e. if the price variation as calculated above is on the
plus side, payment on account of the price variation shall be allowed to the contractor
and if it is on the negative side, the Government shall be entitled to recover the same
from the Contractor and the amount shall be deductible from any amounts due and
payable under the contract.
v)
To the extent that full compensation for any rise or fall in costs to the Contractor is not
entirely covered by the provision of this or other clauses in the contract, the unit rate and
prices included in the contract shall be deemed to include amounts to cover the
contingency of such other actual rise or fall in costs.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.
SCHEDULE - B
Estimated Quantity
which may be more or
less
1
1
Number
Item of work
Rate
2
Item No.1 :- Cutting of trees, including cutting of trunks,
branches and removal of stumps, roots, stacking of serviceable
materials with all leads and lifts and earth filling in the
despression / pit etc. complete.
Girth from 300 milimeter to 600 milimeter
In Figure
3
251.50
In words
4
Rupees Two
hundred fifty
one and paise
fifty only
Unit
Per
Amount
5
One Number
6
251.50
1000.00
Rupees One
thousand and
paise nil only
One Number
5000.00
Number
8000.00
Rupees Eight
thousand and
paise nil only
One Number
8000.00
Contractor
No. of corrections
135
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
Unit
Per
Amount
In words
4
420.00
Rupees Four
hundred twenty
and paise nil
only.
64512.00
60.00
1734.00
Rupees One
thousand seven
hundred thirty
four and paise
nil only
104040.00
128.00
800.00
Rupees Eight
hundred and
paise nil only
102400.00
2
Item No.4 :- Maintaining managing operating the traffic
plying on road during day and night smoothly and safely as and
when required without hindrance to traffic during entire
construction activity by providing necessary equipments such as
various road signs, delineators etc. complete.
153.60
Square
metres
Contractor
No. of corrections
136
In Figure
3
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
12.00
Rate
Unit
Per
In Figure
In words
5
2
3
4
Running Item No.5 :- Taking trial bores 150 milimeter (6" ) diameter in 3673.35
Rupees Three One Running Metre
metres soft strata and in soft rock including all materials such as casing
thousand six
hundred seventy
pipes and accessories oil grease steel balls and such other
three and paise
materials as required (including conveying the materials and
thirty five only.
machineries to site of work) preserving the loose samples
serially in glass/plastic jar on site of work and conveying the
sample to Head Quarter of concerned office as directed
including S.P.T. test and supplying results etc. complete.
Running Item No.6 :- Taking trial bores for detailed investigation in
metre
hard rock 76.20 milimeter (3") of or 50.80 milimeter (2") core
diameter with diamond drilling with NX Bit double tube boring
including all materials such as casing pipes and accessories oil,
grease, steel balls and such other materials as required
(including conveying such materials and machineries to site of
work) preserving the loose samples in glass or plastic jars / core
samples in box with core samples serially numbered and
conveying the sample to Head Quarter of concerned office as
directed with testing results etc. complete.
Contractor
No. of corrections
8272.90
Amount
6
44080.20
137
18.00
Item of work
148912.20
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
5
Item of work
Rate
In Figure
2
3
Numbers Item No.7 :- Providing turn tappa core boxes of jungle wood 1868.50
of size 1.25 x 0.55 x 0.15 metre for preserving core samples
with all fixtures and fastening handles locking arrangement etc.
complete.
In words
4
Rupees One
thousand eight
hundred sixty
eight and paise
fifty only
Unit
Per
Amount
5
One Number
6
9342.50
Cubic
metres
6182.65
Rupees Six
thousand one
hundred eighty
two and paise
sixty five only
443790.62
68.660
Cubic
metres
8637.80
Rupees Eight
thousand six
hundred thirty
seven and paise
eighty only.
593071.35
300.77
Square
metres
238.35
Rupees Two
hundred thirty
eight and paise
thirty five only
71688.53
Contractor
No. of corrections
138
71.78
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
Item of work
Rate
2
Item No.11 :- Providing and fixing in position Thermo
Mechanically Treated steel bar (FE 500 Tata Tiscon, Sail or
equivalent) reinforcement of various diameter for Reinforced
Cement Concrete pile cap, footings, foundations, slabs, beams,
columns, canopies, staircase, newels, chajjas, lintels, pardies,
copings, fins, arches etc. as per detailed design drawing and
schedule including cutting bending hooking, binding with Poly
Venyl Chloride coated binding wires or tack welding and
supporting as required as directed by the Engineer in charge
and supplying all materials with all leads and lifts etc. complete
In Figure
3
In words
4
Unit
Per
Amount
Metric
Tonnes
{ A } Foundation
69670.00
Rupees Sixty
nine thousand
six hundred
seventy and
paise nil only.
1000112.85
2.622
Metric
Tonnes
{ B } Sub Structure
67670.00
Rupees Sixty
seven thousand
six hundred
seventy and
paise nil only.
177430.74
Contractor
No. of corrections
Executive Engineer
139
14.355
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
Metric
Tonnes
{ C } Superstructure
In Figure
3
69670.00
In words
4
Rupees Sixty
nine thousand
six hundred
seventy and
paise nil only.
31.000
Metric
Tonnes
53.418
Cubic
metres
1
12.405
No. of corrections
Amount
5
One Metric Tonne
6
864256.35
Rupees Ten
thousand eight
hundred thirty
two and paise
twenty five
only.
335799.75
Rupees One
hundred twelve
and paise nil
only.
5982.82
140
Contractor
112.00
Unit
Per
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
53.418
Cubic
metres
Contractor
Rate
In Figure
2
3
Item No.14 :- Excavation for foundation in Earth Soil of all 221.20
type sand, gravel, soft murum including removing the
excavated materials upto a distance of 50 metres beyond the
building area, with all leads and lifts, stacking as directed
including dewatering unless provided elsewher, preparing the
bed for the foundation and necessary backfilling with available
earth, murum, ramming, watering excluding shoring and
strutting etc. complete.
Item No.15(A) :- Excavation for foundation in Soft rock
including removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and lifts, stacking
as directed including dewatering unless provided elsewher,
preparing the bed for the foundation and necessary backfilling
with available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres
No. of corrections
416.10
In words
4
Rupees Two
hundred twenty
one and paise
twenty only.
Rupees Four
hundred sixteen
and paise ten
only
Unit
Per
Amount
5
One Cubic Metre
6
11816.06
11114.03
Executive Engineer
141
26.710
Cubic
metres
Item of work
Dy.E.E.
Estimated Quantity
which may be more or
less
1
26.710
Cubic
metres
Item of work
Rate
In Figure
2
3
Item No.15(B) :- Excavation for foundation in Soft rock 511.05
including removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and lifts, stacking
as directed including dewatering unless provided elsewher,
preparing the bed for the foundation and necessary backfilling
with available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres to 3.00 metres
In words
4
Rupees Five
hundred eleven
and paise five
only
Unit
Per
Amount
5
One Cubic Metre.
6
13650.15
Cubic
metres
654.50
Rupees Six
hundred fifty
four and paise
fifty only.
40788.44
100.000
Cubic
metres
343.65
Rupees Three
hundred forty
three and paise
sixty five only.
34365.00
Contractor
No. of corrections
142
62.320
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
37.942
Cubic
metres
Rate
In Figure
2
3
Item No.18 :- Providing and laying in situ M-20 plain cement 5886.80
concrete of trap metal for cast in situ piers, staircase, decking
slab, etc. Including provision of "V" shaped false joints to form
suitable panels on the faces to approved design with compacting
by vibrating and curing complete, including plywood/steel
formwork centering (excluding dewatering by means of pump)
and including bailing out water and curing finishing in cement
mortar 1:3 etc. complete. as directed by Engineer in charge.
No. of corrections
In words
4
Rupees Five
thousand eight
hundred eighty
six and paise
eighty only.
Unit
Per
5
One Cubic Metre
Amount
6
223356.97
143
Contractor
Item of work
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
69.000
Metric
Tonnes
Rate
In Figure
2
3
Item No.19 :- Providing fabrication and erecting in position the 99250.00
Structural steel structure made out of Rolled sections beam,
channels, angles, etc. of SAIL, Ispat, TATA steel, Lioyd steel,
British steel or equivalent, conforming to IS:226, IS 2062 and
grade YST 250 approved in straight profile of all sizes & shapes
including all base plates gusset plates, end plates, stiffiners, bolts
and nuts, fillet/butt welding, splicing, machinery/grinding of
members joints wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi circular
shaoe, including preparing shop drawing for all structures and
getting approved fabrication and erection as per drawing details
and hoisting, erection, fixing in position and surface preparation:
Sand Blasting to Sa2 Standard, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer (Product Name:
Neropoxy 2000) Finish: Two Coat at 30-35 Microns DFT:
Acrylic Modified Solvent Coating (Product Name: Narothane
AA Finish) of approved quality and shade etc. complete.
No. of corrections
In words
4
Rupees Ninety
nine thousand
two hundred
fifty and paise
nil only.
Unit
Per
5
One Metric Tonne
Amount
6
6848250.00
144
Contractor
Item of work
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
17.000
Metric
Tonnes
Contractor
Rate
In Figure
2
3
Item No.20 :- Providing, fabricating and erecting in position the 83420.00
Structural steel structure made out of rolled Mild Steel
pipes, RHS, SHS as per IS 1161/IS 4923 of TATA steel, Lioyd
steel, British steel or equivalent, approved in straight profile of
all sizes and shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding, splicing,
machinery/grinding of members/joints wherever required to give
a neat appearance, fabrication to a curved or bent profile like
arch or semi circular shape, including preparing shop drawing
for all structures and getting approved fabrication and erection
as per drawing details and hoisting, erection, fixing in position
and surface preparation: Sand Blasting to Sa2 Std, Primer: One
Coat at 30-35 Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at 30-35
Microns DFT: Acrylic Modified Solvent Coating (Product
Name: Narothane AA Finish) of approved quality and shade etc.
complete.
In words
4
Rupees Eighty
three thousand
four hundred
twenty and
paise nil only.
Item No.21 :- Providing and Fixing Fabricated structural steel 76650.90 Rupees Seventy
six thousand six
decking as per approved drawing and designs including cost of
hundred fifty
steel angle flat plate,nuts and bolts labour,fabrication and one
and paise ninety
coat of red oxide painting for steel work etc.complete.
only.
No. of corrections
Unit
Per
Amount
5
One Metric Tonne
6
1418140.00
86615.52
145
1.130
Metric
Tonnes
Item of work
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
Unit
Per
In Figure
In words
5
1
2
3
4
28800.000
Cubic Item No.22 :- Providing and fixing Neoprene bearing as per
1.45
Rupees One and One Cubic Centimtre
centimetre standard specification etc complete. (as per IRC-83 Part II)
paise forty five
only.
232.750
6
41760.00
1501.00
Rupees One
thousand five
hundred one and
paise nil only
349357.75
7150.00
Rupees Seven
thousand one
hundred fifty
and paise nil
only
1245315.50
Square
metres
Contractor
No. of corrections
146
174.170
Amount
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
436.333
Square
metres
Item of work
Rate
In Figure
2
3
Item No.25 :- Providing and fixing 16 milimeter thick co- 5100.00
extruded and UV protected multi-cellular Polycarbonate
having integral light-cell cross section with cells of 4mm x 4mm
size, pannel width of approx 1040mm, integral vertical standing
seara at both sides of the panel, snap-on connectors made of
polycarbonate to interlock the penels having a grip-lock double
tooth locking mechanism, sealed ends/end-cap/aluminium Uprofile (mill finish) for ends, of approved colour & make
including installation with fixing clamps at site as per
manufacturer's specifications, scaffolding, with all leads and lifts
etc. complete as directed by the Engineer (For all Profile)
In words
4
Rupees Five
thousand one
hundred and
paise nil only
Unit
Per
5
One Square Metre
Amount
6
2225298.30
Numbers Item No.26 :- Providing and fixing break and seal dry powder
type fire extingusher of 5kg capacity providing 30 kg/sqcm
pressure etc. complete as directed by Engineer In charge
confirming to Iindian Standard 13849 etc. complete.
4110.00
Rupees Four
thousand one
hundred ten and
paise nil only
One Number
20550.00
1000.00
Rupees One
thousand and
paise nil only
One Number
4000.00
Contractor
No. of corrections
147
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
In Figure
2
3
Numbers Item No.28 :- Providing and fixing a set of 3 powder coated 6500.00
chairs of size 600 milimeter x 1350 milimeter x 450 milimeter
as per specification given by Engineer Incharge.
1
4
In words
4
Rupees Six
thousand five
hundred and
paise nil only
Unit
Per
Amount
5
One Number
6
26000.00
Cubic
metres
Item No.29 :- Supplying hard murum at the road side with all
leads and lifts including conveying and stacking etc. complete.
311.25
Rupees Three
hundred eleven
and paise
twenty five
only.
1556.25
5.000
Cubic
metres
262.60
Two Hundred
sixty two and
paise sixty only.
1313.00
5.000
Cubic
metres
15.15
Rupees Fifteen
and paise fifteen
only.
75.75
5.000
Cubic
metres
15.15
Rupees Fifteen
and paise fifteen
only.
75.75
Contractor
No. of corrections
148
5.00
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
6.660
Square
metres
Item of work
Rate
In Figure
In words
2
3
4
12.15
Rupees Twelve
Item No.33 :- Compacting oversize metal (200 mm loose )
and paise fifteen
layer 2 to 7 metre wide with static roller including
only.
necessary,labour materials and artificial watering etc.complete
Square
metres
4.320
Square
metres
900.000
Square
metres
Contractor
No. of corrections
5.05
188.00
Amount
5
One Square Metre
6
80.92
33.63
Rupees Eleven
thousand eight
hundred forty
two and paise
twenty five
only.
51158.52
Rupees One
hundred eighty
eight and paise
nil only.
169200.00
Executive Engineer
149
6.660
Unit
Per
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
In Figure
2
3
Numbers Item No.37 :- Providing and fixing reinforced cement concrete 534.20
cover of aaproved quality and make of 311( 7.5cm) thick over
manhole and inspection chamber including mild steel
reinforcement, curing testing etc. complete.
1
6
Contractor
No. of corrections
376.75
5
One Number
Amount
6
3205.20
9381.08
Executive Engineer
150
24.900
In words
4
Rupees Five
hundred thirty
four and paise
twenty only.
Unit
Per
Dy.E.E.
Estimated Quantity
which may be more or
less
1
60.240
Square
metres
Rate
In Figure
2
3
Item No 39 :- Providing and fixing 50 milimeter thick factory 729.90
made hydraulically pressed, mechanically vibrated and
compacted precast interlocking cement concrete paving
blocks in M-40 grade of approved size and shape as specified
50 milimeter in gray cement and top surface 10 milimeter in
white cement with coloured pigment, including all cost of
materials, manufacturing, curing, transportation of blocks to
work site including loading, unloading and stacking as directed.
laying paving blocks in position over prepared bed of sand of
50 milimeter thickness including necessary excavation in all
stratas, spreading blindage of fine sand over the prepared bed,
compacting blocks by plate vibrator. ( 50 milimeter thick in M40 grade) with all leads and lifts etc. complete.
No. of corrections
In words
4
Rupees Seven
hundred twenty
nine and paise
ninety only.
Unit
Per
5
One Square Metre
Amount
6
43969.18
151
Contractor
Item of work
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
9.780
Cubic
metres
Contractor
Rate
In Figure
2
3
Item No.40 :- Providing and fixing 80 milimeter thick factory 867.60
made Hydraulically pressed Mechanically vibrated and
compacted precast interlocking cement concrete Lacquer
Coated Paving blocks in M-50 grade of approved size and
shape as specified 50mm in gray cement and top surface 10mm
in white cement with coloured pigment including cost of all
materials manufacturing,curing transportation of blocks to work
site including loading,unloading and stacking as directed,laying
paving blocks in position over prepared bed of sand of 50mm
thickness including necessary excavation in all stratas,spreading
blindge of fine sand over the prepared bed,compacting blocks by
plate vibrator with all leads and lifts etc.complete.100 milimeter
thick (Grade M-50)
Item No.41 :- Wet Mix Macadam Providing laying spreading
and compacting graded stone aggregate to wet mix macadam
specifications inculding premixing the material with water to
omc in mechanical mix plant ,carriage of mixed material by
tipper to site,laying in uniform layers with paver in subbase/base course on a well prepared surface and compacting
with power,vibratory roller to achieve the desired density
including lighting guarding,barricading and maintenance of
diversion with etc.complete.
No. of corrections
770.00
In words
4
Rupees Eight
hundred sixty
seven and paise
sixty only.
Rupees Seven
hundred seventy
and paise nil
only.
Unit
Per
Amount
5
One Square Metre
6
8485.13
2302.30
Executive Engineer
152
2.990
Square
metres
Item of work
Dy.E.E.
Estimated Quantity
which may be more or
less
1
9.966
9.966
1100.000
Square
metres
Rate
In Figure
2
3
Item No.42 :Providing 20 milimeter thick premix 235.15
bituminous carpet including supplying all materials with all
leads and lifts, preparing and cleaning the base, heating bitumen
applying tack coat at specified rate, mixing hot bitumen and
chips, laying the carpet layer and compacting etc. complete.
Using 60/70 grade bulk asphalt. (Cold mix)
In words
4
Rupees Two
hundred thirty
five and paise
fifteen only
Unit
Per
Amount
5
One Square Metre
6
2343.50
74.30
Rupees Seventy
four and paise
thirty only.
740.47
500.00
Rupees Five
hundred and
paise nil only.
5000.00
13.50
Rupees Thirteen
and paise fifty
only.
14850.00
Cubic
metres
Contractor
No. of corrections
Executive Engineer
153
10.000
Square
metres
Item of work
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
In Figure
3
59.40
In words
4
Rupees Fifty
nine and paise
forty only.
Rupees Sixty
five and paise
seventy five
only.
One Hours
1972.50
73.55
Rupees Seventy
three and paise
fifty five only.
One Hours
2206.50
464.60
Rupees Four
hundred sixty
four and paise
sixty only.
72426.49
A) 3 H.P. Pump
30.000
Hours
A) 5 to 9 H.P. Pump
65.75
30.000
Hours
A) 10 to 19 H.P. Pump
155.890
Square
metres
Executive Engineer
154
6
1782.00
Hours
No. of corrections
Amount
5
One Hours
1
30.000
Contractor
Unit
Per
Dy.E.E.
Estimated Quantity
which may be more or
less
1
Item of work
Rate
2
Item No.48 :- Laboratory testing charges for various
materials required for item of work on the basis of testing
frequency and charges fixed by Vigilance and Quality Control
Circle Pune. etc. complete.
In Figure
3
In words
4
Unit
Per
Amount
i) Coarse Aggregate
1
Numbers Gradation
Rupees Five
hundred and
paise nil only.
One Number
500.00
1000.00
Rupees One
thousand and
paise nil only.
One Number
1000.00
One Number
325.00
155
500.00
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
1
Item of work
Rate
In Figure
In words
3
4
375.00 Rupees Three
hundred seventy
five and paise
nil only.
2
Numbers Bulkage of sand
Unit
Per
Amount
5
One Number
6
375.00
iii) Cemnt
1
Rupees Two
thousand eight
hundred and
paise nil only.
One Number
2800.00
500.00
Rupees Five
hundred and
paise nil only.
One Number
500.00
1250.00
Rupees One
thousand two
hundred fifty
and paise nil
only.
One Number
1250.00
156
2800.00
Numbers Permeability
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
In Figure
3
In words
4
Unit
Per
Amount
v) P.C.C. M-20
1
Numbers Permeability
500.00
Rupees Five
hundred and
paise nil only.
One Number
500.00
1250.00
Rupees One
thousand two
hundred fifty
and paise nil
only.
One Number
1250.00
One Number
850.00
900.00
One Number
900.00
vi) Water
Numbers Sulphate and chloride & PH value
Contractor
No. of corrections
Rupees Nine
hundred and
paise nil only.
Executive Engineer
157
Dy.E.E.
Estimated Quantity
which may be more or
less
1
1
Item of work
2
Numbers Above 16 mm diameter
Rate
In Figure
3
1200.00
In words
4
Rupees One
thousand two
hundred and
paise nil only.
1250.00
Unit
Per
Amount
5
One Number
6
1200.00
Rupees One
thousand two
hundred fifty
and paise nil
only.
One Number
1250.00
1000.00
Rupees One
thousand and
paise nil only.
One Number
1000.00
450.00
Rupees Four
hundred fifty
and paise nil
only.
One Number
8100.00
Water absorption
158
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
2
Numbers Thickness of coating
above 16 milimeter and upto 25 milimeter diameter
Contractor
In words
4
Rupees Four
hundred fifty
and paise nil
only.
450.00
No. of corrections
Amount
5
One Number
6
1350.00
Rupees Four
hundred fifty
and paise nil
only.
One Number
450.00
1900.00
Rupees One
thousand nine
hundred and
paise nil only.
One Number
5700.00
250.00
Rupees Two
hundred fifty
and paise nil
only.
One Number
750.00
2300.00
Rupees Two
thousand three
hundred and
paise nil only.
One Number
4600.00
159
1
3
In Figure
3
450.00
Unit
Per
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Rate
In Figure
3
1500.00
Contractor
No. of corrections
2000.00
Rupees Two
thousand and
paise nil only.
Amount
5
One Number
6
3000.00
One Number
1400.00
One
number
4000.00
160
1
2
In words
4
Rupees One
thousand five
hundred and
paise nil only.
Unit
Per
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
Item of work
Contractor
In Figure
3
500.00
In words
4
Rupees Five
hundred and
paise nil only.
No. of corrections
Unit
Per
5
One Number
Amount
6
1000.00
161
1
2
Rate
One
number
650.00
TOTAL RS.
17015907.28
Say Rs. =
17015907.00
Executive Engineer
Dy.E.E.
Estimated Quantity
which may be more or
less
1
Item of work
Rate
In Figure
3
In words
4
Unit
Per
Amount
162
BLANK PAGE
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.
SCHEDULE - C SPECIFICATION
Item of work
Page
1
Item No.1 :- Cutting of trees, including cutting of
trunks, branches and removal of stumps, roots,
stacking of serviceable materials with all leads and lifts
and earth filling in the despression / pit etc. complete.
Girth from 300 milimeter to 600 milimeter
2
---
3
---
4
As directed by Engineer in charge and as per wording of item.
---
---
---
---
Contractor
163
Speci.. No.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
1
Item No.4 :- Maintaining managing operating the
traffic plying on road during day and night smoothly
and safely as and when required without hindrance to
traffic during entire construction activity by providing
necessary equipments such as various road signs,
delineators etc. complete.
Speci.. No.
Page
2
---
3
---
4
As directed by Engineer in charge and as per wording of item.
164
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
2405
3
550
4
The work shall be carried out as per the wording of item
and as directed by Engineer in Charge.
165
1
Item No.5 :- Taking trial bores 150 milimeter (6" )
diameter in soft strata and in soft rock including all
materials such as casing pipes and accessories oil
grease steel balls and such other materials as required
(including conveying the materials and machineries to
site of work) preserving the loose samples serially in
glass/plastic jar on site of work and conveying the
sample to Head Quarter of concerned office as directed
including S.P.T. test and supplying results etc.
complete.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.6 :- Taking trial bores for detailed
investigation in hard rock 76.20 milimeter (3") of or
50.80 milimeter (2") core diameter with diamond
drilling with NX Bit double tube boring including all
materials such as casing pipes and accessories oil,
grease, steel balls and such other materials as required
(including conveying such materials and machineries
to site of work) preserving the loose samples in glass
or plastic jars / core samples in box with core samples
serially numbered and conveying the sample to Head
Quarter of concerned office as directed with testing
results etc. complete.
2
---
3
---
4
The work shall be carried out as per the wording of item and as
directed by Engineer in Charge.
---
---
The work shall be carried out as per the wording of item and as
directed by Engineer in Charge.
Contractor
166
Speci.. No.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Speci.. No.
1
2
Item No.8 : - Providing and laying in situ M-30 BR-5 (a)
B-7
Reinforced cement concrete
of trap metal
mechanically mixed, placed in foundation and (except for
Mix
compacted by vibration including necessary bailing out
water, curing (including plywood/steel formwork, proportions)
Mix
centering and excluding dewatering by pump) etc. with
proportions
all leads and lifts etc. complete.
shall be as
per mix
design.
Page
3
116
38 to 40
4
1) Grade of concrete shall be M-30 instead of 1:2:4
2) Necessary concrete mix design of grade M-30 shall be carried out as
per IS: 456-2000 with minimum cement content as per IRC-21-2000.
3) The cement consumption considered for this item is 400 kg/m3 of
concrete. For variation in cement consumption due to mix design sub
para 7 of B -7 of specification shall be applicable.
4) Use of admixture in appropriate quantity shall be permitted , however
no extra payment will be made on that account.
5) Mix design shall be done from Govt. Laboratory and approved by
Engineer in charge.
6) Mix design shall be redone whenever there is change in source of
quarry materials or after every months whichever is earlier.
7) For all R.C.C. and concreting work , blended cement may be used ,
confirming to IS 1489 ( Part 1 ) after confirmation of due tests.
8) The minimum curing period shall be as per IS 456:2000.
9) Wooden centering / shuttering is not allowed .
10) Testing of materials type and frequency shall be as per Annexture A
and B attached seperately
11) Only plastic coated G.I. wires be used as binding wires.
12) Concrete surface immediately after finishing shall be covered
with L.D.P.E. film and water curing shall be started after final
setting of concrete
No. of corrections
167
Contractor
Executive Engineer
Dy.E.E.
Item of work
1
Item No.9 :- Providing and laying in situ cement
concrete M-30 of trap metal for cast in situ Reinforced
cement concrete piers with vertical and horizontal
diaphragram having neet and smooth finish centering
shutting, scaffolding, compaction by vibrating and
curing etc. complete.
Speci.. No.
Page
2
MORTH
section
2100
BR-24(a)
B-7
3
565
to
568
138
38 to 40
4
1) Grade of concrete shall be M-30 instead of 1:2:4
2) Necessary concrete mix design of grade M-30 shall be carried out as
per IS: 456-2000 with minimum cement content as per IRC-21-2000.
3) The cement consumption considered for this item is 400 kg/m3 of
concrete. For variation in cement consumption due to mix design sub
para 7 of B -7 of specification shall be applicable.
4) Use of admixture in appropriate quantity shall be permitted , however
no extra payment will be made on that account.
5) Mix design shall be done from Govt. Laboratory and approved by
Engineer in charge.
6) Mix design shall be redone whenever there is change in source of
quarry materials or after every months whichever is earlier.
7) For all R.C.C. and concreting work , blended cement may be used ,
confirming to IS 1489 ( Part 1 ) after confirmation of due tests.
8) The minimum curing period shall be as per IS 456:2000.
9) Wooden centering / shuttering is not allowed .
10) Testing of materials type and frequency shall be as per Annexture A
and B attached seperately
11) Only plastic coated G.I. wires be used as binding wires.
12) Concrete surface immediately after finishing shall be covered
with L.D.P.E. film and water curing shall be started after
final setting of concrete
No. of corrections
168
Contractor
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
---
3
---
4
As directed by Engineer-in-charge. Paint shall be got approved prior
to use from Engineer-in- charge. Specification for Col tar eopxy paint
shall be enclosed in this tender documents on Page No.219
No. of corrections
169
1
Item No.10 :- Providing and applying approved
quality coal tar epoxy paint in two coats for surface
of well, pier abutment between L.T.L.to 0.90 metre
above H.F.L. etc. complete.
Executive Engineer
Dy.E.E.
Item of work
Speci.. No.
Page
2
Bd F 17
3
306
4
(1) Read T.M.T. in place of mild steel.
(2) The binding of reinforcing shall be as per the design schedules
and drawings.
(3) The detailing of reinforcement shall be done as per the relevant IS
code or as directed by Engineer-in-charge.
(4) Binding wires of galvanized iron duely plastic coated shall be
used at no extra cost to Government.
(5) Tested steel bars brought by contractor shall be used only after
treating with anti corrossive treatment.
170
1
Item No.11 :- Providing and fixing in position
Thermo Mechanically Treated steel bar (FE 500
Tata Tiscon, Sail or equivalent) reinforcement of
various diameter for Reinforced Cement Concrete
pile cap, footings, foundations, slabs, beams, columns,
canopies, staircase, newels, chajjas, lintels, pardies,
copings, fins, arches etc. as per detailed design
drawing and schedule including cutting bending
hooking, binding with Poly Venyl Chloride coated
binding wires or tack welding and supporting as
required as directed by the Engineer in charge and
supplying all materials with all leads and lifts etc.
complete
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Speci.. No.
Page
1
Item No.12 :- Providing fusion bonded epoxy
coating to Thermo Mechanically treated reinforcing
steel bars as per Indian Standard 3620 - 1993
specification for a thickness of 175+/-50 microns
including testing of coating at plant, extra cost for
carul handling using poly venyl chloride coating,
binding wires instead of gavanised iron wires, touching
up the material supplied, repair work etc. complete as
per detailed specifications.
2
---
3
---
---
4
(1) Tested steel bars brought by contractor shall be used only after
treating with F.B.E.C. Coating.
(2) Specification for Anti corrossive treatment of F.B.E.C. type are
enclosed separately on Page 191to 193
(3) The steel shall be tested and confirm to relevant IS code /
specification.
(4) As directed by the Engineer - in - Charge and as per wording of
item.
171
Contractor
---
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
1
Item No.14 :- Excavation for foundation in Earth
Soil of all type sand, gravel, soft murum including
removing the excavated materials upto a distance of 50
metres beyond the building area, with all leads and
lifts, stacking as directed including dewatering unless
provided elsewher, preparing the bed for the
foundation and necessary backfilling with available
earth, murum, ramming, watering excluding shoring
and strutting etc. complete.
Speci.. No.
Page
2
BD A 1
to 3
3
13
4
(1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.
(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.
BD A 4
to 5
13
(4) The decision regarding strata classification by the Engineer - in (1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.
172
(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.
(4) The decision regarding strata classification by the Engineer - in charge shall be final and binding on the contractor.
Contractor
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
1
Item No.15(B) :- Excavation for foundation in Soft
rock including removing the excavated materials upto
a distance of 50 metres beyond the building area, with
all leads and lifts, stacking as directed including
dewatering unless provided elsewher, preparing the
bed for the foundation and necessary backfilling with
available earth, murum, ramming, watering excluding
shoring and strutting etc. complete.
Lift upto 1.50 metres to 3.00 metres
Speci.. No.
Page
2
BD A 4
to 5
3
13
4
(1) Rate is inclusive of dewatering manually, no extra payment shall
be made on this account.
(2) The useful excavated available material shall be used for filling in
plinth and soling.
(3) The size viz. length , width and depth of excavation shown on
drawing are tentative and may vary in actual execution.
(4) The decision regarding strata classification by the Engineer - in charge shall be final and binding on the contractor.
Contractor
Bd A 5
to 6
13
173
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
---
3
---
4
As directed by Engineer in charge.
174
1
Item No.17 :- Transporting the Excavated materials to
a distance with all leads including all lifts including
loading unloading labour etc. complete and as directed
by Engineer in charge.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
BR-24
B-7
(except for
Mix
proportions)
Mix
proportions
shall be as
per mix
design.
3
137
38 to 40
4
1) Grade of concrete shall be M-20 instead of 1:2:4
2) Necessary concrete mix design of grade M-20 shall be carried out
as per IS: 456-2000 with minimum cement content as per IRC-212000.
3) The cement consumption considered for this item is 350.00 kg/m3
of concrete. For variation in cement consumption due to mix design
sub para 7 of B -7 of specification shall be applicable.
4) For concreting work , blended cement may be used , confirming to
IS 1489 ( Part 1 ) after confirmation of due tests.
5) The minimum curing period shall be as per IS 456:2000.
6) Wooden centering / shuttering is not allowed .
7) Testing of materials type and frequency shall be as per Annexture
A and B attached seperately
8) Concrete surface immediately after finishing shall be covered with
L.D.P.E. film and water curing shall be started after final setting of
concrete.
No. of corrections
175
1
Item No.18 :- Providing and laying in situ M-20 plain
cement concrete of trap metal for cast in situ piers,
staircase, decking slab, etc. Including provision of
"V" shaped false joints to form suitable panels on the
faces to approved design with compacting by vibrating
and curing complete, including plywood/steel
formwork centering (excluding dewatering by means
of pump) and including bailing out water and curing
finishing in cement mortar 1:3 etc. complete. as
directed by Engineer in charge.
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
---
3
---
4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
The structural steel for the project for the Universal Sections
(UB/UC) shall conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming
to IS: 2062.
The structural steel for the project for the Tubular Sections
(SHS/RHS) shall be as per IS: 1161.
Specification for Structural steel work shall be enclosed in this tender
documents on Page No.223 to 238.
No. of corrections
176
1
Item No.19 :- Providing fabrication and erecting in
position the Structural steel structure made out of
Rolled sections beam, channels, angles, etc. of SAIL,
Ispat, TATA steel, Lioyd steel, British steel or
equivalent, conforming to IS:226, IS 2062 and grade
YST 250 approved in straight profile of all sizes &
shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding,
splicing, machinery/grinding of members joints
wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi
circular shaoe, including preparing shop drawing for
all structures and getting approved fabrication and
erection as per drawing details and hoisting, erection,
fixing in position and surface preparation: Sand
Blasting to Sa2 Standard, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at
30-35 Microns DFT: Acrylic Modified Solvent
Coating (Product Name: Narothane AA Finish) of
approved quality and shade etc. complete.
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
---
3
---
4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
The structural steel for the project for the Universal Sections
(UB/UC) shall conform to IS: 2062.
The structural steel for the project for the Indian Standard Sections
(Angles/Channels/I sections) shall be as per IS: 808 and conforming
to IS: 2062.
The structural steel for the project for the Tubular Sections
(SHS/RHS) shall be as per IS: 1161.
Specification for Structural steel work shall be enclosed in this tender
documents on Page No.223 to 238.
No. of corrections
177
1
Item No.20 :- Providing, fabricating and erecting in
position the Structural steel structure made out of
rolled Mild Steel pipes, RHS, SHS as per IS 1161/IS
4923 of TATA steel, Lioyd steel, British steel or
equivalent, approved in straight profile of all sizes and
shapes including all base plates gusset plates, end
plates, stiffiners, bolts and nuts, fillet/butt welding,
splicing, machinery/grinding of members/joints
wherever required to give a neat appearance,
fabrication to a curved or bent profile like arch or semi
circular shape, including preparing shop drawing for
all structures and getting approved fabrication and
erection as per drawing details and hoisting, erection,
fixing in position and surface preparation: Sand
Blasting to Sa2 Std, Primer: One Coat at 30-35
Microns DFT: Modified Phenalkamine Primer
(Product Name: Neropoxy 2000) Finish: Two Coat at
30-35 Microns DFT: Acrylic Modified Solvent
Coating (Product Name: Narothane AA Finish) of
approved quality and shade etc. complete.
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.21 :- Providing and Fixing Fabricated
structural steel decking as per approved drawing and
designs including cost of steel angle flat plate,nuts and
bolts labour,fabrication and one coat of red oxide
painting for steel work etc.complete.
2
---
3
---
4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
---
---
Contractor
No. of corrections
178
Speci.. No.
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No. 23 :- Providing and fixing Antiskid Vitrified
finish tiles of approved quality of company Kajaria /
Nitco / Bell or Rak/Jhonson or equivalent make of size
30 centimeter x 30 centimeter and 10 milimeter
thick and confirming to Indian Standard 15622 - 2006
(Group Bla) for antiskid flooring in required
positions laid on a bed of cement mortar 1:4 including
cement float filling joints with white / colour cement
slurry, cleaning, curing etc. with all leads and lifts etc.
complete.
2
---
3
---
4
(1) Read Antiskid Vitrified in place of white glazed .
(2) The item shall be executed as directed by Engineer-in-charge.
(3) The samples of tiles shall be tested and got approved from the
Engineer-in-charge before its procurement and use.
(4) The rate is inclusive of base coat in C.M. 1:4 . No extra payment
will be made on this account.
(5) The river sand brought on site shall be washed by sand washing
machine prior to its mixing for mortar. No claims or enhancement of
rates due to this provision shall be entertained.
(6) As directed by Engineer in charge.
---
---
Contractor
No. of corrections
179
Speci.. No.
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.25 :- Providing and fixing 16 milimeter
thick co-extruded and UV protected multi-cellular
Polycarbonate having integral light-cell cross section
with cells of 4mm x 4mm size, pannel width of approx
1040mm, integral vertical standing seara at both sides
of the panel, snap-on connectors made of
polycarbonate to interlock the penels having a griplock double tooth locking mechanism, sealed ends/endcap/aluminium U-profile (mill finish) for ends, of
approved colour & make including installation with
fixing clamps at site as per manufacturer's
specifications, scaffolding, with all leads and lifts etc.
complete as directed by the Engineer (For all Profile)
2
---
3
---
4
As directed by Engineer in charge and as per wording of item.
Specification for Polycarbonate roofing sheet shall be enclosed in
this tender documents on Page No.222 and 238.
---
---
Contractor
No. of corrections
180
Speci.. No.
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.27 :- Providing and fixing in position at
suitable locations, suspended dustbin made of
approved PVC of approx. 42 Ltr capacity having
bottom flap for emptying with clear mouth opening of
100 x 200 milimeter size as per the Engineer in
charge's instruction, etc. complete.
2
---
3
---
4
The materials shall be got approved from the Engineer-in-charge
before its procurement and use.
---
---
Rd-23
375
Rd-20
373
Contractor
181
Speci.. No.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Speci.. No.
Page
1
Item No.31 :- Spreading hard murum / kankar on
the road formation / side width with all leads and lifts
etc. complete
2
Rd-37
3
379
Rd-28
RD-32
382
RD-32
382
379
The 5% slope shall be kept for side width during execution.
No. of corrections
182
Contractor
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.35 :- Supply of single/ double sided message
board of any size using,white coloured retroreflective sheet confirming ASTM Type IX
Specifications bonded on 4mm Aluminum Composite
Panel (0.25+3.50+0.25 -Pvdf Coated) over which
alphabets and numerals are reverse cut made using
Electro Cut able Film with computerized cutting
plotter.the the signboards shall be fixed with the
galvanized backframe made up of 40 x 40 x 5
Galvanised Iron angle.
2
----
3
----
4
As directed by Engineer in charge and as per wording of item.
----
----
----
----
Contractor
183
Speci.. No.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
----
3
----
4
As directed by Engineer in charge and as per wording of item.
184
1
Item No.38 :- Constuction of cement concrete kerb
with channel with top and bottom width 115 and
165mm respectively, 250mm high in M-20 grade PCC
on M-10 grade foundation 150mm thick, kerb channel
300 milimeter wide, 50 milimeter thick in PCC M-20
grade slope, towards the kerb,kerb stone with channel
laid with kerb laying machine, foundation concrete laid
manually all complete as per clause 408. (Using
Concrete Mixer)
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
----
3
----
4
As directed by Engineer in charge and as per wording of item.
Specification for paving block shall be enclosed in this tender
documents on Page No.210 to 218.
185
1
Item No 39 :- Providing and fixing 50 milimeter
thick
factory
made
hydraulically
pressed,
mechanically vibrated and compacted precast
interlocking cement concrete paving blocks in M-40
grade of approved size and shape as specified 50
milimeter in gray cement and top surface 10 milimeter
in white cement with coloured pigment, including all
cost of materials, manufacturing, curing, transportation
of blocks to work site including loading, unloading and
stacking as directed. laying paving blocks in position
over prepared bed of sand of 50 milimeter thickness
including necessary excavation in all stratas, spreading
blindage of fine sand over the prepared bed,
compacting blocks by plate vibrator. ( 50 milimeter
thick in M-40 grade) with all leads and lifts etc.
complete.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
----
3
----
4
As directed by Engineer in charge and as per wording of item.
Specification for paving block shall be enclosed in this tender
documents on Page No.210 to 218.
186
1
Item No.40 :- Providing and fixing 80 milimeter
thick
factory
made
Hydraulically
pressed
Mechanically vibrated and compacted precast
interlocking cement concrete Lacquer Coated Paving
blocks in M-50 grade of approved size and shape as
specified 50mm in gray cement and top surface 10mm
in white cement with coloured pigment including cost
of all materials manufacturing,curing transportation of
blocks to work site including loading,unloading and
stacking as directed,laying paving blocks in position
over prepared bed of sand of 50mm thickness
including necessary excavation in all stratas,spreading
blindge of fine sand over the prepared bed,compacting
blocks by plate vibrator with all leads and lifts
etc.complete.100 milimeter thick (Grade M-50)
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
MORT& H
Specification
4th Revision
clause No.
406
3
184
4
As directed by Engineer in charge
187
1
Item No.41 :- Wet Mix Macadam Providing laying
spreading and compacting graded stone aggregate to
wet mix macadam specifications inculding premixing
the material with water to omc in mechanical mix plant
,carriage of mixed material by tipper to site,laying in
uniform layers with paver in sub-base/base course on
a well prepared surface and compacting with
power,vibratory roller to achieve the desired density
including
lighting
guarding,barricading
and
maintenance of diversion with etc.complete.
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Contractor
Speci.. No.
Page
2
MORT and
H
Specification
for road &
Bridge under
upgraded
fourth
revision
2001 clause
503
RD-50
3
Page
157 to 160
4
Grade of asphalt for carpet mixing shall be 60/70. And for tack coat
shall be 60/70.
188
1
Item No.42 :- Providing 20 milimeter thick premix
bituminous carpet including supplying all materials
with all leads and lifts, preparing and cleaning the
base, heating bitumen applying tack coat at specified
rate, mixing hot bitumen and chips, laying the carpet
layer and compacting etc. complete. Using 60/70 grade
bulk asphalt. (Cold mix)
398
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Speci.. No.
1
2
Item No.43 :- Providing bituminous liquid seal coat MORT and
H
to black top surface, including supplying all materials,
with all leads and lifts, preparing the existing road Specification
surface, heating and applying bitumen spreading chips for road &
and rolling by static roller by using bulk asphalt 60/70 Bridge up
graded
grade bitumen at the rate of 0.98 kilogramme per
fourth
square metre etc. complete.
revision
2001 clause
513
Page
3
201 to 204
4
Grade of asphalt shall be 60/70.
Mechanical sprayer shall be used for laying seal coat.
---
---
---
---
---
---
Contractor
189
No. of corrections
Executive Engineer
Dy.E.E.
Item of work
Page
1
Item No.47 :- Providing and applying epoxy paint
primer with middle coat and top coat to
superstructure including scaffolding etc.complete
2
---
3
---
4
As directed by Engineer-in-charge. Paint shall be got approved prior
to use from Engineer-in- charge.
---
---
Contractor
for
the
by
etc.
No. of corrections
190
Speci.. No.
Executive Engineer
Dy.E.E.
191
SPECIFICATIONS OF F.B.E.C
Item - Providing Anticorrosive Treatment to TMT/HYSD Reinforcement Bars with
Fusion Bonded Epoxy Coating (FBEC).
1.0
Reinforcing Bars
The reinforcing bars to be provided with Fusion Bonded Epoxy Coating shall conform
to the tender specifications and relevant I.S. Specifications. In spite of producing test
certificates by contractor for the proper quality of reinforcing bars, the quality of steel
could also be tested by the FBE coating firm at plant site for bend test before doing
coating and that if the reinforcing bar fails in bend test, then it shall not be provided
with FBEC and in that case, cost of conveyance of such steel to paint and removing
form plant shall be of the contractor. The rechecking quality of steel, for bend test will
be done by the coating agency in the presence of contractor provided the contractor
choose to remain present.
Reinforcing bars to be coated shall be fresh from tolling mills as far as possible. If the
bars are very much rusted in quality before providing FBEC, such bars shall have a
loss of weight at contractor's risk.
To ascertain the loss in weight of reinforcing bars on account of removal of rust
during coating, random weighment before and after coating shall be done and that loss
in weight shall be borne by the contractor.
2.0
2.1
The FBEC coating shall be done conforming to U.S. Code 13620 1993 with
additional stipulations as under.
2.1
The Fusion Bonded Epoxy Coating shall be carried out by an authorized FBE coating
agency approved by Department. The coating plant shall be certified by ISO 9002
and/or by the owner / departments.
2.2
2.3
The tender rate for F.B.E.C. coating shall include using PVC coated G.I. binding
wires of 18 G.
3.0
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
192
3.2
The coated reinforcement bars shall be tested at plant by the contractor. Test reports
shall be jointly signed by authorized representatives of contractor and the coating
agency. The tests on coated bars shall be as per I.S. for the following tests ;
(a)
(b)
(c)
Thickness
Continuity
Adhesion
The frequency of tests shall be for the thickness of coating minimum two bars of each
size from each production shifts.
Random tests shall be made for continuity of coating.
3.3 Inspite of above tests and test certificates produced by the contractor and coating agency,
the Department / Owner reserves the rights to carry out independent tests at coating plant for
cross checking. The contractor's agreement with coating agency shall include the provisions
for Department's / Owner's cross checking and that if the coating quality is not approved by
the department / owner the decision of the Department / Owner to reject or repair the coating
shall be final and binding on all parties.
3.4
3.5
Holidays in coating shall not be more than two holidays per linear foot (six holidays
per metre) of coated bar.
4.0
Handling
4.1 The coated bars shall be carefully handled in order not to drop them, not to rub them on
hard surface or against another coated bar while conveying, stacking, placing or stacking or
fabricated bars and that for this purpose, wooden packing batons shall be used at spacing of
not more than 60 cms.
The coated bars shall be tied to make bundles with PVC binding material to avoid
damages to coating.
4.2
The coated bars shall be stacked with separation gap between ground and bars with
wooden batons between rows of bars or bundles of such tied bars. Such wooden or
padded contact shall be at spacing of not more than 60 cms.
4.3
The cut ends of bars shall be touched up with special touch up materials of
specifications as provided by coating agency. There shall be minimum time gap to
repair the cut ends and damaged portions with touch up materials and that failure to
do so may cause complete rejection of the coated bars. The cut ends and damaged
portions shall be touched up with repair patch-up material within four hours time gap.
All damages to coating in handling etc. Shall be repaired irrespective of their size.
This stipulation supersedes provision of I.S. Code.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
193
4.4
No payment will be made for coated bars which are not used in the work and that if
they were paid either on account of coating of the rejectable part of bars or doing
extra fabrication etc., the amount paid will be recovered from contractor. The
contractor will be paid for the same quantity of steel bars used in the work and paid
under relevant item.
4.5
While bending the bars, the pins of work benches shall be provided with PVC or
plastic sleeves. It is preferable that contractor install bar bending machines suitable
for FBE coated bars and that each bending operation is done in a time of not less than
90 secs.
4.6
The coated steel shall not be directly exposed to sun rays and rains and shall be
protected with opaque polythene sheets or such other approved materials.
4.7
While doing, concreting, the workmen or trolleys shall not directly move on coated
bars but can move on wooden planks placed on the bars by contractor.
4.8
Inspite of all test certificates, if the coated are roughly handled by contractor either
during transport, fabrication, stacking, placing and concreting etc., or handled in such
a manner as to damage the coating for area or portion more than reasonable, the
Engineer-in-charge or Department / Owner reserves the right to reject the FBE coated
bars and that if rejected then such rejected bars shall be removed by contractor from
work site within three days. The decision of Engineer-in-charge will be final as to
reject the bars with damage coating or to allow repairing the coating, or to get it
recoated entirely at contractor's cost.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
194
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
195
ADDITIONAL SPECIFICATIONS FOR SKYWALK WORK
CLAUSE SP-6
1
ROAD SIGNS
General
The Colour, configuration
The Colour, size & location of all traffic signs for the project shall be as
specified in the drawings and in the absence of any details or any missing
details, the signs shall be provided as directed by the Engineer.
1.1
Structural Details
The structural details for supports shall be as per the contract drawings and
or as directed by the Engineer.
Retro-reflective sheeting
4.1
General requirements
The retro-reflective sheeting used on the sign shall consist of the white or
coloured sheeting having a smooth outer surface, which has the property of
retro-reflective over its entire surface. It shall be weather resistant and show
colour fastness. It shall be new and unused and shall show no evidence of
cracking, scaling, pitting, blistering, edge lifting or curling and shall have
negligible shrinkage or expansion. A certificate of having tested the sheeting
for these properties in an unprotected outdoor exposure(stating retained
reflection of 80 %) facing the sun for three years and its having passed these
tests shell be obtained from a reputed laboratory, by the manufacture of the
sheeting.
The reflective sheeting shall be of wide angle prismatic lens type of ASTMType IX.
4.2
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
196
TABLE 1
Minimum Coefficient of Retro-reflection for retro-reflective
sheeting Prismatic lens type (candelas / lux / sq. m)
Obse.
Angle (in
deg.)
0.1
0.1
0.2
0.2
0.5
0.5
1.0
1.0
Entrance
Angle (in
deg.)
-4
+30
-4
+30
-4
+30
-4
+30
White
Yellow
660
370
380
215
240
135
60
45
500
280
285
162
180
100
60
34
Green
66
37
38
22
24
14
8
4.5
Red
Blue
130
74
76
43
48
27
16
9
30
17
17
10
11
6
3.6
2
When totally wet, the sheeting shall not show less than 90% of the values of
retro reflectance indicated in Table 1. At the end of 7 years, the sheeting shall
retain at least 75% of its original retro reflectance.
5
Messages / Borders
5.1
5.2
For screen printed transparent coloured areas on white sheeting, the coefficient of retro-reflection shall not be less than the values of corresponding
colour in Tables-1.
5.3
Colour
Colour shall be as specified and shall conform to the requirements of Table 2.
Conformance
to
colour
requirements
shall
be
determined
spectrophotometrically in accordance with ASTM E 1164, with instruments
utilizing either 45/0, or 0/45 illumination/viewing conditions and tolerances as
described in ASTM E 1164 for retroreflective materials.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
197
Table 2
Colour
White
Yellow
Red
Blue
Green
x
.30
.48
.69
.07
.03
y
.3
.42
.31
.17
.39
X
.35
.54
.59
.15
.16
Y
.35
.45
.31
.22
.36
x
.33
.46
.56
.21
.28
y
.37
.53
.34
.16
.44
x
.28
.42
.65
.13
.20
Reflectance
Limit (y)
y
Min
Max.
.32 40.0
.48 24.0 45.0
.34
3
15
.03
1.0
10.0
.79
3.0
9.0
Adhesives
The sheeting / film shall have a pressure sensitive adhesive of the aggressive
tack type requiring no heat, solvent or other preparation for adhesion to a
smooth clean surface. The adhesive shall be protected by an easily
removable liner (removable by peeling without soaking in water or other
solvent) and shall be suitable for the type material of the base plate such that
it shall not be possible to remove the sheeting from the sign base in one
piece by use of sharp instrument. The adhesive shall form a durable bond to
smooth, corrosion and weather resistant surface of the base plate. In case of
pressure sensitive adhesive sheeting, the sheeting shall be applied in
accordance with the manufacturers specifications.
Fabrication
8.1
8.2
Complete sheets of the material shall be used on the signs except where it is
unavoidable; at splices, sheeting with pressure sensitive adhesives shall be
overlapped not less than 5 mm. Where screen printing with transparent
colours is proposed, only butt jointing shall be used. The material shall cover
the sign surface evenly and shall be free from twists, cracks and folds. The
transparent overlay film in which cutout messages have been made shall be
bonded with sheeting in the matter specified by the manufacturer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
198
9
10
Installation
10.1
10.2
All components of signs and supports, excluding the back side of aluminium
sheet and the reflective portion shall be thoroughly descaled, cleaned and
galvanised (zinc coated, 0.55 Kg/Sqm. minimum single spot.) and shall
conform to relevant IS Specifications.
10.3
The signs shall be fixed to the posts by welding and/or bolts and washers as
shown in the drawing. After the nuts have been tightened, the tails of the
bolts shall be furred over with a hammer to prevent removal.
11
11.1
Foundation for supports of sign boards with single support shall be by making
excavation in all type of strata to the sizes and level as shown in relevant
drawings and fixed with M-20 grade cement concrete during installation.
Foundation for supports of sign boards with two or more supports shall be
made by boring holes in all types of strata to the sizes levels as shown in
relevant drawings and fixed with M-20 grade cement concrete during and
installation. All concrete works will be carried out as per relevant MORT&H
Specification.
11.2
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
199
12
13
Guarantee Bond
Specific guarantee bond for the guarantee period specified by the MORT&H
specifications 2001 shall be obtained from the manufacturer and submitted
duly signed by the Contractor to the Engineer before installation of board.
14
Rate
The contract unit rate shall be payment in full for the cost of making the road
sign including supports and foundations, including all materials, installing it at
the site and incidentals to complete the work in accordance with the
specifications. In case of overhead sign boards supported on overhead
gantry the rate shall not include the support gantry, its foundation and
erection which shall be paid separately.
Traffic Rotaro
The contractor shall provide traffic rotaro showing traffic direction made up of
four blinkers mounted on M.S. Frame of 5-x50x6mm size 250 Hz frequency
electrically operated at both ends of the cordoned area for help and guidance
of road users. Necessary arrangements for supply of electricity shall be
made by the contractor.
Road Delineators
Road delineators/spring delineators as per IRC-79 and as per relevant
drawings and as directed by Engineer shall be fixed at suitable intervals to
have a suitable guidance to the road users at the night time for smooth flow
of traffic. Delineators shall be fixed firmly in the ground. Also red flags, cat
eye reflectors/Tiger eye reflectors shall be fixed on the barricades.
Alternative arrangements shall also be kept ready in case of failure of
electricity.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
200
3
Signs, lights, barriers and other traffic control devices shall be provided and
maintained in a satisfactory condition till such time they are required as
directed by the Engineer, so as to ensure smooth and safe traffic on the road
throughout the length. Guidelines given in IRC-SP-55 Safety in Road
Construction Zone should be followed. All above items of work are included
in the lumpsum price of the item. The contractor will also provide police
warden and walkie-talkie sets as required by the Engineer (who will consult
Police Authorities in this respect). These items will however be paid
separately under specific items provided in the BOQ.
CLAUSE SP-8
:
:
:
1.11 kg/litre
500 50 centipoise
30 minutes minimum
90-100 N/mm2
:
:
:
Concrete failure
2 kg/cm2
Conforming to ASTM C 883
iv)
Capable of injecting into cracks of width >=0.3mm
v)
Simple cleaning and maintenance routines
vi)
Provision of an arrangement for controlling and
stopping the injection
before the gun is withdrawn Fitted with pressure gauge to indicate grouting
pressure.
Materials, equipment and procedure for injection for cementitious grout shall be
same as for polymer modified cementitious (PMC)/ grout as indicated in
specification for improving concrete quality.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
201
3
3.1
Procedure
Surface Preparation: The visible cracks and other outlet points nearby shall
have to be sealed by adopting the given procedure. First of all, the area shall
be cleaned thoroughly and all visible outlets shall be sealed. For sealing the
cracks, V-notch (20mm wide x 10mm deep) shall be cut along the cracks. This
shall be cleaned off all loose particles, dust etc. by compressed air. A layer of
epoxy bounding agent/ PMC slurry be applied over the freshly cut surface.
Epoxy repair mortar shall be used to fill the groove while the slurry coating is
still wet but after a lapse of 30 minutes of the slurry coat. Entry ports for
pressure injection shall then be made by pneumatic percussion/rotary drills. In
each hole a plastic grouting nipple shall be fixed using epoxy mortar/PMC
mortar. The spacing of the ports shall be about 300mm c/c or be suitable for
the site condition. The first and last entry ports should be established at or
near the top and bottom respectively of all vertical cracks or at the ends of any
horizontal crack.
The spacing of injection points shall be such as to help in maximum resin or
cementitious grout material penetration and easy filling of cracks with low
operating pressure.
The mixing of various components of epoxy system shall be carried out by
mechanical means to ensure thorough and uniform mixing.
The injection shall be carried out from the lower most elevation to the highest
elevation to ensure that air or moisture is completely displaced from the cracks
and grout materials fills the cracks completely. This is indicated by the flow of
grout material noticed at the higher elevation. The rate of grout material
injection shall be adjusted so as to fill up all the voids. All inlet points shall be
closed by suitable means to ensure that there is no flow back of grout material
after the injection has been completed. In case there is no flow from other
nipple, the injection should be stopped after it has attained a steady pressure of
2 kg/cm2 for about 5-10 minutes.
"Payment shall be made per LM of the crack prepared for pressure grouting
and will include the cost of all labour, materials, equipment, scaffolding etc. for
executing the item as described in the technical specifications.
CLAUSE SP-9
Materials
High early strength Portland cement conforming to IS: 8112 shall be used for
production of polymer modified cement repair mortar and polymer modified
cementitious slurry, which is to be used as a bonding medium with concrete
substrate.
The polymer latex which is to be used should consist of water based acrylic
polymer and copolymer dispersion and special purpose chemicals. The
polymer solid contents shall be 29 to 31 percent. The particles shall be nearly
spherical shape with a diameter of 0.30 to 0.40 micrometre. The manufacturer
shall certify to the above requirements about solid content and grain size. In
order to keep control over the quality, the manufacturer shall provide infrared
absorption spectrum analysis for the materials (polymer latex) to be supplied by
them. The same material shall also be used for various purposes such as in a slurry form
with cement to form a bonding or priming medium, with sand and cement in proportions
recommended by manufacturer to form the repair mortar.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
202
No additional water shall be used to prepare the PMC slurry or repair mortar as
the water present in the latex is sufficient for cement hydration. The cement/latex
ratio shall remain constant for various uses. The sand to be used for constituting
the PMC repair mortar shall be silica sand.
The grading of the sand shall follow the limits provided as below:
IS Sieve No.
10mm
4.75mm
2.36mm
1.18mm
600 micron
300 micron
150 micron
75 micron
2
2.1
Repairing Procedure
Preparation of Concrete substrata: All defective areas shall be delineated and
marked out on site in conformity with the supervising officer.
Concrete on the damaged, loose or honeycombed areas shall be chipped out
up to the reinforcement level or up to the level of good parent concrete or up to
the point on the reinforcement where the reinforcement is free from corrosion.
The chipping of concrete shall continue to expose the full circumference of the
steel and to a further depth of 10mm as directed by the supervising officer.
The chipped surface of concrete shall be thoroughly cleaned by wire brush and
compressed air to remove all dust and loose materials.
The exposed reinforcement shall be mechanically cleaned of all rust and mill
scale.
2.2
2.3
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
203
Payment shall be made on per Sq.m. of the damaged concrete area prepared
and repaired as per the procedure described in technical specifications
including chipping, cleaning of concrete surface, mechanical cleaning of
reinforcement, air jetting, repairs to concrete surface with PMC etc. complete
and will include the cost of all labour, material, equipment, scaffolding etc. for
the completed item.
CLAUSE SP-10
1.
2.
SPECIFICATIONS
2.1
FIELD WORK
a)
Boreholes
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
204
Rotary drilling rig preferably hydraulically operated, with drill pipes and drill bits, swivel type double
tube core barrels of M-series with matching diamond bits/triple tube core barrels or type as
required by the Engineer, undistributed soil samplers like push sampler/piston samplers, SPT
equipment, drilling mud chemicals, all consumables and all other accessories and spares as
required for investigations in all kinds of soils and rocks shall be mobilised by the contractor. The
rotary drill method shall be preferred to shell and augur method while boring in soil. Calyx type
drilling rigs shall not be allowed under any circumstances. The method of advancing the borehole
in soil overburden by establishing the sides of the boreholes by drilling mud (Bentonite) is
considered preferable to casing of the borehole. Drilling should be carried out in such a manner as
to limit disturbance of the soil to be sampled or tested to a minimum. Washing tools should have
proper side jets and under no circumstances will bottom discharging tools be permitted. The insert
casing shall be sufficient to allow for in-situ sampling and testing with standard sampling and
testing tools.
Electronic theodolite and other necessary survey equipment shall be
mobilised along with necessary personnel for operation of the same for
positioning of the borehole locations and measuring ground levels.
All personnel required for round-the-clock operations including a graduate
engineer in each shift should be available at site. All such personnel
mobilised for each shift of 12 hours shall have minimum of three years of
experience in the same type of job. The project in-charge shall be a postgraduate geotechnical engineer with minimum of five years of experience in
the same type of job.
The borings shall be carried out in accordance with relevant Indian Standard
Code of Practice and the requirements stated herein. The boring, sampling
and in-situ testing shall be carried out in a manner approved by the Engineer
who shall have the right to order alternative procedures if he is not satisfied
with the quality or accuracy of the work.
The observations during boring shall be put down in such a manner, so that
each change in strata is accurately determined to the satisfaction of the
Engineer. During the boring operation, particular attention shall be paid to the
disturbed material washed up or brought up by the shell and auger, and
these shall be described in the boring logs. These disturbed materials should
be preserved in polythene bags with tags stating borehole reference, depths,
nature of soil etc.
The work of drilling in soil shall be carried out in such a manner that disturbed
as well as undisturbed samples of soil can be conveniently collected at the
required depths/intervals, and penetrometer tests can be carried out if
required. The Contractor shall adopt such a method, which will permit the
collection of samples indicating the grain size distribution of natural strata
without loss of fines, covering the entire depths.
Water samples shall be collected from the boreholes. Water samples shall be collected prior to
addition of Bentonite to boreholes. If this is not possible then prior to collection of water samples,
the borehole shall be dewatered by about half a metre depth and water allowed rising back prior to
sampling. Ground water level for each borehole shall be checked during boring operation and shall
be recorded in borelog.
The drilling operations may be interrupted for collecting the samples, probing
and conducting penetrometer tests etc. The casing pipes shall not be
removed unless directed by the Engineer. Even after removal of the casing, a
piece of pipe should be left in the borehole to identify the location.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
205
The Contractor shall ensure that sand-blow conditions do not develop while
drilling, sufficient surcharge of water or drilling mud should be maintained all
throughout the drilling operation.
In the exploration programme the contractor shall associate with the provisions of IS:1892.
c)
Disturbed soil samples shall be collected from boreholes. These shall include
soil samples collected from the split spoon samples and also from the cutting
edges of UDS. The samples shall be stored in plastic bags.
e)
Drilling in Rock
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
206
The characteristics/strength of rock with respect to weathering, hardness, joints and bedding and
rock quality designation (RQD) as presented in Tables 2,3,4 and 5 in Appendix I of IRC 78-2000
shall be followed and the same shall be indicated in the borelogs.
Drilling through rock being a specialised work, every care shall be taken to notice and record any
small change during drilling. The time required to drill through a certain depth, amount of core
recovery, physical condition, length of pieces of core, joints, colour of water residue, weathering,
and evidence of disturbance and other effects shall be carefully noticed and entered in the
drill/core log. The directions given in IS 5319 Guide for Core Drilling Observation may be
followed while preparing the corelogs.
The core boxes provided by the Contractor shall be sturdy and of good
quality jungle wood and shall be made according to the sketch on Page 6 of
IS 4078 (1980) with locking arrangements and compartments. The core
boxes shall be painted both inside and outside with oil paints and sprayed
with insecticide to prevent damage by insects. Each and every core piece
extracted from the core barrel shall be placed in core boxes in the proper
sequence of occurrence from top downwards. The starting and finishing
depth of each run shall be recorded on the core box compartments in oil paint
as the cores are placed. They shall be sequentially numbered on the four
sides and the lid. The name of the project, drill hole reference, and the depth
of the core obtained shall be prominently painted on the lid with oil paint.
The depth of cores below ground level shall be indicated at about every 1.5m
interval by writing the depth in indelible ink on wooden spacers that shall be
inserted in their correct positions in the box. Similarly, the exact depth of any
change in stratum and failure to recover the core etc. shall be recorded. The
labeling of core samples of rock shall be done in accordance with the
Appendix D of IS 4078 of 1980 or as directed by the Engineer.
Each core box shall house samples not more than 6 m long in total. While
placing the core samples in the wooden boxes, it should be ensured that the
direction and sequence of core placement is not altered. The core run shall
be restricted to 500 mm to 600mm length at a time and the core sample
removed as directed by the Engineer. The cores and core boxes shall be
transported to a storing place as indicated by the Engineer
The Contractor shall submit five copies of cabinet size (160mmx120mm)
colour photographs of the selected cores as specified by the Engineer.
An arrangement should be made for collection of wash water by installing a
top socket with a cross pipe at the top of the casing before the start of rock
drilling. The side of the casing should be well packed near the top of the hole
to prevent leakage. Wash water should be collected in buckets and allowed
to settle. A record of wash water shall be maintained indicating colour,
change in colour and type of wash water (i.e. thick slurry or clean water)
The number of revolutions per minute for the rock drilling shall be kept low (about 200 RPM) for
"NX" size bits, with suitable reduction gear and bit pressure kept to a minimum without rod
vibration on "chatter". The rate of penetration for every 250 mm shall be observed during rock
drilling and recorded.
Field borelogs shall be submitted to the engineer after completion of each
borehole at site or as demanded by the engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
207
2.2
IN-SITU TESTING
a)
In the case of stiff to medium clay where a sample is recovered in the form of
a "cake" a suitable length of cake shall be wrapped with a layer of bandage
cloth and coated with paraffin wax to preserve the sample.
The identification tag for the sample shall be carefully secured to the plastic
container in which samples are preserved.
2.3
LABORATORY TESTING
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
208
For preparing the laboratory test schedule, a list of all soil and rock core
samples collected from each borehole shall be submitted to the Engineer with
records of borelogs and in-situ tests in duplicate. One of the copies shall be
returned to the Contractor indicating the tests to be conducted. All the
consolidation and permeability tests on collected samples shall be conducted
at the laboratory of reputed institutes like IIT or as approved by the engineer.
The results including plots and tables shall be submitted along with the
report. Test observations and calculations shall be made available to the
engineer if demanded.
2.3.1
Preparation of test specimens for the various tests shall be carried out as per the procedures laid
down in the various relevant Codes of Practice.
In case of soft to firm cohesive undisturbed soil samples, test samples for all types of shear tests
shall be prepared strictly by hand trimming or soil lathe. Care shall be taken against bending of
soil samples at the time of horizontal ejection of the samples from the sampling tubes. Samples
shall be ejected from the sampling tubes preferably in the same direction of travel in which the
samples entered the sampling tubes.
Similarly test specimens for consolidation tests shall also be prepared to the required size by hand
trimming only and the ring of the consolidation apparatus shall be inserted by pressing gently with
the hands and carefully removing the material around the ring. In no case the ring shall be forced
into the soil. Great care shall be taken during the trimming of the sample from the top and the
bottom of the ring. The test specimen shall be prepared in the same orientation as that of the
actual strata so that the laboratory test load compresses the soil in the same direction relative to
the soil strata as the applied load in the field.
2.3.2Index Property Tests
Laboratory tests shall be carried out in consultation with the Engineer and as per relevant parts of
IS:2720 to find out the following index properties:
i)
ii)
iii)
iv)
v)
2.3.4
Triaxial Test
Unconsolidated, undrained triaxial test shall be conducted on the undisturbed samples selected by
the Engineer. The test shall be conducted as per IS:2720 (Part X). Each test shall be conducted
on a minimum of three specimens at different cell pressure (1.0, 2.0 and 3.0 kg/cm2).
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
209
The moisture content before and after the test and the bulk and dry densities of each specimen
shall be determined. The rate quoted by the tenderer in the bill of quantities for the triaxial
compression test shall include for all the above items.
The stress-strain diagrams as well as the Mohr circle envelopes shall be included in the report.
2.3.5
Consolidation Test
Consolidation test shall be conducted on undisturbed samples as per IS:2720 (Part XV) selected
by the Engineer. The loading on the test specimens shall be applied in the following stages : 0,
0.1, 0.25, 0.5, 1.0, 2.0, 4.0, 8.0 kg/sq.cm. Unloading of the test specimens shall be done in
suitable stages. The co-efficient of consolidation (Cv), the coefficient of volume compressibility
(Mv), compression index (Cc) and the coefficient of permeability (k) shall be determined and
reported.
2.3.6
Chemical Analysis
Chemical analysis of soil and water samples shall be carried out for pH value, sulphate content
(SO3) and chloride content (CI) in ppm and percentage.
3.
4.
5.
REPORTING REQUIREMENTS
The work includes the preparation and submission of an Investigation Report
containing plans showing the location of boreholes including coordinates and
levels, plans showing boreholes, project details and description of work
carried out, borelogs, corelogs, field test results and laboratory test results.
Report should also contain interpretation of test results, recommendations for
founding levels and bearing capacities, potential settlements and ground
improvement.
The recommendations shall especially cover the Foundation types, founding
levels and bearing capacity for the structures as identified in the project
description and as shown in the drawings. The foundation types and founding
levels shall be clearly identified.
Report shall also cover Safe Bearing Capacity and settlement analysis for
shallow foundations, retaining walls and ground improvement techniques.
The report shall include commends on aggressive chemical content of soil
and groundwater and recommendations for deciding level of protection
necessary for concrete and steel buried parts.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
210
6.
COMPLETION TIME
The entire work including preparation and submission of the Report shall be
completed within one month after the award of works. Contractor shall submit
a detailed construction program before commencing the work showing the
deployment of rigs.
Liquidity Damages @ 1% of the value of work remaining to be executed for
each day of delay in work including submission of report, shall be applicable.
This shall be subject to a maximum of 10% of the total value of work.
CLAUSE SP-11
2.1
Raw Materials
2.1.1 Cement
The cement used in the manufacture of high quality precast concrete paving
block shall be conforming to IS 12269 (53 grade) ordinary Portland Cement
or IS 8112 (43 grade ordinary Portland cement). The minimum cement
content in concrete used for making paver blocks should be 380 kg/Cu.m.
2.1.2 Aggregates
The fine and coarse aggregates shall consist of naturally occurring crushed
or uncrushed materials which, apart from the grading requirements comply
with IS 383-1970. The fine aggregates used shall contain a minimum of 25%
natural silica sand. Lime stone aggregates shall not be used. Aggregates
shall contain no more than 3% by weight of clay and shall be free from
deleterious salts and contaminants.
2.1.3 Water
The water shall be clean and free from any deleterious matter. It shall meet
the requirements stipulated in IS:456-2000.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
211
2.1.4 Other materials
Any other material/ingredients used in the concrete shall conform to latest IS
specifications.
2.2
The pavers should have spacer ribs, for uniform interlocking space of
2 mm to 3 mm to ensure compacted sand filling after vibration on the
paver surface.
The pavers are to be skirted all round with kerbing using solid
concrete blocks of size 100 mm x 200 mm x 400 mm or as directed
by the Engineer. The kerbing should be embedded for 100 mm
depth. The concrete used for kerbing shall be cured properly for 7
days minimum.
Construction Aspects
3.1
Sequencing of Operations
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
212
3.3
The bedding sand shall consist of clean well-graded sand passing through
4.75 mm sieve and suitable for concrete. The bedding sand should be from
either a single source or blended to achieve the following grading.
In sieve size
% passed
9.52 mm
100
4.75 mm
95-100
2.36 mm
80-100
1.18 mm
60-100
600 microns
25-60
300 microns
10-30
150 microns
5 15
75 microns
0 10
Contractor shall be responsible to ensure that single-sized, gap graded sands
or sands containing an excessive amount of fines or plastic fines are not
used. The sand particles should preferably be sharp not rounded as sharp
sand possess higher strength and resist the migration of sand from under the
block to less frequently used areas even though sharp sands are relatively
more difficult to compact than rounded sands, the use of sharp sands is
preferred for the more heavily trafficked driveways. The sand used for
bedding shall be free of any deleterious soluble salts or other contaminants
likely to cause efflorescence.
The sand shall be of uniform moisture content and within 4% - 8% when
spread and shall be protected against rain when stock piled prior to
spreading. Saturated sand shall not be used. The bedding sand shall be
spread loose in a uniform layer as per drawing. The compacted uniform
thickness shall be of 45 mm and within +/- 5 mm. Thickness variation shall
not be used to correct irregularities in the base course surface.
The spread sand shall be carefully maintained in a loose dry condition and
protected against pre-compaction both prior to and following screeding. Any
precompacted sand or screeded sand left overnight shall be loosened before
further laying of paving blocks take place.
Sand shall be lightly screeded in a loose condition to the predetermined
depth only slightly ahead of the laying of paving unit.
Any depressions in the screeded sand exceeding 5 mm shall be loosened,
raked and rescreeded before laying of paving blocks.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
213
Bedding sand should be unloaded in small piles regularly placed over the
base course. Bedding sand should preferably have a moisture content of
about 6 percent which will facilitate its spreading and compaction. Bedding
sand should be screeded in a uniform layer over the base course. The
screed can be guided to level by tensioned string lines set above the base
course. At the time of screeding, the thickness of sand must allow for the
amount by which it will be subsequently compacted. The sand should be
distributed evenly with a small surcharge maintained in front of the screed.
Screeding should not proceed beyond about 1m ahead of the planned end of
block paving for the day. Sand should be compacted with a manual,
fabricated plate compactor or other suitable devices and the level should be
readjusted using the screed. The surface profile of the screeded bedding
sand should match that for the completed pavement.
3.4
Provision of Paver Block Layer
3.4.1 The pattern in which blocks are to be paved should be decided from
the choices available for getting better performance. For paving in trafficked
areas, herringbone pattern should be adopted. Paving should commence and
progress from one starting line only. Wherever possible, paving should
commence adjacent to or against edge restraint.
3.4.2 Blocks should be placed at the correct angle to the start line to
achieve the final orientation of the laying pattern. For curved or unfavourably
oriented edge restraints, a string line should be established to permit fast,
easy laying such that it is never necessary to force a block between blocks
already paved. Maintenance of control over alignment, laying pattern and
joint width can be assisted by the use of chalked string lines set at about 5m
intervals. Nominal joint width of 2 to 4 mm should be maintained by holding
the paving unit lightly against the face of the adjacent block and allowing it to
slide into position. Cutting paving units for filling the paving gaps occurring
against edge restraints etc. should be deferred until sufficient work has
progressed to allow reasonably continuous operation. When space does not
permit the use of cut pieces of blocks, the use of premixed or dry packed
concrete is recommended.
Priming
It will be responsibilities of the Contractors to ensure that the
manhole/pipeline cable trenches/circular drainage system etc. raised
to driveway level using the requisite materials as per instruction of
Engineer. The areas of potholes/deep depressions at the isolated
locations also have to be filled up before laying the paver blocks. No
extra pavements will be made for this purpose.
It will be the responsibility of the Contractors to ensure that
undulations on the paver blocks are eliminated after the traffic is
allowed on it. Proper slope for drainage of water needs to be
ensured.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
214
Paver blocks shall be placed on the uncompacted screeded sand
bed to the nominated laying pattern, care being taken to maintain the
specified bond through out the job. The first row shall be located
next to an edge restraint. Specially manufactured edge paving
blocks are permitted or edge blocks may be cut using a power saw, a
mechanical or hydraulic guillotine, bolster or other approved cutting
machine.
Paver blocks shall be placed to achieve gaps nominally 2 to 3 mm
wide between adjacent paving joints. No joint shall be less than 1.5
mm and not more than 4 mm. Frequent use of string lines shall be
used to check alignment. In this regard the laying face shall be
checked at least every two meters as the face proceeds. Should the
face become out of alignment, it must be corrected prior to initial
compaction and before further laying job is proceeded with.
In each row, all full blocks shall be laid first. Closure blocks shall be
cut and fitted subsequently.
To infill spaces between 25 mm and 50 mm wide concrete having
screened sand, coarse aggregate mix and strength of 45 N/sqmm
shall be used. Within such mix the nominal aggregate size shall not
exceed one third the smallest dimension of the infill space. For
smaller spaces dry packed mortar shall be used.
Except where it is necessary to correct any minor variations occurring
in the laying bond, the paver blocks shall not be hammered into
position. Where adjustment of paver blocks necessary care shall be
taken to avoid premature compaction of the sand bedding.
Initial Compaction
After laying the paver blocks, they shall be compacted to achieve
consolidation of the sand bedding and brought to design levels and
profiles by not less than Two (2) passes of a suitable plate
compactor.
5
6
7
8
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
215
Sufficient plate compactors shall be maintained at the paving site for
both bedding compaction and joint filling.
As a guide to the characteristics of typical vibrating plate compactors,
standard compactors have a weight of 90 kg. a plate area of 0.3m2
and apply a centrifugal force of 1500 kg. Heavy duty compactors
weigh between 300 to 600 kg. have a plate area of about 0.5 to
0.6m2 and apply a centrifugal force in the range of 20003000 kg.
Use of heavy duty compactors is desirable for trafficked pavements.
In the absence of the same. The number of passes by the light
compactor may be suitably increased.
Edge Restraint
Edge restrains need to be sufficiently robust to withstand override by
the anticipated traffic, to withstand thermal expansion and to prevent
loss of the laying course material from beneath the surface course.
The edge restraint should present a vertical face down to the level of
the underside of the laying course.
The surface course should not be vibrated until the edge restraint,
together with any bedding or concrete haunching, has gained
sufficient strength. It is essential that edge restraints are adequately
secured.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
216
Sampling and Testing Procedures for Paver Blocks
Sample Size
Internal Average of minimum 3 samples per 5000 blocks for
paver block manufacturers.
External Minimum 2 blocks per 10000 blocks. Average of minimum
8 blocks per site for captioned contractors.
a.
b.
Compressive Strength
Testing for compressive strength shall be undertaken in accordance
with Appendix-B. The average compressive strength of the 80 mm
thick paver block tested shall be 45 N/Sq mm and average
compressive strength of the 60 mm thick paver blocks tested shall be
35 N/Sq mm
c.
Water Absorption
Testing for water absorption shall be in accordance with IS
185:1979:Part I (Specifications for concrete masonry blocks)
Appendix C
Appendix A
Sampling of Paver Blocks
2.0
Method of Sampling
Before laying paver blocks, each designated section comprising not more
than 50000 blocks, shall be divided into ten approximately equal groups.
Three blocks shall be drawn from each group.
3.0
Contractor
Testing Machine: The testing machines shall be of suitable capacity for the
test and capable of applying the load at the rate specified. It shall comply, as
regards repeatability and accuracy with the requirements of relevant IS
specification.
No. of Corrections
Executive Engineer
Dy.E.E.
217
B-2
B-3
A B
X 1000
B C
A B
X 100
Absorption percent
B
Absorption, kg/m3
Where
A = wet mass of unit in kg
B = dry mass of unit in kg. And
C = suspended immersed mass of unit in kg.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
218
Sr.
No.
Traffic Category
1.
2.
3.
CLAUSE SP-17
Grade of
Concrete for
Block
M 35
M 45
M 50
Block
Thickness
Coarsed
Bedding Sand
Thickness
50 mm
50 mm
50 mm
60 mm
80 mm
100 mm
Min. Cement
Content in
Concrete
380
400
400
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
219
RESULT PRESENTATION
The data must be displayed on the field such that atleast preliminary evaluation can be
made. An interim report shall be submitted within 3 days of field testing. A complete report
to be submitted within 7 days after the test showing graphical wave form indicating velocity
versus time plot, interpretation of results showing discontinuities, cross-sectional or material
changes if any, concrete quality etc. The test shall be conducted in accordance with ASTM
D5882.
TEST PREPARATION
The test shall be conducted minimum 10 days after pile installation and after the pile top
concrete has been chipped off to sound concrete level and made uniform. The pile top shall
be free from water, dirt or other debris.
The pile head shall be made smooth using carborundum stone or grinder or chisel on 2 3
locations one at the center of the pile and other 300mm away from the center for data
collection.
CLAUSE SP-20
This paint shall be applied to concrete surfaces in contact with soil. The paint shall provide
protection to concrete surface against corrosion from aggressive environments. It shall also
be long term chemical resistant.
Application :
Coal Tar epoxy paint shall be applied on dust free surface, free from laitance, loose material
and grease etc. The surface should be roughly cleaned before the application. The paint shall
not be applied on wet or uncured surface. The manufacture of the paint and primer shall be
one of the followings or equivalent:
FAIR MATE, FOSROC, SUNANDA CHEMICALS, MC BOUCHEME, etc.
First coat to be applied after seven days of curing of concrete
The paint shall be applied by brush or spray to achieve uniform finish. The paint shall be
stored, mixed and applied as per manufactures specifications. The coverage of painting shall
be done in such a way that it covers concrete surface not more than manufactures specified
area.
A minimum of 2 coats shall be applied on the fully prepared surface. Primer coat shall be
applied as directed by Engineer. A minimum dry film thickness of 100 microns shall be
achieved. Each batch of material supplied from manufacturer shall have manufacturers test
certificate
26: ADDITIONAL CONDITIONS / DIRECTIONS FOR READY MIX CONCRETE (RMC)
26.1
All special conditions for cement concrete work, aggregates shall also be applicable.
1. The contractor shall procure RMC from the RMC plant approved by MSRDC only, if the contractor
does not posses his own RMC plant approved by MSRDC.
2. The design mix for RMC must be in consideration with IS 10262, SP 23 got approved from
MSRDCs engineer.
3. Ready mix concrete prepared and transported shall be as per IS 4926:1976 Reaffirmed in 1999 or
the latest IS code as directed by Engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
220
4. Ordinary Portland cement (OPC 53) to be used for RMC shall conform to IS 12269:1987
Reaffirmed in 1999. Flyash (maximum 20%) is allowed only for substructure concreting at the
specific instructions of Engineer.
5. RMC will be brought to site from RMC plant only by transit mixers (agitators).
6. No dry mix shall be brought on site and water added there at.
7. Contractor must ensure the Grade of concrete, Specified workability - slump, minimum cement
content, Flyash content, water content, type of admixture, quantity of admixture, time of loading of
RMC i.e., initial & final setting time and other features of concrete as per IS, MoRTH
specifications and as directed by Engineer.
8. When transit mixer arrives at site, the drum should always be speeded to about 10 to 15 rev/min,
for at least 3 minutes, to make sure that the concrete is thoroughly mixed and uniform, before
discharge as directed by Engineer.
9. The contractor has to maintain and keep record updated of every RMC batch, testing of samples,
cubes test records and other reports throughout the period of construction and present it for
inspection / checking as and when directed by Engineer. The contractor has to bear all the
charges of testing and no extra claim shall be entertained.
10. The admixtures used shall conform to IS 9103:1979 reaffirmed in 1980 or ASTM C-494 of 92 and
must be compatible with the cement used for manufacturing concrete. Calcium chloride shall not
be used as an admixture in reinforced or pre-stressed concrete work. Superplasticizers containing
chlorides shall not be used in reinforced or prestressed concrete work. No extra payment will be
made for the use of admixtures and use of potable quality water for mixing of cements.
11. All taxes / duties / royalties will be borne by the contractor and not by MSRDC and no extra claim
will be paid in this regard.
12. The contractor shall make all necessary arrangements and provide uninterrupted supply of RMC
as and when required and as directed by Engineer, failed to which strict action will be taken by
MSRDC against contractor for intentionally delaying and stopping the work.
13. The contractor shall make free of cost all necessary arrangements and provide uninterrupted
access, sitting arrangement for Engineer / MSRDCs staff at RMC plant as and when directed,
however necessary arrangement shall be made for keeping records for entire construction period.
14. It will be sole right of the MSRDC to allow or disallow the use of ready mix concrete if all the
conditions above mentioned are not complied with.
26.2
1. The sampling and testing requirements for ready mixed concrete (RMC) are the same as those
for site mixed concrete. As regards testing of workability following procedure be followed.
2. After making sure that the concrete has been uniformly mixed, take a sample from the first 0.5
Cum. of concrete discharge, and does a slump (or compacting factor) test on the sample. If the
result complies with the specified requirements, then the load should be accepted, If the results
are beyond limits, a further sample should be taken from the second 0.5 Cum of the discharge,
and if this is satisfactory, the load should be accepted, if not, the concrete load shall be rejected,
as the same is not as per the specification and as per mix design. (Refer IS 4926-1976)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
221
3. Twelve cubes shall be cast at the Batching / RMC plant as well as at the site for every days work
where the concrete is placed for 7 days and 28 days strength of concrete.
4. Contractor must establish a full-fledged laboratory within 20 days from the notice given by the
MSRDC officials with all accessories as per Indian Standards / Indian Road Congress standards
each at Batching / RMC plant for testing various samples, cubes and at site also.
5. The contractor shall employ minimum one Civil Engineer on batching plant per shift. They will
additionally employ adequate number of trained supervisors, one full time mechanic and skilled
labourers. The contractors engineers should be experienced and well conversant with the
functioning of Batching/ RMC plant, concrete mix design procedure etc. The Contractor not
employing such qualified Engineers shall not be allowed to commence with the work. The
qualified Engineer shall be available on plant throughout the period of execution of the work.
6. It is the responsibility of the contractor to establish a full-fleged laboratory at site as well as at the
Batching / RMC plant site approved from MSRDC. If failed it will be the sole right of the MSRDC
to allow or disallow the use of his laboratory for testing of the samples, specimens and cubes or to
be done at any other approved laboratory by MSRDC. In such case contractor has to be bear the
cost of transportation and testing charges of samples, cubes, specimens, generation of report and
all other taxes & duties levied upon by the approved laboratory.
7. The aggregates, sand, cement shall be as per additional specification SP-2.
8. The rate proposed in this tender for all concrete and allied works are inclusive of water charges.
The batching plant owners shall have to make their own arrangement at their cost for bringing
adequate water of potable quality for mixing concrete. Any suitable measures shall be employed
by the plant owner to maintain the desired temperature of concrete as per I.S. specifications at
the batching plant itself and for this no extra payment will be made. Water used for mixing of
concrete shall be clean and free from oil, salt, acid, vegetable matter and other injurious
substances harmful to the concrete, it shall meet the requirements stipulated in latest I.S. Code
456. The water brought for concreting and curing etc. shall be got tested from MSRDC approved
laboratory to verify whether it is suitable for above purposes, whenever directed. This testing will
be done at the contractors cost.
9. The sand shall be of approved quality with fineness modulus between 2.4 to 3.5. The sand will
have to be screened to remove the over sized particles at quarry itself and washed at plant before
its use, in no case shall fine aggregate be accepted containing more than two percent by dry
weight, not more than three and half percent, by dry volumes, not more than five, by wet volume
of clay loam, silt. The fine aggregates shall be only river sand. The fine aggregates will be tested
and retested as directed by the Engineer till they satisfy the required norms as per IS and as
specified above.
10. The mix design shall be carried out as per IS 10262 and IS: SP 23. All the mixed design shall be
got approved from MSRDC 30 days prior to the date of execution. No other method will be
accepted.
For minimum test frequency and test report procedures refer MSRDCs Manual for Quality Control &
Quality Assurance for Road and Bridge works and related IS publication.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
222
SP: 30 Polycarbonate roofing sheet 10 mm thk
4.0
Specifications for UV resistant corrugated clear poly carbonate sheets (Lexan of GE)
General
The work of skylight shall be carried out only by an approved Contractor who
has executed this type of work.Shop drawings shown aluminium section and fixing detail for
Polycarbonate sheets shall be submitted for approval.G.I. Structural supports shall be fabricated by
the Contractor for skylight to minimize any mismatch.
3.01
Material Specifications:
The cross section of the specially fabricated aluminium member shall conform to profile GE 104 & 105
OF GE plastic India Catalogue or equivalent. Aluminium alloy for the profile shall conform to IS 285.
The mechanical properties of Aluminium section shall conform to that of designated number 63400 in
the above standard.
All aluminium section shall be with anodizing coating of 20 micron of approved shade.
Laxan Polycarbonate sheets of embossed type (figured sheets) shall be used. Sheets shall be
designated for wind pressure conforming to IS 875. External side of Polycarbonate sheets shall have
UV protection. Sample of polycarbonate sheets shall be tested to confirm that the quality of sheets
conforms to specification of manufacturers.
Allowance of the thermal expansion shall be made.
Sealing of the joint between the aluminium and Polycarbonate sheets (top and bottom of sheets) shall
be made with EPDM neoprene gaskets of approved make.
3
Fixing:
The fixing detail shall generally follow manufacturers fixing details : Approved treatment shall be given
to avoid galvanic corrosion between aluminium and steel members.
In addition to the above, Polycarbonate sheets shall also be fixed to cross supporting members, with
very high bond, double sided adhesive tape, 12 mm wide x 0.3 mm thick Birla 3 M. brand or other
approved make. The spacing of 6.5 mm dia brass screws, connecting aluminium sections 105 & 104,
length, shall be to suit the design pressure and it shall not be more than 300 mm. The junction
between the washer, and nut and between washer and top of aluminium section sheet shall be
treated with neutral Silicone sealant of approved make.
Actual area of Polycarbonate sheet used in the work shall be measured and paid on square metre
basis. The rate shall include the wastage in cutting sheets to the required profile, cost of Aluminium
sections, anodizing. EPDM neoprene gasket, clamping plate, Silicone sealant and screws.
5
Guarantee :
The Contactor shall furnish the manufacturers guarantee to MSRDC.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
223
SP: 31 STRUCTURAL STEEL WORK
1
General
This specification covers the supply fabrication and erection of structural steel work.
Fabrication and approval of steel structures shall be in compliance with :
The specifications and relevant standards and codes as listed under, and related drawings.
All fabrication drawings and supplementary drawings to be supplied by the Contractor prior to
execution of the work and duly approved by the Engineer.
In case of any conflict between the clauses mentioned hereunder and the Indian Standards,
those expressed in the specification shall prevail.
2
Scope
The fabrication and / or erection of the steelwork consist of accomplishing all jobs herein
enumerated including providing all labour, tools, tackle and plant; all materials and
consumables such as welding electrodes bolts and nuts, oxygen and acetylene gases, oils for
cleaning etc. of approved quality. The work shall be executed by an approved specialist
agency experienced in the work and according to the drawings and specifications.
The contractor will be required to fabricate the structure to the extent possible (in
transportable length and volume) in own / approved fabrication shop.
3
The following specifications, standards and codes shall be made a part of this specification.
All standards, specifications, codes of practice referred to herein shall be of latest editions
including all applicable official amendments and revisions. Only the codes relevant to present
work out of the list mentioned below shall be applicable. Any additional pertinent code, if
required shall be used with prior permission of Engineer in charge.
i)
IS : 2062
IS : 1363
vi)
IS : 1364
IS : 3757
IS : 6623
IS : 2016
IS : 6639
IS : 814
vii)
viii)
IS : 800
IS : 816
ix)
x)
IS : 1278
IS : 6419
IS : 9595
xi)
IS : 4353
xii)
IS : 7280
iii)
iv)
v)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
224
xiii)
IS : 817
xiv)
xv)
IS : 7318 Part
I
IS : 1182
xvi)
xvii)
IS : 2595
IS : 4260
xviii)
xix)
IS : 3658
IS : 1477
xx)
IS : 2074
xxi)
IS : 1852
xxii)
IS : 806
xxiii)
xxiv)
xxv)
xxvi)
IS : 1161
IS : 7215
IS : 822
IS : 801
xxvii)
xxviii)
xxix)
xxx)
IS : 1599
IS : 1608
IS : 7205
IS : 7307
xxxi)
IS : 4923
General Specifications
4.1
The requirements set forth in Relevant IS codes for the design, fabrication and
erection of structural steel for buildings shall govern this work, except as otherwise
noted on the drawings or as otherwise specified.
2.6
2.7
Materials
All materials shall be new and shall conform to their respective specifications as specified.
The use of equivalent or higher grade or alternative materials will be considered only in very
special cases subject to the approval of the Engineer.
1.1.
Steel
Structural steel shall conform to IS : 2062 grade A (Weldable quality) unless specified
otherwise Carbon steel pipes shall confirm to IS : 1161 of grade YST 24 or higher as per
requirement of structural design.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
225
1.2.
Black bolts, nuts and screws shall be in accordance with IS : 1363, 1364, 1367, 3757, 6623,
6639 as applicable.
1.3.
Washers
Welding electrodes
Covered electrodes for metal arc welding shall confirm to IS : 814, IS : 7280 for bare
electrodes for submerged arc welding or IS : 1278 for filler rods and wires for gas
welding or any other relevant codes.
6
Receipt and Storing of Materials
Storage of Materials :
Approved material conforming to IS and Specification shall be procured by the Contractor as
per schedule. Storing yards shall have hard grounds and should be well drained. Steel shall
be stored on raised platform in these yards. Yards shall be maintained clean so as to avoid
any contamination due to dust, mud, oil, grease etc. Scrap and full-length steel shall be
stacked separately. Further each type / categories of steel shall be stacked appropriately.
All sections shall be checked on receipt to ensure that they are free from surface defects as
pitting, twists, cracks and laminations. They shall be arranged by grade and quality and by lot.
Every section shall be marked to aid identification and the manufacturers certificate for every
lot giving details of chemical analysis and mechanical characteristics shall be kept in record.
Welding wires and electrodes shall be segregated by quality and lots and stored inside a dry,
enclosed room as per recommendations of IS : 9595. All care shall be taken to keep the
electrodes in perfectly dry condition to ensure weld metal soundness and satisfactory
operations manufacturers certificates for electrodes shall also be made available.
Bolts, nuts and washers shall be sorted out by grade, type and diameter and the
manufacturers quality/ test certificate shall be maintained for record purpose.
7
The contractor shall produce manufacturers test certificate of the material. Notwithstanding,
the manufacturers test certificate the EIC may ask for testing of material in approved test
labs. The test result shall satisfy the requirement of relevant Indian Standards.
Whenever quality certificate are missing or incomplete or when material quality differs from
standard specifications, the Contractor shall conduct all appropriate tests as directed by the
Engineer at his own cost.
8
The Contractor shall prepare all fabrication drawings on the basis of the design and submit
four copies to the Engineer in Charge, well in advance to commencement if work, for
approval and comments of Client / Employer and design consultant, if any on the same. The
Contractor shall fabricate all the structural steel work strictly conforming to the specifications
and approved fabrication drawings.
Fabrication drawings shall include the following :
7.0 Member sizes and details
8.0 Types and dimensions of welds and bolts.
9.0 Shapes and sizes of edge preparation for welding
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
226
Quality of structural steel, welding electrodes, bolts, nuts and washers, etc. to be
used.
13.0
14.0
15.0
Workmanship
The workmanship shall be equal to the Standard practice followed in modem structural shop.
All works shall be adequately supervised and care shall be taken to ensure that the structural
members remain in proper position. All similar parts shall be manufactured accurately so that
the same could be interchanged with other parts having same identification marks. Accuracy
shall be maintained during fabrication to ensure that all parts fit together properly during
erection.
10
Fabrication
10.1
1.11
All fabrication shall be done as per specifications, IS : 800, IS : 9595 and other signed
Good for Construction fabrication drawings.
1.12
1.13
The contractor shall prior to starting any fabrication ensure that the fabrication yard is
leveled on firm enough to take weight of structures and equipment.
1.14
Any defective fabrication or material pointed out at any stage shall be replaced by the
contractor free of cost.
1.15
All the fabricated and delivered items shall be suitably packed and protected from any
damage during transportation and handling. Any damage caused at any time shall be
made good by the Contractor at his own cost.
10.7
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
227
11
11.1 Straightening
All materials shall be clean reasonably straight and free from twists. If straightening or
flattening is necessary, it shall be done in a manner that will not damage the material. The
specified camber wherever necessary shall be provided.
11.2
Marking
Clearance
The erection clearance for members having end cleats or plates shall not be more
than 2 mm at each end, whereas for other types of end connections it shall not be
more than 3 mm at each end. If for any reason a greater end clearance is required,
suitable seatings, shall be provided.
11.4
Templates
Templates used shall be of steel. In case where actual parts have been used as
templates for drilling similar pieces, the Engineer in Charge shall decide whether
they are fit to be used.
11.5
Cutting
Machine cutting, flame cutting and planning :
Machine cutting or flame cutting may be allowed to use provided, a mechanically
controlled cutting torch is used for the flame-cutting and the resulting edge is
reasonably clean and straight. Cut members shall be free from distortion at cut
edges. When gas cutting is adopted, the flame cut edges shall be machined to a
depth of 3 to 5 mm depending on the thickness of the member.
Chipping of angle flanges and edges of plates wherever necessary shall be done
without damaging the parent metal. Chipped edges shall be ground to a neat finish
and sharp corners and hammered rough faces shall be rounded off.
Edge preparation for welding may be done by machine controlled flame cutting with
edges free of burns, clean and straight.
The butting surfaces at all joints shall be planned so as to butt in close contact
throughout the finished joint.
All flame cut edges shall be planned, unless they are clean, square and true to
shape.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
228
11.6
Drilling / Holing
Holes for bolts shall be drilled. All holes, except as stated hereunder, shall be drilled
to the required size or sub-punched 3mm less in diameter and reamed thereafter to
the required size. Thickness of the materials for sub-punching shall not be greater
than 16mm. All matching holes for bolts shall register with each other so that a gauge
of 0.8mm less in diameter than the diameter of the hole can pass freely through the
members assembled for bolting in the direction at right angle to such members. All
holes for turned and fitted bolts shall be drilled undersize by one mm and after
assembly, reamed to a tolerance of +0.13mm / - 0.00mm unless otherwise specified.
No holes shall be made by gas cutting process.
11.7
Bending
Cold bending of plates, flats, tubes / pipes and sections shall be carried out on
bending rolls or in presses. The methodology for bending along with mock up shall be
got approved from Engineer in Charge. In exceptional cases hot bending may be
allowed by EIC for higher diameter pipes provided cold bending is not possible.
Appropriate bending method shall be adopted, so as to avoid wrinkles on surface or
distortion of pipe section etc. If required suitable filler materials shall be used for
equitable stress distribution during bending.
Accuracy of bending operations shall be checked by means of templates and the
clearance between member and template shall be decided by EIC based on the
mock-up and good Engineering practice.
Bend member shall not have cracks wrinkles or deep indentations from bending
equipment.
11.8
Assembly
All parts of bolted and welded members shall be held firmly in position by means of
jigs or clamps while bolting or welding. No drifting of holes shall be permitted except
to draw the parts together and no drift shall be larger than the nominal diameter of
bolt. Drifting carried out during assembly shall not distort the metal or enlarge the
holes.
Trial assemblies shall be carried out at the fabrication stage to ensure accuracy of
workmanship. These checks shall be witnessed by the Engineer in Charge.
11.9
Bolting
Bolts shall be grade Class 10.8 (Class Ten point eight). All turned and fitted bolts
shall be parallel throughout the barrel within the tolerance of 0.125mm unless
otherwise specified and faces of heads and nuts bearing on steel work shall be
machined.
All such bolts shall be provided with washers not less than 3mm thick, so that when
the nut is tightened, it shall not bear the unthreaded body of the bolt and the threaded
portion of the bolt should not be within the thickness of the parts bolted together. The
threaded portion of each bolt shall project through the nut by atleast one thread.
Square tapered washers shall be provided for all heads and nuts bearing on leveled
surface. Flat washers shall be circular in shape nuts and washers etc. shall be
thoroughly cleaned and dipped in linseed oil.
11.10
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
229
11.11
Welding
11.11.1 General
Welding of steel shall be in accordance with IS : 800, IS : 816, IS : 817, IS :
4353, IS : 1223 and IS : 9595 as applicable. Welds shall be made by
qualified welders. A Welder shall produce satisfactory evidence of his ability
to do a given type of work and shall prove his ability to product a connection
of the strength required. Evidence of welders qualification tests shall be
produced if required by the Engineer in Charge. Engineer in Charge
may reject any welder found not suitable during actual work. In general the
welders qualification shall be carried out as per ASME Section IX / IS :
817.
Welding wire and electrodes shall be stored separately by quantities and
lots inside a dry and enclosed room, and as per instruction given by the
Engineer in Charge. And perfectly dry and drawn from an electrode
oven, if required.
Both the structural members and the welding operators shall be adequately
protected from rain, strong winds or snow during welding. The Contractor
shall provide necessary supervision to ensure that all welding carried out in
conformity with the specification and relevant IS codes. The contractor shall
make all necessary infrastructures available such as requisite number of
welding sets, cutting and grinding equipments, test equipments and all
consumables as required.
11.11.2 Preparation of Members for Welding
Edge preparation of fusion faces for welding shall be carried out as per
details given in IS : 9595 or as shown in drawings. All tolerances for such
weld shall be as per IS : 9595.
Surfaces to be welded shall be cleared to ensure that they are free from
loose scales, slag, rust, grease, paint and other foreign matter, and shall be
maintained.
Preheating of members shall be necessary when the base metal
temperature (based on ambient temperature) is less than the temperature
required for that welding procedure. Preheating shall generally be carried
out for members having thickness more than 20mm. The preheating shall be
done in such a manner that the part on which weld metal is to be deposited
is above the specified temperature shall be measured on the face opposite
to the face being heated. In case access is limited to only the face being
heated, the Source of heat shall be removed and sufficient time allowed to
elapse for heat equalization prior to measurement. (1 minute per 25mm of
Plate thickness).
Column splices and butt joints of compression members shall be accurately
ground and close butted over the entire section to ensure full contact for
load transmission. The tolerance for such work shall be maximum 0.2mm. In
the case of column bases and caps the ends of the section along with
connected gussets, stiffeners, angles, channels etc. shall be ground so as to
ensure a minimum contact area of 90%. The fining of angles and channels
should be sufficiently accurate to limit the reduction in thickness on account
of grinding to 2mm. The ends of bearing stiffeners shall be ground so as to
fit tightly at top and bottom. Slab bases and cap plates shall be accurately
ground over bearing surfaces to ensure minimum 90% contact area with
columns.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
230
11.11.3
Welding electrodes
Covered electrodes for metal arc shall confirm to IS : 814, IS : 7280 for bare
electrodes for submerged arc welding or IS : 1278 for filler rods and wires
for gas welding or any other relevant codes.
11.11.4 Welding Plant
Welding plant shall be capable of maintaining the voltage and current
specified by the manufacturer of the electrodes. The contractor shall supply
instruments for verifying the voltage and current as and when required by
the Engineer.
When an automatic process of welding is adopted, the deposited metal must
have mechanical properties equal to those obtained by the use electrodes
complying with IS : 814 or any other relevant code.
11.11.5
Manual Welding
Manual welding shall be carried out by qualified welders equipped with plant
suitable for the purpose. All welders shall be qualified in accordance with IS
: 817 / ASME Section IX and details of such qualification shall be submitted
to the Engineer.
11.11.6
Welding Processes
Any one or more of the following welding processes may be used.
7
The contractor shall submit the welding procedure and the consumables
proposed to be used to the Engineer in Charge for approval.
Combination of processes or electrodes may be permitted only with the
specific approval of the Engineer in Charge.
11.11.7 Approval and Testing of Welding Procedures
Before welding of any of the permanent works is carried out, the contractor
shall furnish details of welding procedure for each welding operation.
Welding trials shall be carried out and completed on representative samples
of the materials before the start of fabrication, as directed by the Engineer.
Welding trials are intended to establish welding procedure prior to the
commencement of fabrication and for this purpose assemblies shall be
made from plate or section cuttings large enough to simulate the joint
selected for trial. The trial shall be representative of actual fabrication
conditions including :
7 Preparation and fit-up.
8 Preheat.
9 Welding position
10 Restraint (so for as is practicable)
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
231
Welding trials on material 20mm thick will be taken to include all materials
under 20mm thick and trials on materials 50mm thick. The trials shall include
specimen weld details from the actual construction which shall be welded in
a manner simulating the most unfavourable instances of fit-up and
preparation which it is expected will occur in the particular fabrication.
After welding, the specimen shall be allowed to cool naturally to ambient
temperature. It shall be left for 72 hours and thereafter, it shall be sectioned
and examined for cracking.
Testing shall be carried out in accordance with IS : 7307 (Part I) as directed
by the Engineer.
Approval of any welding procedure shall not relieve the contractor of his
responsibility for correct welding procedure to be followed and for minimizing
the distortion in the finished structure.
11.11.8 Sequence of Welding
1.
2.
3.
4.
5.
6.
11.11.9
Welding Technique
The fusion faces shall be properly aligned and the gap set to the distance
specified. The root pass of butt joint shall be done such that full penetration
is achieved as also complete fusion of root edges.
On completing each run the weld and the parent metal shall be cleared by
wire brushing and light chipping to remove all slag and splatters. Visible
defects, if any such as cracks, cavities etc. shall be removed to sound metal
prior to depositing subsequent run of weld.
All full penetration butt weld shall be completed by gouging / chipping the
back of the joint and depositing a seal run of weld metal. Alternatively a
backing strip shall be provided.
All care shall be taken to prevent any kind of movement, shock or vibration
of components during welding to prevent weld cracks.
Low hydrogen electrodes shall be used for all welding of girders with
thickness of plates equal to or more than 20mm.
11.11.10
Workmanship of welding
The general welding programme for shop and site welds, including
particulars of the preparation of fusion faces, pre-heating where required
and method of making welds shall be submitted in writing to the Engineer for
approval before the work is put in hand. No departure from the welding
programme shall be made without the prior approval of the Engineer.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
232
In the fabrication of built up assemblies all butt welds in each component
part shall be completed before the final assembly. Wherever practicable,
clamps, magnets, holding devices or other setting-up fixtures shall be used
in assembling parts of the structures so as to avoid tack welding as far as
possible.
In fit-up where clamps cannot be used, spacer strips shall be used to ensure
the correct root gap.
Where tack welds are used, they shall be of the same quality and size as
the first run of main weld. All tack welds shall be cleaned and ground to
sound material prior to welding of the root pass. The main weld shall fuse
completely with the end of the tack weld to form a regular profile. Where
preheat is required for the main welds, the tack welds shall be made under
the same heat conditions. The indiscriminate use of tack welds during
assembly shall be avoided.
All welds shall be visually inspected. Cracked or badly formed welds shall be
cut out to the approval of the Engineer before re-welding them.
As far as practicable, all welding shall be carried out in the down hand
position.
Where structural steelwork is painted before fabrication or erection, the
metal surface within 75mm of any weld shall be coated with primer only.
11.11.11
Weld Inspection
All testing shall be as per IS : 822 and the extent of inspection and testing
shall be in conformity with the relevant or as directed by Engineer - in
Charge. The contractor shall extend all facility required to inspect all stages
of fabrication and erection including welding procedure qualification. No
painting of welds shall be undertaken prior to inspection and approval. All
the tests required to be carried out shall be paid for by the contractor.
The various types of tests shall be :
2
Visual Inspection
100% welds shall be visually inspected to ascertain absence of the
following defects.
i.
ii.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
233
iii.
leg
lengths,
incompletely
filled
grooves
excessive
11.11.12
Repairs of Welds
Welds not meeting the requirements of the specification and IS codes shall
be removed and replaced. Repairs to defective welds shall be carried out
only after the repair procedure submitted is approved by the Engineer in
charge.
11.11.13
Splicing
In compound sections, splicing of components shall be staggered with
respect to each other by a minimum of 500mm. When two parts of a
component are not butt welded to each other, the opposing ends at a joint
shall be ground flush for bearing and suitable flange and web splice plates
shall be designed to cater for the full strength of the flange / web of the
sections.
In case full strength butt weld is used to connect opposing ends at a joint,
additional flange and web splice plates shall be provided capable of carrying
20% strength of the flange and web.
12 Shop Section
The steel work shall be temporarily erected in the shop to determine the accuracy of the fit.
The extent of erection shall be either complete or as directed by Engineer in charge.
13 General Inspection and Testing of Structures
Materials and workmanship at all times shall be subject to inspection by the Client / Employer.
All inspection as far as possible shall be made at the place of fabrication and the contractor
shall co-operate with the Client / Employer Inspector and permit access for inspection to all
places where work is being done. The contractor shall supply all necessary gauges and
templates necessary for inspection. However, such inspection shall not relieve the contractor
of his responsibility to furnish satisfactory work.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
234
General
Erection of structural steelwork shall be carried out in accordance with the relevant IS
code in conformity with the drawings and specifications in an expeditious manner.
The suitability and capacity of all plant, equipment etc. used for erection shall be to
the satisfaction of the Engineer.
15.2
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
235
3. Cutting, chipping, filling, grinding etc. for preparation and finishing of site
connections.
4. Reaming for use of the next higher size of rivet or bolt for holes which do not
register or which are found to be damaged.
5. Welding of connections in place of riveting or bolting for which holes are either
not drilled or wrongly drilled during fabrication.
The following shall be considered as a legitimate part of erection work :
i)
ii)
iii)
iv)
15.3
15.4
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
236
15.5
Setting Out
The contractor shall be responsible for checking the alignment and levels of
foundations, correctness of foundation-bolt centres, their projected height above the
foundation tops, the length of threading provided and the provision and fitment of nuts
for the foundation bolts. These shall be checked well in advance of starting the
erection work and the contractor shall be responsible for any consequences for noncompliance thereof. Discrepancies, if any, shall immediately be brought to the notice
of the Engineer for his advice.
One set of reference axes and one Bench mark level will be furnished to the
contractor. These shall be used by him for the setting out operation.
The contractor shall assume full responsibility for the correct setting out of all
steelwork and erecting it correctly as per the alignment and levels shown on the
drawings and for the verticality of members. Notwithstanding any assistance rendered
to the contractor by the Engineer, if at any time during the progress of the work any
error should appear or arise therein, the contractor shall remove and amend the work
to the satisfaction of the Engineer, at his own cost.
15.6
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
237
15.7
Tolerances
Erection tolerances shall be provided strictly in accordance with the requirements of
IS : 7215.
16 Field Connections
16.1
Field Bolting
This shall be carried out with the same care as shop bolting.
16.2
Field Welding
Field Welding after field assembly shall follow the same requirements as laid down for shop assembly
and stop welding.
17 Grouting
Prior to erecting the steelwork over concrete pedestals, columns or brackets, the top of concrete shall
be cleared with wire brushes, chipping and compressed air to remove all laitance and loose material
and made thoroughly wet. The structural member shall then be erected aligned and plumbed with the
base plates as shoe plates maintained as specified levels using shims / pack plates or wedges.
After the structure is erected, formwork shall be done all around and the joints sealed to be water
tight. The Grout under the base plates, including in pockets and sleeves shall be ordinary grout or
non-shrink grout as specified in drawings. Non-shrink grout shall be of premix type and shall be
prepared as per manufacturers instruction, Non shrink grout shall be of quality and type approved by
Engineer in charge.
The grout shall be poured in by grout pumps continuously from one side till the intervening space is
filled completely and the grout is carried to the far side of base plate. The grout shall be spread with
flexible steel strips and rammed with rods to ensure the gaps is filled completed.
After the grout has sufficiently hardened the shims / pack / wedges which are accessible may be
removed and anchor bolts tightened. The alignment of the structure shall be rechecked and the voids
left by removal of the shims / pack plates / wedges shall be filled with a similar mix of grout. In case
the structure is not properly aligned the grout shall be removed the structure re-aligned and grouting
operation repeated.
18
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
238
19.2
The weight shall be determine from the fabrication drawings and bill of material
prepared by the contractor and approved by Client / Employer / Consultant. The weights shall
be calculated on the basis of IS hand book / IS : 1161 / IS : 806, wherever applicable and
from manufacturers handbook for other cases. No allowance in weight shall be made for
rolling tolerance.
The bill of materials shall be checked and approved by the Engineer in charge prior to
making payment.
19.3
Bolts except foundation bolt, nuts, washers, pack plates, shims, wedges and welds shall not
be measured. The quoted rate shall be deemed to include the same.
19.4
Only connection plates shown on the approved shop drawings shall be paid separately on the
basis of standard weights.
1.11
Grout shall be paid on cu. m. basis based on volume area calculated to fill the
pockets and the gap between top of pedestal and underside of base plate.
The polycarbonate Panels shall be 16mm thick single panel of single or more approved colours.
Panel Width shall be 1040mm to ensure best performance for wind uplift, vibration, oil canning
and visual appearance.
The panels shall be uniform in color with an integral Tight-Cell core. In a cross section, the core
shall be constructed of tight cells not to exceed 4mm x 4mm.
Panels shall be manufactured with Vertical Standing Seam at both sides of the panel.
The polycarbonate system shall be fitted on purlins perpendicular to direction of sheeting with
purlin spacing as specified by manufacturer.
Panels shall be secured with snap-on connectors (with or without aluminium spacer) and
concealed Stainless Steel fasteners as required.
UV protected side of the panels shall be on top i.e. facing the sun.
Measurement for the polycarbonate system shall be the surface area of roofing provided.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
239
Test Description
Weathering
A. Weathering evaluation
Test Procedure
ASTM D 4364-84
Successful Exposure to
concentrated natural sunlight
radiation of 56000mJ/m2
(1540mJ/m of ultra violet)
No more than 3.0 units of Delta E
after 60 months
ASTM D 2244
B. Colour change
ASTM D 1003
C. Light transmission
3000 + 25 minutes
Shall not decrease 67,after 10
years
D. Heat exposure
evaluation
(weathering effect
tendency for potential
failure)
Water penetration
ASTM E-331
Air infiltration
ASTM E-283
Impact
ASTM E-222-81
SPI method
Accelerated debmiration
(chapter 42 of UBC code)
DIN 53460
ISO 306 VST/B
Linear thermal
Expansion
ICBO evaluation
UBC/BOCA/SBCCI
Contractor
No. of Corrections
Approvals available
Executive Engineer
Dy.E.E.
240
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
241
GUARANTEE BOND FOR SECURITY DEPOSIT
( ON STAMP PAPER WORTH RUPEES 100 / - )
the
sum
of
Rs.
_____
Rupees
_______________________
(a)
Due performance and observance by the Contractor of the terms, covenants and
conditions on the part of the contractor contained in the said Agreement and
(b)
Due and punctual payment by the Contractor to the Government of all sums of
money, losses, damages, costs, charges, penalties and expenses payable to the
Government by the contractor under or in respect of the said Agreement.
2.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
242
3.(a)
The guarantee herein contained shall remain in full force and effect during the
subsistence of the said Agreement and that the same will continue to be enforceable
till all the dues of the Government under or by virtue of the said Agreement have been
duly paid and its claims satisfied or discharged and till the Government certifies that
the terms and conditions of the said Agreement have been fully and properly carried
out by the Contractor.
(b)
We shall not be discharged or released from liability under this Guarantee by reasons
of
(i)
(ii)
Any agreement entered into between the Government and the Contractor with or
without our consent .
(iii)
(iv)
Any variations in the terms, covenants or conditions contained in the said Agreement.
(v)
(vi)
(c)
Our liability herein under shall be joint and several with that of the Contractor as if we
were the principal debtors in respect of the said sum of Rs. ________________
(Rupees _____________________________________ only.) and
(d)
We shall not revoke this guarantee during its currency except with the previous
consent in writing of the Government.
IN WITNESS WHERE OF THE common seal of ____________________ has
been herein affixed this __________ day of __________ 20__. The common seal of
__________________ was pursuant to the resolution of the Board of Directors of the
company dated the __________ day of __________ 20__. herein affixed in the
presence of __________ who, in token thereof, have hereto set their respective hands
in the presence of .
(1) __________________________
(2) __________________________
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
243
Signature of Contractor
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
244
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
NAME OF WORK :- CONSTRUCTION OF SKYWALK AT MALNAKA RATNAGIRI, TALUKA AND DISTRICT RATNAGIRI.
BAR CHART
Misc. Items
Staircase
Steel Superstructure
245
Slab
Piers/Abutments
Foundation
0
10
11
12
Time in months
Contractor
No.of corrections
Executive Engineer
Dy.E.E.
Contractor
No.of corrections
246
BLANK PAGE
Executive Engineer
Dy.E.E.
247
DRAWINGS
CONTRACT DRAWINGS :The Contract Drawings provided for tendering purpose with the tender
documents shall be used as a reference only. Contractor should visualize the
nature and type of work contemplated and to ensure that the rates and prices
quoted by him in the bill of quantities take due consideration of the
complexities of work involved during actual execution / construction as
experienced contractors in the field.
The tendered rates / prices for the work shall be deemed to include the
cost of preparation, supply and delivery of all necessary drawings, prints,
tracings and negatives
DOCUMENTATION :
If so ordered by the Engineer-in-charge, the contractor will prepare
drawings of the work as constructed and will supply original and three copies
to the Engineer who will verify and certify these drawings.
Final as constructed drawings shall then be prepared by the contractor
and applied in triplicate alongwith a micro-film of the same to Engineer for
record and reference purpose at the contractors cost.
Contractor
No. of Corrections
Executive Engineer
Dy.E.E.
248
BLANK PAGE
Contractor
No. of Corrections
Executive Engineer